Loading...
HomeMy WebLinkAboutContract 54518FORT WORTH . Sanitary Sewer CIPP CONTRACT 2018 City Project No. 101361 Betsy Price Mayor Christopher P. Harder, P.E., Director, Water Department The City ®f Fort Worth Water Department lure 2020 David Cooke City Manager OFFICIAt RECORD CITY EETARY FT. WORTH, TX FORT WORTH 011-y �'1T' ��Lrfr Worth Standard Construction Specification 1'- M, Adopted September 2011 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 2 SECTION 00 00 00 TABLE OF CONTENTS Division 00 - General Conditions 0005 10 Mayor and Council Communication 0005 15 Addenda 00 11 13 Invitation to Bidders 0021 13 Instructions to Bidders 0035 13 Conflict of Interest Statement 00 41 00 Bid Form 00 42 43 Proposal Forin Unlit Price 0043 13 Bid Bond 00 43 37 Vendor Compliance to State Law Nonresident Bidder 0045 11 Bidders Prequalifications 0045 12 Prequalification Statement 0045 13 Bidder Prequalification Application 00 45 26 Contractor Compliance with Workers' Compensation Law 00 45 40 Minority Business Enterprise Goal 00 52 43 Agreement 0061 13 Performance Bond 0061 14 Payment Bond 0061 19 Maintenance Bond . 00 61 25 Certificate of Insurance 00 72 00 General Conditions 00 73 00 Supplementaty Conditions Division 01 - General Requirements 01 11 00 Summary of Work 012500 Substitution Procedures 01 31 19 Preconstruction Meeting 01 31 20 Project Meetings 01 32 16 Construction Progress Schedule 01 3233 Preconstructilon Video 013300 Submittals 01 35 13 Special Project Procedures 01 45 23 Testing and Inspection Services 01 5000 Temporary Facilities and Controls 01 55 26 Street Use Permit and Modifications to Traffic Control 0157 13 Storm Water Pollution Prevention Plan 0158 13 Temporary Project Signage 01 6000 Product Requirements 01 66 00 Product Storage and Handling Requirements 01 70 00 Mobilization and Remobilization 01 71 23 Construction Staking and Survey 01 74 23 Cleaning 01 7719 Closeout Requirements CITY OF FORT WORTH Sanitary Sewer CIPP Contract 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CityProject No. 101361 Revised March 9, 2020 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 2 01 7823 Operation and Maintenance Data 01 78 39 Project Record Docunlcnts Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents Division 32 - Exterior Improvements 3201 17 Permanent Asphalt Paving Repair 3201 18 TemporaryTemporaty Asphalt Paving Repair 32 17 23 Pavement Markings 3231 13 Chain Fences and Gates 32 31 26 Wire Fences and Gates 32 31 29 Wood Fences and Gates Division 33 - Utilities 33 0130 Sewer and Manhole Testis 33 0131 Closed Circuit Television (CCTV) Inspection 3303 10 Bypass Pumping of Existing Sewer Systems 33 04 50 Cleaning of Sewer Mains 33 05 10 Utility Trench. Excavation, Embedment, and Backfill 3305 13 Frame, Cover and Grade Rings 3365 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade 33 05 17 Concrete Collars 3331 12 Cured in Place Pipe (CIPP) 3331 50 Sanitary Sewer Service Connections and Service Line 33 39 10 Cast -in -Place Concrete Manholes 33 39 20 Precast Concrete Manholes 33 3930 Fiber lass Manholes 33 39 40 Wastewater Access Chamber (WAC) 33 39 60 Epoxy Liners for Sanitary Sewer Structures Appendix GC 4.04 Underground Faei!Aies ram. 4.06 GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates END OF SECTION CITY OF FORT WORTH Sanitary Sewer CIPP Contract 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 101361 Revised March 9, 2020 City of Fort lf®h, Tawas ayo[r Counclq'41 Comm u irdFcafi'an., DATE: Tuesday, June 16, 2020 REFERENCE NO.: **M&C 20-0396 LOG NAME: 60CIPP2018-PMCONST SUBJECT: Authorize the Execution of a Contract with PM Construction & Rehab, LP in an Amount Up to $1,000,000.00, for Sanitary Sewer Cured -In -Place Pipe, Contract 2018 Providing Trenchless Rehabilitation of Sanitary Sewer Mains at Various Locations Throughout the City of Fort Worth, Authorize Three (3) Contract Renewals, and Adopt Appropriation Ordinance (ALL COUNCIL DISTRICTS) RECOMMENDATION; It is recommended that the City Council: 1. Authorize the execution of a contract with PM Construction & Rehab, LP in an amount up to $1,000,000,00, for Sanitary Sewer Cured -In -Place Pipe, Contract 2018 providing trenchless rehabilitation of sanitary sewer mains at various locations (City Project No. 101361); 2. Authorize three renewals of the contract under the same terms, conditions and pricing; and 3. Adopt the attached appropriation ordinance increasing receipts and appropriations in the Water & Sewer Capital Projects (W&S Capital Projects) Fund in the amount of $1,100,000.00 transferred from available funds within the Water & Sewer Fund. DISCUSSION: The work to be performed under this contract consists of trenchless rehabilitation of existing sanitary sewer mains in locations where open cut installation is not feasible or minimal disruption to the public is necessary. The bid documents included a stipulation that the total quantities listed may not reflect actual quantities and that the amount budgeted for the projects is $1,000,000.00. Final payments will be made based on actual measured quantities. The bid documents also included a stipulation giving the City the option to renew this contract up to three times under the same terms, conditions and unit prices. The project was advertised for bid on May 17, 2018 and May 24, 2018 in the Fort Worth Star -Telegram. On June 14, 2018, the following bids were received: Bidder IlArnount PM Construction & Rehab, L.P. $3 1 19 245.00 Time of Completion 365 Calendar Days Specified lnsituform Technologies, LLC $3,387,785.50 In addition to the construction cost, $100,000.00 is required for project management construction staking, real property acquisition, material testing and inspection. After bids were received for the project, it was discovered that the majority of the sanitary sewer lines were not in recorded easements. Staff has now acquired and recorded the permanent easements needed to move forward with this project. The contractor has stated its intent to honor its originally bid unit prices and terms of the contract documents. Appropriations for Sanitary Sewer Cured -In -Place Pipe, Contract 2018 for Trenchless Rehabilitation of Sanitary Sewer Mains Project by Fund as depicted below: Fund Existing Appropriations IlAdditional Appropriations Project Total* W&S Capital Projects Fund 56002 $0.00 $1,100,000.00 $1,100, 000.00 Project Total $0.0011 $1,100,000.00 $1,100,000.00 'Numbers rounded for presentation purposes. M1WBE OFFICE: PM Construction & Rehab, L.P. is in compliance with the City's BDE Ordinance by committing to 20 percent MBE participation on this project. The City's MBE goal on this project is 15 percent. The project is located CITY WIDE in ALL COUNCIL DISTRICTS. FISCAL INFORMATION 1 CERTIFICATION: The Director of Finance certifies funds are available in the current operating budget of the Water & Sewer Fund, and upon approval of the above recommendation and adoption of the attached appropriation ordinance, funds will be available in the Water & Sewer (W&S) Capital Projects Fund for the Sanitary Sewer CIPP 2018 project. Prior to any expenditure being incurred, the Water Department has the responsibility of verifying the availability of funds. FUND IDENTIFIERS FIDs : TO Fund Department Accoun Project Program ctivity Budget Reference # rnount� 1D 1D Year � (Charifield 2) 1 FROM Fund Department ccount) Project Program ctivity Budget Reference; moun ID 1 ID Year (Chartfield 2) CERTIFICATIONS: Submitted for City Manager's Office by: Dana Burghdoff (8018) Originating Department Head: Chris Harder (5020) Additional Information Contact: John Kasavich (8480) ATTACHMENTS 1. 56001 - 0709020 funding availabili at 5-15-20.PNG (CFW Internal) 2. 60CIPP2018-PMCONST Compliance Memo.pdf (CFW Internal) 3. 60CIPP2018-PMCONST FID Table (NN 05.22.20).xlsx (CFW Internal) 4. 60CIPP2018-PMCONST Form 1295.PDF (CFW Internal) 5. 60CIPP2018-PMCONST 56002 A020(R3).docx (Public) 6. PM Construction & Rehab valid SAM results. PNG (CFW Internal) 0 b N 6 '�i/-9 r1 C] ' �7�+7 11 '-j A� G m n S s 4 00 05 10 - 1 MAYOR AND COUNCIL COMMUNICATION (M&C) Page 1 of I 1 SECTION 00 05 10 2 MAYOR AND COUNCIL COMMUNICATION (M&C) 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 END OF SECTION CITY OF FORT WORTH Sanitary Sewer CIPP Contract 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101361 Revised July 1, 2011 CITY OF FORT WORTH, TEXAS FOP' W(- WATER DEPARTMENT ADDENDUM NO. 1 to the Plans, Specifications & Contract Documents for Sanitary Sewer CIPP Contract 2018 City Project No, 101361 Did Date. June 7, 2017, 1.30 P.M. CST Addendum No. 1. Issued May 31, 2018 This Addendum forms part of the Plans, Specifications and Contract Documents for the above referenced Project and modifies the original Specifications and Contract Documents. Bidder shall acknowledge receipt of this addendum in the space provided below, in the proposal (Proposal Signature Page) and acknowledge receipt on the outer envelope of your bid. Failure to acknowledge receipt of this addendum could subject the bidder to disqualification. The Plans, Specifications, and Contract Documents are hereby revised by Addendum 1 as follows: SPECIFICATION AND CONTRACT DOCUMENTS 1. Section 00 11 13 — INVITATION TO BIDDERS Clarification The Bid date for this project is revised June 14, 2018 as documented in Specifications. A signed copy of the Addendum should be included in the sealed bid envelope at the time of the bid submittal. Failure to acknowledge the receipt of this Addendum could cause the subject bidder to be considered "NONRESPONSIVE", resulting in disqualification. RECEIPT ACKNOWLEDGEMENT: By: C7re aggett Company: PM Construction & Rehab, LLC dba IPR South Central Chris Harder, P.E. Interim Director, Water Department i By: Roberto C. Sauceda, P.E. Title: Senior Professional Engineer Addendum No.i CITY OF FORT WORTH, TEXAS FORT WO. RTH WATER DEPARTMENT ADDENDUM NO. 2 to the Plans, Specifications & Contract Documents for Sanitary Sewer CIPP Contract 2018 City Project No. 101361 Bid Date: June 7, 201if 1:30 P.M. CST Addendum_ No. 1: Issued May 31, 2018 Addendum No. _2:_Issued June 11, 2018 This Addendum forms part of the Plans, Specifications and Contract Documents for the above referenced Project and modifies the original Specifications and Contract Documents. Bidder shall acknowledge receipt of this addendum in the space provided below, in the proposal (Proposal Signature Page) and acknowledge receipt on the outer envelope of your bid. Failure to acknowledge receipt of this addendum could subject the bidder to disqualification. The Plans, Specifications, and Contract Documents are hereby revised by Addendum 2 as follows: SPECIFICATION AND CONTRACT DOCUMENTS 1. Section 00 42 43 — PROPOSAL FORM Clarification The bid proposal shall be replaced in it's entirely by the attached proposal. There are two pre bid item that contractor cannot change the unit price, item 46 and 56. A signed copy of the Addendum should be included in the sealed bid envelope at the time of the bid submittal. Failure to acknowledge the receipt of this Addendum could cause the subject bidder to be considered "NONRESPONSIVE", resulting in disqualification. RECEIPT ACKNOWLEDGEMENT: By: / (Greg Baggett) Compan y:Pivi Construction & Rehab, LLC dba IPR South Central Chris Harder, P.E. Interim Director, Water Department By: Roberto C. Sauceda, P.E. Title: Senior Professional Engineer Addendum No.2 1 2 3 4 5 6 7 8 9 10 11 12 13 I4 15 16 17 18 19 20 21 000515-1 ADDENDA Page I of SECTION 00 05 15 ADDENDA END OF SECTION CITY OF FORT WORTH Sanitary Sewer CIPP Contract 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101361 Revised 7Uly I, 2011 001113 --1 INVITATION TO BIDDERS Page 1 of 1 SECTION 00 1.1 13 2 INVITATION TO BIDDERS 3 4 RECEIPT OF BIDS 5 Sealed bids for the construction of Sanitary Sewer CIPP Annual Contract 2018 6 Sewer Project No. 59607-0700430-101361-001780, City Proj. No. 101361 7 will be received by the City of Fort Worth Purchasing Office: 8 9 City of Fort Worth 10 Purchasing Division 11 1000 Throckmorton Street 12 Fort Worth, Texas 76102 13 until 1.3.0 f .M. CST, Thursday, June 7, 2018, and bids will be opened publicly and read 14 aloud at 2:00 PM CST in the Council Chambers. 15 16 GENERAL DESCRIPTION OF !MOREL 17 The major work will consist of the (approximate) following: 8 and 42 inch CIPP 18 sanitary sewer annual contract via worts orders on various locations around 19 the City of Fort Worth with the city option for up to three renewals on this 20 project, 21 22 23 PREQUALIFICATI'ON 24 The improvements included in this project must be performed by a contractor who is 25 pre -qualified by the City at the time of bid opening. The procedures for qualification and 26 pre-quaiifi cation are outlined in the Section 00 21 13 -- INSTRUCTIONS TO BIDDERS. 27 28 DOCUMENT EXAMINATION AND PROCUREMENTS 29 The Bidding and Contract Documents may be examined or obtained on-line by visiting 30 the City of Fort Worth's Purchasing Division website at 31 http://www.fortworthgov.o[g/purchasing/ and clicking on the Buzzsaw link to the 32 advertised project folders on the City's Buzzsaw site. The Contract Documents may be 33 downloaded, viewed, and printed by interested contractors and/or suppliers. 34 35 Copies of the Bidding and Contract Documents may be obtained from Fort Worth Water 36 Dept., Engineering Section 311 W. 10th St. Fort Worth Texas 76102 after Monday, May 37 21, 2018. Please call to see if documents are ready to be picked up and loaded on 38 Buzzsaw. 39 4o There is no cost of Bidding and Contract Documents 41 42 CITY'S RIGHT TO ACCEPT OR REJECT BIDS 43 City reserves the right to waive irregularities and to accept or reject bids. 44 45 46 CITY OF FORT WORTH Sanitary Sewer CIPP Contract 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101361 Revised July 1, 2011 001113-2 INVITATION TO BIDDERS Page 2 of 2 6 INQUIRIES 7 All inquiries relative to this procurement should be addressed to the following: 8 Attn: Roberto C. Sauceda, P.F., City of Fort Worth 9 Email: Robert.sauceda@fortworthtexas.gov 10 Phone:81.7-392-2387 11 12 AD1/ERTISEliNENY DATES 13 May 17, 2018 14 May 24, 2018 15 16 END OF SECTION CITY OF FORT WORTH Sanitary Sewer CIPP Contract 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101361 Revised July 1, 2011 0021 I3 -1 INSTRUCTIONS TO BIDDERS Page 1 of 9 1 SECTION 00 2113 2 INSTRUCTIONS TO BIDDERS 3 4 1. Defined Terms 5 6 1.1. Terns used in these INSTRUCTIONS TO BIDDERS, which are defined in Section 00 72 7 00 - GENERAL CONDITIONS. 8 9 1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the 10 meanings indicated below which are applicable to both the singular and plural thereof. 11 12 1.2.1. Bidder: Any person, firm, partnership, company, association, or corporation acting 13 directly through a duly authorized representative, submitting a bid for performing 14 the work contemplated under the Contract Documents. 15 16 1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association, or 17 corporation acting directly through a duly authorized representative, submitting a 18 bid for performing the work contemplated under the Contract Documents whose 19 principal place of business is not in the State of Texas. 20 21 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City 22 (on the basis of City's evaluation as hereinafter provided) makes an award. 23 24 2. Copies of Bidding Documents 25 26 2.1. Neither City nor Engineer shall assume any responsibility for errors or misinterpretations 27 resulting fi-om the Bidders use of incomplete sets of Bidding Documents. 28 29 2.2. City and Engineer in making copies of Bidding Documents available do so only for the 30 purpose of obtaining Bids for the Work and do not authorize or confer a license or grant 31 for any other use. 32 33 3. PrequaIification of Bidders (Prime Contractors and Subcontractors) 34 35 3. 1, All Bidders and their Subcontractors are required to be prequalified for the work types 36 requiring prequalification at the time of bidding. Bids received from contractors who are 37 not prequalified (even if inadvertently opened) shall not be considered. Prequalification 38 requirement work types and documentation are as follows: 39 40 41 3.1.1. Water and Sanitary Sewer — Requirements document located at; 42 https:l/projectpoint.buzzsaw.com/fortworthgov/Resources/02%20- 43 %20Construction%2ODocuments/Contractor%2OPrequalificationAVater%2Oand%2 44 OSanitary%2OSewer%2OContractor%2OPrequalification%2OProgram%WSS%20pre 45 qual%20requirements.do0public 46 47 CITY OF FORT WORTH Sanitary Sewer CIPP Contract 201 S STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101361 Revised August, 2015 0021 13 - 2 INSTRUCTIONS TO BIDDERS Page 2of9 1 3.2. Each Bidder unless currently prequalified, must be prepared to submit to City within 2 seven (7) calendar days prior to Bid opening, the documentation identified in Section 00 3 45 11, BIDDERS PREQUALIFICATIONS. 4 5 3.2.1. Submission of and/or questions related to prequalification should be addressed to 6 the City contact as provided in Paragraph 6.1. 7 8 9 13, The City reserves the right to require any pre -qualified contractor who is the apparent low 10 bidder(s) for a project to submit such additional information as the City, in its sole 11 discretion may require, including but not limited to manpower and equipment records, 12 information about key personnel to be assigned to the project, and construction schedule, 13 to assist the City in evaluating and assessing the ability of the apparent low bidder(s) to 14 deliver a quality product and successfully complete projects for the amount bid within 15 the stipulated time frame. Based upon the City's assessment of the submitted 16 information, a recommendation regarding the award of a contract will be made to the 17 City Council. Failure to submit the additional information, if requested, may be grounds 18 for rejecting the apparent low bidder as non -responsive. Affected contractors will be 19 notified in writing of a recommendation to the City Council. 20 21 3.4.In addition to prequalification, additional requirements for qualification may be required 22 within various sections of the Contract Documents. 23 24 3.5. Special qualifications required for this project include the following: The Time of 25 Completion of each individual work order in an essential element of this contract. Each work 26 order issued will have the maximum allowed number of calendar days allowed for the completion 27 of that specific work. Sin le or several Work Orders ma be issued at one time. The Contractor 28 shall initiate work within seven 7 working days of the date the Work Order is issued to the 29 Contractor, and continue work on the Work Order until it has been completed, not including 30 paving. The Contractor shall furnish and sul2ply sufficient equipment and personnel to cam lete 31 the Work Order in the amount of time provided for in the Work Order. Should the Contractor_ fail 32 to start any WorIc Order within the time specified, he shall add the necessary workcrews and 33 equipment to prosecute the work to complete the Work Order or Work Orders in the time 34 provided therefore. Should the contractor fail to complete an individual work order in the ig ven 35 amount of calendar days as specified on each individual work order, liquidated damage char es 36 will be subtracted from the final pay estimate of that particular work order. The estimated amount 37 for each particular work order will be used for determining the amount of danlages charged per 38 calendar day of time exceeding the specified. amount. 39 40 4. Examination of Bidding and Contract Documents, Other Related Data, and Site 41 42 4.1. Before submitting a Bid, each Bidder shall: 43 44 4.1.1. Examine and carefully study the Contract Documents and other related data 45 identified in the Bidding Documents (including "technical data" referred to in. 46 Paragraph 4.2. below). No information given by City or any representative of the 47 City other than that contained in the Contract Documents and officially 48 promulgated addenda thereto, shall be binding upon the City. 49 CITY OF TORT WORTH Sanitary Sewer CIPP Contract 20I8 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S City Project No. 101361 Revised August, 2015 0021 13 - 3 INSTRUCTIONS TO BIDDERS Page 3 of 9 1 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general, local and 2 site conditions that may affect cost, progress, performance or furnishing of the 3 Work- 5 4.1.3. Consider federal, state and local Laws and Regulations that may affect cost, 6 progress, performance or furnishing of the Work. 7 8 4.1.4. Study all: (i) reports of explorations and tests of subsurface conditions at or 9 contiguous to the Site and all drawings of physical conditions relating to existing 10 surface or subsurface struct-fires at the Site (except Underground Facilities) that 11 have been identified in the Contract Documents as containing reliable "technical 12 data" and (ii) reports and drawings of Hazardous Environmental Conditions, if any, 13 at the Site that have been identified in the Contract Documents as containing 14 reliable "technical data." 15 16 4.1.5. Be advised that the Contract Documents on file with the City shall constitute all of 17 the information which the City will furnish. All additional information and data 18 which the City will supply after promulgation of the formal Contract Documents 19 shall be issued in the form of written addenda and shall become part of the Contract 20 Documents just as though such addenda were actually written into the original 21 Contract Documents. No information given by the City other than that contained in 22 the Contract Documents and officially promulgated addenda thereto, shall be 23 binding upon the City. 24 25 4.1.6. Perform independent research, investigations, tests, borings, and such other meads 26 as may be necessary to gain a complete knowledge of the conditions which will be 27 encountered during the construction of the project. On request, City may provide 28 each Bidder access to the site to conduct such examinations, investigations, 29 explorations, tests and studies as each Bidder deems necessary for submission of a 30 Bid. Bidder must fill all holes and clean up and restore the site to its former 31 conditions upon completion of such explorations, investigations, tests and studies. 32 33 4.1.7. Determine the difficulties of the Work and all attending circumstances affecting the 34 cost of doing the Work, time required for its completion, and obtain all information 35 required to make a proposal. Bidders shall rely exclusively and solely upon their 36 own estimates, investigation, research, tests, explorations, and other data which are 37 necessary for full and complete information upon which the proposal is to be based. 38 It is understood that the submission of a proposal is prima -facie evidence that the 39 Bidder has made the investigation, examinations and tests herein required. Claims 40 for additional compensation due to variations between conditions actually 41 encountered in construction and as indicated in the Contract Documents will not be 42 allowed. 43 44 4.1.8. Promptly notify City of all conflicts, errors, ambiguities or discrepancies in or 45 between the Contract Documents and such other related documents. The Contractor 46 shall not take advantage of any gross error or omission in the Contract Documents, 47 and the City shall be permitted to make such corrections or interpretations as may 48 be deemed necessary for fulfillment of the intent of the Contract Documents. 49 50 4.2. Reference is made to Section 00 73 00 --- Supplementary Conditions for identification of: 51 CITY OF PORT WORTH Sanitary Sewer CIPP Contract 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101361 Revised August, 2015 0021 13 - 4 INSTRUCTIONS TO BIDDERS Page 4 of 9 1 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to 2 the site which have been utilized by City in preparation of the Contract Documents. 3 The logs of Soil Borings, if any, on the plans are for general information only. 4 Neither the City nor the Engineer guarantee that the data shown is representative of 5 conditions which actually exist. 6 7 4.2.2. those drawings of physical conditions in or relating to existing srufrace and 8 subsurface structures (except Underground Facilities) which are at or contiguous to 9 the site that have been utilized by City in preparation of the Contract Documents. 10 11 4.2.3. copies of such reports and drawings will be made available by City to any Bidder 12 on request. Those reports and drawings may not be part of the Contract 13 Documents, but the "technical data" contained therein upon which Bidder is entitled 14 to rely as provided in Paragraph 4.02. of the General Conditions has been identified 15 and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is 16 responsible for any interpretation or conclusion drawn from any "technical data" or 17 any other data, interpretations, opinions or information. 18 19 4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder (i) 20 that Bidder has complied with every requirement of this Paragraph 4, (ii) that without 21 exception the Bid is premised upon performing and furnishing the Work required by the 22 Contract Documents and applying the specific means, methods, techniques, sequences or 23 procedures of construction (if any) that may be shown or indicated or expressly required 24 by the Contract Documents, (iii) that Bidder has given City written notice of all 25 conflicts, errors, ambiguities and discrepancies in the Contract Documents and the 26 written resolutions thereof by City are acceptable to Bidder, and when said conflicts, 27 etc., have not been resolved through the interpretations by City as described in 28 Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate 29 and convey understanding of all terms and conditions for performing and furnishing the 30 Work. 31 32 4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated 33 biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by 34 Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract 35 Documents. 36 37 5. Availability of Lands for Work, Etc. 38 39 5.1. The lands upon which the Work is to be performed, rights -of -way and easements for 40 access thereto and other lands designated for use by Contractor in performing the Work 41 are identified in the Contract Documents. All additional lands and access thereto 42 required for temporary construction facilities, construction equipment or storage of 43 materials and equipment to be incorporated in the Work are to be obtained and paid for 44 by Contractor. Easements for permanent structures or permanent changes in existing 45 facilities are to be obtained and paid for by City unless otherwise provided in the 46 Contract Documents. 47 CITY OF FORT WORTH Sanitary Sewer CIPP Contract 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101361 Revised August, 2015 0021 13 - 5 INSTRUCTIONS TO BIDDERS Page 5 of 9 1 5.2.Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed 2 in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right- 3 of -way, casements, and/or permits are not obtained, the City reserves the right to cancel 4 the award of contract at any time before the Bidder begins any construction work on the 5 project. 6 7 5.3. The Bidder shall be prepared to commence construction without all executed right-of- 8 way, easements, and/or permits, and shall submit a schedule to the City of how 9 construction will proceed in the other areas of the project that do not require permits 10 and/or casements. II 12 6. Interpretations and Addenda 13 14 6.1.All questions about the meaning or intent of the Bidding Documents are to be directed to I5 City in writing on or before 2 p.m., the Monday prior to the Bid opening. Questions 16 received after this day may not be responded to. Interpretations or clarifications 17 considered necessary by City in response to such questions will be issued by Addenda 18 delivered to all parties recorded by City as having received the Bidding Documents. 19 OnIy questions answered by formal written Addenda will be binding. Oral and other 20 interpretations or clarifications will be without legal effect. 21 22 Address questions to: 23 24 City of fort Worth 25 200 Texas Street 26 Font Worth, TX 76102 27 Attn: John Kasavich, P.E., Water Department 28 Fax: 817-392-2559 29 Email: john.kasavich@fortworthtexas.gov 30 Phone: 817-392.8480 31 32 6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by 33 City. 34 35 6.3. Addenda or clarifications may be posted via Buzzsaw at 36 hops://proiegMoint.buzzsaw.corn/client/fortworthgoy/InfrastructureProjects/0203 5- 37 WaterMainExtensions,RenlacementsandRelocationContract2013A . 38 39 6.4. A prebid conference may be held at the time and place indicated in the Advertisement or 40 INVITATION TO BIDDERS. Representatives of City will be present to discuss the 41 Project. Bidders are encouraged to attend and participate in the conference. City will 42 transmit to all prospective Bidders of record such Addenda as City considers necessary 43 in response to questions arising at the conference. Oral statements may not be relied 44 upon and will not be binding or legally effective. 45 46 7. Bid Security 47 48 7.1. Each Bid must be accompanied by Bid Bond made payable to City in an amount of five 49 (5) percent of Bidder's maximum Bid price on form attached, issued by a surety meeting 50 the requirements of Paragraphs 5.01 of the General Conditions. 51 CITY OF FORT WORTH Sanitary Sewer CIPP Contract 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101361 Revised August, 2015 0021 13 - 6 INSTRUCTIONS TO BIDDERS Page 6 of 9 1 7.2. The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award 2 have been satisfied. If the Successful Bidder fails to execute and deliver the complete 3 Agreement within 10 days after the Notice of Award, City may consider Bidder to be in 4 default, rescind the Notice of Award, and the Bid Bond of that Bidder will be forfeited. 5 Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all 6 other Bidders whom City believes to have a reasonable chance of receiving the award 7 will be retained by City until final contract execution. 9 8. Contract Times 10 The number of days within which, or the dates by which, Milestones are to be achieved in 11 accordance with the General Requirements and the Work is to be completed and ready for 12 Final Acceptance is set forth in the Agreement or incorporated therein by reference to the 13 attached Bid Form. 14 15 9. Liquidated Damages 16 Provisions for liquidated damages are set forth in the Agreement. 17 18 10. Substitute and "Or -Equal" Items 19 The Contract, if awarded, will be on the basis of materials and equipment described in the 20 Bidding Documents without consideration of possible substitute or "or -equal" items. 21 Whenever it is indicated or specified in the Bidding Documents that a "substitute" or "or- 22 equal" item of material or equipment may be furnished or used by Contractor if acceptable to 23 City, application for such acceptance will not be considered by City until after the Effective 24 Date of the Agreement. The procedure for submission of any such application by Contractor 25 and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General 26 Conditions and is supplemented in Section 0125 00 of the General Requirements. 27 28 11. Subcontractors, Suppliers and Others 29 30 11.1. In accordance with the City's Business Diversity Enterprise Ordinance No. 20020- 31 12-2011 (as amended), the City has goals for the participation of minority business 32 and/or small business enterprises in City contracts. A copy of the Ordinance can be 33 obtained from the Office of the City Secretary. The Bidder shall submit the MBE and 34 SBE Utilization form, Subcontractor/Supplier Utilization Form, Prime Contractor 35 Waiver Form and/or Good Faith Effort Form with documentation and/or Joint 36 Venture Form as appropriate. The Forms including documentation must be received 37 by the City no Iaer than 5:00 P.M. CST, five (5) City business days after the bid 38 opening date. The Bidder shall obtain a receipt from the City as evidence the 39 documentation was received. Failure to comply shall render the bid as non- 40 responsive. 41 42 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person 43 or organization against whom Contractor has reasonable objection. 44 45 12. ]Bid ]Form 46 47 12.1. The Bid Forth is included with the Bidding Documents; additional copies may be 48 obtained from the City. 49 CITY OF FORT WORTH Sanitary Sewer C1PP Contract2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101361 Revised August, 2015 0021 13-7 INSTRUCTIONS TO BIDDERS Pane 7 of 9 1 12.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Form 2 signed in ink. Erasures or alterations shall be initialed in ink by the person sighing 3 the Bid Form. A Bid price shall be indicated for each Bid item, alternative, and unit 4 price item listed therein. hi the case of optional alternatives, the words "No Bid," 5 "No Change," or "Not Applicable" may be entered. Bidder shall state the prices, 6 written in ink in both words and numerals, for which the Bidder proposes to do the 7 work contemplated or furnish materials required. All prices shall be written legibly. 8 In case of discrepancy between price in written words and the price in written 9 numerals, the price in written words shall govern. 10 11 12.3. Bids by corporations shall be executed in the corporate name by the president or a 12 vice-president or other corporate officer accompanied by evidence of authority to 13 sign. The corporate seal shall be affixed. The corporate address and state of 14 incorporation shall be shown below the signature. 15 16 12.4. Bids by partnerships shall be executed in the partnership naive and signed by a 17 partner, whose title must appear Linder the signature accompanied by evidence of 18 authority to sign. The official address of the partnership shall be shown below the 19 signature. 20 21 12.5. Bids by limited liability companies shall be executed in the name of the firm by a 22 member and accompanied by evidence of authority to sign. The state of formation of 23 the firm and the official address of the firm shall be shown. 24 25 12.6. Bids by individuals shall show the Bidder's name and official address. 26 27 12.7. Bids by joint ventures shall be executed by each joint venturer in the manner 28 indicated on the Bid Form. The official address of the joint venture shall be shown. 29 30 12.8. All names shall be typed or printed in ink below the signature. 31 32 129. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of 33 which shall be filled in on the Bid Form. 34 35 12.10. Postal and e-mail addresses and telephone number for communications regarding the 36 Bid shall be shown. 37 38 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of 39 Texas shall be provided in accordance with Section 00 43 37 -- Vendor Compliance 40 to State Law Non Resident Bidder. 41 42 13. Submission of Rids 43 Bids shall be submitted on the prescribed Bid Form, provided with the Bidding Documents, 44 at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, 45 addressed to Purchasing -Manager of the City, and shall be enclosed in an opaque sealed 46 envelope, marked with the City Project Number, Project title, the name and address of 47 Bidder, and accompanied by the Bid security and other required documents. If the Bid is sent 48 through the mail or other delivery system, the sealed envelope shall be enclosed in a separate 49 envelope with the notation "BID ENCLOSED" on the face of it. 50 CITY OF FORT WORTH Sanitary Sewer CIPP Contract 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101361 Revised August, 2015 002113-8 INSTRUCTIONS TO BIDDERS Page 8 of 9 1 14. Modification and 'Withdrawal of Bids 2 3 14.1. Bids addressed to the Purchasing Manager and filed with the Purchasing Office 4 cannot be withdrawn prior to the time set for bid opening. A request for withdrawal 5 must be made in writing by an appropriate document duly executed in the manner 6 that a Bid must be executed and delivered to the place where Bids are to be submitted 7 at any time prior to the opening of Bids. After all Bids not requested for withdrawal 8 are opened and publicly read aloud, the Bids for which a withdrawal request has been 9 properly filed may, at the option of the City, be returned unopened. 10 11 14.2. Bidders may modify their Bid by electronic communication at any time prior to the 12 time set for the closing of Bid receipt. 13 14 15. Opening of Bids 15 Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An 16 abstract of the amounts of the base Bids and major alternates (if any) will be made available 17 to Bidders after the opening of Bids. 18 19 16. Bids to Remain Subject to Acceptance 20 All Bids will remain subject to acceptance for the time period specified for Notice of Award 21 and execution and delivery of a complete Agreement by Successful Bidder. City may, at 22 City's sole discretion, release any Bid and nullify the Bid security prior to that date. 23 24 V. Evaluation of Bids and Award of Contract 25 26 17.1. City reserves the right to reject any or all Bids, including without limitation the rights 27 to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids 28 and to reject the Bid of any Bidder if City believes that it would not be in the best 29 interest of the Project to make an award to that Bidder, whether because the Bid is 30 not responsive or the Bidder is unqualified or of doubtful financial ability or fails to 31 meet any other pertinent standard or criteria established by City. City also reserves 32 the right to waive informalities not involving price, contract time or changes in the 33 Work with the Successful Bidder. Discrepancies between the multiplication of units 34 of Work and unit prices will be resolved in favor of the unit prices. Discrepancies 35 between the indicated sum of any column of figures and the correct sum thereof will 36 be resolved in favor of the correct sum. Discrepancies between words and figures 37 will be resolved in favor of the words. 38 39 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists 40 among the Bidders, Bidder is an interested party to any litigation against City, 41 City or Bidder may have a claim against the other or be engaged in litigation, 42 Bidder is in arrears on any existing contract or has defaulted on a previous 43 contract, Bidder has performed a prior contract in an unsatisfactory manner, or 44 Bidder has uncompleted work which in the judgment of the City will prevent or 45 hinder the prompt completion of additional work if awarded. 46 CITY OF FORT WORTH Sanitary Sewer CIPP Contract 2019 STANDAPI] CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101361 Revised August, 2015 0021 13 - 9 INSTRUCTIONS TO BIDDERS Page 9 of I 17.2. City may consider the qualifications and experience of Subcontractors, ,Suppliers, and 2 other persons and organizations proposed for those portions of the Work as to which 3 the identity of Subcontractors, Suppliers, and other persons and organizations must 4 be submitted as provided in the Contract Documents or upon the request of the City. 5 City also may consider the operating costs, maintenance requirements, performance 6 data and guarantees of major items of inaterials and equipment proposed for 7 incorporation in the Work when such data is required to be submitted prior to the 8 Notice of Award. 10 17.3 11 12 13 14 15 16 17 18 City may conduct such investigations as City deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications, and financial ability of Bidders, proposed Subcontractors, Suppliers and other persons and organizations to perform and furnish the Work in accordance with the Contract Documents to City's satisfaction within the prescribed time. 17.4. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. 19 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and 20 responsive Bidder whose evaluation by City indicates that the award will be in the 21 best interests of the City. 22 23 17.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not award 24 contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than 25 the lowest bid submitted by a responsible Texas Bidder by the same amount that a 26 Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a 27 comparable contract in the state in which the nonresident's principal place of 28 business is located. 29 30 17.7. A contract is not awarded until formal City Council authorization. If the Contract is 31 to be awarded, City will award the Contract within 90 days after the day of the Bid 32 opening unless extended in writing. No other act of City or others will constitute 33 acceptance of a Bid. Upon the contractor award a Notice of Award will be issued by 34 the City. 35 36 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 37 38 18. Signing of Agreement 39 When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the 40 required number of unsigned counterparts of the Agreement. Within 14 days thereafter 41 Contractor shall sign and deliver the required number of counterparts of the Agreement to 42 City with the required Bonds, Certificates of Insurance, and all other required documentation. 43 City shall thereafter deliver one fully signed counterpart to Contractor. 44 45 46 47 END OF SECTION CITY OF FORT WORTH Sanitary Sewer C1PP Contract 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101361 Revised August, 2015 003513-1 CONFLICT OF INTEREST AFFIDAVIT Page I of i I SECTIM 00 3S 13 2 CONFLICT OF INTEREST AFFIDAVIT 3 4 Each bidder, offeror, or respondent (hereinafter also referred to as "you`) to a City of 5 Fort Worth (also referred to as "City" j procurement are required to complete Conflict of 6 Interest Questionnaire (the attached CIQ Form) and Local Government Officer Conflicts 7 Disclosure Statement (the attached CIS Form) below pursuant to state law. This affidavit 8 will certify that the Bidder has on file with the City Secretary the required documentation 9 and is eligible to bid on City Work. The referenced forms may be downloaded from the 1 o website links provided below. 11 12 http://ww.ethics.state.t>Lus&rmsjCIQ.pdf I3 14 http://www.ethig5.,c&te.tK.us/fbrms/CIS.pdf 15 16 CIQ Form is on file with City Secretary 17 18 0 CIQ Form is being provided to the City Secretary 19 20 0 CIS Form is on File with City Secretary 21 22 CIS Form is being provided to the City Secretary 23 24 25 26 BIDDER, 27 28 PM Construction & Rehab, LLC dba IPR South Central By, Greg Baggett 29 Company Please Print) 30 31 131 N. Richey Street Signature: 32 Address 33 34 Pasadena, TX 77506 Title: Corporate Controller 35 City/State/Zip (Please Print) 36 37 38 END OF SECTION CITY OF FORT WORTH Sanitary Sewer CIPP Contract 2019 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101361 Revised March 27, 2012 comrLICT OF MTEREST QUESTE®HMANNE F®HM For vendor doing business with local governmental entity This questionnaire reflects changes made to the law by H.13. 23, 84th Leg., Regular Session. OFFICE USE ONLY This questionnaire is being filed in accordance with Chapter 176, Local Government Code, by a vendor who Date Received has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the vendor meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 71h business day after the date the vendor becomes aware of facts that require the statement to be filed. See Section 176.006(a-1), Local Government Code. A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code. An offense under this section is a misdemeanor. t Dame of vendor who has a business relationship with local governmental entity. PM Construction & Rehab, LLC dba PR South Central 2 ❑ Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which you became aware that the originally filed questionnaire was incomplete or inaccurate.) $ Name of local government officer about whom the information is being disclosed. None Name of Officer 4 Describe each employment or other business relationship with the local government officer, or a family member of the officer, as described by Section 176.003(a)(2)(A), Also describe any family relationship with the local government officer. Complete subparts A and B for each employment or business relationship described. Attach additional pages to this Form CIO as necessary. N/A A_ Is the local government officer or a family member of the officer receiving or likely to receive taxable income, other than investment income, from the vendor? Yes F] No NIA B. Is the vendor receiving or likely to receive taxable income, other than investment income, from or at the direction of the local government officer or a family member of the officer AND the taxable income is not received from the local governmental entity? Yes F-1 No N/A 5 Describe each employment or business relationship that the vendor named in Section 1 maintains with a corporation or other business entity with respect to which the local government officer serves as an officer or director, or holds an ownership interest of one percent or more. None 6 ❑Check this box if the vendor has given the local government officer or a family member of the officer one or more gifts as described in Section 176.003(a)(2)(B), excluding gifts described in Section 176.003(a-1)_ 7 June 12, 2018 a re vendor doing business with the governmental entity Date Farm provided by Texas Ethics Commission www.ethics.state.tx.us Revised 11/30/2015 For vendor doing business with 6ocai governmental entity A complete copy of Chapter 176 of the Local Government Code maybe found at http://www.statutes.tegis.state.tx.us/ Docs/LG/htm/LG.176.htm. For easy reference, below are some of the sections cited on this form. Local Government Code § 176.001 1-a : "Business relationship" means a connection between two or more parties based on commercial activity of one of the parties. The term does not include a connection based on. (A) a transaction that is subject to rate or fee regulation by a federal, state, or local governmental entity or an agency of a federal, state, or local governmental entity; (B) a transaction conducted at a price and subject to terms available to the public; or (C) a purchase or lease of goods or services from a person that is chartered by a state or federal agency and that is subject to regular examination by, and reporting to, that agency. Local Government Code § 176.003 a 2 A and : (a) A local government officer shall file a conflicts disclosure statement with respect to a vendor if: (2) the vendor: (A) has an employment or other business relationship with the local government officer or a family member of the officer that results in the officer or family member receiving taxable income, other than investment income, that exceeds $2,500 during the 12-month period preceding the date that the officer becomes aware that (i) a contract between the local governmental entity and vendor has been executed; or (ii) the local governmental entity is considering entering into a contract with the vendor; (B) has given to the local government officer or a family member of the officer one or more gifts that have an aggregate value of more than $100 in the 12-month period preceding the date the officer becomes aware that: (i) a contract between the local governmental entity and vendor has been executed; or (ii) the local governmental entity is considering entering into a contract with the vendor. Local Government Code § 176.006(a) and (a-1) (a) A vendor shall file a completed conflict of interest questionnaire if the vendor has a business relationship with a local governmental entity and: (1) has an employment or other business relationship with a local government officer of that local governmental entity, or a family member of the officer, described by Section 176.003(a)(2)(A); (2) has given a local government officer of that local governmental entity, or a family member of the officer, one or more gifts with the aggregate value specified by Section 176.003(a)(2)(B), excluding any gift described by Section 176.003(a-1); or (3) has a family relationship with a local government officer of that local governmental entity. (a-1) The completed conflict of interest questionnaire must be filed with the appropriate records administrator not later than the seventh business day after the later of: (1) the date that the vendor: (A) begins discussions or negotiations to enter into a contract with the local governmental entity; or (B) submits to the local governmental entity an application, response to a request for proposals or bids, correspondence, or another writing related to a potential contract with the local governmental entity; or (2) the date the vendor becomes aware: (A) of an employment or other business relationship with a local government officer, or a family member of the officer, described by Subsection (a); (B) that the vendor has given one or more gifts described by Subsection (a); or (C) of a family relationship with a focal government officer. Form provided by Texas Ethics Commission www.ethfcs.stateJx.us Revised 11/30/2015 DOES NOT APPLY LOCAL GOVERNMENT OFFICER FORM US CONFLtiCTS DISCLOSURE STATEMENT (Instructions for completing and filing this form are provided on the next page.) This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session. OFFPCE USE ONLY This is the notice to the appropriate local governmental entity that the following local government officer has become aware of facts that require the officer to file this statement Date Received in accordance with Chapter 176, Local Government Code. 1 Dame of Local Government Officer 2 Office Meld 3 Name of vendor described by Sections 176.001(7) and 176.003(a), Local Government Code a Description of the nature and eirtent of each employment or other business relationship and each family relationship with vendor named in item 3. 5 List gifts accepted by the local government officer and any family member, if aggregate value of the gifts accepted from vendor named in item 3 exceeds $100 during the 12-month period described by Section 176.003(a)(2)(f3), Date Gift Accepted Description of Gift Date Gift Accepted Description of Gift Date Gift Accepted Description of Gift (attach additional forms as necessary) 6 AFFIDAVIT I swear under penalty of perjury that the above statement is true and correct. I acknowledge that the disclosure applies to each family member (as defined by Section 176.001(2), Local Government Code) of this local government officer. I also acknowledge that this statement covers the 12-month period described by Section 176.003(a)(2)(B), Local Government Code. Signature of Local Government Officer AFFIX (VOTARY STAMP / SEAL ABOVE Sworn to and subscribed before me, by the said this the day of 20 , to certify which, witness my hand and seal of office. Signature of officer administering oath Printed name of officer administering oath Title of officer administering oath Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 11/30/2015 Section 176.003 of the Local Government Code requires certain focal government off icors to file this form. A "local government officer" is defined as a member of the governing body of a local governmental entity; a director, superintendent, administrator, president, or other person designated as the executive officer of a local governmental entity; or an agent of a local governmental entity who exercises discretion in the planning, recommending, selecting, or contracting of a vendor. This form is required to be filed with the records administrator of the local governmental entity not laterthan 5 p.m. on the seventh business day after the date on which the officer becomes aware of the facts that require the filing of this statement. A local government officer commits an offense if the officer knowingly violates Section 176.003, Local Government Code. An offense under this section is a misdemeanor. Refer to chapter 176 of the Local Government Code for detailed information regarding the requirement to file this form. INSTRUCTIONS FOR COMPLETING THIS FORM The following numbers correspond to the numberedboxes on the other side. 1. Name of Local Government Officer. Enter the name of the focal government officer filing this statement 2. Office Held, Enter the name of the office held by the local government officer filing this statement. 3. Name of vendor described by Sections 176.001(7) and 176.003(a), Local Government Code. Enter the name of the vendor described by Section 176.001(7), Local Government Code, if the vendor: a) has an employment or other business relationship with the local government officer or a family member of the officer as described by Section 176.003(a)(2)(A), Local Government Code; b) has given to the local government officer or a family member of the officer one or more gifts as described by Section 176.003(a)(2)(B), Local Government Code; or c) has a family relationship with the local government officer as defined by Section 176.001(2-a), Local Government Code. 4. Description of the nature and extent of each employment or other business relationship and each family relationship with vendor named in item 3. Describe the nature and extent of the employment or other business relationship the vendor has with the local government officer or a family member of the officer as described by Section 176.003(a)(2)(A), Local Government Code, and each family relationship the vendor has with the local government officer as defined by Section 176.001(2-a), Local Government Code. r. List gifts accepted, if the aggregate value of the gifts accepted from vendor named in item 3 exceeds $100. List gifts accepted during the 12-month period (described by Section 176.003(a)(2)(B), Local Government Code) bythe local government officer or family member of the officer from the vendor named in item 3 that in the aggregate exceed $100 in value. 6. Affidavit. Signature of local government officer. Local Government Code 6 176.001(2-a): "Family relationship" means a relationship between a person and another person within the third degree by consanguinity orthe second degree by affinity, as those terms are defined by Subchapter B, Chapter 573, Government Code. Local Government Code § 176.003(a)(2)(A): (a) A local government officer shall file a conflicts disclosure statement with respect to a vendor if: (2) the vendor: (A) has an employment or other business relationship with the local government officer or a family member of the officer that results in the officer or family member receiving taxable income, other than investment income, that exceeds $2,500 during the 12-month period preceding the date that the officer becomes aware that: (1) a contract between the local governmental entity and vendor has been executed; or (fi) the local governmental entity is considering entering into a contract with the vendor. Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 11/30/2015 as 41 00 BID FORM SECTION 00 41 00 BID FORM TO: The Purchasing Manager c/o: The Purchasing Division 200 Texas Street City of Fort Worth, Texas 76102 FOR: Sanitary Sewer CIPP Contract 2018 City Project No.: 101361 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this. Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive levels, or (c) to deprive City of the benefits of free and open competition. c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non-competitive levels. d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. 3. Prequalification CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Rdvised 20120327 101361 Bid Proposal Workbook (1) 004100 BID FORM The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. Water Improvements b. Paving 4. Time of Completion 4A . The Work will be complete for Final Acceptance within 365 days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work (and/or achievement of Milestones) within the times specified in the Agreement. 5. Attached to this Did The following documents are attached to and made a part of this Bid: a. This Bid Form, Section 00 41 00 b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form, Section 00 42 43 d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 e. MWBE Forms (optional at time of bid) f. Prequalification Statement, Section 00 45 12 g. Conflict of Interest Statement, Section 00 35 13. *If necessary, CIQ or CIS forms are to be provided directly to City Secretary h. Any additional documents that may be required by Section 12 of the Instructions to Bidders 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. Total Bid $3,199,245.00 7. Bid Submittal CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120327 101361_81d Proposal Workbook (1) This Bid is submitted on June 14, 2018 by the entity named below. Respectfully subm' e By. //' • r (Vignature) U gTg ga9geft (Printed Name) Title: Cd orate Controller Company: PM Constrbction & Rehab, LLC dba IPR x-M Censrai Corporate Seal: Address: 131 N. Ramey Street Pasadena, TX 77506 State of Incorporation: Tennessee (Srxleulgrp�;;�;;=;� Email:, Phone: 832 252-4807 END OF SECTION 0041 00 BID FORM Page 10 of 14 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Farm Revised 20120327 101361_Bid Proposal Workbook (1 ) SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID 004243 BIDPROPOSA€. Page 1 aC6 Bidder's application Project Item Information Bidders Proposal Bid List Item SpeciFicatien NO. Section 3vO. Bid Quantity Unit of Measurement Description Unit Price Bid Value 1 33 31 12 2,000 LF 6 inch X 4.5 m`m CIPP ` hi rt r � z t Dollar t9 Cents $ 3 i $ -m, 2 3331 12 8,000 LF 8 inch x 6.0 mra CIPP F!ye Dollar A$�/13V 0 00 -Ott 3 333112 500 LF 10 inch x 6.0 mm CIPP ` h1 ri Y six Dollar _iF e.rd Cents 36 4 33 31 12 500 LF 12 inch x 6.0 min CIPP aro 'Cye Dollar aV o Cents $ } 5 33 31 12 500 LF 15 inch x 7.5 mm CIPP 6 3331 12 500 LF 18 inch x 9.0 mm CIPP �! ���i✓ �l�1/� Do[Iar V Cents 7 33 1220 500 LF 21 inch x 9.0 mm CIPP Dollar C) Cea15 $ -7d %lJ -oo $ 37 IX s. 8 33 1220 3,000 LF 24 inch x 10.5 mm CIPP 1b�Dollar � 7 Cents $ PE r{ _00 �37g 60V-0 CITY OF FORT WORTH STANDARD CONSTRUCTION SPF.CIF€CATION DOCUMENTS Fo� Revised 20120120 101361 Sid P.F-.17Yo U< kAddcndw Nn,2.zts SECTION 00 42 33 PROPOSAL FORM UNIT PRICE BID 00 42 43 BID PROPOSAL Poge 2 of6 Bidder's Application Project Item Information Bidder's Proposal Bid List Item No. Specification Section No. Bid Quantity Unit of Measurement Description Unit Price Bid Value 9 33 1230 2,000 LF 30 inch x 12 mm CIPP 0 q �I't�JgeCr icl _ Dollar F Tl Cents $ 10 33 05 16 2,000 LF 39 inch x 12.00 mm CIPP (�� � �Iei � Ylf�llCl G 1 1� Aallar Cents $ -of) $ 60, 000 -0 11 33 05 16 1,000 LF 8 inch CIPP Additional 1.5 mm thickness 0Ae Dollar _... �._ Cents $ $ 0010 _ct 12 33 12 60 500 LF 10 & 12 inch CIPP Additional 1.5 mm thickness C Dollar Cents 13 33 1240 S00 LF IS & l8 inch CIPP Addigo�nal I.5 mm thickness U,1 Q Dollar `(-wo Cents $ j p $ SOO _44) 14 331225 1,500 LF 21 & 24 inch CIPP Additional 1.5 mm thickness AW, Dollar Cents $ (jv $ P 5Ci/� 7, Cc)) -: " 15 024114 1,500 LF 27 inch CIPP Additional 1.5 mm thickness j Dollar Cants $ $ 7,500 -00 16 02 41 14 1,500 LF 30 inch CIPP Additional 1.5 mm thickness EyIqh Dollar Cents®lACJ pp���yy �fr -vli 17 0241 14 10,000 LF 6 to 8 inch Clean and TV Sanitary Seiver Dollar Cents CITY OF FORT 1VORTH STANDARD CONSTRUCTION SPHCIFICATioN DocumENTS Farm Rcviscd20120120 101361_i3id Pmparal Wmk6ouk Addendum :lo.2xls SECTION 00 42 43 PROPOSAL. FORM UNIT PRICE BID OD 4243 E[D PROPOSAL P.Z. 3 or6 Bidder's Application Project Item Information Bidder's Proposal Bid List Item No. Specification Section No. Bid Quantity Unit of Measurement description Unit Price Bid Value 18 02 41 14 2,000 LF 10 to 12 inch Clean and TV Sanitary Server f r0 (4 Dollar ? ee rj Cents $ tq V0 $ 00o _0, 19 02 41 14 800 LP 15 to 18 inch Clean and TV Sanitary Scwer /IJ(z Dollar Cents _ $ $� 20 0241 14 3,500 LF 21 to 24 inch Clean and TV Sanitary Sewer � } Dollar Cents $ 21 33 31 12 2,000 LF 27 inch Clean and TV Sanitary Server Cents $ LPG $ s`U 22 3331 12 2,000 LF 30 inch Cfean and TV Sanitary Server T! I & Ve Dollar ?,CrU Cents $ _00 $ )l 000 23 33 04 50 1,000 LF Root Removal r Dollar Cents � � $ _� $ U0�)-00 24 33 04 50 100 LF Other remote obtmetion removal T /V f—H 0 Ae Dollar -Ttn/�fl�` �"% �� CeNs j $ 11j �Ss I't) 25 3303 10 90 Day Operate 4 inch Bypass Pumping System i wo 141A sue['d F/FJ�LDollar ► �fJro Cents Aso $ 26 3303 10 90 Day Operate 6 inch Bypass Pumping System Dollar � 6 d1 _60 , 31, Soo - CITY OF FORTWORTH STANDARD CONSTftUCT[ONSPECINCAT[ON DOCUMENTS Pane Raviwd 20120120 101361 Rid Pmposaf WorhmIM&-nd—No.2.a[s SECTION 00 42 43 PROPOSAL FOEdivt UNIT PRICE BID 00 42 43 BIDPROPOSAL Pagc 4 0r6 Bidder's Application Project Item Information Bidder's Proposal Bid List Item Specification Unit of No_ Section No. Bid Quantity Measurement Description Unit Price Bid Value 27 3303 10 90 Day Operate S inch Bypass Pumping System 1 W o TKOUSAW) t,,,to F1 '1`�Do11a€ 1�&o Cents 3 27 — (jbe S 29 33 03 10 90 Day Operate 12 inch Bypass Pumping System Cents j� o0 29 25 EA Traffic Control —Design and Install 1 �i�c�SrE?�� �lu��111'�r'j� D 11ar 30 3339 10 25 EA 4 foot ManholeFOOR l� trOOI(ANO VE Dollar 7_�zo Cents 31 3339 10 5 EA 5 foot Manhole f � fTj6()SA-J-,jf) Dollar 6+ 32 33 39 30 5 EA 4 foot Fiberglass Manhole `j7 i `7B tt�U �?D 71r� 19d 117ktla Dollar + Coots S % S 010,0 r { i ij 014 33 333930 5 EA 5 foot Fiberglass Manhole FDUR i f-t43j)- T4NO y/ rn*11D�D Dollar g3 7_t_:7jz0 Cents ®k 9 S_ Q0 ` 2-9 1 34 33 39 40 15 EA Wastewater Access Chamber (WAC) J_H Pew TH O tlS AH P Dollar �i fl Centsis -3) DCi 17 :P $ 4, '-) o ba 35 333910 25 VF 4 foot Manhole Rehabilitation Tk rye e F�F7 T Dollar 0 CITYOF FORTIVORTR STANOARO CON5TAUCTIOMSPECIF[CATION DOCUMENTS r.— Revi.d 20120120 101361_aid Pmposa[ Wo�LbwL Addc.dm, No.2.sls SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID 0042 4s BID PROPOSAL Pas.S of(. ]bidder's Application Project Item Information Bidders Proposal Bid Listitem No. Specification Section No. Bid Quantity Unit of Measurement Description Unit Price Bid Value 36 33 39 10 10 VF 5 foot Manhole Rehabilitation Cents b �1 5 35 _ r� >a S r t $ _ 37 33 39 60 200 VF Epoxy Manhole Liner (Spectra Shield or Warren Eavirom S=lli�:� �; t�r�r•�i�i ��`i�Dollar Go % Cents b $ 38 32 U 117 2,000 LP Permanent Asphalt Paving Repair Dollar eA- -4 d- Cents $ 4b -0 39 320118 2,000 T,F TemporaryAsphaltPavingRepair Dollar P/C3 Cents $ 1 $ 4 t% 40 32 13 13 500 SY 6 inch Concrete Payment Repair 41 33 05 A !0 EA Manhole Adjustment, Minor � ""'' ]j Cents G0 $� ,) ac7 $ d Ott 42 33 05 14 10 EA Manhole AdjustmenE Major w/Cover t poem p ark f'6�d`i 13 1ar ^ i) Ulm Cents $ t- �� 3 y $ d JE cw ra. 43 33 05 17 50 EA Concrete Collar � � ����� � 1�h y mm Cents 5�s y� i, Z! 4 � $ $ l 44 33 31 50 2,500 EA 4 inch Service Reistatement for CIPP OeHDollar tt `�`�0 _ 8,21 •�i `��0 _ CITY OF FORT WORTH STANDARD CONS€RFICTIONSPECIFICATION DOCUMENTS Pnrni Roviscd 20I20120 10136I_Did Proposal WorLbook Add-d— Na2.sts NIT PRICE BID SECTION 00 42 43 PROPOSAL FORM Project Item Information 00 42 43 DWROPOSAL Page60r6 Bidder's Application Diddefs Proposal Bid List Item Specification No. Section No. Unit of Bid Quantity Measurement Desorption unit Price Bid Value 45 33 31 50 50 EA 6 inch Service Reistatement for CIPP Dollar �]� (sE�LLi Cents 46 50 BA Street Use Permit (TPW) Pre bid Item �Do[Iar Cents $ 75.00 $ 3,750,00 47 33 01 31 5,000 LF Post CCTV Inspection of Sewer Line with CIPP 411 Dollar art Q�V Cents $ oA $ � Q(,`o _ t} 48 33 01 31 1,000 LF Pre CCTV Inspection for Sewer line as indicated by Engineer .�YT`V�-�� j DOltflr Cents $ S 49 33 01 30 50 EA Manhole—V}accuuum Testing e- Cents 50 33 31 22 I00 LF 6-I2 inchSSciver Pipe, Point �-t wj �Dollar Z� p) pU eAx Cents ��� �J 3o,001) $ _ �n _ 51 33 31 22 200 LF 18 24 inch Sciver,,Piipe, Point Rep�aiir -- �!�,j jhffyDollar b -h/L �7W Cents 52 33 31 22 200 LF 24 30 inch Sewer Pipe, Point Repair �ee�—U,2 Dents 01eco Z- $ J-� $ 53 33 39 10 100 VF 4 foot E - eep M n Idle i Dollar p py�y 00 � Cents S TVv $ i ��� 54 33 39 10 10 VF 5 foot , eeplvlar} le Dollar pJ i1 �� Cents $ 1 L/ - $ 55 33 39 30 10 VF 4 €oat E ep Fiber 1 Ma ole {%`3i7 �n Dollar o CC) 7 ��d Cents $ $ G - 55 33 39 30 10 VF 5 foot Extra eep Piper ss Whole yIiGi FL ,_7 Dollar yy�� 0-0 Cents $ 300 - �J $ & ODD _ 56 33 39 30 1 LS Co rctlon Allot a m Prebid item �1'{�i t' Dollar S 75,000.00 $ 75,000.00 / Cents Sanitag Sewer CIPP Total $ �; 1 `1q ZJ Ll!�; (��-f+78,150.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Farm R"i=d2GI20120 I013GI_Bid Napes MWa,kb0 kAddrnd-, No.2_.1. SECTION 00 4313 BID BOND KNOW ALL RV THESE PRESENTS: Sid Bond Farm 810 BOND Page 1 at 1 -hat we, (Bidder blame PM Construction & Rehab, LLC dba IPR South Contra] einafter called the Principal, and (Surety Nar Arch Insurance Company a corporation or firm duly authorized to transact surety business in the State of Texas, hereinafter called the Surety, are held and firmly bound - unto the City, hereinafter called the Obligee, in the sum of Five Percent of Amount Bid and No/100 Dollars ($ 5% .00), the payment of which sum will be well and truly made and the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firm by these presents. WHEREAS, the Principal has submitted a proposal to perform work for the following project of the Obligee, identified as Sanitary Sewer CIPP Contract 2018 NOW, THEREFORE, if the Obligee shall award the Contract for the foregoing project to the Principal, and the Principal shall satisfy all .requirements and conditions required for the execution of the Contract and shall enter into the Contract in writing with the Obligee in accordance with the terms of such proposal, then this bond shall be null and void. If the Principal fails to execute such Contract in accordance with the terms of such proposal or fails to satisfy all requirements and conditions required for the execution of the Contract in accordance with the proposal or fails to satisfy all requirements and conditions required for the execution of the Contract in accordance with the proposal, this bond shall become the property of the Obligee, without recourse of the Principal and/or Surety, not to exceed the penalty hereof, and shall be used to compensate Obligee for the difference between Principal's Total Bid Amount and the next selected Bidder's Total Bid Amount. SIGNED this 4th day of June , 2018, PM Construction & Rehab, LLC dba IPR South Central By: qr_� 'By: Arch Insurance Company Fact) Victoria P. Parkerson *Attach Power of Attorney (Surety) for Attorney -in -Fact Impressed Surety Seal Only END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20110627 Bid Bond Form - See tab at b0om SURPATH 2017 This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Mot valid for Note, Loan, Letter of Credit, Currency Rate, Interest Rafe or Residential Value Guarantees. Know All Persons By These Presents: That the Arch Insurance Company, a corporation organized and existing under the laws of the State of Missouri, having its principal administrative office in Jersey City, New Jersey (hereinafter referred to as the "Company") does hereby appoint: Victoria P. Parkerson its true and lawful Attorney- in -Fact, to make, execute, seal, and deliver from the date of issuance of this power for and on its behalf as surety, and as its act and deed: Any and all bonds, undertakings, recognizances and other surety obligations. Surety Bond Number: NIA Principal: PM Construction & Rehab, LLC dba iPR South Central Obligee: City of Fort Worth This authority does not permit the same obligation to be split into two or more bonds In order to bring each such bond within the dollar limit of authority as set forth herein. The execution of such bonds, undertakings, recognizances and other surety obligations in pursuance of these presents shall be as binding upon the said Company as fully and amply to all intents and purposes, as if the same had been duly executed and acknowledged by Its regularly elected officers at its principal administrative office in Jersey City, New Jersey. This Power of Attorney is executed by authority of resolutions adopted by unanimous consent of the Board of Directors of the Company on September 15, 2011, true and accurate copies of which are hereinafter set forth and are hereby certified to by the undersigned Secretary as being in full force and effect: "VOTED, That the Chairman of the Board, the President, or the Executive Vice President, or any Senior Vice President, of the Surety Business Division, or their appointees designated in writing and filed with the Secretary, or the Secretary shall have the power and authority to appoint agents and attorneys -in -fact, and to authorize them subject to the limitations set forth in their respective powers of attorney, to execute on behalf of the Company, and attach the seal of the Company thereto, bonds, undertakings, recognizances and other surety obligations obligatory in the nature thereof, and any such officers of the Company may appoint agents for acceptance of process." This rower of Attorney Is signed, sealed and certified by facsimile under and by authority of the following resolution adopted by the unanimous consent of the Board of Directors of the Company on September 15, 2011: VOTED, That the signature of the Chairman of the Board, the President, or the Executive Vice President, or any Senior Vice President, of the Surety Business Division, or their appointees designated in writing and filed with the Secretary, and the signature of the Secretary, the seal of the Company, and certifications by the Secretary, may be affixed by facsimile on any power of attorney or bond executed pursuant to the resolution adopted by the Board of Directors on September 15, 2011, and any such power so executed, sealed and certified with respect to any bond or undertaking to which it is attached, shall continue to be valid and binding upon the Company. OOMLOO13 00 03 03 Page 1 of 2 Painted in U.S.A. SURPATH 2O17 In Testimony Whereof, the Company has caused this instrument to be signed and its corporate seal to be affixed by their authorized officers, this 4th day of June , 2018 Attested and Certified CORPORATE SEAL 1991 Patrick K. Nails, Secretary Missouri STATE OF PENNSYLVANIA SS COUNTY OF PHILADELPHIA SS Arch Insurance Company ��l �44 (jj__ David M. Finkelstein, Executive Vice President I, Michele Tripodi, a Notary Public, do hereby certify that Patrick K. Nails and David M. Finkelstein personally known to me to be the same persons whose names are respectively as Secretary and .Executive Vice President of the Arch Insurance Company, a Corporation organized and existing under the laws of the State of Missouri, subscribed to the foregoing instrument, appeared before me this day in person and severally acknowledged that they being thereunto duly authorized signed, sealed with the corporate seal and delivered the said instrument as the free and voluntary act of said corporation and as their own free and voluntary acts for the uses and purposes therein set forth, COUMORWEALM4 OFFENNUYL.VAMPA MARX SEAL A1ICHELE.7RIPOD), R01WPubllc City ofPhgzdetphis, PhRa. Cowly l.Ly Commission ExpEreg,lulp 31.34it CERTIFICATION Michele Tripodi, Notary Public My commission expires 07/31/2021 I, Patrick K. Nails , Secretary of the Arch Insurance Company, do hereby certify that the attached Power of Attorney dated June 4, 2018 on behalf of the person(s) as fisted above is a true and correct copy and that the same has been in full force and effect since the date thereof.and is in full force and effect on the date of this certificate; and I do further certify that the said David M. Finkelstein, who executed the Power of Attorney as Executive Vice President, was on the date of execution of the attached Power of Attorney the duly elected Executive Vice President of the Arch Insurance Company. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the Arch Insurance Company on this 4th day of June , 20"18 Patrick K. Nails, Secretary This Power of Attorney limits the acts of those named therein to the bonds and undertakings specifically named fherein and they have no authority to bind the Company except in the manner and to the extent herein stated. PLEASE SENT) ALL CLAIM INQUIRIES RELATING TO THIS BOND TO THE FOLLOWING ADDRESS; Arch Insurance --Surety Division 3 Parkway, Suite 1500 cllissouri Philadelphia, PA 19102 OOMLOO13 00 03 03 Page 2 of 2 Printed in U.S.A. IMPORTANT NOTICE TO ALL TEXAS POLICYHOLDERS IMPORTANT NOTICE AVISO IMPORTANTE To obtain information or make a complaint_ ou may call Arch Insurance Group's toll -free telephone number for information or to make a complaint at. 1-866a413-5550 You may also write to Arch insurance Group at; Arch Insurance Group Harborsfde 3 210 Hudson Street, Suite 300 Jersey City, NJ 073111-1107 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-200-252-3439 You may write the Texas Department of Insurance: P.O. Sox 149091 Austin, TX 78714-9091 Fax: (512) 490-1007 Web: http://www.tdi.texas.gov E-mail: ConsurnerProtection@tdLtexes.gov PREMIUM OR CLAIM DISPUTES, Should you have a dispute concerning your premium or about a claim you should contact the Arch Insurance Group first, If the dispute is not resolved, you may contact the Texas Department of insurance. ATTACH THIS NOTICE TO YOUR POLICY-, This notice'; is for information only and does not become a part or condition of the attached document. Para obtener information o pars someter urea queja: Usted Puede Ilarriar a[ numero ate telefono gratis de Arch insurance Croup para informacion o Para somoter una queja al: 1-866-413-5560 misted fambi6n puede escribir a Arch insurance: Group', Arch Inaauvaruce Group Harborside 3 210 Hudson Street, Suite 300 Jerseys City, NJ 07311-1107 Puade comunicarse con el Departamento de Saguros de Tetras Para obtener informac on acerca de companies, coberturas, derechos o quejas al. 1-800-252-3439 Puede escribir al Departamento de Segures de Texas: K0, Box 149091 Austin, TX 78714-9091 Fax: (512) 490-1007 Web: http://www.tdi_texas.gov E-mail: ConsumerProt€ction@tdi.texas,gov DISPUTAS SOBRE PRIMAS 0 RECLAM®S., Si time una dispute concerniente a su prima o a un reclarno, debe comunicarse con al Arch Insurance Group prirnero. Si no se resuelve la dispute, puede entances cornunicarse con el departarrmento (TDI). UNA ESTE AVISO A 8I1 POI_IZA: Este aviso es solo Para proposito d€ informacion y no se convierte err parte o condition del documento adjunto. 00 ML0042 44 04 16 Page 1 of 1 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page 12 of 14 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident bidders in the State of State Here or Blank , our principal place of business, are required to be % Here percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of <. xa€e Hem or Btank , our principal place of business, are not required to underbid resident bidders. DI B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. BIDDER: PM Construction & Rehab, LLC By: Greg Baggett dba IPR South Central �i 131 N. Richey Street (Signature) Pasadena, TX 77506 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20110627 Title: Corporate Controller Date: June 12, 2018 101361_13id Proposal Workbook (1) 004511-I BIDDERS PREQUALIF'ICATIONs Page 1 of 3 SECTION 00 45 11 BIDDERS PREQUALIFICATIONS 1. Summary. All contractors are required to be prequalified by the City prior to submitting bids. To be eligible to bid the contractor must submit Section 00 45 12, Prequalification Statement for the work types) listed with their Bid. Any contractor or subcontractor who is not prequalified for the work type(s) listed must submit Section 00 45 13, Bidder Prequalification Application in accordance with the requirements below. The prequalification process will establish a bid limit based on a technical evaluation and financial analysis of the contractor. The information must be submitted seven (7) days prior to the date of the opening of bids. For example, a contractor wishing to submit bids on projects to be opened on the 7th of April )must file the information by the 31st day of March in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder's Prequalification Application, the following must accompany the submission. a. A complete set of audited or reviewed financial statements. (1) CIassified Balance Sheet (2) Income Statement (3) Statement of Cash Flows (4) Statement of Retained Earnings (5) Notes to the Financial Statements, if any b. A certified copy of the firm's organizational documents (Corporate Charter, Articles of Incorporation, Articles of Organization, Certificate of Formation, LLC Regulations, Certificate of Limited Partnership Agreement). c. A completed Bidder Prequalification Application. (1) The firm's Texas Taxpayer Identification Number as issued by the Texas Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification number visit the Texas Comptroller of Public Accounts online at the following web address www.window.state.tx.us/taxVcrmit/ and fill out the application to apply for your Texas tax ID. (2) The firm's e-mail address and fax number. (3) The firm's DUNS number as issued by Dun & Bradstreet. This number is used by the City for required reporting on Federal Aid projects. The DUNS number may be obtained at www.dnb.com. d. Resumes reflecting the construction experience of the principles of the firm for firms submitting their initial prequalification. These resumes should include the size and scope of the work performed. e. Other information as requested by the City. 2. Prequalification Requirements a. Financial Statements. Financial statement submission must be provided in accordance with the following: (1) The City requires that the original Financial Statement or a certified copy be submitted for consideration. CITY OF FORT WORTH Sanitary Server CIPP Contract 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101361 Revised July I, 2011 0045 11 -2 BIDDERS PREQUALIFICATIONS Page 2 of 3 (2) To be satisfactory, the financial statements must be audited or reviewed by an independent, certified public accounting firm registered and in good standing in any state. Current Texas statues also require that accounting firms performing audits or reviews on business entities within the State of Texas be properly licensed or registered with the Texas State Board of Public Accountancy. (3) The accounting firm should state in the audit report or review whether the contractor is an individual, corporation, or limited liability company. (4) Financial Statements must be presented in U.S. dollars at the current rate of exchange of the Balance Sheet date. (5) The City will not recognize any certified public accountant as independent who is not, in fact, independent. (6) The accountant's opinion on the financial statements of the contracting company should state that the audit or review has been conducted in accordance with auditing standards generally accepted in the United States of America. This must be stated in the accounting flrm's opinion. It should: (1) express an unqualifed opinion, or (2) express a qualified opinion on the statements taken as a whole. (7) The City reserves the right to require a new statement at any time. (8) The financial statement must be prepared as of the last day of any month, not more than one year old and must be on file with the City 16 months thereafter, in accordance with Paragraph 1. (9) The City will determine a contractor's bidding capacity for the purposes of awarding contracts. Bidding capacity is determined by multiplying the positive net working capital (working capital = current assets — current liabilities) by a factor of 10. Only those statements reflecting a positive net working capital position will be considered satisfactory for prequalification purposes. (10) In the case that a bidding date falls within the time anew financial statement is being prepared, the previous statement shall be updated with proper verification. Bidder Prequalif cation Application. A Bidder Prequalifcation Application must be submitted along with audited or reviewed financial statements by firms wishing to be eligible to bid on all classes of construction and maintenance projects. Incomplete Applications will be rejected. (1) In those schedules where there is nothing to report, the notation of "None" or "NIA" should be inserted. (2) A minimum of five (5) references of related work must be provided. (3) Submission of an equipment schedule which indicates equipment under the control of the Contractor and which is related to the type of work for which the Contactor is seeking prequalification. The schedule must include the manufacturer, model and general common description of each piece of equipment. Abbreviations or means of describing equipment other than provided above will not be accepted. 3. Eligibility to Bid a. The City shall be the sole judge as to a contractor's prequalification. b. The City may reject, suspend, or modify any prequalification for failure by the contractor to demonstrate acceptable financial ability or performance. c. The City will issue a letter as to the status of the prequalification approval. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 004511-3 BIDDERS PREQUALIFICATIONS Page 3 of 3 d. If a contractor has a valid prequalification letter, the contractor will be eligible to bid the prequalified work types until the expiration date stated in the letter. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 00 45 12 BID FORM Page 13 of 14 SECTION 00 46 12 PREQUALIFICATION STATEMENT Each Bidder for a City procurement is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date CIPP PM Conslruction & Rehab, t-I_C dba IPR South Central 1*11011"Piepw The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: PM Construction & Rehab, LLC BGreg Baggett dba IPR South Central rri1., 131 N. Richey Street (3ignature) Pasadena, TX 77606 !� Title: Corporate Controller Date: June 12, 2018. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120120 101361_Bid Proposal Workbook (1) FoRTWORTH SECTION 00 45 13 BIDDER PREQUALIFICATION APPLICATION Date of Balance Sheet Name under which you wish to qualify Post Office Box City Marls only one: Individual Limited Partnership General Partnership Corporation Limited Liability Company State Zip Code Street Address (required) City State Zip Code Telephone Fax Email Texas Taxpayer Identification No. Federal Employers Identification No. DUNS No. (if applicable) MAIL THIS QUESTIONAIRE ALONG WITH FINANCIAL STATEMENTS TO: CITY OF FORT WORTH TEXAS 1000 THROCKMORTON STREET FORT WORTH, TEXAS 76IO2.6311 AND MARK THE ENVELOPE: "BIDDER PREQUALIFICATION APPLICATION" 004513-2 BIDDER PREQUALIFICATION APPLICATION Page 2 of 8 BUSINESS CLASSIFICATION The following should be completed in order that we may properly classify your firth: (Check the block(s) which are applicable — Block 3 is to be leis blank if Block 1 and/or Block 2 is checked) Has fewer than 100 employees and/or Has less than $6,000,000.00 in annual gross receipts OR Does not meet the criteria for being designated a small business as provided in Section 2006.001 of the Texas Goverm-nont Code. The classification of your firm as a small or large business is not a factor in determining eligibility to become prequalified. MAJOR WORK CATEGORIES Water Department Augur Boring - 24-inch diameter casing and less Augur Boring - Greater than 24-inch diameter casing and greater Tunneling — 36-Inches — 60 —inches, and 350 LF or less Tunneling - 36-luches -- 60 --inches, and greater than 350 LF Tunneling— 66" and greater, 350 LF and greater Tunneling — 66" and greater, 350 LF or Less Cathodic Protection Water Distribution, Development, 8-inch diameter and smaller Water Distribution, Urban and Renewal, 8-inch diameter and smaller Water Distribution, Development, 12-inch diameter and smaller Water Distribution, Urban and Renewal, 12-inch diameter and smaller Water Transmission, Development, 24-inches and smaller Water Transmission, Urban/Renewal, 24-inches and smaller Water Transmission, Development, 42-inches and smaller Water Transmission, Urban/Renewal, 42-inches and smaller Water Transmission, Development, All Sizes Water Transmission, Urban/Renewal, All Sizes Sewer Bypass Pumping, 18-inches and smaller Sewer Bypass Pumping, 18-inches — 36-inches Sewer Bypass Pumping 42-inches and larger CCTV, 8-inches and smaller CCTV, 12-inches and smaller CCTV, 18-inches and smaller CCTV, 24-inches and smaller CCTV, 42-inches and smaller CCTV, 48-inches and smaller CITY OF FORT WORTH Sanitary Server CIPP Contract 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Na. 101361 Revised December 20, 2012 004513-3 BIDDER PREQUALIFICATION APPLICATION Page 3 of 8 MAJOR WORK CATEGORIES, CONTINUED Sewer CIPP, 12-inches and smaller Sewer CIPP, 24-inches and smaller Sewer CIPP, 42-inches and smaller Sewer CIPP, All Sizes Sewer Collection System, Development, 8-inches and smaller Sewer Collection System, Urban/Renewal, 8-inches and smaller Sewer Collection System, Development, 12-inches and smaller Sewer Collection System, Urban/Renewal, 12-inches and smaller Sewer Interceptors, Development, 24-inches and smaller Sewer Interceptors, Urban/Renewal, 24-inches and smaller Sewer Interceptors, Development, 42-inches and smaller Sewer Interceptors, Urban/Renewal, 42-inches and smaller Sewer Interceptors, Development, 48-inches and smaller Sewer Interceptors, Urban/Renewal, 48-inches and smaller Sewer Pipe Enlargement 12-inches and smaller Sewer Pipe Enlargement 24-inches and smaller Sewer Pipe Enlargement, All Sizes Sewer Cleaning, 24-inches and smaller Sewer Cleaning, 42-inebes and smaller Sewer Cleaning, All Sizes Sewer Cleaning, 8-inches and smaller Sewer Cleaning, 12-inches and smaller Sewer Siphons 12-inches or less Sewer Siphons 24-inches or less Sewer Siphons 42-inches or Iess Sewer Siphons All Sizes Transportation Public Works Asphalt Paving Construction/Reconstruction (LESS THAN 15,000 square yards) Asphalt Paving Construction/Reconstruction (15,000 square yards and GREATER) Asphalt Paving Heavy Maintenance (UNDER $1,000,000) Asphalt Paving Heavy Maintenance ($1,000,000 and OVER) Concrete Paving Construction/Reconstruction (LESS THAN 15,000 square yards) Concrete Paving Construction/Reconstruction (15,000 square yards and GREATER) Roadway and Pedestrian Lighting CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 00 45 l3 - 4 BIDDER PREQUALIFICATION APPLICATION Page 4 of 8 1. List equipment you do not own but which is available by renting I DESCRIPTION OF EQUIPMENT I NAME AND DETAILED ADDRESS OF OWNER j How many years has your organization been in business as a general contractor under your present name? List previous business names: 3. How many years of experience in had: construction work has your organization (a) As a General Contractor: (b) As a Sub -Contractor: 4. *What projects has your organization completed in Texas and elsewhere? CONTRACT AMOUNT CLASS OF WORK DATE COMPLETED LOCATION CITY -COUNTY- STATE NAME AND DETAILED ADDRESS OF OFFICIAL TO WHOM YOU REFER *If requalifying only show work performed since last statement. 5.Have you ever failed to complete any work awarded to you? If so, where and why? 6. Has any officer or owner of your organization ever been an officer of another organization that failed to complete a contract? If so, state the name of the individual, other organization and 7.14as any officer or owner of your organization ever failed to complete a contract executed in his/her name? If so, state the name of the individual, name of owner and CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 0045 13 - 5 BIDDER PREQUALIFICATION APPLICATION Page 5 of 8 9 In what other lines of business are you financially interested?. Have you ever performed any work for the City? If so, when and to whole do you refer?. 10. State names and detailed addresses of all producers from whole you have purchased principal materials during the last three years. NAME OF FIRM OR COMPANY i DETAILED ADDRESS I 11. Give the names of any affiliates or relatives currently debarred by the City. Indicate your relationship to this person or firm. 12. What is the construction experience of the principal individuals in your organization? NAME PRESENT POSITION OR OFFICE YEARS OF EXPERIENCE MAGNITUDE AND TYPE OF WORK IN WHAT CAPACITY 13. If any owner, officer, director, or stockholder of your firm is an employee of the City, or shares the same household with a City employee, please list the name of the City employee and the relationship. In addition, list any City employee who is the spouse, child, or parent of an owner, officer, stockholder, or director who does not live in the salve household but who receives care and assistance from that person as a direct result of a documented medical condition. This includes foster children or those related by adoption or marriage. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 004513-6 BIDDER PREQUALIFICATION APPLICATION Page 6 of 8 CORPORATION BLOCK PARTNERSHIP BLOCK If a corporation: Date of Incorporation Charter/File No. President Vice Presidents If a partnership: State of Organization Date of organization Is partnership general, limited, or registered limited liability partnership? File No. (if Limited Partnership) General Partners/Officers Secretary Treasurer Limited Partners (if applicable) LIMITED LIABILITY COMPANY BLOCK If a corporation: State of Incorporation Date of organization File No. Officers or Managers (with titles, if any) Individuals authorized to sign for Partnership Except for limited partners, the individuals listed in the blocks above are presumed to have full signature authority for your firm unless otherwise advised. Should you wish to grant signature authority for additional individuals, please attach a certified copy of the corporate resolution, corporate minutes, partnership agreement, power of attorney or other legal documentation which grants this authority. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 14. Equipment 004513-7 BIDDER PREQUALIFICATION APPLICATION Page 7 of 8 TOTAL ITEM QUANTITY ITEM DESCRIPTION BALANCESHEET VALUE 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 Various - TOTAL Similar tunes of equipment may be lumped together. if your firm has more than 30 tvnes of eauintnent_ you may show these 30 types and show the remainder as "various". The City, by allowing you to show only 30 types of equipment, reserves the right to request a complete, detailed list of all your equipment. The equipment list is a representation of equipment under the control of the firm and which is related to the type of work for which the firm is seeking qualification. In the description include, the manufacturer, model, and general common description of each. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 0045I3-8 BIDDER PREQUALIFICATION APPLICATION Page 8 of 8 BIIDIDER PREQUALIFICATION AFFIDAVIT STATE OF COUNTY OF The undersigned hereby declares that the foregoing is a true statement of the financial condition of the entity herein first named, as of the date herein first given; that this statement is for the express purpose of inducing the party to wham it is submitted to award the submitter a contract; and that the accountant who prepared the balance sheet accompanying this report as well as any depository, vendor or any other agency herein narned is hereby authorized to supply each party with any information, while this statement is in force, necessary to verify said statement. , being duly sworn, deposes and says that he/she is the of , the entity described in and which executed the foregoing statement that he/she is familiar with the books of the said entity showing its financial condition; that the foregoing financial statement taken from the books of the said entity as of the date thereof and that the answers to the questions of the foregoing Bidder Prequalification Application are correct and true as of the date of this affidavit. Firm Naine: Signature: Sworn to before me this day of Notary Public Notary Public must not be an officer, director, or stockholder or relative thereoL CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 20I2 7 4 5 6 7 9 9 10 II 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 00 45 26 -- 1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page I of I SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAIN Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides worker's compensation insurance coverage for all of its employees employed on City Project No. 02035. Contractor further certifies that, pursuant to Texas Labor Code, Section 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with worker's compensation coverage. CONTRACTOR. PM Construction & Rehab, LLC dba IPR South, Central By: Greg Baggett Company �egse Print) 131 N. Richey Street Signature: ' Address Pasadena, TX 77506 Title: City/State/Zip GEORGIA THE STATE OFF ROCKDALE COUNTY OFOMMW Corporate Controller (Please Print) BEFORE ME, the undersigned authority, on this day personally appeared Greg Baggett , known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as the act and deed of Corporate Controller for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN PNPER MY HAND AND SFAI OF OFFICE this--.. � 4 day of 20 ,. MhAl �)MMJ Notary Public and f the State of T-o �0 SOl\f J�] p a oneYa `s/lj �G 4 %% d' END OF SECTION y° tom. UNY a 0 0 4 r�®10#80g 00411,4"� CITY OF FORT WORTI4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 A, 004540-1 Minority Business Enterprise Specifications Page 1 of 2 SECTION 00 45 40 Minority Business Enterprise Specifications APPLICATION OF POLICY If the total dollar value of the contract is greater than $50,000, then a MBE subcontracting goal is applicable. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of all goods and services. All requirements and regulations stated in the City's current Business Diversity Enterprise Ordinance apply to this bid. MBE PROJECT GOALS The City's MBE goal on this project is 15% of the total bid value of the contract (Base bid applies to Parks and Community Services). .Dote: If both MBE and SBE subcontracting goals are established for this project, then an Offeror must submit both a MBE Utilization Form and a SBE Utilization. Form to be deemed responsive. COMPLIANCE TO BID SPECIFICATIONS On City contracts $50,000 or more where a MBE subcontracting goal is applied, Offerors are required to comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the following: I. Meet or exceed the above stated MBE goal through MBE subcontracting participation, or 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation, or 3. Good Faith Effort documentation, or; 4. Prime Waiver documentation. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Purchasing Division, within the following times allocated, in order for the entire bid to be considered responsive to the specifications. The OfteVo 811af1 deliver the i1 -BE doctimenlatioo in person to the appropriat-e emYloyee of the purchasing division and obtain a dawtiroe.r+eceipt. Such receipt shall lie evidence rhal the City iviceived the documentation in the time al located. A faxed and/or emailed copy will not be accepted. 1. Subcontractor Utilization Form, if received no later than 2:00 p.m., on the second City business goal is met or exceeded: day after the bid opening date, exclusive of the bid opening date. 2. Good Faith Effort and received no later than 2:00 p.m., on the second City business Subcontractor Utilization Form, if day after the bid opening date, exclusive of the bid opening participation is less than statedgoal: date. 3. Good Faith Effort and received no later than 2:00 p.m., on the second City business Subcontractor Utilization Form, if no day after the bid opening date, exclusive of the bid opening MBE participation: date. 4. Prime Contractor Waiver Form, received no later than 2:00 p.m., on the second City business if you will perform all day after the bid opening date, exclusive of the bid opening contracting/supplier work: date. CITY OF FORT WORTH Sanitary Sewer CIPP Contract 201 S STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101361 Revised June 9, 2015 00 45 40 - 2 Minority Business Enterprise Specifications Page 2 of 2 5. Joint Venture Form, if goal is met received no later than 2:00 p.m., on the second City business or exceeded. day after the bid opening date, exclusive of the bid opening date. FAILURE TO COMPLY WITH THE CITY'S BUSINESS DIVERSITY ENTERPRISE ORDINANCE WILL RESULT IN THE BID BEING CONSIDERED NON-RESONSIVE TO SPECIFICATIONS. FAILURE TO SUBMIT THE REQUIRED MBE DOCUMENTATION WILL RESULT IN THE BID BEING CONSIDERED NON -RESPONSIVE. A SECOND FAILURE WILL RESULT IN THE OFFEROR BEING DISQUALIFIED FOR A PERIOD OF ONE YEAR. THREE FAILURES IN A FIVE YEAR PERIOD WILL RESULT IN A DISQUALIFICAITON PERIOD OF THREE YEARS. 7 Any Questions, Please Contact The NMBE Office at (817) 212-2674. g END OF SECTION 10 11 CITY OF FORT WORTH Sanitary Sewer CIPP Contract 2018 STANDARD CONSTRUCTION SPECIFIC/iTION DOCUMENTS City Project No. 101361 Revised June 9, 2015 00 52 ,13 - 1 AgrcemMot Page I of 5 SECTION 00 52 43 AGREEMENT THIS AGREEMENT, authorized oil 06/16/20 is made by and between the City of Forth Worth, a Texas hooele rule municipality, acting by and through its duly authorized City Manager, ("City"), and PM Construction & Rehab, ITC, authorized to do business in Texas, acting by and through its duly authorized representative, ("Contractor"). City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORIi- Contractor shall complete all Work as specified or indicated in the Contract Doculnents for the Project identified herein. Article 2. PROJECT The project for which the Work wider the Contract Documents may be the whole or only a part is generally described as follows: Sanitary Sewer C17PP Conti -act 2018 City Proiect No. 101361 Article 3. CONTRACT PRICE City agrees to pay Contractor for performance of the Work in accordance with the Contract Documents an amount, in current funds, of One Million Dollars ($1,000,000.00). Article 4. CONTRACT TIME 4.1 Filial Acceptance. The Work will be complete for Final Acceptance within 365 days after tile, date when the Contract Time cornmences to run, as provided in Paragraph 2.03 of the General Conditions, plus any extension thereof allowed in accordance with Article 12 of the General Conditions. 4.2 Liquidated Damages Contractor recognizes that Hine is ofthe essence for completion of Milestones, if any, and to achieve Filial Acceptance of the Work and City will suffer financial loss if the Work is not completed within the times) specified in Paragraph 9.1 above. The Contractor also recognizes the delays, expense and difficulties involved in proving in a legal proceeding, the actual loss suffered by the City if the Work is not completed on time. Accordingly, instead of requiring any such proof, Contractor agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay City Tiour Hundred Twenty Dollars ($420.00) for each day that expires after the time specified in Paragraph 4.1 for Filial Acceptance until the City issues the Fival Letter of Acceptance. Article 5. CONTRACT DOCUMENTS 5.1 CONTENTS: A. The Contract Documents which comprise the entire agreement between City and Contractor concerning the Work consist of the following: CITY OF FOR'r WORT[ i Sanitary Sewer CIPP Contract 2019 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101361 Revised 09l0612019 005243-2 Agreement Page 2 of 5 1. This Agreement, 2. Attachments to this Agreement: a. Sid Form 1) Proposal Form 2) Vendor Compliance to State Law Non -Resident Bidder 3) Prequaiification Statement 4) State and Federal documents (prajeci specific) b. Current Prevailing; Wage Rate Table c. Insurance ACORD Forn](s) d. Payment Bond e. Performance Bond f. Maintenance Bond g. Power of Attorney for the Bonds h. Worker's Compensation Affidavit i. MBE and/or SBE Utilization Form 3. General Conditions. 4. Supplementary Conditions, 5. Specifications specifically made a part of the Contract Documents by attachment or, if not attached, as incorporated by reference and described in the Table of Contents of the Project's Contract Documents. 6. Drawings. 7. Addenda. 8. Documentation submitted by Contractor prior to Notice of Award. 9. The following which may be delivered or issued alter the Effective Date of the Agreement and, if issued, become an incorporated part of the Contract Documents; a. Notice to Procced. b. Field Orders. c. Change Orders. d. Letter of Final Acceptance. Article 6. I1VI ENINIFICATION 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its oven expense, the city, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licenses or invitees under this contract. This indemnification provision is specifically intended to operate and be effective even if it is alleeged or proven that all or some of the darnaees beine sought were caused, in whole or in part, by any act, omission or nenliaence of the_cCi. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the city in defending; against such claims and clauses of actions. CITY OIr FORT WORTH Sanitary &%yer CIRP Contract 2018 sTANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101361 Revised 09/06/2019 0052d3-3 Agreement Page 3 of 5 62 Contractor Covenants and agrees to indemnify and holtl harlilless, at its own expense, the city, its officers, servants and employees, from and against any and all loss, dainage or destruction of property of the city, arising out of, or alleged to arise out of, the 1vor1c and services to be per•foi-mcd by the contractor', its officer-s, agents, employees, subcontractors, licensees or invitees under this contract. This indemnification provision is specifically intended to open -ate and be' effective every if it is alleged or' woven that all or• some of the damages being sought were caused in whole or ira rt by aiM ct, ornission or negligence of the city. Article 7. AMCLLLANROUS 7.1 Terms. Terms used in this Agreement which are defined in Article I of the General Conditions will have the meanings indicated in the General Conditions. 7.2 Assignment of Contract. This Agreement, including all of the Contract Documents may not be assigned by the Contractor without the advanced express written consent of the City. 7.3 Successors and Assigns. City and Contractor each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, in respect to all covenants, agreements and obligations contained in the Contract Documents, 7.4 Severability, Any provision or part of the Contract Documents held to be unconstitutional, void or unenforceable by a court of competent jurisdiction shall be deeined stricken, and all remaining provisions shall continue to bo valid and binding upon CITY and CONTRACTOR. 7.5 Governing Law and Venue. This Agreement, including all of the Contract Documents is performable in the State of Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the Northern District of Texas, Fort Worth Division. 7.6 Authority to Sign. Contractor shall attach evidence of authority to sign Agreement if signed by someone other than the duly authorized signatory of the Contractor. 7.7 Prohibition On Contracts With Companies Boycotting Israel. Contractor acknowledges that in accordance with Chapter 2270 of the Texas Government Code, the City is prohibited frorn entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. CITY OF FORT WORTH Sanitary Scmf CIPP Contract 20I B STANDARD CONSTRUCTION SPI"UVICATION DOCUMENTS City Project No. 101361 Revised 09106/2019 005243-4 Agreement Page 4 of 5 The terms "boycott Israel" and "company" shall have the ]meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this contract, Contractor certifies that Contractor's signa(mv /rrovfrles written verification to the City that Contractor. (I) does not boycott Israel; and (2) will nat boycott Israel (luring the term of the contract. 7.8 Immigration Nationality Act. Contractor shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the employment Eligibility Verification Form (1-9). Upon request by City, Contractor shall provide City with copies of all 1-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Contractor shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Contractor employee who is not legally eligible to perform such services. CONTRACTOR SMALL INDEMNIFY CITY AND HOLD CITY IIARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OI, THIS PARAGRAPH BY CONTRACTOR, CONTRACTOR'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to Contractor, shall have the right to immediately terminate this Agreement for violations of this provision by Contractor. 7.9 No Third -Party Beneficiaries. This Agreement gives no rights or benefits to anyone other than the City and the Contractor and there are no third -party beneficiaries. 7.10 No Cause of Action Against Engineer. Contractor, its subcontractors and equipment and materials suppliers on the PROJECT or their sureties, shall maintain no direct action against the Engineer, its officers, employees, and subcontractors, for any claim arising out of, in connection vvith, or resulting from the engineering services performed. Only the City will be the beneficiary of any undertaking by the Engineer. The presence or duties of the Engineer's personnel at a construction site, whether as on -site representatives or otherwise, do not make the Engineer or its personnel in any way responsible for those duties that belong to the City and/or the City's construction contractors or other entities, and do not relieve the construction contractors or any other entity of their obligations, duties, and responsibilities, including, but riot litnited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the Contract Documents and any health or safety precautions required by such construction work. The Engineer and its personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions. SIGNATURE PAGE TO FOLLOW CITY OF FORT WORTH Sanitary Sciver CIPP Conlrad 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101361 Revised 09/06I2019 005243-5 Agreement Page 5 of 5 FN WITNESS Wi=1ERE017, City and Contractor have each executed this Agreement to be effective as of the date subscribed by the City's designated Assistant City Manager ("Effective Date"). Contractor: PIVI Construction & Rehab, LLC By: Si Ire Jarnee Bede afield (Printed Name) 'Treasures' Title a,Cae 9 q. 0 ci S ate ' CITY Or FORT WORTH STANDARD CONSTRUCTION SPICY [CATION DocomrNTS Revised 09/06/2019 City of Dort Worth By: aww & L4L Da na SGrghdoIf(Sep 23,10— 2n 11:52 CDT) Dana Burglydoff Assistant City Manager Sep 23, 2020 Secretary (Seal) M&C: 20-0396 Date: 06/16/20 Form 1295 No.: 2020-60324. Contract Compliance Manager: By signing, I acknowledge that I am the Berson responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements, .1091 Kasavich, P.E. Project Manager Approved as to Form and Legality: Douglas W. Black Assistant City Attorney APPROVAL RECOMMENDED: Ch6-pherIIa,d J5ep 22,202DDT:42 CDn Chris Harder, P.E. Water Department Director OFFICIAL RECORD Saari ryW cffQI Y Phi Construction & Rehab, LLC 1510 Klondike Road Suite 400 Conyers, GA 30094 August 19, 2020 City of Fort Worth 1000 Throckmorton St Fort Worth, TX 76102 Re: PM Construction & Rehab, LLC Bond Number SU1166654-ES00006544 To whom it may concern, Please accept this letter as written approval for the bond to be dated by the obligee at the contract signing. Regards, Robert McCrae Chief Executive Officer and President Restoring Communities with Safe, Smart, and Last;ng Infrast; ucture www.teamipr.com N�4 /� Insurance k d a Arch Company a member of Arch Insurance Group Everest Reinsurance Company 461 Fifth Avenue, 4th Floor New York, NY 10017-6234 August 13, 2020 City of Fort Worth 1000 Throckmorton St Fort Worth, `1"X 76102 Re: PM Construction & Rehab, LLC Bond Number SU1166654-ES00006544 www.archinsurance.com 3 Parkway 215-606-1600 Mein Suite 1500 866 472 8845 rdirm Philadelphia, PA 19102 866 637 5861 fox Please accept this letter as written approval for the bond to be dated by the obligee at the contract signing. Arch Insurance Company Everest Reinsurance Company } Victoria Parkerson, Attorney -in -Fact 006113-1 PERFORMANCE BOND Page 1 of Bond No. SU1166654 Arch 1 SECTION 00 6113 ES00006544 Everest 2 PERFORMANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we, PM Construction & Rehab. LLC , known as "Principal" herein and 9 Arch Insurance Company and Everest Reinsurance Company � a corporate surety(sureties, if more than 10 one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one 11 or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created 12 pursuant to the laws of Texas, known as "City" herein, in the penal sum of, One Million Dollars 13 ($1,000,000.00), lawful money of the United States, to be paid in Fort Worth, Tarrant County, 14 Texas for the payment of which sum well and truly to be made, we bind ourselves, our heirs, 15 executors, administrators, successors and assigns, jointly and severally, firmly by these presents. 16 WHEREAS, the Principal has entered into a certain written contract with the City 17 awarded the 16th day of June , 20-�O, which Contract is hereby referred to and 18 rnade a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment 19 labor and other accessories defined by law, in the prosecution of the Work, including any Change 20 Orders, as provided for in said Contract designated as Sanitary Sewer CIPP Contract 2018, 21 City Project No.101361 22 NOW, THE, the condition of this obligation is such that if the said Principal 23 shall faithfully perform it obligations under the Contract and shall in all respects duly and 24 faithfully perform the Work, including Change Orders, under the Contract, according to the plans, 25 specifications, and contract documents therein referred to, and as well during any period of 26 extension of the Contract that may be granted on the part of the City, then this obligation shall be 27 and become null and void, otherwise to remain in full force and effect. 28 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 29 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 30 Worth Division. CITY OF FORT WORTH Sanitary Sewer CIPP Contract 018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101361 Revised July 1. 2011 0061 13 - 2 PERFORMANCE BOND Page 2 of 2 I This bond is made and executed in compliance with the provisions of Chapter 2253 of the 2 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 3 accordance with the provisions of said statue. 4 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED 5 this instrument by duly authorized agents and officers on this the 6 , 20 20 . 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 ATTEST: U/� (Principal) Secretary r Witness as to �Prrjincipal PRINCIPAL: M of � Signature LJ Tea Pvjrer' Name and Title Address: _ 131 N. Richey, Pasadena, TX 77506 SURETY: Arch Insurance Company and Everest Reinsurance Gompany BY: _ Signature r, Name and Title Address: 3 Parkway, Ste 1500, Philadelphia, PA 19102 PO Box 830, Liberty Corner, NI 07938 Witness as t urety Telephone Number: 215-606-1600 / 908-604-3000 *Mote: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH Sanitary Sewer CIPP Contract 018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101361 Revised July 1, 2011 00 61 14 -1 PAYMENTBOND Pago I of 2 1 SECTION 00 6114 Bond No. SU1166654 Arch 2 PAYMENT BOND ES00006544 Everest 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we, PM Construction & Rehab. LLC , known as "Principal" herein, and 9 Arch Insurance Company and Everest Reinsurance Company a corporate surety 10 (sureties), duly authorized to do business in the State of Texas, known as "Surety" herein 11 (whether one or ,.Wore), are held and firmly bound unto the City of Fort Worth, a municipal 12 corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the 13 penal sum of One Million Dollars ($1,000,000.00), lawful money of the United States, to be 14 paid in Fort Worth, Tarrant County, Texas, for the payment of which sum well and truly be made, 15 we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and 16 severally, firmly by these presents: 17 WHEREAS, Principal has entered into a certain written Contract with City, awarded the 18 16th day of June , 20 2� which Contract is hereby referred to and 19 made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment, 20 labor and other accessories as defined by law, in the prosecution of the Work as provided for in 21 said Contract and designated as Sanitary Sewer CIPP Contract 2015, City Project No.101361 22 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 23 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 24 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 25 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 26 force and effect. 27 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 28 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 29 accordance with the provisions of said statute. 30 CITY OF FORT WORTH Sanitary Sewer CIPP Contract201 S STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101361 Revised luiy 1, 2011 00 61 14 - 2 PAYMENTBOND Page 2 of 2 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED 2 this instrument by duly authorized agents and officers on this the day of 3 4 5 6 7 8 9 10 11 12 2d 20 ATTEST: UIA (Principal Secre 'y f fitness as to Princi 1 �b,�4C.M (d 5 6o4l''.J5 Mci a)e" ATTEST: i : ►.M:, . Witness j,as o Surety PRINCIPAL: PM Construction & Rehab, LLC BY: r ignature Jamee Bed' e! 5'reisumr Name and Title Address: 131 N. Richey, Pasadena, TX 77506 SURETY: Arch Insurance Comvanv and Everest Reinsurance Comp nn-y} � Si*1ure Name and Title Address: 3 Parkway, Ste 1500, Philadelphia, PA 19102 PO Box 830, Liberty Corner, NJ 07938 Telephone Number: 215-606-16001908-604-3000 Note: If signed by an officer of the Surety, there must be on file a certified extract from the bylaws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. END OF SECTION CITY OF FORT WORTH Swiitary Sewer CIPP Contract2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101361 Revised July 1, 2011 1 2 3 4 5 6 7 8 9 10 11 12 I3 14 15 SECTION 00 6119 MAINTENANCE BOND 0061 19 - 1 MAINTENANCE BOND Page 1 of3 Bond No. SU1166654 Arch ES00006544 Everest THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we PM Construction & Rehab LLC , known as "Principal" herein and Arch Insurance Company and Everest Reinsurance Companya corporate surety (sureties, if more than one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the sum of One Million Dollars ($1,000,000.00), lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for payment of which sum well and tt Lily be made unto the City and its successors, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly 16 and severally, firmly by these presents. 17 18 WHEREAS, the Principal has entered into a certain written contract with the City awarded 19 the 16th day of June , 20 20 , which Contract is hereby 20 referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all 21 materials, equipment labor and other accessories as defined by law, in the prosecution of the 22 Work, including any Work resulting from a duly authorized Change Order (collectively herein, 23 the "Work") as provided for in said contract and designated as Sanitary Sewer CIPP Contract 24 2018, City Project No.101361; and 25 26 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 27 accordance with the plans, specifications and Contract Documents that the Work is and will 28 remain free from defects in materials or workmanship for and during the period of two (2) years 29 after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and 30 31 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part 32 upon receiving notice from the City of the need therefor at any time within the Maintenance 33 Period. 34 CITY OF FORT WORTH Sanitary Sewer CIPP Contract2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101361 Revised July 1, 2011 0061 19 - 2 MAINTENANCE BOND Page 2 of 3 1 NOW THEREFORE, the condition of this obligation is such that if Principal shall 2 remedy any defective Work, for which timely notice was provided by City, to a completion 3 satisfactory to the City, then this obligation shall become null and void; otherwise to remain in 4 full force and effect. 5 6 PROVI4DED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely 7 noticed defective Work, it is agreed that the City may cause any and all such defective Work to 8 be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and 9 the Surety under this Maintenance bond; and 10 11 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 12 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 13 Worth Division; and 14 15 PROVIDED FURTHE, R, that this obligation shall be continuous in nature and 16 successive recoveries may be had hereon for successive breaches. 17 18 19 CITY OF FORT WORTH Sanitary Server CIPP Contract 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 101361 Revised July 1, 2011 0061 19-3 MAINTENANCE BOND Page 3 of IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the day of 3 , 20 20 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 ATTEST A (Principal) Secretary IVitness as to Prinnccip�all V ; b (44t �1 1 "'> 5 ATTEST: ur ) 8aMet * ess s o Surety PRINCIPAL: PM Construction & Rehab, LLC BY. ignature iamee Bedingfleld Tom, Name and Title Address: 131 N. Riches, Pasadena, TX 77506 SURETY: Arch Insurance Company and Everest Reinsurance Company BY. ignature Name and Title Address: 3 Parkway. Ste 1500, Philadelphia, PA 19102 PO Box 830, Liberty Corner, NL-07938 Telephone Number: 215-606-1600 / 908-604-3000 37 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 38 from the by-laws showing that this person has authority to sign such obligation. If 39 Surety's physical address is different from its mailing address, both must be provided. 40 The date of the bond shall not be prior to the date the Contract is awarded. 41 CITY OF FORT WORTH Sanitary Sewer CIPP Contract 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101361 Revised July 1, 2011 ffilE R`V—%'X. POWER OF ATTORNEY EVEREST REINSURANCE COMPANY DELAWARE KNOW ALL PERSONS BY THESE PRESENTS: That Everest Reinsurance Company, a corporation of the State of Delaware ("Company") having its principal office located at 477 Martinsville Road, Liberty Corner, New Jersey 07938, do hereby nominate, constitute, and appoint: Victoria P, Parkerson its true and lawful Attorney -in -fact to make, execute, attest, seal and deliver for and on its behalf, as surety, and as its act and deed, where required, any and all bonds and undertakings in the nature thereof, for the penal sum of no one of which is in any event to exceed UNLIMITED, reserving for itself the full power of substitution and revocation. Bond No.: ES00006544 Principal: PM Construction & Rehab, LLC Obligee: City of Fort Worth Such bonds and undertakings, when duly executed by the aforesaid Attorney -in -fact shall be binding upon the Company as fully and to the same extent as if such bonds and undertakings were signed by the President and Secretary of the Company and sealed with Its corporate seal. This Power of Attorney Is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Board of Directors of Company CBoard") on the 28th day of duly 2016; RESOLVED, that the President, any Executive Vice President, and any Senior Vice President and Anthony Romano are hereby appointed by the Board as authorized to make, execute, seat and deliver for and on behalf of the Company, any and all bonds, undertakings, contracts or obligations in surety or co -surety with others and that the Secretary or any Assistant Secretary of the Company be and that each of them hereby is authorized to attest to the execution of any such bonds, undertakings, contracts or obligations in surety or co -surety and attach thereto the corporate seal of the Company. RESOLVED, FURTHER, that the President, any Executive Vice President and any Senior Vice President and Anthony Romano are hereby authorized to execute powers of attorney qualifying the attorney named in the given power of attorney to execute, on behalf of the Company, bonds and undertakings in surety or co -surety with others, and that the Secretary or any Assistant Secretary of the Company be, and that each of them is hereby authorized to attest the execution of any such power of attorney, and to attach thereto the corporate seal of the Company. RESOLVED, FURTHER, that the signature of such olircam named in the preceding resolutions and the corporate seal of the Company may be affixed to such powers of attorney or to any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be thereafter valid and binding upon the Company with respect to any bond, undertaking, contract or obligation in surety or co -surety with others to which it is attached. IN WITNESS WHEREOF, Everest Reinsurance Company has caused their corporate seals to be affixed hereto, and these presents to be signed by their duly authorized officers this 28th day of July 2016, 0,0su' aRC Everest Reinsurance Company Z;' `o�¢otulrfi C+o SEAL 1973 � AEtAwA �.? •-....vim Attest: Nicole Chase, Assistant Secretary By: Anthony Romano, Vice President On this 28th day of July 2016, before me personally came Anthony Romano, known to me, who, being duly sworn, did execute the above instrument; that he knows the seat of said Company; that the seal affixed to the aforesaid instrument is such corporate seal and was affixed thereto; and that he executed said instrument by like order. LINDA ROBINS Notary Public, State of New York No DIR06239736 Qualified in Queens County /�� X-- Term Expires April 25, 2023 IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of said Company, at the Liberty Comer, this day Of 2020 ES 00 01 0416 SURPATH 2017 This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated Not valid for Note, Loan, Letter of Credit, Currency Rate, Interest Rate or Residential Value guarantees. POWER OF ATTORNEY Know All Persons By These Presents: That the Arch Insurance Company, a corporation organized and existing under the laws of the State of Missouri, having its principal administrative office in Jersey City, New Jersey (hereinafter referred to as the "Company') does hereby appoint: Victoria P. Parkerson Its true and lawful Attorney- in -Fact, to make, execute, seal, and deliver from the date of Issuance of this power for and on its behalf as surety, and as its act and deed: Any and all bonds, undertakings, recognizances and other surety obligations. Surety Bond Number: SU1166654 Principal: PM Construction & Rehab, LLC Obligee: City of Fort Worth This authority does not permit the same obligation to be split into two or more bonds In order to bring each such bond within the dollar limit of authority as set forth herein. The execution of such bonds, undertakings, recognizances and other surety obligations in pursuance of these presents shall be as binding upon the said Company as fully and amply to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal administrative office In Jersey City, New Jersey. This Power of Attorney is executed by authority of resolutions adopted by unanimous consent of the Board of Directors of the Company on September 15, 2011, true and accurate copies of which are hereinafter set forth and are hereby certified to by the undersigned Secretary as being in full force and effect: "VOTED, That the Chairman of the Board, the President, or the Executive Vice President, or any Senior Vice President, of the Surety Business Division, or their appointees designated In writing and filed with the Secretary, or the Secretary shall have the power and authority to appoint agents and attorneys -In -fact, and to authorize them subject to the limitations set forth in their respecfive powers of attorney, to execute on behalf of the Company, and attach the seal of the Company thoreto, bonds, undertakings, recognizances and other surety obligations obligatory in the nature thereof, and any such officers of the Company may appoint agents for acceptance of process." This Power of Attorney is signed, sealed and certified by facsimile under and by authority of the following resolution adopted by the unanimous consent of the Board of Directors of the Company on September 15, 2011: VOTED, That the signature of the Chairman of the Board, the President, or the Executive Vice President, or any Senior Vice President, of the Surety Business Division, or their appointees designated In writing and filed with the Secretary, and the signature of the Secretary, the seal of the Company, and certifications by the Secretary, may be affixed by facsimile on any power of attorney or bond executed pursuant to the resolution adopted by the Board of Directors on September 15, 2011, and any such power so executed, sealed and certified with respect to any bond or undertaking to which it Is attached, shall continue to be valid and binding upon the Company. 00MLOO13 00 03 03 Page I of 2 Printed in U.S.A. SURPATH 2O17 In Testimony Whereof, the Company has caused this instrument to be signed and its corporate seal to be affixed by their authorized officers, this 28th day of September , 2017 Attested and Certified 4OMPAN S ML 1971 Patrick K. Nails, Secretary iii&�auri STATE OF PENNSYLVANIA SS COUNTY OF PHILADELPHIA SS Arch Insurance Company David M. Finkelstein, Executive Vice President I, Michele Tripodi, a Notary Public, do hereby certify that Patrick K. Nails and David M. Finkelstein personally known to me to be the same persons whose names are respectively as Secretary and Executive Vice President of the Arch Insurance Company, a Corporation organized and existing under the laws of the State of Missouri, subscribed to the foregoing Instrument, appeared before me this day in person and severally acknowledged that they being thereunto duly authorized signed, sealed with the corporate seal and delivered the said instrument as the free and voluntary act of said corporation and as their own free and voluntary acts for the uses and purposes therein set forth. ca"Mouvw m-T€t OPPEMNsYLVA u k HOTAVAL SEAL MICHELE 7RIPODi, NGtaryftk iityotphudeiphis. PhiEa. cowty l�ytoteser�lsslan �xprfes.tuty 3t. 30'Et CERTIFICATION Michele Tripodl, Notary Public My commission expires 07/31/2021 I, Patrick K. Nails , Secretary of the Arch Insurance Company, do hereby certify that the attached Power of Attorney dated September 28, 2017 on behalf of the person(s) as listed above is a true and correct copy and that the same has been in full force and effect since the date thereof and Is in full force and effect on the date of this certificate; and I do further certify that the said David M. Finkelstein, who executed the Power of Attorney as Executive Vice President, was on the date of execution of the attached Power of Attorney the duly elected Executive Vice President of the Arch Insurance Company. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the Arch Insurance Company on this day of . 2020 r Patrick K. Nails, Secretary This Power of Attorney limits the acts of those named therein to the bonds and undertakings specifically named therein and they have no authority to bind the Company except in the manner and to the extent herein stated. PLEASE SEND ALL CLAIM INQUIRIES RELATING TO THIS BOND TO THE FOLLOWING ADDRESS: Arch Insurance — Surety Division 3 Parkway, Suite 1500 Philadelphia, PA 19102 .� aosArr SIX DOML0013 00 03 03 Page 2 of 2 Printed in U.S.A. re ilE R TEXAS IMPORTANT NOTICE To obtain information or make a complaint: ` EXSAS AVISO Ii+ PORTANT E Para obener informacion o para someter una queja: You may call toil -free for information or to make a Usted puede Ilamar al numero de telefono gratis complaint at para informacion o para someter una queja al 1-866-287-1736 You may also write to: Everest National Insurance Company 477 Martinsville Road, PO Box 830 Liberty Corner, NJ 07938-0830 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at 1-800-252-3439 You may write the Texas Department of Insurance Consumer Protection (111-1A) P.O. Box 149091 Austin, TX 78714-9091 FAX: (512) 490 —1001 Web: htto://www.tdi.texas.gov E-mail: ConsumerProtection@tdi.texas.gov PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should first contact the agent or call 1-908-604-3000. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part of condition of the attached document. NP 70 68 0901 1-866-287-1736 Usted tambien puede escribir a: Everest National Insurance Company 477 Martinsville Road, PO Box 830 Liberty Corner, NJ 07938-0830 Puede comunicarse con el Departamento de Seguros de Texas para obtener informacion acerca de companies, coberturas, derechos o quejas al 1- 800-252-3439 Puede escribir al Departamento de Seguros de Texas Consumer Protection (111-1A) P.O. Box 149091 Austin, TX 78714-9091 FAX# (512) 490-1007 Web: http://www/tdi.texas.gov E-mail: ConsumerProtectionOtdi.texas g DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiena una disputa concerniente a su prima o a un reclamo, debe comunicarse con el agente o primero. Si no se resolve ]a disputa, puede entonces comunicarse con el departamento (TDI). UNA ESTE AVISO A SU POLIZA: Este aviso es solo para proposito de informacion y no se convierte en parte o condicion del document adjunto. IMPORTANT NOTICE —10 ALL YEXAS POLICYHOLDERS IMPORTANT NOTICE AVISO IIy7PORT'ANTE To obtain information or make a complaint: You may call Arch Insurance Group's toll-froe telephone number for information or to make a complaint at: 1-860-413-6550 You may also write to Arch Insurance Group at: Arch Insurrance {group 6sarborside 3 210 Hudson Street, Suite 300 Jersey City, NJ 073114107 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P.O. Sox 149091 Austin, TX 78714-9091 Fax: (512) 490-1007 Web: http://www.tdi,texas.gov E-mail: ConsumerProtection(Mtdi.texas.gov PREMIUM OR CLAIM DISPUTES: Should you have a dispute conceming your premium or about a claim you should contact the Arch Insurance Group first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACK THIS NOTICE TO YOUR POLICY; This notice is for information only and does not become a part or condition of the attached document. Para obtener informacion o para someter una queja: listed puede Ilamar al numero do telefono gratis de Arch Insurance Group para informacion o para someter una queja al: 1.800-413-0060 Usted tambl6n puede escribir a Arch Insurance Croup: Arch Insurance Group barborslde 3 210 Hudson Street, Suite 300 Jersey City, NJ 07311-1107 Puede comunicarse con el Departamento de Seguros de Texas para obtener Informaclon acerea de companies, coberturas, derechos o quejas al: 1-800-202-3439 Puede escribir at Departamento de. Seguros de Texas: P.O. Sox 149091 Austin, TX 78714-9091 Fax: (512) 490-1007 Web: http://Www.tdi.texas.gov E-mail: Consumers'rotection@tdi.texas.gov DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiene una dispute concerniente a su prime o a un reclamo, debe comunicarse con el Arch Insurance Group primero. Ss no se resuelve Is dispute, puede entonces comunicarse con el departamento (T01). UNA ESTE AVISO A Sly PO11 IZA: Este aviso es solo para proposito de inforrnacion y no se convierte en parte o condlcion del documento adjunto. 00 ML0042 44 0416 Page 1 of 1 2 3 4 5 6 7 8 9 I0 11 12 13 14 15 16 17 18 19 20 21 00 61 25 - 1 CERTIFICATE OF INSURANCE Page I of 1 SECTION 00 6125 CERTIFICATE OF INSURANCE EN® OF SECTION CITY OF PORT WORTH Sanitary Sewer CIPP Contract 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 101361 Revised July 1, 2011 POLICY NUMBER: CAD740922107 COMMERCIAL AUTO CA 20 01 10 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. LESSOR - ADDITIONAL INSURED AND LOSS PAYEE This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: IPR ACQUISITIONCO, INC. Endorsement Effective Date: April 1, 2020 SCHEDULE Insurance Company; Greenwich Insurance Company Policy Number: CAD740922107 Effective Date: April 1, 2020 Expiration Date: April 1, 2021 Named Insured: IPR ACQUISITIONCO, INC. Address: Conyers, GA 30094 Additional Insured (Lessor): All Lessors Address: Designation Or Description Of "Leased Autos": All Leased Autos CA 20 01 10 13 0 Insurance Services Office, Inc., 2011 Pagel of 2 Coverages Limit Of Insurance Covered Autos Liability $ 2,000,000 Each "Accident' Actual Cash Value Or Cost Of Repair, Whichever Is Less, Minus Comprehensive $ 5,000 Deductible For Each Covered "Leased Auto" Actual Cash Value Or Cost Of Repair, Whichever Is Less, Minus Collision $ 5,000 Deductible For Each Covered "Leased Auto" Actual Cash Value Or Cost Of Repair, Whichever Is Less, Minus Specified Causes Of Loss $ Deductible For Each Covered "Leased Auto" Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Coverage 1. Any 'leased auto" designated or described in the Schedule will be considered a covered "auto" you own and not a covered "auto" you hire or borrow. 2. For a "leased auto" designated or described in the Schedule, the Who Is An Insured provision under Covered Autos Liability Coverage is changed to include as an "insured" the lessor named in the Schedule. However, the lessor is an "insured" only for "bodily injury" or "property damage" resulting from the acts or omissions by: a. You; b. Any of your "employees" or agents; or c. Any person, except the lessor or any "employee" or agent of the lessor, operating a "leased auto" with the permission of any of the above. 3. The coverages provided under this endorsement apply to any 'leased auto" described in the Schedule until the expiration date shown in the Schedule, or when the lessor or his or her agent takes possession of the "leased auto', whichever occurs first. B. Loss Payable Clause 1. We will pay, as interest may appear, you and the lessor named in this endorsement for "loss" to a 'leased auto". 2. The insurance covers the interest of the lessor unless the 'loss" results from fraudulent acts or omissions on your part. 3. If we make any payment to the lessor, we will obtain his or her rights against any other party. C. Cancellation 1. If we cancel the policy, we will mail notice to the lessor in accordance with the Cancellation Common Policy Condition. 2. If you cancel the policy, we will mail notice to the lessor. 3. Cancellation ends this agreement. D. The lessor is not liable for payment of your premiums. E. Additional Definition As used in this endorsement: "Leased auto" means an "auto" leased or rented to you, including any substitute, replacement or extra "auto" needed to meet seasonal or other needs, under a leasing or rental agreement that requires you to provide direct primary insurance for the lessor. Page 2 of 2 0 Insurance Services Office, Inc., 2011 CA 20 01 10 13 POLICY NUMBER: CAD740922107 XIC 411 1013 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AUTOMATIC ADDITIONAL INSURED This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM AUTO DEALERS COVERAGE FORM A. COVERED AUTOS LIABILITY COVERAGE, Who Is An Insured, is amended to include as an "insured" any person or organization you are required in a written contract to name as an additional insured, but only for "bodily injury" or "property damage" otherwise covered under this policy caused, in whole or in part, by the negligent acts or omissions of. - You, while using a covered "auto"; or Any other person, except the additional insured or any employee or agent of the additional insured, operating a covered "auto" with your permission; Provided that: a. The written contract is in effect during the policy period of this policy; The written contract was signed by you and executed prior to the "accident" causing "bodily injury" or "property damage" for which liability coverage is sought; and C. Such person or organization is an "insured" solely to the extent required by the contract, but in no event if such person or organization is solely negligent. B. The Limits of Insurance provided for the Additional Insured shall not be greater than those required by contract and, in no event shall the Limits of Insurance set forth in this policy be increased by the contract. C. General Conditions, Other Insurance is amended as follows. - Any coverage provided hereunder shall be excess over any other valid and collectible insurance available to the additional insured whether such insurance is primary, excess, contingent or on any other basis unless the contract specifically requires that this policy be primary. All terms, conditions, exclusions and limitations of this policy shall apply to the liability coverage provided to any additional insured, and in no event shall such coverage be enlarged or expanded by reason of the contract. All other terms and conditions of this policy remain unchanged. XIC 411 1013 © 2013 X.L. America, Inc. All Rights Reserved. Page 1 of 1 May not be copied without permission. Includes copyrighted material of Insurance Services Office, Inc., with its permission. POLICY NUMBER: CGD740922007 COMMERCIAL GENERAL LIABILITY CG 20 10 12 19 .:I"HIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED Q OWNERS, LESSEES OR CONTRACTORS o SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Oraanizatlonfst I Location(s) Of Covered Ooerations ANY PERSON OR ORGANIZATION FOR WHOM YOU VARIOUS AS REQUIRED PER WRITTEN ARE PERFORMING OPERATIONS WHEN YOU AND CONTRACT. SUCH PERSON OR ORGANIZATION HAVE AGREED IN WRITING IN A CONTRACT OR AGREEMENT THAT SUCH PERSON OR ORGANIZATION BE ADDED AS AN ADDITIONAL INSURED ON YOUR POLICY, PROVIDED THE "BODILY INJURY' OR "PROPERTY DAMAGE" OCCURS SUBSEQUENT TO THE EXECUTION OF THE WRITTEN CONTRACT OR WRITTEN AGREEMENT. I Information required to complete this Schedule, if not shown above, will be shown in the Declarations. I A. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. CG 20 10 12 19 OO Insurance Services Office, Inc., 2018 Page 1 of 2 C. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable limits of insurance. - whichever is less. This endorsement shall not increase the applicable limits of insurance. Page 2 of 2 © Insurance Services Office, Inc., 2018 CG 20 10 12 19 POLICY NUMBER: CGD740922007 COMMERCIAL GENERAL LIABILITY CG20371219 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. A®®ITIONAI , INSURE® o OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location And Description Of Completed Operations ANY PERSON OR ORGANIZATION FOR WHOM VARIOUS AS REQUIRED PER WRITTEN YOU ARE PERFORMING OPERATIONS WHEN YOU CONTRACT. AND SUCH PERSON OR ORGANIZATION HAVE AGREED IN WRITING IN A CONTRACT OR AGREEMENT THAT SUCH PERSON OR ORGANIZATION BE ADDED AS AN ADDITIONAL INSURED ON YOUR POLICY, PROVIDED THE "BODILY INJURY" OR "PROPERTY DAMAGE" OCCURS SUBSEQUENT TO THE EXECUTION OF THE WRITTEN CONTRACT OR WRITTEN AGREEMENT. I Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the Schedule of this endorsement performed for that additional insured and included in the "products -completed operations hazard". However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable limits of insurance; whichever is less. This endorsement shall not increase the applicable limits of insurance. CG 20 37 12 19 C Insurance Services Office, Inc., 2018 Page 1 of 1 ENDORSEMENT # This endorsement, effective 12:01 a.m., April 1, 2020 forms a part of Policy No. CGD740922007 issued to IPR ACQUISTIONCO. INC. by Greenwich Insurance Company THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY INSURANCE CLAUSE ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS COVERAGE PART It is agreed that to the extent that insurance is afforded to any Additional Insured under this policy, this insurance shall apply as primary and not contributing with any insurance carried by such Additional Insured, as required by written contract. All other terms and conditions of this policy remain unchanged. XIL 424 0605 ©, 2005, XL America, Inc. POLICY NUMBER: CAD740922107 COMMERCIAL AUTO CA04441013 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST ©THERE TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form -apply unless modified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: IPR ACQUISITIONCO, INC. Endorsement Effective Date: April 1, 2020 SCHEDULE Name(s) Of Person(s) Or Organization(s): WHERE REQUIRED BY WRITTEN CONTRACT OR AGREEMENT EXECUTED PRIOR TO LOSS (EXCEPT WHERE NOT PERMITTED BY LAW). Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The Transfer Of Rights Of Recovery Against Others To Us condition does not apply to the person(s) or organization(s) shown in the Schedule, but only to the extent that subrogation is waived prior to the "accident" or the 'loss" under a contract with that person or organization. CA 04 44 10 13 0 Insurance Services Office, Inc., 2011 Page 1 of 1 POLICY NUMBER: CGD740922007 COMMERCIAL GENERAL LIABILITY CG24041219 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RrCOVERY AGAINST OTHERS TO US (WAIVER Or SUMMATION) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART ELECTRONIC DATA LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART DESIGNATED SITES POLLUTION LIABILITY LIMITED COVERAGE PART DESIGNATED SITES PROD UCTSICOMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART UNDERGROUND STORAGE TANK POLICY DESIGNATED TANKS SCHEDULE Name Of Person(s) Or Organization(s): WHERE REQUIRED BY WRITTEN CONTRACT OR AGREEMENT EXECUTED PRIOR TO LOSS (EXCEPT WHERE NOT PERMITTED BY LAW). Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV —Conditions: We waive any right of recovery against the person(s) or organization(s) shown in the Schedule above because of payments we make under this Coverage Part. Such waiver by us applies only to the extent that the insured has waived its right of recovery against such person(s) or organization(s) prior to loss. This endorsement applies only to the person(s) or organization(s) shown in the Schedule above. CG 24 04 12 19 © Insurance Services Office, Inc., 2018 Page 1 of 1 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 00 03 13 (Ed. 4-84) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule WHERE REQUIRED BY WRITTEN AGREEMENT SIGNED PRIOR TO LOSS. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective April 1, 2020 Insured IPR ACQUISITIONCO, INC. Insurance Company XI_ Specialty Insurance Company WC 00 03 13 (Ed. 4-84) 0 1983 National Council on Compensation Insurance. Policy No. CWD740921907 Endorsement No. Countersigned by ENDORSEMENT # This endorsement, effective 12:01 a.m., April 1, 2020, forms a part of Policy No. CAD740922107 issued to IPR ACQUISITIONCO, INC. by Greenwich Insurance Company THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CANCELLATION NOTIFICATION TO OTHERS ENDORSEMENT In the event coverage is cancelled for any statutorily permitted reason, other than nonpayment of premium, advanced written notice will be mailed or delivered to person(s) or entity(ies) according to the notification schedule shown below: Number of Days Name of Person(s) or Entity(ies) Mailing Address: Advanced Notice of Cancellation: CITY OF FORT WAYNE PUBLIC WORKS 200 E. BERRY STREET, SUITE 210 30 FORT WAYNE, IN 46802 CITY OF FORT SMITH 1801CARNALLAVENUE 30 FORT SMITH, AR 72901 CITY OF FORT WAYNE, INDIANA CITIZENS SQUARE, SUITE 210 30 BOARD OF STORMWATER FORT WAYNE, IN 46802 MANAGEMENT CITY OF FORT WORTH 1000 THROCKMORTON STREET 30 FORT WORTH, TX 76102 CITY OF FORT WORTH 200 TEXAS STREET 30 FORT WORTH, TX 76102 CITY OF FOUNTAIN INN 200 N. MAIN STREET 30 FOUNTAIN INN, SC 29644 CITY OF FRANKLIN, GA 150 DAVIS STREET 30 FRANKLIN, GA 30217 All other terms and conditions of the Policy remain unchanged. IXI 405 0910 02010 X.L. America, Inc. All Rights Reserved. May not be copied without permission. ENDORSEMENT #020 This endorsement, effective 12:01 a.m., April 1, 2020, forms a part of Policy No. CGD740922007 issued to IPR ACQUISITIONCO, INC. by Greenwich Insurance Company THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CANCELLATION NOTIFICATION TO OTHERS ENDORSEMENT In the event coverage is cancelled for any statutorily permitted reason, other than nonpayment of premium, advanced written notice will be mailed or delivered to person(s) or entity(ies) according to the notification schedule shown below: Number of Days Name of Person(s) or Entity(ies) Mailing Address: Advanced Notice of Cancellation: CITY OF FORT WAYNE PUBLIC WORKS 200 E. BERRY STREET, SUITE 210 30 FORT WAYNE, IN 46802 CITY OF FORT SMITH 801 CARNALL AVENUE 30 FORT SMITH, AR 72901 CITY OF FORT WAYNE, INDIANA CITIZENS SQUARE, SUITE 210 30 BOARD OF STORMWATER FORT WAYNE, IN 46802 MANAGEMENT CITY OF FORT WORTH 1000 THROCKMORTON STREET 30 FORT WORTH, TX 76102 CITY OF FORT WORTH 200 TEXAS STREET 30 FORT WORTH, TX 76102 CITY OF FOUNTAIN INN 200 N. MAIN STREET 30 FOUNTAIN INN, SC 29644 CITY OF FRANKLIN, GA 150 DAVIS STREET 30 FRANKLIN, GA 30217 All other terms and conditions of the Policy remain unchanged. IXI 405 0910 © 2010 X.L. America, Inc. All Rights Reserved. May not be copied without permission. WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 99 06 57 1211 ENDORSEMENT # This endorsement, effective 12:01 a.m., April 1, 2020, forms a part of Policy No. CWD740921907 issued to IPR ACQUISITIONCO, INC. by XL Specialty Insurance Company THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CANCELLATION NOTIFICATION TO OTHERS ENDORSEMENT This endorsement modifies insurance provided under the following: WORKERS` COMPENSATION AND EMPLOYERS' LIABILITY INSURANCE POLICY In the event coverage is cancelled for any statutorily permitted reason, other than nonpayment of premium, advanced written notice will be mailed or delivered to person(s) or entity(ies) according to the notification schedule shown below: Number of Days Name of Person(s) or Entity(ies) Mailing Address: Advanced Notice of Cancellation: CITY OF FORT WORTH 1000 THROCKMORTON STREET 30 FORT WORTH, TX 76102 CITY OF FORT WORTH 200 TEXAS STREET 30 FORT WORTH, TX 76102 CITY OF FOUNTAIN INN 200 N. MAIN STREET 30 FOUNTAIN INN, SC 29644 CITY OF FRANKLIN, GA 150 DAVIS STREET 30 FRANKLIN, GA 30217 All other terms and conditions of the Policy remain unchanged. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective April 1, 2020 Policy No. CWD740921907 Endorsement No. Insured IPR ACQUISITIONCO, INC. Insurance Company XL Specialty Insurance Company Countersigned by WC 99 06 57 Ed. 12110 © 2010 X.L. America, Inc. All Rights Reserved. May not be copied without permission. Premium Included STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febma y2, 20I6 STANDARD GENES CONDITIONS OF THE CONSTRUCTION CONTRACT i111.0 1 � ,I> 1_ III ��W IEIV Page Article I - Definitions and Terminology.......................................................................................................... I 1.01 Defined Terms...............................................................................................................................1 1.02 Terminology..................................................................................................................................6 Article 2 - Preliminary Matters......................................................................................................................... 7 2.01 Copies of Documents.................................................................................................................... 7 2.02 Commencement of Contract Time; Notice to Proceed.-,—. ... ............................................... ... 7 2.03 Starting the Work.......................................................................................................................... 8 2.04 Before Starting Construction........................................................................................................ 8 2.05 Preconstruction Conference..........................................................................................................8 2.06 Public Meeting.............................................................................................................................. S 2.07 Initial Acceptance of Schedules.................................................................................................... S Article 3 - Contract Documents: Intent, Amending, Reuse............................................................................ 8 3.01 Intent .............................................................................................................................................. 8 3.02 Reference Standards... .......................................... I ................................ ............................ I ........... 9 3.03 Reporting and Resolving Discrepancies....................................................................................... 9 3.04 Amending and Supplementing Contract Documents.................................................................10 3.05 Reuse of Documents...................................................................................................................10 3.06 Electronic Data............................................................................................................................ I 1 Article 4 - Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions; Reference Points...........................................................................................................11 4.01 Availability of Lands..................................................................................................................11 4.02 Subsurface and Physical Conditions ....................................... ..12 ................................................. 4.03 Differing Subsurface or Physical Conditions.............................................................................12 4.04 Underground Facilities...............................................................................................................13 4.05 Reference Points.........................................................................................................................14 4.06 Hazardous Environmental Condition at Site..............................................................................14 Article 5 Bonds and Insurance.....................................................................................................................16 5.01 Licensed Sureties and Insurers............................................................... ...16 ................................. 5.02 Performance, Payment, and Maintenance Bonds.......................................................................16 5.03 Certificates of Insurance.............................................................................................................16 5.04 Contractor's Insurance................................................................................................................18 5.05 Acceptance of Bonds and Insurance; Option to Replace...........................................................19 Article 6 -- Contractor's Responsibilities........................................................................................................19 6.01 Supervision and Superintendence...............................................................................................19 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnmy2,2016 6.02 Labor; Working Hours...................................................................... 6.03 Services, Materials, and Equipment ................................................. 6.04 Project Schedule................................................................................ 6.05 Substitutes and "Or-Equals"............................................................. 6.06 Concerning Subcontractors, Suppliers, and Others .........................., 6.07 Wage Rates........... . .................................................................... ....... 6.08 Patent Rees and Royalties................................................................. 6.09 Permits and Utilities.......................................................................... 6.10 Laws and Regulations....................................................................... 6.11 Taxes................................................................................................. 6.12 Use of Site and Other Areas.............................................................. 6.13 Record Documents............................................................................ 6.14 Safety and Protection......................................................................... 6.15 Safety Representative......................................................................... 6.16 Hazard Communication Programs .................................................... 6.17 Emergencies and/or Rectification...................................................... 6.18 Submittals .................... ............................................. ......................... , 6.19 Continuing the Work.......................................................................... 6.20 Contractor's General Warranty and Guarantee ................................. 6.21 Indemnification................................................................................ 6.22 Delegation of Professional Design Services ..................................... 6.23 Right to Audit..................................................................................... 6.24 Nondiscrimination............................................................................. ......................................... 20 ......................................... 20 ......................................... 21 ......................................... 21 ......................................... 24 ....................... .................. 25 ......................................... 26 ......................................... 27 ......................................... 27 ......................................... 28 ........................................ 28 .................. ...................... 29 ......................................... 29 ........................................ 30 ........................................ 30 ........................................ 30 ......................................... 31 ........................................ 32 ........................................ 32 ........................................ 33 ........................................ 34 ........................................ 34 ........................................ 35 Article7 -- Other Work at the Site ............................................... .................................................................. ...35 7.01 Related Work at Site...................................................................................................................35 7 02 C din t' 16 oora ron.............................................................................................. Article 8 - City's Responsibilities...................................................................................................................36 8.01 Communications to Contractor...................................................................................................36 8.02 Furnish Data.............................................................•-----............................................................36 8.03 Pay When Due................................................................................ 8.04 Lands and Easements; Reports and Tests ........................... 8.05 Change Orders..................................................................... 8.06 Inspections, Tests, and Approvals ...................................... 9.07 Limitations on City's Responsibilities ............................... 8.08 Undisclosed Hazardous Environmental Condition............ 8 09 C 1' th S f Pr ram .......................................... 36 ......................................... 36 36 ............................. I ......... ............... ...................................................... 36 ...................................................... 37 ...................................................... 37 �7 ornp Dance wI a ety og........................................................ Article 9 - City's Observation Status During Construction........................................................................... 37 9.01 City's Project Manager............................................................................................................ 37 9.02 Visits to Site.................................................................................................................................37 9.03 Authorized Variations in Work.................................................................................................. 38 9.04 Rejecting Defective Work ................ ........................... ......................... ............................... .... ...38 9.05 Determinations for Work Performed..........................................................................................38 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work ..................... 38 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Rcvision: Febntmy 2,2016 Article 10 - Changes in the Work; Claims; Extra Work................................................................................ 38 10.01 Authorized Changes in the Work...............................................................................................38 10.02 Unauthorized Changes in the Work...........................................................................................39 10.03 Execution of Change Orders....................................................................................................... 39 10.04 Extra Work... ................................................................................................................................ 39 10.05 Notification to Surety.................................................................................................................. 39 10.06 Contract Claims Process.............................................................................................................40 Article 11- Cost of the Work; Allowances; Unit Price Work; Plans Quantity Measurement ......................41 11.01 Cost of the Work......................................................................................................................... 41 11.02 Allowances..................................................................................................................................43 11.03 Unit Price Work.......................................................................................................................... 44 11.04 Plans Quantity Measurement......................................................................................................45 Article 12 - Change of Contract Price; Change of Contract Time.................................................................46 12.01 Change of Contract Price............................................................................................................ 46 12.02 Change of Contract Time............................................................................................................47 12.03 Delays..........................................................................................................................................47 Article 13 Tests and Inspections; Correction, Removal or Acceptance of Defective Work ...................... 48 13.01 Notice of Defects........................................................................................................................ 48 13.02 Access to Work...................................................................................................................._.......48 13.03 Tests and Inspections..................................................................................................................48 13.04 Uncovering Work........................................................................................................................49 13.05 City May Stop the Work.............................................................................................................49 13.06 Correction or Removal of Defective Work................................................................................50 13.07 Correction. Period........................................................................................................................50 13.08 Acceptance of Defective Work................................................................................................... 51 13.09 City May Correct Defective Work............................................................................................. 51 Article 14 --Payments to Contractor and Completion.................................................................................... 52 14.01 Schedule of Values...................................................................................................................... 52 14.02 Progress Payments...................................................................................................................... 52 14.03 Contractor's Warranty of Title................................................................................................... 54 14.04 Partial Utilization........................................................................................................................ 55 14.05 Final Inspection...........................................................................................................................55 14.06 Final Acceptance.........................................................................................................................55 14.07 Final Payment..............................................................................................................................56 14.08 Final Completion Delayed and Partial Retainage Release........................................................ 56 14.09 Waiver of Claims........................................................................................................................ 57 Article 15 - Suspension of Work and Termination ................................ 15.01 City May Suspend Work ................................ ..................... 15.02 City May Terminate for Cause ........................................... 15.03 City May Terminate For Convenience ............................... Article 16 -Dispute Resolution.......................................................... 16.01 Methods and Procedures ................................................. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febiuuy2, 20Ifi ........................................................ 57 ........................................................ 57 ........................................................ 58 ........................................................ 60 ........................................................ 61 ........................................................ 61 Article17 — Miscellaneous.............................................................................................................................. 62 17.01 Giving Notice..............................................................................................................................62 17.02 Computation of Times................................................................................................................. 62 17.03 Cumulative Remedies................................................................................................................. 62 17.04 Survival of Obligations............................................................................................................... 63 17.05 Headings......................................................................................................................................63 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnoy2, 2016 007200-1 GENERAL CONDITIONS Page I of 63 ARTICLE I — D EFEIMONS AND T E1R 11 NO LOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed -defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda —Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the proposed Contract Documents. 2. Agreement —The written instrument which is evidence of the agreement between City and Contractor covering the Work. 3. Application for Payment —The form acceptable to City which is to be used by Contractor during the course of the Work in requesting progress or fowl payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action Ievels established by the United States Occupational Safety and Health Administration. 5. Award -- Authorization by the City Council for the City to enter into an Agreement. 6. Bid —The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 7. Bidder —The individual or entity who submits a Bid directly to City. g. Bidding Documents The Bidding Requirements and the proposed Contract Documents (including all Addenda). 9. Bidding Requirements —The advertisement or Invitation to Bid, Instructions to Bidders, Bid security of acceptable form, if any, and the Bid Form with any supplements. 10. Business Day — A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City, 11. Buzzsa►v — City's on-line, electronic document management and collaboration system. 12. Calendar Day — A day consisting of 24 hours measured from midnight to the next midnight. CITY OF PORT WORTIT STANDARD CONSTRUCTION 5I'EONCATION DOCUMENTS Revision: Febwa[y2, 2016 007200-1 GENERAL CONDITIONS Page 2 of 63 13. Change Order A document, which is prepared and approved by the City, which is signed by Contractor and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 14. City— The City of fort Worth, Texas, a home -rule municipal corporation, authorized and chartered under the Texas State Statutes, acting by its governing body through its City Manager, his designee, or agents authorized under his behalf, each of which is required by Charter to perform specific duties with responsibility for final enforcement of the contracts involving the City of Fort Worth is by Charter vested in the City Manager and is the entity with whom Contractor has entered into the Agreement and for whom the Work is to be performed. 15. City Attorney — The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. 16. City Council - The duly elected and qualified governing body of the City of Fort Worth, Texas. 17. City .Manager — The officially appointed and authorized City Manager of the City of Fort Worth, Texas, or his duly authorized representative. 18. Contract Claim —A demand or assertion by City or Contractor seeking an adjustment of Contract Price or Contract Time, or both, or other relief with respect to the terms of the Contract. A demand for money or services by a third party is not a Contract Claim. 19. Contract The entire and integrated written document between the City and Contractor concerning the Work. The Contract contains the Agreement and all Contract Documents and supersedes prior negotiations, representations, or agreements, whether written or oral. 20. Contract Documents —Those items so designated in the Agreement. All items listed in the Agreement are Contract Documents. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 21. Contract Price —The moneys payable by City to Contractor for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of Paragraph 11.03 in the case of Unit Price Work). 22. Contract Tune —The number of days or the dates stated in the Agreement to; (i) achieve Milestones, if any and (ii) complete the Work so that it is ready for Final Acceptance. 23. Contractor —The individual or entity with whom City has entered into the Agreement. 24. Cost of the Work —See Paragraph 11.01 of these General Conditions for definition. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnmy2, 2016 007200-1 GENERAL CONDITIONS Page 3 of 63 25. Damage Claims — A demand for money or services arising from the Project or Site from a third party, City or Contractor exclusive of a Contract Claim. 26. Day or day —A day, unless otherwise defined, shall mean a Calendar Day. 27. Director of Aviation --- The officially appointed Director of the Aviation Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 28. Director of Parks and Community Services — The officially appointed Director of the Parks and Community Services Department of the City of port Worth, Texas, or his duly appointed representative, assistant, or agents. 29. Director of Planning and Development — The officially appointed Director of the Planning and Development Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 30. Director of Transportation Public Works — The officially appointed Director of the Transportation Public Works Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 31. Director of Water Department — The officially appointed Director of the Water Department Of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 32. Drawings —That part of the Contract Documents prepared or approved by Engineer which graphically shoves the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 33. Effective Date of the Agreement —The date indicated in the Agreement on which it becomes effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 34. Engineer —The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the City. 35. Extra Work — Additional work made necessary by changes or alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents. Extra work shall be part of the Work. 36. Field Order — A written order issued by City which requires changes in the Work but which does not involve a change in the Contract Price, Contract Time, or the intent of the Engineer. Field Orders are paid from Field Order Allowances incorporated into the Contract by funded work type at the time of award. 37. Final Acceptance — The written notice given by the City to the Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnmiy2, 2016 00 72 00 -1 GENERAL CONDITIONS Page 4 of 63 38. Final Inspection — Inspection carried out by the City to verify that the Contractor has completed the Work„ and each and every part or appurtenance thereof fully, entirely, and in conformance with the Contract Documents. 39. General Requirements --Sections of Division l of the Contract Documents. 40. Hazardous Environmental Condition The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto. 41. Hazardous Waste —Hazardous waste is defined as any solid waste listed as hazardous or possesses one or more hazardous characteristics as defined in the federal waste regulations, as amended from time to time. 42. Laws and Regulations —Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 43. Liens —Charges, security interests, or encumbrances upon. Project funds, real property, or personal property. 44. Major Item — An Item of work included in the Contract Documents that has a total cost equal to or greater than 5% of the original Contract Price or $25,000 whichever is less. 45. Milestone —A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 46. Notice of Award --The written notice by City to the Successful Bidder stating that upon timely compliance by the Successful Bidder with the conditions precedent listed therein, City will sign and deliver the Agreement. 47. Notice to Proceed —A written notice given by City to Contractor Bing the date on which the Contract Time will commence to run and on which Contractor shall start to perform the Work specified in Contract Documents. 48. PCBs --Polychlorinated biphenyls. 49. Petroleum ----Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non -Hazardous Waste and crude oils. 50. Plans — See definition of Drawings. CITY OF FORT WORTH STANDARD CONSTRUCTION SPEC[nCATION DOCUMENTS Revision: Fe wwy2, 2016 007200-1 GENERAL CONL)ITIONS Page 5 of 63 51. Project Schedule —A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Time. 52. Project —The Work to be performed under the Contract Documents. 53. Project Manager —The authorized representative of the City who will be assigned to the Site. 54. Public Meeting — An announced meeting conducted by the City to facilitate public participation and to assist the public in gaining an informed view of the Project. 55. Radioactive .Materia"ource, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954 (42 USC Section 2011 et seq.) as amended from time to time. 56. Regular Working Hours —Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday (excluding legal holidays). 57. Saraples`Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 58. Schedule of SubmittalsA schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 59. Schedule of Values —A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for reviewing Contractor's Applications for Payment. 60. Site —Lands or areas indicated in the Contract Documents as being furnished by City upon which the Work is to be performed, including rights -of -way, permits, and easements for access thereto, and such other lands furnished by City which are designated for the use of Contractor. 61. Specifications —That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 62. Subcontractor —An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIRCATION DOCUMENTS Revision: Fabmary2, 2016 007200-1 GENERAL CONDITIONS Page 6 of 63 63. Submittals All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 64. Successful Bidder —The Bidder submitting the lowest and most responsive Bid to whom City makes an Award. 65. Superintendent — The representative of the Contractor who is available at all times and able to receive instructions from the City and to act for the Contractor. 66. Supplementary Conditions —That part of the Contract Documents which amends or supplements these General Conditions. 67. Supplier A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 68. Underground Facilities —All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 69. Unit Price Work —See Paragraph 11.03 of these General Conditions for definition. 70. Weekend Working Hours — Hours beginning at 9:00 a.m. and ending at 5:00 p,m., Saturday, Sunday or legal holiday, as approved in advance by the City. 71. Work The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Change Order or field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 72. Working Day — A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1,02.13 through E are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Intent of Certain Terms or Adjectives: CITY OF, FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Februwy2, 2016 007200-1 GENERAL CONDITIONS Pago 7 of 63 The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of like effect or import to authorize an exercise of judgment by City. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of City as to the Work. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, the Work for compliance with the information in the Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). C. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. D. Finnish, Install, Perform, Provide: 1. The word "Furnish" or the word "install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2 — PRELEMNARY MATTERS 2.01 Copies of Documents City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be furnished upon request at the cost of reproduction. 2.02 Commencement of Contract Time; .Notice to Proceed The Contract Time will continence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within 14 days after the Effective Date of the Agreement. CITE' of FORT WORTH STANDARD CONSTRUCTION SPECWICATION DOCUMENTS Revision: Fehivary2, 2016 007200-1 GENERAL CONDITIONS Page S of 63 2.03 Starting the Work Contractor shall start to perform the Work on the date when the Contract Time commences to run. No Work shall be done at the Site prior to the date on which the Contract Time commences to run. 2.04 Before Starting Construction Baseline Schedules: Submit in accordance with the Contract Documents, and prior to starting the Work. 2.05 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.06 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. 2.07 .InitialAcceptance of Schedules No progress payment shall be made to Contractor until acceptable schedules are submitted to City in accordance with the Schedule Specification as provided in the Contract Documents. ARTICLE 3 -- CONTRACT DOCUMENTS- INTENT, AMENDING, REUSE 3.01 .Intent A. The Contract Documents are complementary; what is required by one is as binding as if required by all. B. It is the intent of the Contract Documents to describe a functionally complete project (or part thereof) to be constructed in accordance with the Contract Documents. Any labor, documentation, services, materials, or equipment that reasonably may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result will be provided whether or not specifically called for, at no additional cost to City. C. Clarifications and interpretations of the Contract Documents shall be issued by City. D. The Specifications may vary in form, format and style. Some Specification sections may be written in varying degrees of streamlined or declarative style and some sections may be relatively narrative by comparison. Omission of such words and phrases as "the Contractor shall," "m conformity with," "as shown," or "as specified" are Intentional In streamlined sections. Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear in various parts of a section or articles within a part depending on the format of the CITY OF FORT WORTII STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnmiy2, 2016 007200-1 GENERAL CONDITIONS Page 9 of 63 section. The Contractor shall not take advantage of any variation of form, format or style in making Contract Claims. E. The cross referencing of specification sections under the subparagraph heading "Related Sections include but are not necessarily limited to:" and elsewhere within each Specification section is provided as an aid and convenience to the Contractor. The Contractor shall not rely on the cross referencing provided and shall be responsible to coordinate the entire Work under the Contract Documents and provide a complete Project whether or not the cross referencing is provided in each section or whether or not the cross referencing is complete. 3.02 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of City, Contractor, or any of their subcontractors, consultants, agents, or employees, from those set forth in the Contract Documents. No such provision or instruction shall be effective to assign. to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: Contractors Review of Contract Documents Before Starting Work: Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures therein against all applicable field measurements and conditions. Contractor shall promptly report in writing to City any conflict, error, ambiguity, or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification from City before proceeding with any Work affected thereby. 2. Contractor's Review of Contract Documents During Performance of Work: If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation, (b) any standard, specification, manual, or code, or (c) any instruction of any Supplier, then Contractor shall promptly report it to City in writing. Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Paragraph CITY OF FORT WORM STANDARD CONSTRUCTION SPE63FICATION DOCUMENTS Revision: F&waryZ2016 007200-I GENERAL CONDITIONS Page 10 of 63 6.17.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Paragraph 3.04. 3. Contractor shall not be liable to City for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof B. Resolving Discrepancies: 1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and the provisions of any standard, specification, manual, or the instruction of any Supplier (whether or not specifically incorporated by reference in the Contract Documents). 2. In case of discrepancies, figured dimensions shall govern over scaled dimensions, Plans shall govern over Specifications, Supplementary Conditions shall govern over General Conditions and Specifications, and quantities shown on the Plans shall govern over those shown in the proposal. 3.04 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized, by one or more of the following ways: 1. A Field Order; 2. City's review of a Submittal (subject to the provisions of Paragraph 6.1 S.C); or 3. City's written interpretation or clarification. 3.05 Reuse of Documents A. Contractor and any Subcontractor or Supplier shall not: 1. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer, including electronic media editions; or 2. reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any other project without written consent of City and specific written verification or adaptation by Engineer. CITY OF FORT WORM STANDARD CONSTRUCTION SPECIFICATION DOCi WF,NT5 Revision: FebnnTy2,2016 007200-1 GENERAL CONDITIONS Page 11 of 63 B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electronic Data A. Unless otherwise stated in the Supplementary Conditions, the data furnished by City or Engineer to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the printed copies included in the Contract Documents (also known as hard copies) and other Specifications referenced and located on the City's Buzzsaw site. Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files will be at the user's sole risk. if there is a discrepancy between the electronic files and the hard copies, the hard copies govern. RV When transferring documents in electronic media format, the transferring parry makes no ' representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data's creator. ARTICLE 4 — AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFS FNCE POINTS 4.01 Availability of Lands A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work. City will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. 1. The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project ,Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding right-of-way, and/or easements. 2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Site. Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding utilities or obstructions to be removed, adjusted, and/or relocated by others. B. Upon reasonable written request, City shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be performed. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision; Fchnmy2, 2016 007200-1 GENERAL CONDITIONS Page 12 of63 C. Contractor shall provide for all additional lands and access thereto that may be required for construction facilities or storage of materials and equipment. 4.02 Subsurface and Physical Conditions A. Reports and'Drawings: The Supplementary Conditions identify: 1. those reports known to City of explorations and tests of subsurface conditions at or contiguous to the Site; and 2. those drawings known to City of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities). B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions, or information. 4.03 Differing Subsurface or Physical Conditions A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or revealed either: 1. is of such a nature as to establish that any "technical data" on which Contractor is entitled to rely as provided in Paragraph 4.02 is materially inaccurate; or 2. is of such a nature as to require a change in the Contract Documents; or 3. differs materially from that shown or indicated in the Contract Documents; or 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febney 2, 2016 00 72 00 -1 GENERAL CONDITIONS Page 13 of 63 then Contractor shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), notify City in writing about such condition. B. Passible Price and Time Adjustments Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time if- 1. Contractor knew of the existence of such conditions at the time Contractor made a final commitment to City with respect to Contract Price and Contract Time by the submission of a Bid or becoming bound under a negotiated contract; or 2. the existence of such condition could reasonably have been discovered or revealed as a result of the examination of the Contract Documents or the Site; or 3. Contractor failed to give the written notice as required by Paragraph 4.03.A. 4.04 Underground Facilities A. Shown or Indicated.- The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to City or Engineer by the owners of such Underground Facilities, including City, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1. City and Engineer shall not be responsible for the accuracy or completeness of any such information or data provided by others; and 2. the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibility for: a. reviewing and checking all such information and data; b. locating all Underground Facilities shown or indicated in the Contract Documents; c. coordination and adjustment of the Work with the owners of such Underground Facilities, including City, during construction; and d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown or -Indicated: 1. If an Underground Facility which conflicts with the Work is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOC[AV PLATS Revision: FebawyZ 2016 007200-I GENERAL CONDITIONS Page 1.4 of 63 Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), identify the owner of such Underground Facility and give notice to that owner and to City. City will review the discovered Underground Facility and determine the extent, if any, to which a change may be required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. Contractor shall be responsible for the safety and protection of such discovered Underground Facility. 2. If City concludes that a change in the Contract Documents is required, a Change Order may be issued to reflect and document such consequences. 3. Verification of existing utilities, structures, and service lines shall include notification of all utility companies a minimum of 48 hours in advance of construction including exploratory excavation if necessary. 4.05 Reference Points A. City shall provide engineering surveys to establish reference points for construction, which in City's judgment are necessary to enable Contractor to proceed with the Work. City will provide construction stakes or other customary method of marking to establish Iine and grades for roadway and utility construction, centerlines and benchmarks for bridgework. Contractor shall protect and preserve the established reference points and property monuments, and shall make no changes or relocations. Contractor shall report to City whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations. The City shall be responsible for the replacement or relocation of reference points or property monuments not carelessly or willfully destroyed by the Contractor. The Contractor shall notify City in advance and with sufficient time to avoid delays. B. Whenever, in the opinion of the City, any reference point or monument has been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost for replacing such points plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. 4.06 Hazardous Environmental Condition at Site A. Reports and Drawings: The Supplementary Conditions identify those reports and drawings known to City relating to Hazardous Environmental Conditions that have been identified at the Site. B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claire against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of CITY OF FORT WORTH STANDARD CONSTRUMON SPECIFICATION DOCUMENTS Revision: February Z 2016 007200-1 GENERAL. COND[T10N5 Page 15 of 63 construction to be employed by Contractor and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions or information. C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by Contractor, Subcontractors, Suppliers, or anyone else for whole Contractor is responsible. D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with such condition and in any area affected thereby (except in an emergency as required by Paragraph 6.17.A); and (iii) notify City (and promptly thereafter confirm such notice in writing). City may consider the necessity to retain a qualified expert to evaluate such condition or take corrective action, if any. E. Contractor shaII not be required to resume Work in connection with such condition or in any affected area until after City has obtained any required permits related thereto and delivered written notice to Contractor: (i) specifying that ,such condition and any affected area is or has been rendered suitable for the resumption of Work; or (ii) specifying any special conditions under which such Work may be resumed. F. If after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then City may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. City may have such deleted portion of the Work performed by City's own forces or others. G. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by Contractor or by anyone for whom Contractor is responsible. Nothing in this Paragraph 4.06.G shall obligate Contractor to indemnify any individual or entity from and against the consequences of that individual's or entity's own negligence. H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision; Febnnry2, 2016 007200-1 GENERAL CONDITIONS Page 16 of 63 ARTICLE 5 — BONDS AND INSURANCE 5.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall fiunish maintenance bonds in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the 'tJ4rork described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the Iist of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney -in -fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney -in -fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 5.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 5.01 and 5.02.C. 5.03 Certificates oflnsurance Contractor shall deliver to City, with copies to each additional insured and loss payee identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by City or any other additional insured) which Contractor is required to purchase and maintain. 1. The certificate of insurance shall document the City, and all identified entities named in the Supplementary Conditions as "Additional Insured" on all liability policies. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S Revision: Febnmy2, 2016 007200-1 GENERAL CONDITIONS Page 17 of63 2. The Contractor's general Iiability insurance shall include a, "per project" or "per location", endorsement, which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property & Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights- of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in the Supplementary Conditions 6. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. 7. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 8. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims -made. basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims -made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 9. Policies shall have no exclusions by endorsements, which, neither nullify or amend., the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 10. Any self -insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnmy2, 2016 007200-1 GENERAL CONDITIONS Page 19 of 63 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. 11. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a first -dollar basis, must be acceptable to and approved by the City. 12. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 13. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies. 14. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 5.04 Contractor's Insurance A. Yorkers Compensation and Employers' Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and .minimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance ,Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnmy2, 2016 007200-] GENERAL CONDITIONS Page 19 of 63 insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project (if identified in the Supplementary Conditions). C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto", defined as autos owned, hired and non -owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. D. ; Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the requirements identified in the Supplementary Conditions. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 5.05 Acceptance of Bonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the City may reasonably request. if Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 6 -- CONTRACTOR'S RESPONSIBILITIES 6.01 Supervision and Superintendence A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision; Febmary2, 201& 007200-1 GENERAL CONDITIONS Page 20 of 63 B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All cotirmunication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 6.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication) to perform Work: 1. for beyond Regular Working Fours request must be made by noon at least two (2) Business Days prior , 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 6.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, standup, and completion of the Work. B. AlI materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febn aty2, 2016 007200-1 GENERAL CONDITIONS Page 21 of 63 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. D. All items of standard equipment to be incorporated into the Work shall be the latest model at the time of bid, unless otherwise specified. 6.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.07 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.07 and the General Requirements) proposed adjustments in the Project Schedule that will not result in changing the Contract Time. Such adjustments will comply with any provisions of the General Requirements applicable thereto. ;. 2. Contractor shall submit to City a monthly Project Schedule with a monthly progress payment for the duration of the Contract in accordance with the schedule specification 01 32 16. 3. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 12. 'Adjustments in Contract Time may only be made by a Change Order. 6.05 Substitutes and "Or -Equals" A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or -equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. 1. "Or -Equal " Items: if in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an "or -equal" item, in which case review and approval of the proposed item may, in City's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 6.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. the City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febn=yZ2016 007200-1 GENERAL CONDITIONS Page 22 of 63 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or -equal" item under Paragraph 6.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed Substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 01 25 00 and: 1) shall certify that the proposed substitute item will: a) perform adequately the functions and achieve the results called for by the general design; b) be similar in substance to that specified; c) be suited to the same use as that specified; and 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; b) whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; CITY OF FORr WORTH STANDARD CONSTRUCUON SPECMCATION DOCUMENTS Revision: Pebuary2, 2016 00 72 00 - ] GENERAL CONDITIONS Page23 or63 c) whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: a) all variations of the proposed substitute item from that specified; b) avaiIable engineering, sales, maintenance, repair, and replacement services; and 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. E. Substitute Construction Methods or Procedures: If a specific means, method, technique, -sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 6.05.A.2. C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.05.A and 6.05.5. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or -equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an "or -equal." City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use ofsubstituted materials or equipment. E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6.05.B. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents (or in the provisions of any other direct contract with City) resulting from the acceptance of each proposed substitute. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or -equal" at Contractor's expense. CITY OF FORT WORTH sT,&NDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Tebniuy2, 2016 007200-1 GENERA, CONDITIONS Page 24 of63 G. City Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Change Order. H. Time Extensions: No additional time will be granted for substitutions. 6.06 Concerning Subcontractors, Suppliers, and Others A. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. B. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, against whom City may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom Contractor has reasonable objection (excluding those acceptable to City as indicated in Paragraph 6.06.C). C. The City may from time to time require the use of certain Subcontractors, Suppliers, or other individuals or entities on the project, and will provide such requirements in the Supplementary Conditions. D. Minority Business Enterprise Compliance: It is City policy to ensure the fall and equitable participation by Minority Business Enterprises (MBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MBE goal, Contractor is required to comply with the intent of the City's MBE Ordinance (as amended) by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MBE. Material misrepresentation of any nature will be grounds for termination of the Contract in accordance with Paragraph 15.02.A. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. E. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: CITY OF FORT WORTH STANDARD CONSTRUMON SPECEICATION DOCUMENTS Revision:Pcbnaz 2,2016 007200-1 GENERAL CONDITIONS Page 25 of 63 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. F. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. G. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. H. All Work performed for Contractor by a ,Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically =binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of City. 6.07 Wage Rates A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not Iess than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2255. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by,the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. CITY OF TORT wORTT3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnay7, 2016 0072DO-1 GENERAL CONDITIONS Page 26 of 63 D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code. G. Posting of image Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 6.08 Patent Fees and Royalties A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. if a particular invention, design, process, product, or device is specified in the Contract Documents for use in the performance of the Work and if, to the actual knowledge of City, its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by City in the Contract Documents. Failure of the City to disclose such information does not relieve the Contractor from its obligations to pay for the use of said fees or royalties to others. B. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnuary2, 2016 007200- 1 GENERAL. CONDITIONS Page 27 of 63 the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 6.09 .Permits and Utilities A. Contractor obtained permits and licenses. Contractor shall obtain and pay for all construction permits and licenses except those provided for in the Supplementary Conditions or Contract Documents. City shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement, except for permits provided by the City as specified in 6.09.B. City shall pay all charges of utility owners for connections for providing permanent service to the Work. B. City obtained permits and licenses. City will obtain and pay for all permits and licenses as provided for in the Supplementary Conditions or Contract Documents. It will be the Contractor's responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the Contract and the City approves the changes, the Contractor is responsible for obtaining clearances and coordinating with the appropriate regulatory agency. The City will not reimburse the Contractor for any cost associated with these requirements of any City acquired permit. The following are permits the City will obtain if required: 1. Texas Department of Transportation Permits 2. U.S. Army Corps of Engineers Permits 3. Texas Commission on Environmental Quality Permits 4. Railroad Company Permits C. Outstanding permits and licenses. The City anticipates acquisition of and/or access to permits and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding permits and licenses. 6.10 Laws and Regulations . A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages {including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: FebniW2, 20Z6 007200-1 GENERAL CONDITIONS Page 28 of 63 court or, arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.02. C. Changes in Laws or Regulations not known at the time of opening of Bids having an effect on the cost or time of performance of the Work may be the subject of an adjustment in Contract Price or Contract Time. 6.11 Taxes A. On a contract awarded by the City, an organization which qualifies for exemption pursuant to Texas Tax Code, Subchapter H, Sections 151.301-335 (as amended), the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax., said exemption certificate to comply with State Comptroller's Ruling .007. Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the provision of State Comptroller's Ruling .011, and any other applicable rulings pertaining to the Texas Tax Code, Subchapter H. B. Texas Tax permits and information may be obtained from: 1. Comptroller of Public Accounts Sales Tax Division Capitol Station Austin, TX 78711; or 2. htt ://v�,ww.Nvindow.state.tx,us/taxinfo/taxforrns/93-forms.html 6.12 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fehnmry2, 2016 007200-1 GENERAL CONDITIONS Page 29 of 63 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the '{Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 6.21, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages arising out of or relating to any claim or action legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and the costs of such direct action, plus 25 % of such costs, shall be deducted from the monies due or to become due to the Contractor. D. Final Site Cleaning.- Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the 'Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.13 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 6.14 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnmry2, 2016 00 72 00 -1 GENERAL CONDITIONS Page 30 of 63 take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 6.14.A.2 or 6.14.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 6.15 ,5'afeiy Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. 6.16 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 6.17 Emergencies and/or Rectification A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give City prompt written notice if Contractor believes that any significant CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMCNTS Revision: Febivaiy%2016 00 72 00 - 1 GENERAL CONDITIONS Page 31 of 63 changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. if City determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Change Order may be issued. B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies, omissions, or correction necessary to conform with the requirements of the Contract Documents, the City shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not show just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due or become due the Contractor on the Project. 6.18 Suhmiifals A. Contractor shall submit required Submittals to City for review and acceptance in accordance with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be identified as City may require. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 6.1 S.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For -Information -Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the lirnited purposes required by Paragraph 6.1 S.C. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnaamy2, 2016 0012 00 -1 GENERAL CONDITIONS Page 32 of63 B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City's Review. - City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 6.19 Continuing the Work Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule during all disputes or disagreements .with City. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as City and Contractor may otherwise agree in writing. 6.20 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or .any other individual or entity for whom Contractor is responsible; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICAnON DOCUMENTS Revision; Fehnmty2,2016 007200-1 GENERAL. CONDITIONS Page 33 of 63 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5.. any review and acceptance of a Submittal by City; 5. -any inspection, test, or approval by others; or 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall famish a good and sufficient maintenance bond, complying with the requirements of Article 5.02.B. The City will give notice of observed defects with reasonable promptness. 6.21 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. TINS MTDEMNMCATION PRO -VISION IS SPECIFICALLY IIoiTEIVDED T®T® ®PERATE AND BE EFFECTIVE EVEN IF IT IS _ALLEGED OR E QVJ7 ®T TIIAT ALL OR ®IVIE ®F TITS I)A]�IAGES BEl G SGUGIi'�WEIRE CAUSED, II�T ®LE OR IN PART. BY ANY ACT GLIGENCE OF This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its oven expense, the City, Its officers, servants and employees, from and against any and all Ioss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. 'I�I-IIa MEMNIFICATION PROVISION IS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUbMNTS Revision; Fcbniaiy2, 20I6 00 72 00 - 1 GENERAL CONDITIONS Page 34 of63 S)PECMCALLY INTENDED T® OU AT>E AND BE E { +ECT EVENT I IX r� ALLEGED OR EDR® N T ALL (OR SOME OF THE DAMAGES I3E)(1�T� WERE C&USED, I1 WHOLE OR IN PA)FiT9_ �Y A� AC._��Y� ISS)ION ._ OR V-T.Irv-F.Nr-. n1w . CfTy� 6.22 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, Whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 6.22, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 61S.C. 6.23 Right to Audit A. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. B. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all CITY OF FORT WORTH STANDARD CONSTRUC£ION SPECIFICATION DOCUMENTS Revision: Februaiy2,2016 007200-1 GENERAL CONDITIONS Page 35 of 63 Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. C. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 6.24 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit - related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title VI, Civil Rights Act of 1964 as amended. Contractor shall comply with the requirements of the ,Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. ARTICLE 7 — OTHER WORK AT TEE SITE 7.01 Related Work at Site A. City may perform other work related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may out or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. CITY OF FORT WORTS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Aevisiou: Febnmty2, 2016 00 72 00 - I GENERAL CONDITIONS Page 36 of 63 7.02 Coordination A. If City intends to contract with others for the performance of other work on the Project at the Site, the following will be set forth in Supplementary Conditions: 1. the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; 2. the specific matters to be covered by such authority and responsibility will be itemized; and 1 the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the Supplementary Conditions, City shall have authority for such coordination. ARTICLE 8 — CITY'S RESPONSIBILITIES 8.01 Communications to Contractor Except as otherwise provided in the Supplementary Conditions, City shall issue all communications to Contractor. 8.02 Furnish Data City shall timely furnish the data required under the Contract Documents. 8.03 Pay When Due City shall make payments to Contractor in accordance with Article 14. 8.04 Lands and Easements; .Reports and Tests City's duties with respect to providing lands and casements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City's identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at or contiguous to the Site that have been utilized by City in preparing the Contract Documents. 8.05 Change Orders City shall execute Change Orders in accordance with Paragraph 10.03. 8.06 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 13.03. CITY OF FORTWORTTT STANDARD CONSTRUCTION SPECTFTCA"TTON DOCUMENTS Revision: rebnmry 2, 2016 007200-1 GENERAL CONDITIONS Page 37 of 63 8.07 Limitations on City's Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 6.14. 8.08 Undisclosed Razardous Environmental Condition City's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06. 8.09 Compliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 6.14. ARTICLE 9 -- CITY'S OBSERVATION STATUS DURING CONSTRUCTION 9.01 City's Project Manager City will provide one or more Project Manager(s) during the construction period. The duties and responsibilities and the limitations of authority of City's Project Manager during construction are set forth in the Contract Documents. The City's Project Manager for this Contract is Rakesh Chaubey, P.E. or his/her successor pursuant to written notification from the Director of the Water Department. 9.02 Visits to Site A. City's Project Manager will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, City's Project Manager will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Manager will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City's Project Manager's efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City's Project Manager's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents including those set forth in Paragraph 8.07. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATIOW DOCUMENTS Revision: Febmmy2, 2016 007200-1 GENERAL CONDITIONS Page 38 of 63 9.03 Authorized Variations in Work City's Project Manager may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City and also on Contractor, who shall perform the Work involved promptly. 9.04 Rejecting Defective Work City will have authority to reject Work which City's Project Manager believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 13, whether or not the Work is fabricated, installed, or completed. 9.05 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City's Project Manager will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City's written decision will be final,(except as modified to reflect changed factual conditions or more accurate data). 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work A. City will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. B. City will render a written decision on any issue referred. C. City's written decision on the issue referred will be final and binding on the Contractor, subject to the provisions of Paragraph t0.06. ARTICLE 10 — CAGES IN THE WORY4 CLAIMS; EXTRA WORK 10.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price, a Field. Order may be issued by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Feb=y% W16 007200-1 GENERAL CONDITIONS Page 39 of 63 10.02 Unauthorized Changes in the Work Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.17. 10.03 Execution of Change Orders A. City and Contractor shall execute appropriate Change Orders covering: 1. changes in the Work which are: (i) ordered by City pursuant to Paragraph 10.01 A, (ii) required because of acceptance of defective Work under Paragraph 13.08 or City's correction of defective Work under Paragraph 13.09, or (iii) agreed to by the parties; 2. changes in the Contract Price or Contract Time which are agreed to by the parties, including any undisputed sum or amount of time for Mork actually performed. 10.04 Extra Mork A. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof, and the City insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof. Contract Claims regarding Extra Work shall be made pursuant to Paragraph 10.06. B. The Contractor shall furnish the City such installation records of all deviations from the original Contract Documents as may be necessary to enable the City to prepare for permanent record a corrected set of plans showing the actual installation. C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or Extra Work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other, effect on changed or unchanged work as a result of the change or Extra Work. 10.05 Notification to Surety if the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnimy2, 2016 007200-1 GENERAL CONDITIONS Page 40 of 63 10.06 Contract Claims Process A. City's Decision Required, All Contract Claims, except those waived pursuant to Paragraph 14.09, shall be referred to the City for decision. A decision by City shall be required as a condition precedent to any exercise by Contractor of any rights or remedies he may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Contract Claims. B. Notice: 1. Written notice stating the general nature of each Contract Claim shall be delivered by the Contractor to City no later than 15 clays after the start of the event giving rise thereto. The responsibility to substantiate a Contract Claim shall rest with the party making the Contract Claim. 2. Notice of the amount or extent of the Contract Claim, with supporting data shall be delivered to the City on or before 45 days from the start of the event giving rise thereto (unless the City allows additional time for Contractor to submit additional or more accurate data in support of such Contract Claim). 3. A Contract Claim for an adjustment in Contract Price shall be prepared in accordance with the provisions of Paragraph 12.01. 4. A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions of Paragraph 12.02. 5. Each Contract Claim shall be accompanied by Contractor's written statement that the adjustment claimed is the entire adjustment to which the Contractor believes it is entitled as a result of said event. 6. The City shall submit any response to the Contractor within 30 days after receipt of the claimant's last submittal (unless Contract allows additional time). C. City's Action: City will review each Contract Claim and, within 30 days after receipt of the last submittal of the Contractor, if any, take one of the following actions in writing: 1, deny the Contract Claim in whole or in part; 2, approve the Contract Claim; or 3. notify the Contractor that the City is unable to resolve the Contract Claim if, in the City's sole discretion, it would be inappropriate for the City to do so. For purposes of further resolution of the Contract Claim, such notice shall be deemed a denial. C1T'Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febrwiy2, 2016 007200-f GENERAL CONDITIONS Page 41 of 63 D. City's written action under Paragraph 10.06.0 will be final and binding, unless City or Contractor invoke the dispute resolution procedure set forth in Article 16 within. 30 days of such action or denial. E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not submitted in accordance with this Paragraph 10.06. ARTICLE 11-- COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS QUANTITY IEASUREl NT 11.01 Cost of the Work A. Costs Included.- The term Cost of the Work means the sum of all costs, except those excluded in Paragraph 11.0LB, necessarily incurred and paid by Contractor in the proper performance of the Work. When the value of any Work covered by a Change Order, the costs to be reimbursed to Contractor will be only those additional or incremental costs required because of the change in the Work. Such costs shall not include any of the costs itemized in Paragraph 11.0l.B, and shall include but not be limited to the following items: Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by City and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include; a. salaries with a 55% markup, or b. salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of Regular Working Hours, Weekend Working Hours, or legal holidays, shall be included in the above to the extent authorized by City. 2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. 3. Rentals of all construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City, and the costs of transportation, Ioading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. CITY OF PORT WORTII STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fe6n=y2, 2416 007200-1 GENERAL CONDITIONS Page 42 of 63 4. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If required by City, Contractor shall obtain competitive bids from subcontractors acceptable to City and Contractor and shall deliver such bids to City, who will then determine, which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same manner as Contractor's Cost of the Work and fee as provided in this Paragraph 11.01. 5. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work. 6. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost, less market value, of such items used but not consumed which remain the property of Contractor. c. Sales, consumer, use, and other similar taxes related to the Work, and for which Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and Regulations. d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. e. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by Contractor in connection with the performance of the Work, provided such losses and damages have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of City. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor's fee. f. The cost of utilities, fuel, and sanitary facilities at the Site. g. Minor expenses such as telegrams, long distance telephone calls, telephone and communication services at the Site, express and courier services, and similar petty cash items in connection with the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMP:NfS Revision: Fth uai y2, 2016 007200-I GENERAL CONDITIONS Page 43 of63 h. The costs of premiums for all bonds and insurance Contractor is required by the Contract Documents to purchase and maintain.. B. Costs Excluded.• The term Cost of the Work shall not include any of the following items: 1. Payroll costs and other compensation of Contractor's officers, executives, principals (of partnerships and sole proprietorships), general managers, safety managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 11.0i.A.1 or specifically covered by Paragraph 11.01.A.4, all of which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Contractor's principal and branch offices other than Contractor's office at the site. 3. .Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 5. Other overhead or general expense costs of any kind. C. Contractor's Fee: When all the Work is performed on the basis of cost-plus, Contractor's fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order for an adjustment in Contract Price is determined on the basis of Cost of the Work, Contractor's fee shall be determined as set forth in Paragraph 12.01.C. D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11.01.A and 11.013, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to City an itemized cost breakdown together with supporting data. 11.02 Allowances A. Specified Allowance: It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to City. B. Pre -bid Allowances: 1. Contractor agrees that: CrfY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: FebmW2, 2016 00 72 00 - F GENERAL CONDITIONS Pap 44 of 63 a. the pre -bid allowances include the cost to Contractor of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes; and b. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the pre -bid allowances have been included in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. C. Contingency Allowance: Contractor agrees that a contingency allowance, if any, is for the sole use of City. D. Prior to final payment, an appropriate Change Order will be issued to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.03 Unit Price York A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by City subject to the provisions of Paragraph 9.05. C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. Work described in the Contract Documents, or reasonably inferred as required for a functionally complete installation, but not identified in the listing of unit price items shall be considered incidental to unit price work listed and the cost of incidental work included as part of the unit price. D. City may make an adjustment in the Contract Price in accordance with Paragraph 12.01 i£ 1. the quantity of any item of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Agreement; and 2. there is no corresponding adjustment with respect to any other item of Work. E. Increased or Decreased Quantities: The City reserves the right to order Extra Work in accordance with paragraph 10.01. If the changes in quantities or the alterations do not significantly change the character of work under the Contract Documents, the altered work will be paid for at the Contract unit price. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnmy2, 2016 00 72 00 -1 GENERAL CONDITIONS Page 45 of 63 2. If the changes in quantities or alterations significantly change the character of work, the Contract will be amended by a Change Order. 3. If no unit prices exist, this will be considered Extra Work and the Contract will be amended by a Change Order in accordance with Article 12. 4. A significant change in the character of work occurs when. a. the character of work for any Item as altered differs materially in kind or nature from that in the Contract or b. a Major Item of work varies by more than 25% from the original Contract quantity. 5. When the quantity of work to be done under any Major Item of the Contract is more than 125% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price on the portion of the work that is above 125%. S. When the quantity of work to be done under any Major Item of the Contract is less than 75% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price. 11.04 Plans Quantity Measurement A. Plans quantities may or may not represent the exact quantity of work performed or material moved, handled, or placed during the execution of the Contract. The estimated bid quantities are designated as final payment quantities, unless revised by the governing Section or this Article. B. If the quantity measured as outlined under "Price and Payment Procedures" varies by more than 25% (or as stipulated under "Price and Payment Procedures" for specific Items) from the total estimated quantity for an individual Item originally shown in the Contract Documents, an adjustment may be made to the quantity of authorized work done for payment purposes. The party to the Contract requesting the adjustment will provide field measurements and calculations showing the final quantity for which payment will be made, Payment for revised quantity will be made at the unit price bid for that Item, except as provided for in Article 10. C. When quantities are revised by a change in design approved by the City, by Change Order, or to correct an error, or to correct an error on the plans, the plans quantity will be increased or decreased by the amount involved in the change, and the 25% variance will apply to the new plans quantity. D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than $250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans quantity Item if the City and Contractor agree in writing to fix the final quantity as a plans quantity. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnmiy2, 2016 007200-1 GENERAL CONDITIONS Page 46 of 63 E. For ealiout work or non -site specific Contracts, the plans quantity measurement requirements are not applicable. ARTICLE 12 `-- CHANGE OF CONTRACT PRICE; CHANGE E OF CONTRACT R-[ CT TEvRm, 12.01 Change of Contract Price A. The Contract Price may only be changed by a Change Order. B. The value of any Work covered by a Change Order will be determined as follows: 1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of Paragraph 11.03); or 2. where the Work involvcd is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum or unit price (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.01.C.2), and shall include the cost of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work; or 3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum or unit price is not reached under Paragraph 12.0I.B.2, on the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor's fee for overhead and profit (determined as provided in Paragraph 12.01.C). C. Contractor's Fee: The Contractor's additional fee for overhead and profit shall be determined as follows: 1. a mutually acceptable fixed fee; or 2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: a. for costs incurred under Paragraphs 11.01.A.1, 11,01.A.2. and 11.01.A.3, the Contractor's additional fee shall be 15 percent except for: 1) rental fees for Contractor's own equipment using standard rental rates; 2) bonds and insurance; b. for costs incurred under Paragraph 11.01.A.4 and 11.01.A.5, the Contractor's fee shall be five percent (5%); 1) where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.0t.C.2.a and 12.01.C.2.b is that the Subcontractor who actually performs the Work, at whatever CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnmiy 7, 2016 00 72 00 -1 GENERAL CONDITIONS Page 47 of 63 tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs 11.01.A.1 and 11.01.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent (5%) of the amount paid to the next lower tier Subcontractor, however in no ease shall the cumulative total of fees paid be in excess of 25%; c. no fee shall be payable on the basis of costs itemized under Paragraphs 11.01.A.6, and 11.01.B; d. the amount of credit to be allowed by Contractor to City for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor's fee by an amount equal to five percent (5%) of such net decrease. 12.02 Change of Contract Time A. The Contract Time may only be changed by a Change Order. B, No extension of the Contract Time will be allowed for Extra Work or for claimed delay unless the Extra Work contemplated or claimed delay is shown to be on the critical path of the Project Schedule or Contractor can show by Critical Path Method analysis how the Extra Mork or claimed delay adversely affects the critical path. 12.03 Delays A. Where Contractor is reasonably delayed in the performance or completion of any part of the Work within the Contract Time due to delay beyond the control of Contractor, the Contract Time may be extended in an amount equal to the time lost due to such delay if a Contract Claim is made therefor. Delays beyond the control of Contractor shall include, but not be limited to, acts or neglect by City, acts or neglect of utility owners or other contractors performing other work as contemplated. by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God. Such an adjustment shall be Contractor's sole and exclusive remedy for the delays described in this Paragraph. B. if Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. C. Contractor shall not be entitled to an adjustment in Contract Price or Contract Time for delays within the control of Contractor. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Contractor. D. The Contractor shall receive no compensation for delays or hindrances to the Work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmary2, 2016 0072CO-1 GENERAL CONDITIONS Page 48 of 63 ARTICLE 13 — TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 13.02 Access to Work City, independent testing Iaboratories, and governmental agencies with jurisdictional interests will have access to the Site and the 'Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them. of Contractor's safety procedures and programs so that they may comply therewith as applicable. 13.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as. described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, retests, or approvals required for City's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re -tests, or approvals shall be performed by organizations acceptable to City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible, with Contractor; 2. Should any Testing under this ,Section 13.03 D result in a "fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fft ag2, 20I6 007200-1 GENERAL. CONDITIONS Page 49 of 63 3. Any amounts Owed for any retest under this Section 13.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue Final Payment until the Testing Lab is paid. E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor's expense. G. Contractor shall have the right to make a Contract Claim regarding any retest or invoice issued under Section 13.03 D. 13.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. B. If City considers it necessary or advisable that covered Work be observed by City or inspected or tested by others, Contractor, at City's request, shall uncover, expose, or otherwise make available for observation, inspection, or testing as City may require, that portion of the Work in question, furnishing all necessary labor, material, and equipment. If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); or City shall be entitled to accept defective Work in accordance with Paragraph 13.08 in which case Contractor shall still be responsible for all costs associated with exposing, observing, and testing the defective Work. 2. If the uncovered Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, inspection, testing, replacement, and reconstruction. 13.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform. the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any CITY OF PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Pebmmy2, 2016 007200-1 GENERAL CONDITIONS Page 50 of 63 Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 13.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee, if any, on said Work. 13.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 6.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that Is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ENTS Revision: Febmary2, 2016 007200-1 GENERAL CONDITIONS Page 51 of 63 C. In special circumstances where a particular item of equipment is placed in continuous service before final Acceptance of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Contract Documents. D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 13.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor should such additional warranty coverage be required. Contractor may dispute this requirement by filing a Contract Claim, pursuant to Paragraph 10.06. E. Contractor's obligations under this Paragraph 13.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 13.08 Acceptance of Defective Work If, instead of requiring correction or removal and replacement of defective Work, City prefers to accept it, City may do so. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) attributable to City's evaluation of and determination to accept such defective Work and for the diminished value of the Work to the extent not otherwise paid by Contractor. If any such acceptance occurs prior to Final Acceptance, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and City shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of Work so accepted. 13.09 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 13.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7) days written notice to Contractor, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 13.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUWNTS Revision:Febnmary2 2016 007200-1 GENERAL CONDITIONS Page 52 of 63 costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 13.09. ARTICLE 14 — PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Values The Schedule of Values for lump sum contracts established as provided in Paragraph 2.07 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to City. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 Progress Payments A. Applications for Payments: 1. Contractor is responsible for providing all information as required to become a vendor of the City. 2. At least 20 days before the date established in the General Requirements for each progress payment, Contractor shall submit to City for review an Application for Payment filled out and signed by Contractor covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. 3. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that City has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate insurance or other arrangements to protect City's interest therein, all of which must be satisfactory to City. 4. Beginning with the second Application for Payment, each Application shall include an affidavit of Contractor stating that previous progress payments received on account of the Work have been applied on account to discharge Contractor's legitimate obligations associated with prior Applications for Payment. 5. The amount of retainage with respect to progress payments will be as stipulated in the Contract Documents. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fehnmry2, 2016 007200-1 GENERAL CONDITIONS Page 53 of 63 B. Review of Applications: 1. City will, after receipt of each Application for Payment, either indicate in writing a recommendation of payment or return the Application to Contractor indicating reasons for refusing payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application. 2. City's processing of any payment requested in an Application for Payment will be based on City's observations of the executed Work, and on City's review of the Application for Payment and the accompanying data and schedules, that to the best of City's knowledge: a. the Work has progressed to the point indicated; b. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Final Acceptance, the results of any subsequent tests called for in the Contract Documents, a final determination of quantities and classifications for Work performed under Paragraph 9.05, and any other qualifications stated in the recommendation). 3. Processing any such payment will not thereby be deemed to have represented that: a. inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to City in the Contract Documents; or b. there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by City or entitle City to withhold payment to Contractor, or c. Contractor has complied with Laws and Regulations applicable to Contractor's performance of the Work. 4. City may refuse to process the whole or any part of any payment because of subsequently discovered evidence or the results of subsequent inspections or tests, and revise or revoke any such payment previously made, ',to such extent as may be necessary to protect City from loss because: a. the Work is defective, or the completed Work has been damaged by the Contractor or his subcontractors, requiring correction or replacement; b. discrepancies in quantities contained in previous applications for payment; c. the Contract Price has been reduced by Change Orders; d. City has been required to correct defective Work or complete Work in accordance with Paragraph 13.09; or CITY OF PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febn3ary2, 2016 0072 GO -I GENERAL CONDITIONS Page 54 of 63 e. City has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A. C. Retainage: J. For contracts less than $400,000 at the time of execution, retainage shall be ten percent (10%). 2. For contracts greater than $400,000 at the time of execution, retainage shall be five percent (5%). D. Liquidated Damages. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, the sum per day specified in the Agreement, will be deducted from the monies due the Contractor, not as a penalty, but as liquidated damages suffered by the City. E. Payment: Contractor will be paid pursuant to the requirements of this Article 14 and payment will become due in accordance with the Contract Documents. F. Reduction in Payment: 1. City may refuse to make payment of the amount requested because: a. Liens have been filed in connection with the Work, except where Contractor has delivered a specific bond satisfactory to City to secure the satisfaction and discharge of such Liens; b. there are other items entitling City to a set-off against the amount recommended; or c. City has actual knowledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.4.a through 14.02.B.4.e or Paragraph 15.02.A. 2. If City refuses to make payment of the amount requested, City will give Contractor written notice stating the reasons for such action and pay Contractor any amount remaining after deduction of the amount so withheld. City shall pay Contractor the amount so withheld, or any adjustment thereto agreed to by City and Contractor, when Contractor remedies the reasons for such action. 14.03 Contractor's Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to City no later than the time of payment free and clear of all Liens. CITY OF FORT WORTH STANDARD CONSTRIICTTON SPFCTICATTON DOCUWNTs Revision: February 2, 2016 007200-I GENERAL CONDITIONS Page 55 oF63 14.04 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may .notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 14.05 Finallnspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: 1. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. B. No time charge will be made against the Contractor between said date of notification of the City and the date of Final Inspection. Should the City determine that the Work is not ready for Final Inspection, City will notify the Contractor in writing of the reasons and Contract Time will resume. 14.06 Final Acceptance Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance. CITY OF TORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Tebnmry2, 20I6 007200-1 GENERAL CONDITIONS Page 56 of 63 14.07 Final Payment A. 4pplication for Payment: 1. Upon Final Acceptance, and in the opinion of City, Contractor may make an application for final payment following the procedure for progress payments in accordance with the Contract Documents. 2. The final Application for Payment shall be accompanied (except as previously delivered) by: a. all documentation called for in the Contract Documents, including but not Iimited to the evidence of insurance required by Paragraph 5.03; b. consent of the surety, if any, to final payment; c. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and d. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. B. Payment Becomes Due: 1. After City's acceptance of the Application for Payment and accompanying documentation, requested by Contractor, less previous payments made and any sum City is entitled, including but not limited to liquidated damages, will become due and payable. 2. After all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 3. The making of the final payment by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. 14.08 Final Completion Delayed and Partial Retainage Release A. If final completion of the Work is significantly delayed, and if City so confirms, City may, upon receipt of Contractor's final Application for Payment, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by City for Work not fully completed or corrected is less than the retainage stipulated in Paragraph 14.02.C, and if bonds have been furnished as required in Paragraph 5.02, the written consent of the surety to the payment of the balance due for that CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnny2, 20I6 007200-1 GENERAL CONDITIONS Page 57 of 63 portion of the Mork fully completed and accepted shall be submitted by Contractor to City with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of Contract Claims. B. partial Retainage Release. For a Contract that provides for a separate vegetative establishment and maintenance, and test and performance periods following the completion of all other construction in the Contract Documents for all Work locations, the City may release a portion of the amount retained provided that all other work is completed as determined by the City. Before the release, all submittals and final quantities must be completed and accepted for all other work. An amount sufficient to ensure Contract compliance will be retained. 14.09 Waiver of Claims The acceptance of final payment will constitute a release of the City from all claims or liabilities under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of City related to or connected with the Contract. ARTICLE 15 — SUSPENSION OF WORK AND TERMINATION 15.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will make no extra payment for standby time of construction equipment and/or construction crews. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. D. Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the City that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. Reimbursement may not be allowed if the equipment is moved to another construction project for the City. CITY OF FORT WOkTII STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: FebmiyZ 2016 007200-i GENERAL CONDITIONS Page 58 of63 15.02 City May Terrninate for Cause A. The occurrence of any one or more of the following events by way of example, but not of limitation, may justify termination for cause: Contractor's persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment, failure to adhere to the Project Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04, or failure to adhere to the City's Business Diversity Enterprise Ordinance #20020-12-2011established under Paragraph 6.06.D); 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor's repeated disregard of the authority of City; or 4. Contractor's violation in any substantial way of any provisions of the Contract Documents; or Contractor's failure to promptly make good any defect in materials or workmanship, or defects of any nature, the correction of which has been directed in writing by the City; or 6. Substantial indication that the Contractor has made an unauthorized assignment of the Contract or any funds due therefrom for the benefit of any creditor or for any other purpose; or 7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the Work satisfactorily; or g. Contractor commences legal action in a court of competent jurisdiction against the City. B. If one or more of the events identified in Paragraph 15.02A. occur, City will provide written notice to Contractor and Surety to arrange a conference with Contractor and Surety to address Contractor's failure to perform the Work. Conference shall be held not later than 15 days, after receipt of notice. 1. If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to perform the construction Contract, the City may, to the extent permitted by Laws and Regulations, declare a Contractor default and formally terminate the Contractor's right to complete the Contract. Contractor default shall not be declared earlier than 20 days after the Contractor and Surety have received notice of conference to address Contractor's failure to perform the Work. 2. If Contractor's services are terminated, Surety shall be obligated to take over and perform the Work. If Surety does not commence performance thereof within 15 consecutive calendar days after date of an additional written notice demanding Surety's performance of its CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCI ]MRNTS Revision: Febnruy2, 2016 007200- 1 GENERAL CONDITIONS Page 59 of'63 obligations, then City, without process or action at law, may take over any portion of the Work and complete it as described below. a. If City completes the Work, City may exclude Contractor and Surety from the site and take possession of the Mork, and all materials and equipment incorporated into the Mork stored at the Site or for which City has paid Contractor or Surety but which arc stored elsewhere, and finish the Work as City may deem expedient. Whether City or Surety completes the Work, Contractor shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by City arising out of or resulting from completing the 'Mork, such excess will be paid to Contractor. If such claims, costs, losses and damages exceed such unpaid balance, Contractor shall pay the difference to City. Such claims, costs, losses and damages incurred by City will be incorporated in a Change Order, provided that when exercising any rights or remedies under this Paragraph, City shall not be required to obtain the lowest price for the Mork performed. 4. Neither City, nor any of its respective consultants, agents, officers, directors or employees shall be in any way liable or accountable to Contractor or Surety for the method by which the completion of the said Work, or any portion thereof, may be accomplished or for the price paid therefor. 5. City, notwithstanding the method used in completing the Contract, shall not forfeit the right to recover damages from Contractor or Surety for Contractor's failure to timely complete the entire Contract. Contractor shall not be entitled to any claim on account of the method used by City in completing the Contract. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as provided for in the bond requirements of the Contract Documents or any special guarantees provided for under the Contract Documents or any other obligations otherwise prescribed by law. C. Notwithstanding Paragraphs 15.02.13, Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. D. Where Contractor's services have been so terminated by City, the termination will not affect any rights or remedies of City against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by City will not release Contractor from liability. E. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5,02, the termination procedures of that bond shall not supersede the provisions of this Article. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febawy2, 2016 007200-t GENERAL CONDITIONS Page 60 of 63 15.03 City May Terminate For Convenience A. City may, without cause and without prejudice to any other right or remedy of City, terminate the Contract. Any termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of Work under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United Mates Postal Service Mail by the City. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim, demand or suit shall be required of the City regarding such discretionary action. B. After receipt of a notice of termination, and except as otherwise directed by the City, the Contractor shall: 1. Stop work under the Contract on the date and to the extent specified in the notice of termination; 2. place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the Work under the Contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of the Work terminated by notice of termination; 4. transfer title to the City and deliver in the manner, at the times, and to the extent, if any, directed by the City: a. the fabricated or unfabricated parts, Work in progress, completed Work, supplies and other material produced as a part of, or acquired in connection with the performance of; the Work terminated by the notice of the termination; and b. the completed, or partially completed plans, drawings, information and other property which, if the Contract had been completed, would have been required to be furnished to the City. 5. complete performance of such Work as shall not have been terminated by the notice of termination; and 6. take such action as may be necessary, or as the City may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. C. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the City a list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of which has been directed or authorized by City. CITY OF TORT WORTH STANDARD CONSTRUCTTON SPECIFICATION DOCUMENTS Revision: Febnmuy2, 2016 007200-I GENERAL CONDITIONS Page 61 of 63 D. Not later than 15 days thereafter, the City shall accept title to such items provided, that the list submitted shall be subject to verification by the City upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to final settlement. E. Not later than 60 days after the notice of termination, the Contractor shall submit his termination claim to the City in the form and with the certification prescribed by the City. Unless an extension is made in writing within such 60 day period by the Contractor, and granted by the City, any and all such claims shall be conclusively deemed waived. F. fn such case, Contractor shall be paid for (without duplication of any items): 1. completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Mork; 2. expenses sustained prior to the effective date of termination in performing services and furnishing Iabor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; and 3. reasonable expenses directly attributable to termination. G. In the event of the failure of the Contractor and City to agree upon the whole amount to be paid to the Contractor by reason of the termination of the Work, the City shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. ARTICLE 16 — DISPUTE RESOLUTION 16.01 Methods and Procedures A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision under Paragraph 10.06 before such decision becomes final and binding. The request for mediation shall be submitted to the other party to the Contract. Timely submission of the request shall stay the effect of Paragraph 10.06.E. B. City and Contractor shall participate in the mediation process in good faith. The process shall be commenced within 60 days of filing of the request. C. If the Contract Claim is not resolved by mediation, City's action under Paragraph 10.06.0 or a denial pursuant to Paragraphs 10.06.C.3 or 10.06.D shall become final and binding 30 days after termination of the mediation unless, within that time period, City or Contractor: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmaiy%2016 007200-1 GENERAL CONDITIONS Page 62 of 63 1. elects in writing to involve any other dispute resolution process provided for in the Supplementary Conditions; or 2. agrees with the other party to submit the Contract Claim to another dispute resolution process; or 3. gives written notice to the other party of the intent to submit the Contract Claim to a court of competent jurisdiction. ARTICLE 17 -- AUSCE]LLAIVEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if: 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 17.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next 'Working Day shall become the last day of the period. 17.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revisioa: Fcbmy2, 2016 00 72 00 -1 GENERAL CONDITIONS Page 63 of 63 17.04 survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance With the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 17.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CITY OF FORT WORTH STANDARD CONSTRUCUON SPECIFICATION DOCUMENTS Revision: Febntary2,2016 7 3 4 5 6 7 8 9 10 11 12 I3 14 15 16 17 I8 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 SECTXOiM 00 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS Supplementary Conditions 007300-1 SUPPLEMENTARY CONDITIONS Page i of 7 These Supplementary Conditions modify and supplement Section 00 72 00 - General Conditions, and other provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are modified or supplemented remain in full force and effect as so modified or supplemented. All provisions of the General Conditions which are not so modified or supplemented remain in full force and effect. Defined Terms The terms used in these Supplementary Conditions which are defined in the General Conditions have the meaning assigned to them in the General Conditions, unless specifically noted herein. Modifications and Supplements The following are instructions that modify or supplement specific paragraphs in the General Conditions and other Contract Documents. SC-3.03B,2, "Resolving Discrepancies„ Plans govern over Specifications. SC-4.01A Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. Upon receiving the final easements descriptions, Contractor shall compare them to the lines shown on the Contract Drawings. SC-4.01A.1., "Availability of Lands" The following is a list of known outstanding right-of-way, and/or easements to be acquired, if any as of Outstanding Right -Of -Way, and/or Easements to Be Acquired PARCEL OWNER TARGET DATE NUMBER OF POSSESSION None 40 The Contractor understands and agrees that the dates listed above are estimates only, are not 41 guaranteed, and do not bind the City. 42 CITY OF FORT WORTH Sanitary Sewer CIPP Contract 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101361 Revised Apri[ 1, 2013 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 007300-2 SUPPLEMENTARY CONDITIONS Page 2 of 7 If Contractor considers the final easements provided to differ materially from the representations on the Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work, notify City in writing associated with the differing easement line locations. SC-4.01A.2, "'Availability of Lands" Utilities or obstructions to be removed, adjusted, and/or relocated The following is list of utilities and/or obstructions that have not been removed, adjusted, and/or relocated as of EXPECTED UTILITY AND LOCATION TARGET DATE OF OWNER ADJUSTMENT "Non, The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. SC-4.02A,, "Subsurface and Physical Conditions" The following are reports of explorations and tests of subsurface conditions at the site of the Work: "Nonery The following are drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site of the Work: 'None" SC-4.OfA., "Hazardous Environmental Conditions at Site„ The following are reports and drawings of existing hazardous environmental conditions known to the City: 'None" SC-5.03A., "Certificates of Insurance" The entities listed below are "additional insureds as their interest may appear" including their respective officers, directors, agents and employees. (t) City (2) Consultant: 'None" (3) Other: "None' SC-5.04A,, "Contractor's Insurance" CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 1, 2013 Sanitary Sewer CIPP Contract 2018 City Project No. 101361 007300-3 SUPPLEMENTARY CONDITIONS Page 3 of 7 The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following coverages for not less than the following amounts or greater where required by laws and regulations: 5.04A. Workers' Compensation, under Paragraph GC-5.04A. 7 Statutory limns 8 Employers llablllty 9 $100,000 each acoiderlVoccurmnce 10 $100,000 Disease - each employee 11 $500,000 Disease -policy limit 12 13 SC-5.040., "Contractor's Insurance" 14 15 5,040. Commercial General Liability, under Paragraph GC-5.0413. Contractor's Liability 16 Insurance under Paragraph GC-5.04B., which shall be on a per project basis covering the 17 Contractor with minimum limits of: 18 19 $1,000,000 ead) occurrence 20 $2,000,000 aggregate limit 21 22 The policy must have an endorsement (Amendment —Aggregate Limits of Insurance) 23 making the General Aggregate Limits apply separately to each job site. 24 25 The Commercial General Liability Insurance policies shall provide "X", "C", and "U" 26 coverage's. Verification of such coverage must be shown in the Remarks Article of the 27 Certificate of Insurance. 28 29 SC 5r04C., "Contractor's Insurance„ 30 5,04C. Automobile Liability, under Paragraph GC-5.04C. Contractor's Liability Insurance 31 under Paragraph GC-5.04C., which shall be in an amount not less than the following 32 amounts: 33 34 (1) Automobile Liability - a commercial business policy shall provide coverage on "Any 35 Auto", defined as autos owned, hired and non -owned. 36 37 $110001000 each accident on a combined single limit basis. Split limits are acceptable 38 if limits are at least: 39 40 $250'000 Bodilylnjuryperpemon/ 41 $500,000 BodllylnjuryperaMdent/ 42 $100,000 Property Damage 43 44 SC-5.04D., "Contractor's Insurance" 45 46 The Contractor's construction activities will require its employees, agents, subcontractors, 47 equipment, and material deliveries to cross railroad properties and tracks [owned and operated 48 by Railroad company name. 49 CITY OF FORT WORTH Sanitary Sewer CIPP Contract 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101361 Revised April I, 2013 007300-4 SUPPLEMENTARY CONDITIONS Page 4 of 7 1 The Contractor shall conduct its operations on railroad properties in such a manner as not to 2 Interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use or 3 operation of its/their trains or other property. Such operations on railroad properties may require 4 that Contractor to execute a "Right of Entry Agreement" with the particular railroad company or 5 companies involved, and to this end the Contractor should satisfy itself as to the requirements of 6 each railroad company and be prepared to execute the right -of -entry (if any) required by a 7 railroad company. The requirements specified herein likewise relate to the Contractor's use of 8 private and/or construction access roads crossing said railroad company's properties. 9 10 11 12 13 14 IS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide coverage for not less than the following amounts, issued by companies satisfactory to the City and to the Railroad Company for a term that continues for so long as the Contractor's operations and work cross, occupy, or touch railroad property: (1) General Aggregate: (2) Each Occurrence: $Confirm Umlis_with_Rallroad $Confirm Limits wifti Railroad _ Required for this Contract Not required for this Contract <Provide an 'A next to the appropriate selection above based on the Contract requirements> With respect to the above outlined insurance requirements, the following shall govern: 1. Where a single railroad company is Involved, the Contractor shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation or at -grade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company, separate coverage may be required, each in the amount stated above. 2. Where more than one railroad company is operating on the same right-of-way or where several railroad companies are involved and operated on their own separate rights -of - way, the Contractor may be required to provide separate insurance policies in the name of each railroad company. 3. If, in addition to a grade separation or an at -grade crossing, other work or activity is proposed on a railroad company's right-of-way at a location entirely separate from the grade separation or at -grade crossing, insurance coverage for this work must be included in the policy covering the grade separation. 4. If no grade separation is involved but other work is proposed on a railroad company's right-of-way, all such other work may be covered in a single policy for that railroad, even though the work may be at two or more separate locations. No work or activities on a railroad company's property to be performed by the Contractor shall be commenced until the Contractor has furnished the City with an original policy or policies of the insurance for each railroad company named, as required above. All such insurance must be approved by the City and each affected Railroad Company prior to the Contractor's beginning work. CITY OF FORT WORTH Sanitary Sewer CIPP Contract 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101361 Revised April 1, 2013 007300-5 SUPPLEMENTARY CONDITIONS Page 5 of 7 I The insurance specified above must be carried until all Work to be performed on the railroad 2 right-of-way has been completed and the grade crossing, if any, is no longer used by the 3 Contractor. In addition, insurance must be carried during all maintenance and/or repair work 4 performed in the railroad right-of-way. Such insurance must name the railroad company as the 5 insured, together with any tenant or lessee of the railroad company operating over tracks 6 involved in the Project. 7 8 SC-6.04., "Project Schedule" 9 10 Project schedule shall be tier ,'for the project. 11 12 SC-6.07., "Wage Rates" 13 14 The following is the prevailing wage rate table(s) applicable to this project and is provided in the 15 Appendixes: 16 <Ust the provalling wage rate table(s) applicable to the type ofconstructlon being 17 provided In thLs contract> 18 <Buzzsawlocation, Resources/02 Cvnstrucfron Documents/5pecificafions/Div00-General 19 Candl ons/> 20 21 SC-6.09., "Permits and Utilities„ 22 23 SC-6.09A., "Contractor obtained permits and licenses" 24 The following are known permits and/or licenses required by the Contract to be acquired by the 25 Contractor: 26 2. TxDOT Per were applicable work order 27 2. 28 29 SC-6.09B. "City obtained permits and licenses" 30 The following are known permits and/or licenses required by the Contract to be acquired by the 31 City: 32 3. TxDOT 33 4. Railroad 34 35 SC-6.09C. "Outstanding permits and licenses" 36 37 The following is a list of known outstanding permits and/or licenses to be acquired, if any as of 38 39 Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION "NC - 40 41 SC-6.24B., "Title V1, Civil Rights Act of 1964 as amended" 42 43 During the performance of this Contract, the Contractor, for itself, its assignees and successors in 44 interest (hereinafter referred to as the "Contractor") agrees as follows: 45 46 1. Compliance with Regulations. The Contractor shall comply with the Regulation relative to 47 nondiscrimination in Federally -assisted programs of the Department of Transportation CITY OF FORT WORTH Sanitary Sewer CIPP Contract 20I8 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101361 Revised April 1, 2013 007300-6 SUPPLEMENTARY CONDITIONS Pagc 6 of 7 (hereinafter, "DOT") Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time, (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this contract. 5 2. Nondiscrimination: The Contractor, with regard to the work performed by it during the 6 contract, shall not discriminate on the grounds of race, color, or national origin, in the 7 selection and retention of subcontractors, including procurements of materials and leases of 8 equipment. The Contractor shall not participate either directly or indirectly in the 9 discrimination prohibited by 49 CFR, section 21.5 of the Regulations, including employment 10 practices when the contract covers a program set forth in Appendix B of the Regulations. 11 12 3. Solicitations for Subcontractors, Including procurements of Materials and 13 Equipment: In all solicitations either by competitive bidding or negotiation made by the 14 contractor for work to be performed under a subcontract, including procurements of 15 materials or leases of equipment, each potential subcontactor or supplier shall be notified by 16 the Contractor of the Contractor's obligations under this contract and the Regulations relative 17 to nondiscrimination on the grounds of race, color, or national origin. 18 19 4. Information and Reports: The Contractor shall provide all information and reports 20 required by the Regulations or directives issued pursuant thereto, and shall permit access to 21 its books, records, accounts, other sources of information and its facilities as may be 22 determined by City or the Texas Department of Transportation to be pertinent to ascertain 23 compliar-ce with-sioh_Regdattons, orders and instructions. Where any information required 24 of a contractor is in the exclusive possession of another who fails or refuses to furnish this 25 information the contractor shall so certify to the City, or the Texas Department of 26 Transportation, as appropriate, and shall set forth what efforts it has made to obtain the 27 information. 28 29 5. Sanctions for Noncompliance: In the event of the Contractor's noncompliance with the 34 nondiscrimination provisions of this Contract, City shall impose such contract sanctions as it 31 or the Texas Department of Transportation may determine to be appropriate, including, but 32 not limited to: 33 34 a. withholding of payments to the Contractor under the Contract until the 35 Contractor complies, and/or 36 b. cancellation, termination or suspension of the Contract, in whole or in part. 37 38 6. Incorporation of Provisions: The Contractor shall include the provisions of paragraphs (1) 39 through (6) in every subcontract, including procurements of materials and leases of 40 equipment, unless exempt by the Regulations, or directives issued pursuant thereto. The 41 Contractor shall take such action with respect to any subcontract or procurement as City or 42 the Texas Department of Transportation may direct as a means of enforcing such provisions 43 including sanctions for non-compliance: Provided, however, that, in the event a contractor 44 becomes involved in, or is threatened with, litigation with a subcontractor or supplier as a 45 result of such direction, the contractor may request City to enter into such litigation to 46 protect the interests of City, and, in addition, the contractor may request the United States to 47 enter into such litigation to protect the interests of the United States. 48 49 Additional Title VI requirements can be found in the Appendix. 50 51 52 CITY OF FORT WORTH Sanitary Sewer CIPP Contract 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 101361 Revised April 1, 2013 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 007300-7 SUPPLEMENTARY CONDITIONS Page 7 of 7 SC-7.02., "Coordination" The individuals or entities listed below have contracts with the City for the performance of other work at the Site: Vendor Scope of Work Coordination Authority SC-8.01, "Communications to Contractor" SC-9,01., "City's Project Representative" The following firm is a consultant to the City responsible for construction management of this Project: "" SC-13.03C,, "'tests and Inspections" SC-16.01C.1, "Methods and Procedures" 24 Eta® OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMEN-1-8 Revised April 1, 2013 Sa»itary Sewer CIPP Contract 2018 City Project No. 101361 011100-1 SUMMARY OF WORIC Page 1 of3 1 SECTION 01 11 00 2 SUMMARY OF WORK 3 PAR` I c CwEWEftAll_ 5 A. Section Includes: 6 1. Summary of Work to be performed in accordance with the Contract 7 Documents s B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the 12 Contract 13 2. Division 1 - General Requirements 14 1..2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various items 17 bid. 18 No separate payment will be allowed for this Item. 19 1.3 REFERENCES [HOT USED] 20 1.4 ADMINISTRATIVE REQUIREMENTS 21 A. Work Covered by Contract Documents 22 1. Work is to include furnishing all labor, materials, and equipment, and 23 performing all Work necessary for this construction project as detailed in 24 the Drawings and Specifications. 25 B. Subsidiary Work 26 1. Any and all Work specifically governed by documentary requirements for 27 the project, such as conditions imposed by the Drawings or Contract 28 Documents in which no specific item for bid has been provided for in the 29 Proposal and the item is not a typical unit bid item included on the standard 30 bid item list, then the item shall be considered as a subsidiary item of Work, 31 the cost of which shall be included in the price bid in the Proposal for 32 various bid items. 33 C. Use of Premises 34 1. Coordinate uses of premises under direction of the City. 35 2. Assume full responsibility for protection and safekeeping of materials and 36 equipment stored on the Site. CITY OF FORT WORTH Sanitary Sewer CIPP Contract 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101361 Revised December 20, 2012 01 11 00 - 2 SUMMARY OF WORK Pago 2 of 3 1 3. Use and occupy only portions of the public streets and alleys, or other 2 public places or other rights -of -way as provided for in the ordinances of the 3 City, as shown in the Contract Documents, or as may be specifically 4 authorized in writing by the City. 5 a. A reasonable amount of tools, materials, and equipment for construction 6 purposes may be stored in such space, but no more than is necessary 7 to avoid delay in the construction operations. 8 b. Excavated and waste materials shall be stored in such a way as not to 9 interfere with the use of spaces that may be designated to be left free 10 and unobstructed and so as not to inconvenience occupants of adjacent 11 property. 12 c. If the street is occupied by railroad tracks, the Work shall be carried on 13 in such manner as not to interfere with the operation of the railroad. 14 1) All Work shall be in accordance with railroad requirements set forth 15 in Division 0 as well as the railroad permit. 16 D. Work within Easements 17 1. Do not enter upon private property for any purpose without having 18 previously obtained permission from the owner of such property. 19 2. Do not store equipment or material on private property unless and until the 20 specified approval of the property owner has been secured in writing by the 21 Contractor and a copy furnished to the City. 22 3. Unless specifically provided otherwise, clear all rights -of -way or easements 23 of obstructions which must be removed to make possible proper 24 prosecution of the Work as a part of the project construction operations. 25 4. Preserve and use every precaution to prevent damage to, all trees, 26 shrubbery, plants, lawns, fences, culverts, curbing, and all other types of 27 structures or improvements, to all water, sewer, and gas lines, to all 28 conduits, overhead pole lines, or appurtenances thereof, including the 29 construction of temporary fences and to all other public or private property 30 adjacent to the Work. 31 5. Notify the proper representatives of the owners or occupants of the public 32 or private lands of interest in lands which might be affected by the Work. 33 a. Such notice shall be made at least 48 hours in advance of the beginning 34 of the Work. 35 b. Notices shall be applicable to both public and private utility companies 36 and any corporation, company, individual, or other, either as owners or 37 occupants, whose land or interest in land might be affected by the 38 Work. 39 c. Be responsible for all damage or injury to property of any character 40 resulting from any act, omission, neglect, or misconduct in the manner 41 or method or execution of the Work, or at any time due to defective 42 work, material, or equipment. 43 6. Fence 44 a. Restore all fences encountered and removed during construction of the 45 Project to the original or a better than original condition. CITY OF FORT WORTH Sanitary Sewer CIPP Contract 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101361 Revised December 20, 2012 01 11 00 - 3 SUMMARY OF WORK Page 3 of 3 1 b. Erect temporary fencing in place of the fencing removed whenever the 2 Work is not in progress and when the site is vacated overnight, and/or 3 at all times to provide site security. 4 c. The cost for all fence work within easements, including removal, s temporary closures and replacement, shall be subsidiary to the various 6 items bid in the project proposal, unless a bid item is specifically 7 provided in the proposal. 8 1.5 SUBMITTALS [NOT USED] 9 1.6 ACTION SUHMMALS/INF®RMAT'IONAL SURMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.6 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE [NOT USED] 13 1.10DELIVERY, STORAGE, AND "ANDLING [NOT USED] 14 1.11FIELD [SITE] CONDITIONS [NOT USED] 15 1.12VdARRANTY [NOT USED] 16 PART 2 e PRODUCTS [NOT USED] 17 PART 3 - EXECUTION (NOT USED] 18 19 20 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Sanitary Sewer CIPP Contract 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101361 Revised December 20, 2012 1 2 3 PART I - GENERAL 4 I.1 SUMMARY SECTION 0125 00 SUBSTITUTION PROCEDURES 012500-1 SUBSTITU'rION PROCEDURES Page 1 of 5 A. Section Includes: 6 1. The procedure for requesting the approval of substitution of a product that is not 7 equivalent to a product which is specified by descriptive or performance criteria or 8 defined by reference to 1 or more of the following: 9 a. Name of manufacturer 10 b. Name of vendor I c. Trade name 12 d. Catalog number 13 2. Substitutions are not "or -equals". 14 B. Deviations from this City of Fort Worth Standard Specification 15 1. None, 16 C. Related Specification Sections include, but are not necessarily limited to: 17 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 18 2. Division 1 — General Requirements 19 1..2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Work associated with this Item is considered subsidiary to the various items bid. 22 No separate payment will be allowed for this Item. 23 1..3 REFERENCES [NOT USE®] 24 1..4 ADMINISTRATIVE REQUIREMENTS 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 A. Request for Substitution - General 1. Within 30 days after award of Contract (unless noted otherwise), the City will consider formal requests from Contractor for substitution of products in place of those specified. 2. Certain types of equipment and kinds of material are described in Specifications by means of references to names of manufacturers and vendors, trade names, or catalog numbers. a. When this method of specifying is used, it is not intended to exclude from consideration other products bearing other manufacturer's or vendor's names, trade names, or catalog numbers, provided said products are "or -equals," as determined by City. 3. Other types of equipment and kinds of material may be acceptable substitutions under the following conditions: a. Or -equals are unavailable due to strike, discontinued production of products meeting specified requirements, or other factors beyond control of Contractor; or, b. Contractor proposes a cost and/or time reduction incentive to the City. CITY OF FORT WORTH Sanitary Sewer CIPP Contract 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101361 Revised July 1, 2011 1 1.5 SUBMITTALS 2 A. See Request for Substitution Form (attached) 3 B. Procedure for Requesting Substitution 4 1. Substitution shall be considered only: 5 a. After award of Contract 6 b. Under the conditions stated herein 7 8 9 10 11 12 13 14 15 1.6 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 012500-2 SUBSTITUTION PROCEDURES Page 2 of 4 2. Submit 3 copies of each written request for substitution, including: a. Documentation 1) Complete data substantiating compliance of proposed substitution with Contract Documents 2) Data relating to changes in construction schedule, when a reduction is proposed 3) Data relating to changes in cost b. For products 1) Product identification a) Manufacturer's name b) Telephone number and representative contact name c) Specification Section or Drawing reference of originally specified product, including discrete name or tag number assigned to original product in the Contract Documents 2) Manufacturer's literature clearly marked to show compliance of proposed product with Contract Documents 3) Itemized comparison of original and proposed product addressing product characteristics including, but not necessarily limited to: a) Size b) Composition or materials of construction c) Weight d) Electrical or mechanical requirements 4) Product experience a) Location of past projects utilizing product b) Name and telephone number of persons associated with referenced projects knowledgeable concerning proposed product c) Available field data and reports associated with proposed product 5) Samples a) Provide at request of City. b) Samples become the property of the City. c. For construction methods: 1) Detailed description of proposed method 2) Illustration drawings C. Approval or Rejection 1. Written approval or rejection of substitution given by the City 2. City reserves the right to require proposed product to comply with color and pattern of specified product if necessary to secure design intent. 3. In the event the substitution is approved, the resulting cost and/or time reduction will be documented by Change Order in accordance with the General Conditions. 4. No additional contract time will be given for substitution. 5. Substitution will be rejected if: a. Submittal is not through the Contractor with his stamp of approval b. Request is not made in accordance with this Specification Section CITY OF FORT WORTH Sanitary Sewer CIPP Contract 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101361 Revised July 1, 2011 01 25 00 - 3 SUBSTITUTION PROCEDURES Page 3 of 4 1 c. In the City's opinion, acceptance will require substantial revision of the original 2 design 3 d. In the City's opinion, substitution will not perform adequately the function 4 consistent with the design intent 5 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [RIOT USED] 6 1.7 CLOSEOUT SUBMITTALS [NOT USED] 7 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 8 1.9 QUALITY ASSURANCE 9 A. In making request for substitution or in using an approved product, the Contractor 10 represents that the Contractor: 11 t. Has investigated proposed product, and has determined that it is adequate or 12 superior in all respects to that specified, and that it will perform function for which 13 it is intended 14 2. Will provide same guarantee for substitute item as for product specified 15 3. Will coordinate installation of accepted substitution into Work, to include building 16 modifications if necessary, making such changes as may be required for Work to be 17 complete in all respects 18 4. Waives all claims for additional costs related to substitution which subsequently 19 arise 20 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 21 1.11 FIELD [SITE] CONDITIONS [NOT USED] 22 1.12 WARRANTY [NOT USED] 23 PART 2 - PRODUCTS [NOT USED] 24 PART 3 e EXECUTION [NOT USED] 25 26 27 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Sanitary Server CIPP Contract 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMCNTS City Project No. 101361 Revised July 1, 2011 1 2 3 4 5 6 7 8 9 10 11 12 [3 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 012500-4 SUBSTITUTION PROCEDURES Page 4 of 4 EXHIBIT A REQUEST FOR SUBSTITUTION FORM: TO: PROJECT DATE: We hereby submit for your consideration the following product instead of the specified item for the above project: SECTION PARAGRAPH SPECIFIED ITEM Proposed Substitution: Reason for Substitution: Include complete information on changes to Drawings and/or Specifications which proposed substitution will require for its proper installation. Fill in Blanks Below: A. Will the undersigned contractor pay for changes to the building design, including engineering and detailing costs caused by the requested substitution? B. What effect does substitution have on other trades? C. Differences between proposed substitution and specified item? D. Differences in product cost or product delivery time? E. Manufacturer's guarantees of the proposed and specified items are: Equal Better (explain on attachment) The undersigned states that the function, appearance and quality are equivalent or superior to the specified item. Submitted By: For Use by City Signature as noted Fi rm Address Date Telephone For Use by City: Approved City CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DocumEN'rS Revised July 1, 2011 Recommended Recommended Not recommended Received late By Date _ Remarks UdLC Rejected Sanitary Sewer CIPP Contract 2019 City Project No. 101361 1 2 3 PART I a GENERAL 4 1.1 SUMMARY SECTION 0131 19 PRBCONSTRDCTION MEETING 0131 19- 1 PRECONSTRUCTION MEETING Page I of3 s A. Section Includes: 6 1. Provisions for the preconstruction meeting to be held prior to the start of 7 Work to clarify construction contract administration procedures 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 -- Bidding Requirements, Contract Forms and Conditions of the 12 Contract 13 2. Division 1 — General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various items 17 bid. No separate payment will be allowed for this Item. 18 1.3 REFERENCES (NOT USED] 19 1.4 ADMINISTRATIVE RATIVE REQUIREMENTS 20 A. Coordination 21 1, Attend preconstruction meeting. 22 2. Representatives of Contractor, subcontractors and suppliers attending 23 meetings shall be qualified and authorized to act on behalf of the entity 24 each represents. 25 3. Meeting administered by City may be tape recorded. 26 a. If recorded, tapes will be used to prepare minutes and retained by City 27 for future reference. 28 B. Preconstruction Meeting 29 1. A preconstruction meeting will be held within 14 days after the execution of 30 the Agreement and before Work is started. 31 a. The meeting will be scheduled and administered by the City. 32 2. The Project Representative will preside at the meeting, prepare the notes of 33 the meeting and distribute copies of same to all participants who so request 34 by fully completing the attendance form to be circulated at the beginning of 35 the meeting. 36 3. Attendance shall include: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 17, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 01 31 19 - 2 PRECONSTRUCTION MEETING Page 2 of 3 a. Project Representative b. Contractor's project manager c. Contractor's superintendent d. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request e. Other City representatives f. Others as appropriate 4. Construction Schedule a. Prepare baseline construction schedule in accordance with Section 0132 16 and provide at Preconstruction Meeting. b. City will notify Contractor of any schedule changes upon Notice of Preconstruction Meeting. 5. Preliminary Agenda may include: a. Introduction of Project Personnel b. General Description of Project c. Status of right-of-way, utility clearances, easements or other pertinent permits d. Contractor's work plan and schedule e. Contract Time f. Notice to Proceed g. Construction Staking h. Progress Payments i. Extra Work and Change Order Procedures j. Field Orders k. Disposal Site Letter for Waste Material L Insurance Renewals m. Payroll Certification n. Material Certifications and Quality Control Testing o. Public Safety and Convenience p. Documentation of Pre -Construction Conditions q. Weekend Work Notification r. Legal Holidays s. Trench Safety Plans t. Confined Space Entry Standards u. Coordination with the City's representative for operations of existing water systems v. Storm Water Pollution Prevention Plan w. Coordination with other Contractors x. Early Warning System y. Contractor Evaluation z. Special Conditions applicable to the project aa. Damages Claims bb. Submittal Procedures cc. Substitution Procedures dd. Correspondence Routing ee. Record Drawings ff. Temporary construction facilities CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 17, 2012 Of 31 19 - 3 PRECONSTRUCTION MEETING Page 3 of 3 t gg. M/WBE or MBE/SBE procedures 2 hh. Sinai Acceptance 3 ii. Final Payment 4 jj. Questions or Comments 5 1.5 SUBMITTALS [NOT USED] 6 1.6 ACTI05M 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] to 1.100ELIVERY, STORAGE, AND HANDLING [NOT USED] 11 1.11FIELD [SITE] CONDITIONS [NOT USED] 12 1.12WARRANTY [NOT USED] 13 PART 2 - PRODUCTS [NOT USED] 14 PART 3 - EXECUTION [GOT USED] 15 16 17 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 17, 2012 013120-1 PROJECT MEETINGS Page 1 of 3 1 SECTION 013120 2 PROJECT MEETINGS 3 PART 1 - GENERAL! 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provisions for project meetings throughout the construction period to enable orderly 7 review of the progress of the Work and to provide for systematic discussion of 8 potential problems 9 B. Deviations this City of port Worth Standard Specification. 10 1. None. 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 13 2. Division 1 — General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Coordination 21 1. Schedule, attend and administer as specified, periodic progress meetings, and 22 specially called meetings throughout progress of the Worm. 23 2. Representatives of Contractor, subcontractors and suppliers attending meetings 24 shall be qualified and authorized to act on behalf of the entity each represents. 25 3. Meetings administered by City may be tape recorded. 26 a. If recorded, tapes will be used to prepare minutes and retained by City for 27 future reference. 28 4. Meetings, in addition to those specified in this Section, may be held when requested 29 by the City, Engineer or Contractor. 30 B. Pre -Construction Neighborhood Meeting 31 1. After the execution of the Agreement, but before construction is allowed to begin, 32 attend 1 Public Meeting with affected residents to: 33 a. Present projected schedule, including construction start date 34 b. Answer any construction related questions 35 2. Meeting Location 36 a. Location of meeting to be determined by the City. 37 3. Attendees 38 a. Contractor CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 1 2 3 4 5 6 7 8 9 t0 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 013120-2 PROJFCI' MEETINGS Page 2 of 3 b. Project Representative c. Other City representatives 4. Meeting Schedule a. In general, the neighborhood meeting will occur within the 2 weeks following the pre construction conference. b. In no case will construction be allowed to begin until this meeting is held. C. Progress Meetings I. Formal project coordination meetings will be held periodically. Meetings will be scheduled and administered by Project Representative. 2. Additional progress meetings to discuss specific topics will be conducted on an as - needed basis. Such additional meetings shall include, but not be limited to: a. Coordinating shutdowns b. InstalIation of piping and equipment c. Coordination between other construction projects d. Resolution of construction issues e. Equipment approval 3. The Project Representative will preside at progress meetings, prepare the notes of the meeting and distribute copies of the same to all participants who so request by fully completing the attendance form to be circulated at the beginning of each meeting. 4. Attendance shall include: a. Contractor's project manager b. Contractor's superintendent c. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request d. Engineer's representatives e. City's representatives f. Others, as requested by the Project Representative 5. Preliminary Agenda may include: a. Review of Work progress since previous meeting b. Field observations, problems, conflicts c. Items which impede construction schedule d. Review of off -site fabrication, delivery schedules e. Review of construction interfacing and sequencing requirements with other construction contracts f. Corrective measures and procedures to regain projected schedule g. Revisions to construction schedule h. Progress, schedule, during succeeding Work period i. Coordination of schedules j. Review submittal schedules k. Maintenance of quality standards 1. Pending changes and substitutions in. Review proposed changes for: 1) Effect on construction schedule and on completion date 2) Effect on other contracts of the Project n. Review Record Documents o. Review monthly pay request p. Review status of Requests for Information CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 19 013I20-3 PROJECT MEETINGS Page 3 of 3 6. Meeting Schedule a. Progress meetings will be held periodically as determined by the Project Representative. 1) Additional meetings may be held at the request of the: a) City b) Engineer c) Contractor 7. Meeting Location a. The City will establish a meeting location. 1) To the extent practicable, meetings will be held at the Site. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVIERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] 20 PART 3 - EXECUTION [NOT USED] 21 22 PAJ END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 013216-1 CONSTRUCTION PROGRESS SCHEDULE Page I of 5 1 SECTION 01 3216 2 CONSTRUCTION PROGRESS SCHEDULE 3 PART 1- GENERAL. 4 1.1 SUMMARY 5 A. Section Includes: 6 1. General requirements for the preparation, submittal, updating, status reporting and 7 management of the Construction Progress Schedule 8 2. Specific requirements are presented in the City of Fort Worth Schedule Guidance 9 Document 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C_ Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0 —Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1 — General Requirements 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Work associated with this Item is considered subsidiary to the various items bid. 18 No separate payment Will be allowed for this Item. 19 1.3 REFERENCES 20 A. Definitions 21 1. Schedule Tiers 22 a. Tier 1 - No schedule submittal required by contract. Small, brief duration 23 projects 24 b. Tier 2 - No schedule submittal required by contract, but will require some 25 milestone dates. Small, brief duration projects 26 c. Tier 3 - Schedule submittal required by contract as described in the 27 Specification and herein. Majority of City projects, including all bond program 28 projects 29 d. Tier 4 - Schedule submittal required by contract as described in the 30 Specification and herein. Large and/or complex projects with long durations 31 1) Examples: large water pump station project and associated pipeline with 32 interconnection to another governmental entity 33 e. Tier 5 - Schedule submittal required by contract as described in the 34 Specification and herein. Large and/or very complex projects with long 35 durations, high public visibility 36 1) Examples might include a water or wastewater treatment plant 37 2. Baseline Schedule - Initial schedule submitted before work begins that will serve 38 as the baseline for measuring progress and departures from the schedule. 39 3. Progress Schedule - Monthly submittal of a progress schedule documenting 40 progress on the project and any changes anticipated. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 01 32 16-2 CONSTRUCTION PROGRESS SCI3EDULE Page 2 of 5 1 4. Schedule Narrative - Concise narrative of the schedule including schedule 2 changes, expected delays, key schedule issues, critical path items, etc 3 B. Reference Standards 4 1. City of Fort Worth Schedule Guidance Document 5 1.4 ADMINISTRATIVE REQUIREMENTS 6 A. Baseline Schedule 7 1. General 8 a. Prepare a cost -loaded baseline Schedule using approved software and the 9 Critical Path Method (CPM) as required in the City of Fort Worth Schedule 10 Guidance Document. 11 b. Review the draft cost -loaded baseline Schedule with the City to demonstrate 12 understanding of the work to be performed and known issues and constraints 13 related to the schedule. 14 c. Designate an authorized representative (Project Scheduler) responsible for 15 developing and updating the schedule and preparing reports. 16 B. Progress Schedule 17 1. Update the progress Schedule monthly as required in the City of Fort Worth 18 Schedule Guidance Document. 19 2. Prepare the Schedule Narrative to accompany the monthly progress Schedule. 20 3. Change Orders 21 a. Incorporate approved change orders, resulting in a change of contract time, in 22 the baseline Schedule in accordance with City of Fort Worth Schedule 23 Guidance Document. 24 C. Responsibility for Schedule Compliance 25 1. Whenever it becomes apparent from the current progress Schedule and CPM Status 26 Report that delays to the critical path have resulted and the Contract completion 27 date will not be met, or when so directed by the City, make some or all of the 28 following actions at no additional cost to the City 29 a. Submit a Recovery Plan to the City for approval revised baseline Schedule 30 outlining: 31 1) A written statement of the steps intended to take to remove or arrest the 32 delay to the critical path in the approved schedule 33 2) Increase construction manpower in such quantities and crafts as will 34 substantially eliminate the backlog of work and return current Schedule to 35 meet projected baseline completion dates 36 3) Increase the number of working hours per shift, shifts per day, working 37 days per week, the amount of construction equipment, or any combination 38 of the foregoing, sufficiently to substantially eliminate the backlog of work 39 4) Reschedule activities to achieve maximum practical concurrency of 40 accomplishment of activities, and comply with the revised schedule 4 2. If no written statement of the steps intended to take is submitted when so requested 42 by the City, the City may direct the Contractor to increase the level of effort in 43 manpower (trades), equipment and work schedule (overtime, weekend and holiday 44 work, etc.) to be employed by the Contractor in order to remove or arrest the delay 45 to the critical path in the approved schedule. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 013216--3 CONSTRUCTION PROGRESS SCHEDULE Page 3 of I a. No additional cost for such work will be considered. 2 D. The Contract completion time will be adjusted only for causes specified in this 3 Contract. 4 a. Requests for an extension of any Contract completion date must be 5 supplemented with the following.- 6 1) Furnish justification and supporting evidence as the City may deem 7 necessary to detennine whether the requested extension of time is entitled 8 under the provisions of this Contract. 9 a) The City will, after receipt of such justification and supporting 10 evidence, make findings of fact and will advise the Contractor, in 11 writing thereof 12 2) If the City finds that the requested extension of time is entitled, the City's 13 determination as to the total number of days allowed for the extensions I4 shall be based upon the approved total baseline schedule and on all data 15 relevant to the extension. 16 a) Such data shall be included in the next updating of the Progress 17 schedule. 18 b) Actual delays in activities which, according to the Baseline schedule, 19 do not affect any Contract completion date shown by the critical path in 20 the network will not be the basis for a change therein. 2I 2. Submit each request for change in Contract completion date to the City within 30 22 days after the beginning of the delay for which a time extension is requested but 23 before the date of final payment under this Contract. 24 a. No time extension will be granted for requests which are not submitted within 25 the foregoing time limit. 26 b. From time to time, it may be necessary for the Contract schedule or completion 27 time to be adjusted by the City to reflect the effects of job conditions, weather, 28 technical difficulties, strikes, unavoidable delays on the part of the City or its 29 representatives, and other unforeseeable conditions which may indicate 30 schedule adjustments or completion time extensions. 31 1) Under such conditions, the City will direct the Contractor to reschedule the 32 work or Contract completion time to reflect the changed conditions and the 33 Contractor shall revise his schedule accordingly. 34 a) No additional compensation will be made to the Contractor for such 35 schedule changes except for unavoidable overall contract time 36 extensions beyond the actual completion of unaffected work, in which 37 case the Contractor shall take all possible action to minimize any time 38 extension and any additional cost to the City. 39 b) Available float time in the Baseline schedule may be used by the City 40 as well as by the Contractor. 41 3. Float or slack time is defined as the arnount of time between the earliest start date 42 and the latest start date or between the earliest finish date and the latest finish date 43 of a chain of activities on the Baseline Schedule. 44 a. Float or slack time is not for the exclusive use or benefit of either the 45 Contractor or the City. 46 b. Proceed with work according to early start dates, and the City shall have the 47 right to reserve and apportion float time according to the needs of the project. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 013216-4 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 5 1 c. Acknowledge and agree that actual delays, affecting paths of activities 2 containing float time, will not have any effect upon contract completion times, 3 providing that the actual delay does not exceed the float time associated with 4 those activities. 5 E. Coordinating Schedule with Other Contract Schedules 6 1. Where work is to be performed under this Contract concurrently with or contingent 7 upon work performed on the same facilities or area under other contracts, the 8 Baseline Schedule shall be coordinated with the schedules of the other contracts. 9 a. Obtain the schedules of the other appropriate contracts from the City for the 10 preparation and updating of Baseline schedule and make the required changes 11 in his schedule when indicated by changes in corresponding schedules. 12 2. In case of interference between the operations of different contractors, the City will 13 determine the work priority of each contractor and the sequence of work necessary 14 to expedite the completion of the entire Project. 15 a. In such cases, the decision of the City shall be accepted as final. 16 b. The temporary delay of any work due to such circumstances shall not be 17 considered as justification for claims for additional compensation. 18 1.5 SUBMITTALS 19 A. Baseline Schedule 20 1. Submit Schedule in native file format and pdf format as required in the City of Fort 21 Worth Schedule Guidance Document. 22 a. Native file format includes: 23 1) Primavera (P6 or Primavera Contractor) 24 2. Submit draft baseline Schedule to City prior to the pre -construction meeting and 25 bring in hard copy to the meeting for review and discussion. 26 B. Progress Schedule 27 1. Submit progress Schedule in native file format and pdf format as required in the 28 City of Fort Worth Schedule Guidance Document. 29 2. Submit progress Schedule monthly no later than the last day of the month. 30 C. Schedule Narrative 31 1. Submit the schedule narrative in pdf format as required in the City of Fort Worth 32 Schedule Guidance Document. 33 2. Submit schedule narrative monthly no later than the last day of the month. 34 D. Submittal Process 35 1. The City administers and manages schedules through Buzzsaw. 36 2. Contractor shall submit documents as required in the City of Port Worth Schedule 37 Guidance Document. 38 J. Once the project has been completed and Final Acceptance has been issued by the 39 City, no further progress schedules are required. CITY OF FORT WORTH STANDARD CONSTRICTION SPECIFICATION DOCUMENTS Revised July I, 2011 0132 16 - 5 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 5 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. The person preparing and revising the construction Progress Schedule shall be 6 experienced in the preparation of schedules of similar complexity. 7 B. Schedule and supporting documents addressed in this Specification shall be prepared, 8 updated and revised to accurately reflect the performance of the construction. 9 C. Contractor is responsible for the quality of all submittals in this section meeting the 10 standard of care for the construction industry for similar projects. 11 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USER] 12 1.11 FIELD [SITE] CONDITIONS [NOT USED] 13 1.12 WARRANTY [NOT USED] 14 PART 2 - PRODUCTS [NOT USED] 15 PART 3 - EXECUTION [NOT USED] 16 17 18 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I,2011 1 2 3 PART 1 A GENERAL 4 1.1 SUMMARY SECTION 0132 33 PRECONSTRUCTION VIDEO 01 32 33 - 1 PRECONSTRUCTION VIDEO Page 1 of 2 5 A. Section Includes: 6 1. Administrative and procedural requirements for: 7 a. Preconstructidn Videos s B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the 12 Contract 13 2. Division 1 — General Requirements 14 1.2- PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various items 17 bid. No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Preconstruction Video 21 1. Produce a preconstruction video of the site/alignment, including all areas in 22 the vicinity of and to be affected by construction. 23 a. Provide digital copy of video upon request by the City. 24 2. Retain a copy of the preconstruction video until the end of the maintenance 25 surety period. 26 1.5 SUBMITTAILS (NOT USE®] 27 1.6 ACTION SURMITT,ALS/INFORMATIONAL SUBMITTALS [ iNN ®T USED] 28 1.7 CLOSEOUT SUBMITTALS [NOT USED] 29 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 30 1.9 QUALITY ASSURANCE [NOT USED] 31 1.10DELIVER.Y, STORAGE, AND HANDLING [NOT USED] 32 1.11FIELD [SITE] CONDITIONS [NOT USED] 33 1.12WARRANTY [NOT USED] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 01 32 33 - 2 PRECONSTRUCTION VIDEO Page 2 of 2 1 PART 2 - PRODUCTS [NOT USE®] 2 PARS' 3 - EXECUTION [NOT USED] 3 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 1 2 3 PART 1 - GENERAL 4 1.1 SUMMARY SECTION 0133 00 SUBMITTALS 01 33 00 _ 1 SUBMITTALS Page 1 of 8 5 A. Section Includes: 6 1. General methods and requirements of submissions applicable to the following 7 Work -related submittals: 8 a. Shop Drawings 9 b. Product Data (including Standard Product List submittals) 10 c. Samples 11 d. Mock Ups 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the 16 Contract 17 2. Division 1 — General Requirements 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Work associated with this Item is considered subsidiary to the various items 21 bid. No separate payment will be allowed for this Item. 22 1.3 REFERENCES [NOT USED] 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 A. Coordination 1. Notify the City in writing, at the time of submittal, of any deviations in the submittals from the requirements of the Contract Documents. 2. Coordination of Submittal Times a. Prepare, prioritize and transmit each submittal sufficiently in advance of performing the related Work or other applicable activities, or within the time specified in the individual Work Sections, of the Specifications. b. Contractor is responsible such that the installation will not be delayed by processing times including, but not limited to: a) Disapproval and resubmittal (if required) b) Coordination with other submittals c) Testing d) Purchasing e) Fabrication f) Delivery g) Similar sequenced activities CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 01 33 00 - 2 SUBMITTALS Page 2 of 8 c. No extension of time will be authorized because of the Contractor's failure to transmit submittals sufficiently in advance of the Work. d, Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. B. Submittal Numbering 1. When submitting shop drawings or samples, utilize a 9-character submittal cross-reference identification numbering system in the following manner: a. Use the first 6 digits of the applicable Specification Section Number. b. For the next 2 digits number use numbers 01-99 to sequentially number each initial separate item or drawing submitted under each specific Section number. c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical submittal number would be as follows: 1) 03 30 00 is the Specification Section for Concrete 2) 08 is the eighth initial submittal under this Specification Section 3) B is the third submission (second resubmission) of that particular shop drawing C. Contractor Certification 1. Review shop drawings, product data and samples, including those by subcontractors, prior to submission to determine and verify the following: a. Field measurements b. Field construction criteria c. Catalog numbers and similar data d. Conformance with the Contract Documents 2. Provide each shop drawing, sample and product data submitted by the Contractor with a Certification Statement affixed including: a. The Contractor's Company name b. Signature of submittal reviewer c. Certification Statement 1) "By this submittal, T hereby represent that T have determined and verified field measurements, field construction criteria, materials, dimensions, catalog numbers and similar data and t have checked and coordinated each item with other applicable approved shop drawings." D. Submittal Format 1. Fold shop drawings larger than 8 712 inches x 11 inches to 8 112 inches x flinches. 2. Bind shop drawings and product data sheets together. 3. Order a. Cover Sheet 1) Description of Packet 2) Contractor Certification b. List of items / Table of Contents CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 013300-3 SUBMITTALS Page 3 of 8 1 c. Product Data /Shop Drawings/Samples /Calculations 2 P. Submittal Content 3 1. The date of submission and the dates of any previous submissions 4 2. The Project title and number 5 3. Contractor identification 6 4. The names of: 7 a. Contractor 8 b. Supplier 9 c. Manufacturer 10 5. Identification of the product, with the Specification Section number, page and 11 paragraph(s) 12 6. Field dimensions, dearly identified as such 13 7. Relation to adjacent or critical features of the Work or materials 14 8. Applicable standards, such as ASTM or Federal Specification numbers 15 9. Identification by highlighting of deviations from Contract Documents 16 10. Identification by highlighting of revisions on resubmittals 17 11. An 8-inch x 3-inch blank space for Contractor and City stamps 18 F. Shop Drawings 19 1. As specified in individual Work Sections includes, but is not necessarily limited 20 to: 21 a. Custom -prepared data such as fabrication and erection/installation 22 (working) drawings 23 b. Scheduled information 24 c. Setting diagrams 25 d. Actual shopwork manufacturing instructions 26 e. Custom templates 27 f. Special wiring diagrams 28 g. Coordination drawings 29 h. Individual system or equipment inspection and test reports including: 30 1) Performance curves and certifications 31 i. As applicable to the Work 32 2. Details 33 a. Relation of the various parts to the main members and lines of the 34 structure 35 b. Where correct fabrication of the Work depends upon field measurements 36 1) Provide such measurements and note on the drawings prior to 37 submitting for approval. 38 G. Product Data 39 1. For submittals of product data for products included on the City's Standard 40 Product List, clearly identify each item selected for use on the Project. 41 2. For submittals of product data for products not included on the City's Standard 42 Product List, submittal data may include, but is not necessarily limited to: 43 a. Standard prepared data for manufactured products (sometimes referred to 44 as catalog data) CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 01 33 00 - 4 SUBMITTALS Page 4 of 8 1) Such as the manufacturer's product specification and installation instructions 2) Availability of colors and patterns 3) Manufacturer's printed statements of compliances and applicability 4) Roughing -in diagrams and templates 5) Catalog cuts 6) Product photographs 7) Standard wiring diagrams 8) Printed performance curves and operational -range diagrams 9) Production or quality control inspection and test reports and certifications 10) Mill reports 11) Product operating and maintenance instructions and recommended spare -parts listing and printed product warranties 12) As applicable to the Work H. Samples 1. As specified in individual Sections, include, but are not necessarily limited to: a. Physical examples of the Work such as: 1) Sections of manufactured or fabricated Work 2) Small cuts or containers of materials 3) Complete units of repetitively used products color/texture/ pattern swatches and range sets 4) Specimens for coordination of visual effect 5) Graphic symbols and units of Work to be used by the City for independent inspection and testing, as applicable to the Work L Do not start Work requiring a shop drawing, sample or product data nor any material to be fabricated or installed prior to the approval or qualified approval of such item. 1. Fabrication performed, materials purchased or on -site construction accomplished which does not conform to approved shop drawings and data is at the Contractor's risk. 2. The City will not be liable for any expense or delay due to corrections or remedies required to accomplish conformity. 3. Complete project Work, materials, fabrication, and installations in conformance with approved shop drawings, applicable samples, and product data. J. Submittal Distribution 1. Electronic Distribution a. Confirm development of Project directory for electronic submittals to be uploaded to City's Buzzsaw site, or another external FTP site approved by the City. b. Shop Drawings 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 013300-5 SUBMITTALS Page 5 of 8 1 b) If Contractor requires more than 1 hard copy of Shop Drawings 2 returned, Contractor shall submit more than the number of copies 3 listed above. 4 c. Product Data 5 1) Upload submittal to designated project directory and notify appropriate 6 City representatives via email of submittal posting. 7 2) Hard Copies 8 a) 3 copies for all submittals 9 d. Samples to 1) Distributed to the Project Representative 11 2. Hard Copy Distribution (if required in lieu of electronic distribution) 12 a. Shop Drawings 13 1) Distributed to the City 14 2) Copies 15 a) 8 copies for mechanical submittals 16 b) 7 copies for all other submittals 17 c) If Contractor requires more than 3 copies of Shop Drawings 18 returned, Contractor shall submit more than the number of copies 19 listed above. 20 b. Product Data 21 1) Distributed to the City 22 2) Copies 23 a) 4 copies 24 c. Samples 25 1) Distributed to the Project Representative 26 2) Copies 27 a) Submit the number stated in the respective Specification Sections. 28 3. Distribute reproductions of approved shop drawings and copies of approved 29 product data and samples, where required, to the job site file and elsewhere as 30 directed by the City. 31 a. Provide number of copies as directed by the City but not exceeding the 32 number previously specified. 33 K. Submittal Review 34 1. The review of shop drawings, data and samples will be for general 35 conformance with the design concept and Contract Documents. This is not to 36 be construed as: 37 a. Permitting any departure from the Contract requirements 38 b. Relieving the Contractor of responsibility for any errors, including details, 39 dimensions, and materials 40 c. Approving departures from details furnished by the City, except as 41 otherwise provided herein 42 2. The review and approval of shop drawings, samples or product data by the City 43 does not relieve the Contractor from his/her responsibility with regard to the 44 fulfillment of the terms of the Contract. 45 a. All risks of error and omission are assumed by the Contractor, and the City 46 will have no responsibility therefore. CITY OF FORT WORTH STANDARD CONSTRUCTION SPFCIFICATION DOCUMENTS Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 013300-6 SUBMITTALS Page 6 of 8 3. The Contractor remains responsible for details and accuracy, for coordinating the Work with all other associated work and trades, for selecting fabrication processes, for techniques of assembly and for performing Work in a safe manner. 4. If the shop drawings, data or samples as submitted describe variations and show a departure from the Contract requirements which City finds to be in the interest of the City and to be so minor as not to involve a change in Contract Price or time for performance, the City may return the reviewed drawings without noting an exception. 5. Submittals will be returned to the Contractor under 1 of the following codes: a. Code i 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or comments on the submittal. a) When returned under this code the Contractor may release the equipment and/or material for manufacture. b. Code 2 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the notations and comments IS NOT required by the Contractor. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. c. Code 3 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is assigned when notations and comments are extensive enough to require a resubmittal of the package. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. b) This resubmittal is to address all comments, omissions and non -conforming items that were noted. c) Resubmittai is to be received by the City within 15 Calendar Days of the date of the City's transmittal requiring the resubmittal. d. Code 4 1) "NOT APPROVED" is assigned when the submittal does not meet the intent of the Contract Documents. a) The Contractor must resubmit the entire package revised to bring the submittal into conformance. b) It may be necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents. 6. Resubmittals a. Handled in the same manner as first submittals 1) Corrections other than requested by the City 2) Marked with revision triangle or other similar method a) At Contractor's risk if not marked b. Submittals for each item will be reviewed no more than twice at the City's expense. 1) All subsequent reviews will be performed at times convenient to the City and at the Contractor's expense, based on the City's or City Representative's then prevailing rates. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 013300-7 SUBMITTALS Page 7 of S 1 2) Provide Contractor reimbursement to the City within 30 Calendar Days 2 for all such fees invoiced by the City. 3 c. The need for more than 1 resubmission or any other delay in obtaining 4 City's review of submittals, will not entitle the Contractor to an extension of 5 Contract Time. 6 7. Partial Submittals 7 a. City reserves the right to not review submittals deemed partial, at the City's 8 discretion. 9 b. Submittals deemed by the City to be not complete will be returned to the 10 Contractor, and will be considered "Not Approved" until resubmitted. 11 c. The City may at its option provide a list or mark the submittal directing the 12 Contractor to the areas that are incomplete. 13 8. If the Contractor considers any correction indicated on the shop drawings to 14 constitute a change to the Contract Documents, then written notice must be 15 provided thereof to the City at least 7 Calendar Days prior to release for 16 manufacture. 17 9. When the shop drawings have been completed to the satisfaction of the City, 19 the Contractor may carry out the construction in accordance therewith and no 19 further changes therein except upon written instructions from the City. 20 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days 21 following receipt of submittal by the City. 22 L. Mock ups 23 1. Mock Up units as specified in individual Sections, include, but are not 24 necessarily limited to, complete units of the standard of acceptance for that 25 type of Work to be used on the Project. Remove at the completion of the Work 26 or when directed. 27 M. Qualifications 28 1. If specifically required in other Sections of these Specifications, submit a P.E. 29 Certification for each item required. 30 N. Request for Information (RFI) 31 1. Contractor Request for additional information 32 a. Clarification or interpretation of the contract documents 33 b. When the Contractor believes there is a conflict between Contract 34 Documents 35 c. When the Contractor believes there is a conflict between the Drawings and 36 Specifications 37 1) Identify the conflict and request clarification 38 2. Use the Request for Information (RFI) form provided by the City. 39 3. Numbering of RFI 40 a. Prefix with "RFI" followed by series number, "-xxx", beginning with "01" 41 and increasing sequentially with each additional transmittal. 42 4. Sufficient information shall be attached to permit a written response without 43 further information. 44 5. The City will log each request and will review the request. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 013300--8 SUBMITTALS Page 8 of8 i a. If review of the project information request indicates that a change to the 2 Contract Documents is required, the City will issue a Field Order or Change 3 Order, as appropriate. 4 1.5 SUBMXTTALS [NOT USED] 5 1.6 ACTION! SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 6 1.7 CLOSEOUT SlDBMMALS [RIOT USED] 7 1.8 MAINTENANCE MATERIAL SUBMITTALS [PLOT USED] 8 1.9 QUALITY ASSURANCE [NOT USED] 9 1.10 DELIVERY, S CORACE, AND HANDLING [NOT USED] 10 1.11 FIELD [SITE] CONDITIONS [RIOT USED] 11 1.12WARRANTY [NOT USED] 12 PART 2 - PRODUCTS [NOT USED] 13 PARS" 3 - EXECUTION [NOT USED] 14 15 16 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D, Johnson 1.4.K.8. Working Days modified to Calendar Days CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 01 35 13 - 1 SPECIAL PROJECT PROCEDURES Page I of 12 1 SECTION 0135 13 2 SPECIAL PROJECT PROCEDURES 3 PART I - GENERAL, 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedures for special project circumstances that includes, but is not 7 limited to: 8 a. Coordination with the Texas Department of Transportation 9 b. Work near High Voltage Lines 10 c. Confined Space Entry Program 11 d. Air Pollution Watch Days 12 e. Use of Explosives, Drop Weight, Etc. 13 f. Water Department Notification 14 g. Public Notification Prior to Beginning Construction 15 h. Coordination with United States Army Corps of Engineers 16 i. Coordination within Railroad permits areas 17 j. Dust Control 18 k. Employee Parking 19 B. Deviations from this City of Fort Worth Standard Specification 20 1. Non -Exclusive Contract 21 This contract is non-exclusive. During the term of this contract or any renewal 22 hereof, the City reserves the right to advertise and award another contract for 23 like or similar work. If a second contract is awarded, the City further reserves 24 the right to issue work orders under either contract as it deems in its best 25 interest, without recourse. 26 27 2. EMERGENCY SITUATION, JOB MOVE -IN 28 The owner or Engineer shall determine when an emergency situation shall 29 exist. When sewer emergency work is required:, the Contractor shall mobilize to 30 the said location within twenty-four (24) hours after given notification from the 31 Inspector and/or Project Manager. The Contractor shall make all necessary 32 arrangements for bypass pumping, setting barricades, notifying citizens, etc. 33 while waiting for other utilities to be locates as directed by the Engineer. The 34 Contractor shall work continuously until the emergency work order has been 35 completed at a time agreed to by the Project Manager, Inspector, and 36 Contractor. After the emergency work order has been completed, there will be 37 no additional "Job Move -in" charges paid to remobilize back to the previous 38 project location site. 39 40 3. PAYMENT 41 Because of the unique nature of this contract, Article 14, PAYMENTS TO THE 42 CONTRACTOR AND COMPLETION of the General Conditions shall be amended 43 and superseded by the following: (Please Sign below) CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 01 35 13-2 SPECIAL PROJECT PROCEDURES Page 2of12, 1 Whenever the improvement prescribed by and individual Work Order have been 2 completed, the Contractor shall notify the Engineer via email. The Engineer or 3 other appropriate official of the Owner will, within a reasonable time, perform 4 the inspections. If such inspections reveals that the improvements are in an 5 acceptable condition and have been completed in accordance with the terms of 6 the Contract Documents and all approved modifications thereof, the Engineer 7 will recommend acceptance of the work under that particular Work Order and 8 recommend payment therefore. 10 If the Engineer finds that the work has not been completed as required, he 11 shall advise the Contractor in writing, furnishing him an itemized list of all know 12 items which have been completed or which are not in an acceptable condition. 13 When the Contractor has corrected all such items, he shall again notify the 14 Engineer in writing that the improvements are ready for re -inspection, and the 15 Engineer shall proceed as outlined above. 16 17 Whenever the improvements prescribed by the individual Work Order have 18 been completed and all requirements of the Contract Documents have been 19 fulfilled on the part of the Contractor, an estimate showing the value of the 20 work will be prepared by the Engineer or Inspector as soon as the necessary 21 measurements, computations, and checks can be made. 22 23 The amount of the estimate will paid to the Contractor after acceptance by the 24 Water Department Director, provide the Contractor has furnished to the Owner 25 satisfactory evidence of payment as follows: Prior to submission of the estimate 26 fro payment, the Contractor shall execute an affidavit, as furnished by the City, 27 certifying that all persons, firms, associations, corporations, or other 28 organizations furnishing labor and/or materials under that Work Order have 29 been paid in full, that the wage scale established by the City Council in the City 30 of Fort Worth has been paid, and that there are no claims pending for personal 31 injury and/or property damages. 32 33 The acceptance by the Contractor of the individual payment as a foresaid shall 34 operate as and shall release the Owner from all claims or Liabilities under 35 Contract of anything done or furnished or relating to the work under that Work 36 Order or nay act or neglect of said City relating to or connected with the 37 Contract. 38 39 The making of the payment by the Owner shall not relieve the Contractor of 40 any guarantees or other requirements of the Contract Documents which 41 specifically continue thereafter. 42 43 Bidder's Signature: 44 45 46 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 01 35 13 - 3 SPECIAL PROJECT PROCEDURES Page 3 of 12 1 4. BID QUANTITIES AND CONTRACT AWARD 2 Bid quantities of the various items in the proposal are for comparison only ana 3 may not reflect the actual quantities, There is no limit to which a bid item can 4 be increased or decreased. 5 6 Contractor shall not be entitled to renegotiation of unit prices regardless of the 7 final measured quantities. To the extent that the Articles 10, 11, or 12 conflicts 8 with this provision, this provision controls. No claim will be considered for lost 9 or anticipated profits based upon differences in estimated quantities versus 10 actual quantities. 11 12 Total quantities given in the bid proposal may not reflect actual quantities; 13 however, they are given for the purpose of bidding and awarding the contract. 14 A contract in the amount of $1,000,000.00 (See Options to Renew) shall be 15 awarded with the final payment based on actual measured quantities and the 16 unit price bid in this proposal. Moreover, there is to be no limit on the variation 17 between the estimated quantities shown and actual quantities preformed. 18 19 5. LIFE OF CONTRACT 20 It is contemplated that Work Orders will be issued to the Contractor for work to 21 be performed under this Contract for not to exceed 365 Calendar days 22 following the date of the Contract nor to exceed the limit of the bid price, 23 whichever should occur first. The Contractor shall be required to complete any 24 work covered by a Work Order issued prior to that date of termination but will 25 not be required to accept any Work Order for execution dated after that date of 26 termination. If the cost of the performed under this Contract is less than the 27 limit of the contract award at the end of the 365 Caiendar day period, at the 28 City's option the Contractor's concurrence, the Project may be extended to the 29 limit of the contract award. 30 31 6. OPTION TO RENEW 32 The City has the right to renew this contract for three (3) one year 33 terms/expenditures in the amount of $1,900.000,.00 under the same terms, 34 conditions, and unit prices as originally bid, at the City's option. The City shall 35 give at least thirty (30) calendar days notice prior to the expiration of one year 36 from the date of execution of this contract or of an option period or a like 37 notice at such time as there is less than $30,000 left unexpended. 38 39 40 41 42 43 44 45 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 013513-4 SPECIAL, PROJECT PROCEDURES Page 4 of 12 1 7. DETERMINATION AND INITIATION OF WORK 2 The Engineer shall determine and designate to the Contractor the location of 3 the sewer main requiring rehabilitation by a Work Order together with a 4 sketch/or plan and profile if necessary for each such replacement, giving the 5 limits, size and nature of the work required. The Engineer will notify the 6 Contractor that a Work Order is ready and email the Contractor a pending Work 7 Order notification.. The Contractor shall determine if the designated sewer main 8 can be lines! using CIPP and/or if additional thickness is needed before the 9 Work Order is issued. The Contractor shall notify the Engineer via email of its 10 evaluation. The Engineer will issue a Work Order. The Contractor is to provide 11 his email address to the Engineer at the pre -construction conference. Single or 12 several Work Orders may be issued at one time. The Contractor shall initiate 13 work on a Work Order within seven (7) working days of the date the Work 14 Order is sent to the Contractor, and continue work on the Work Order until is 15 has been completed, not including paving. The Contractor shall provide and 16 supply sufficient equipment and personnel to complete the Work Order in the 17 amount of time provided for in the Work Order. Should the Contractor fail to 18 start any Work Order within the time specified, he shall add the necessary work 19 crews and equipment to prosecute the work to complete the Work Order(s) in 20 the time provided. 21 22 23 S. MOVE IN CHARGES 24 A Work Order may contain one or more locations. One move -in fee will be paid 25 to the Contractor per Work Order issued. Locations for multiple sites per Work 26 Order will be in the same general vicinity, if possible, and if so, only one 27 mobilization charge will be paid. 28 29 9. LIQUIDATED DAMAGES 30 The Contractor shall pay liquidated damages of four hundred twenty dollars 31 ($420) per day per Work Order, for failure to begin a Work Order within the 32 seven (7) working days of the date of the Work Order is emailed to the 33 Contractor. Failure to complete project within the stipulated construction time 34 on the Work Order, the Contractor will pay liquidated damages in the amount 35 stipulated in these contract documents. 36 37 10. TRENCH SAFETY SYSTEM DESIGN 38 Because of the unique nature of this contract, the number of trench safety 39 system designs is not know at the time bids are received. While the contractor 40 is still bound by the latest version of the U.S. Department of Labor, 41 Occupational Safety and Health Administration Standards, 29 CFR Part 1923, 42 Subpart P-Excavations, it is the City's intention that all costs incurred by the 43 Contractor in acquiring trench safety designs be included in the unit price bid 44 for Job Move In or mobilization. 45 46 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 0135I3-5 SPECIAL PROJECT PROCEDURES Page 5 of 12 1 C. Related Specification Sections include, but are not necessarily limited to: 2 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the 3 Contract 4 2. Division 1 -- General Requirements 5 3. Section 33 12 25 -- Connection to Existing Water Mains 6 1.2 PRICE AND PAYMENT PROCEDURES 7 A. Measurement and Payment 8 1. Coordination within Railroad permit areas 9 a. Measurement 10 1) Measurement for this Item will be by lump sum. 11 b. Payment 12 1) The work performed and materials furnished in accordance with this 13 Item will be paid for at the lump sum price bid for Railroad 14 Coordination. 15 c. The price bid shall include: 16 1) Mobilization 17 2) Inspection 18 3) Safety training 19 4) Additional Insurance 20 5) Insurance Certificates 21 6) Other requirements associated with general coordination with Railroad, 22 including additional employees required to protect the right-of-way and 23 property of the Railroad from damage arising out of and/or from the 24 construction of the Project. 25 2. Railroad Flagmen 26 a. Measurement 27 1) Measurement for this Item will be per working day. 28 b. Payment 29 1) The work performed and materials furnished in accordance with this 30 Item will be paid for each working day that Railroad Flagmen are 3 J present at the Site. 32 c. The price bid shall include: 33 1) Coordination for scheduling flagmen 34 2) Flagmen 35 3) Other requirements associated with Railroad 36 3. All other items 37 a. Work associated with these Items is considered subsidiary to the various 38 Items bid. No separate payment will be allowed for this Item. 39 1.3 REFERENCES 40 A. Reference Standards 41 1. Reference standards cited in this Specification refer to the current reference 42 standard published at the time of the latest revision date logged at the end of 43 this Specification, unless a date is specifically cited. 44 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 45 High Voltage Overhead Lines. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 01 35 13 - 6 SPECIAL PROJECT PROCEDURES Page 6 of 12 1 3. North Central Texas Council of Governments (NCTCOG) — Clean Construction 2 Specification 3 1..4 ADMINISTRATIVE REQUIREMENTS 4 A. Coordination with the Texas Department of Transportation 5 1. When work in the right-of-way which is under the jurisdiction of the Texas 6 Department of Transportation (TxDOT): 7 a. Notify the Texas Department of Transportation prior to commencing any 8 work therein in accordance with the provisions of the permit 9 b. All work performed in the TxDOT right-of-way shall be performed in 10 compliance with and subject to approval from the Texas Department of 11 Transportation 12 B. Work near High Voltage Lines 13 1. Regulatory Requirements 14 a. All Work near High Voltage Lines (more than 600 volts measured between 15 conductors or between a conductor and the ground) shall be in accordance 16 with Health and Safety Code, Title 9, Subtitle A, Chapter 752. 17 2. Warning sign 18 a. Provide sign of sufficient size meeting all OSHA requirements. 19 3. Equipment operating within 10 feet of high voltage lines will require the 20 following safety features 21 a. Insulating cage -type of guard about the boom or arm 22 b. Insulator links on the lift hook connections for back hoes or dippers 23 c. Equipment must meet the safety requirements as set forth by OSHA and 24 the safety requirements of the owner of the high voltage lines 25 4. Work within 6 feet of high voltage electric lines 26 a. Notification shall be given to: 27 1) The power company (example: ONCOR) 28 a) Maintain an accurate log of all such calls to power company and 29 record action taken in each case. 30 b. Coordination with power company 31 1) After notification coordinate with the power company to: 32 a) Erect temporary mechanical barriers, de -energize the lines, or raise 33 or lower the lines 34 c. No personnel may work within 6 feet of a high voltage line before the 35 above requirements have been met. 36 C. Confined Space Entry Program 37 1. Provide and follow approved Confined Space Entry Program in accordance with 38 OSHA requirements. 39 2. Confined Spaces include: 40 a. Manholes 41 b. All other confined spaces in accordance with OSHA's Permit Required for 42 Confined Spaces 43 D. Air Pollution Watch Days 44 1. General CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 013513_7 SPECIAL PROJECT PROCEDURES Page 7 of 12 1 a. Observe the following guidelines relating to working on City construction 2 sites on days designated as "AIR POLLUTION WATCH DAYS". 3 b. Typical Ozone Season 4 1) May 1 through October 31. 5 c. Critical Emission Time 6 1) 6:00 a.m. to 10:00 a.m. 7 2. Watch Days 8 a. The Texas Commission on Environmental Quality (TCEQ), in coordination 9 with the National Weather Service, will issue the Air Pollution Watch by 10 3.00 p.m. on the afternoon prior to the WATCH day. 11 b. Requirements 12 1) Begin work after 10:00 a.m. whenever construction phasing requires 13 the use of motorized equipment for periods in excess of 1 hour. 14 2) However, the Contractor may begin work prior to 10:00 a.m. if: I5 a) Use of motorized equipment is less than 1 hour, or 16 b) If equipment is new and certified by EPA as "Low Emitting", or 17 equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, 18 or alternative fuels such as CNG. 19 E. TCEQ Air Permit 20 1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ. 21 F. Use of Explosives, Drop Weight, Etc. 22 1. When Contract Documents permit on the project the following will apply: 23 a. Public Notification 24 1) Submit notice to City and proof of adequate insurance coverage, 24 25 hours prior to commencing. 26 2) Minimum 24 hour public notification in accordance with Section 0131 27 13 28 G. Water Department Coordination 29 1. During the construction of this project, it will be necessary to deactivate, for a 30 period of time, existing lines. The Contractor shall be required to coordinate 31 with the Water Department to determine the best times for deactivating and 32 activating those lines. 33 2. Coordinate any event that will require connecting to or the operation of an 34 existing City water line system with the City's representative. 35 a. Coordination shall be in accordance with Section 33 12 25. 36 b. If needed, obtain a hydrant water meter from the Water Department for 37 use during the life of named project. 38 c. In the event that a water valve on an existing live system be turned off and 39 on to accommodate the construction of the project is required, coordinate 40 this activity through the appropriate City representative. 41 1) Do not operate water line valves of existing water system. 42 a) Failure to comply will render the Contractor in violation of Texas 43 Penal Code Title 7, Chapter 28.03 (Criminal Mischief) and the 44 Contractor will be prosecuted to the full extent of the law. 45 b) In addition, the Contractor will assume all liabilities and 46 responsibilities as a result of these actions. 47 H. Public Notification Prior to Beginning Construction CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 013513-5 SPECIAL PROJECT PROCEDURES Pape S of 12 1 1. Prior to beginning construction on any block in the project, on a block by block 2 basis, prepare and deliver a notice or flyer of the pending construction to the 3 front door of each residence or business that will be impacted by construction. 4 The notice shall be prepared as follows: 5 a. Post notice or flyer 7 days prior to beginning any construction activity on 6 each block in the project area. 7 1) Prepare flyer on the Contractor's letterhead and include the following 8 information: 9 a) Name of Project 10 b) City Project No (CPN) 11 c) Scope of Project (i.e. type of construction activity) 12 d) Actual construction duration within the block 13 e) Name of the contractor's foreman and phone number 14 f) Name of the City's inspector and phone number 15 g) City's after-hours phone number 16 2) A sample of the "pre -construction notification' flyer is attached as 17 Exhibit A. 18 3) Submit schedule showing the construction start and finish time for each 19 block of the project to the inspector. . 20 4) Deliver flyer to the City inspector for review prior to distribution. 21 b. No construction will be allowed to begin on any block until the flyer is 22 delivered to all residents of the block. 23 I. Public Notification of Temporary Water Service Interruption during Construction 24 1. In the event it becomes necessary to temporarily shut down water service to 25 residents or businesses during construction, prepare and deliver a notice or 26 flyer of the pending interruption to the front door of each affected resident. 27 2. Prepared notice as follows: 28 a. The notification or flyer shall be posted 24 hours prior to the temporary 29 interruption. 30 b. Prepare flyer on the contractor's letterhead and include the following 31 information: 32 1) Name of the project 33 2) City Project Number 34 3) Date of the interruption of service 35 4) Period the interruption will take place 36 5) Name of the contractor's foreman and phone number 37 6) Name of the City's inspector and phone number 38 c. A sample of the temporary water service interruption notification is 39 attached as Exhibit S. 40 d. Deliver a copy of the temporary interruption notification to the City 41 inspector for review prior to being distributed. 42 e, No interruption of water service can occur until the flyer has been delivered 43 to all affected residents and businesses. 44 f. Electronic versions of the sample flyers can be obtained from the Project 45 Construction Inspector. 46 J. Coordination with United States Army Corps of Engineers (USACE) CITY OF PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 01 35 13 - 9 SPECIAL PROJECT PROCEDURES Page 9 of 12 1. At locations in the Project where Construction activities occur in areas Where USACE permits are required, meet all requirements set forth in each designated permit. K. Coordination within Railroad Permit Areas 1. At locations in the project where construction activities occur in areas where railroad permits are required, meet all requirements set forth in each designated railroad permit. This includes, but is not limited to, provisions for: a. Flagmen b. Inspectors c. Safety training d. Additional insurance e. Insurance certificates f. Other employees required to protect the right-of-way and property of the Railroad Company from damage arising out of and/or from the construction of the project. Proper utility clearance procedures shall be used in accordance with the permit guidelines. 2. Obtain any supplemental information needed to comply with the railroad's requirements. 3. Railroad Flagmen a. Submit receipts to City for verification of working days that railroad flagmen were present on Site. L Dust Control 1. Use acceptable measures to control dust at the Site. a. If water is used to control dust, capture and properly dispose of waste water. b. If wet saw cutting is performed, capture and properly dispose of slurry. M. Employee Parking 1. Provide parking for employees at locations approved by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 0135 13 - 10 SPECIAL PROJECT PROCEDURES Page 10 of 12 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMMALS/XH. FORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMIT`fALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12WARRANlTY [MOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PAR' 3 - EXECUT'I'ON [NOT USED] 11 12 13 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1.43 — Added requirement of compliance with Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. High 8/31/2012 D. Johnson Voltage Overhead Lines. ' 1.4.E — Added Contractor responsibility for obtaining a TCEQ Air Permit CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 1 2 3 4 5 6 7 8 9 1� 11 12 13 14 15 16 17 18 19 20 2I 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 0135 13 - 11 SPECIAL PROJECT PROCEDURES Page 1 1 of 12 EXHIBIT A (To be printed on Contractor's Letterhead) Date: CPN No.: Project Name: Mapsco Location: Limits of Construction: THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE. IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE CIO.. Mr. <CITY INSPECTOR> AT [ TELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, RELEASE CALL. (817) 392 8306 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 I 2 4 0135 13 _ 12 SPECIAL PROJECT PROCEDURES Page 12 of 12 EXHIBIT B FOR' WORTH Date: 100IE No. XXXX NOTICE OF TEMPORARY WATER SERVICE IM'I"ERRUPI`IO N DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT -OUT, PLEASE CALL: MR. AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR Mil. AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL HE AS SHORT AS POSSIBLE. THANK YOU, CONTRACTOR CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 014523-1 TESTING AND INSPECTION SERVICES Page I oft 1 SECTION 0145 23 2 TESTING AND INSPECTION SERVICES 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Testing and inspection services procedures and coordination 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 -- Bidding Requirements, Contract Forms and Conditions of the I 1 Contract 12 2. Division 1— General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various Items 16 bid. No separate payment will be allowed for this Item. 17 a. Contractor is responsible for performing, coordinating, and payment of all 18 Quality Control testing. 19 b. City is responsible for performing and payment for first set of Quality 20 Assurance testing. 21 1) If the first Quality Assurance test performed by the City fails, the 22 Contractor is responsible for payment of subsequent Quality Assurance 23 testing until a passing test occurs. 24 a) Final acceptance will not be issued by City until all required 25 payments for testing by Contractor have been paid in full. 26 1.3 REFERENCES [NOT USED] 27 1.4 ADMINISTRATIVE REQUIREMENTS 28 A. Testing 29 1. Complete testing in accordance with the Contract Documents. 30 2. Coordination 31 a. When testing is required to be performed by the City, notify City, 32 sufficiently in advance, when testing is needed. 33 b. When testing is required to be completed by the Contractor, notify City, 34 sufficiently in advance, that testing will be performed. 35 3. Distribution of Testing Reports 36 a. Electronic Distribution 37 1) Confirm development of Project directory for electronic submittals to be 38 uploaded to City's Buzzsaw site, or another external FTP site approved 39 by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 014523-2 TESTING AND INSPECTION SERVICES Page 2 Of2 1 2) Upload test reports to designated project directory and notify 2 appropriate City representatives via email of submittal posting. 3 3) Hard Copies 4 a) 1 copy for all submittals submitted to the Project Representative 5 b. Hard Copy Distribution (if required in lieu of electronic distribution) 6 1) Tests performed by City 7 a) Distribute 1 hard copy to the Contractor s 2) Tests performed by the Contractor 9 a) Distribute 3 hard copies to City`s Project Representative 10 4, Provide City's Project Representative with trip tickets for each delivered load of 11 Concrete or Lime material including the following information: 12 a. Name of pit 13 b. Date of delivery 14 c. Material delivered 15 B. Inspection 16 1. Inspection or lack of inspection does not relieve the Contractor from obligation 17 to perform work in accordance with the Contract Documents. 18 1.5 SUBMITTALS [RIOT USED] 19 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [RIOT USED] 22 1.9 QUALITV ASSURANCE [NOT USED] 23 1.10 DELIVERY, STORAGE, ARID HANDLING [KNOT USED] 24 1.11 FIELD [SITE] CONDITIONS [RIOT USED] 25 1.12WARRANTY [RIOT USED] 26 27 28 29 30 PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION (NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 01 50 00 - 1 TEMPORARY FACILITIES AND CONTROLS Page I of4 1 SECTION 0150 00 2 TEMPORARY FACILITIES AND CONTROLS 3 PART 1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provide temporary facilities and controls needed for the Work including, but not 7 necessarily limited to: 8 a. Temporary utilities 9 b. Sanitary facilities 10 c. Storage Sheds and Buildings 11 d. Dust control 12 e. Temporary fencing of the construction site 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. None. 15 C. Related Specification Sections include, but are not necessarily limited to: 16 1. Division 0 -- Bidding Requirements, Contract Forms and Conditions of the 17 Contract 18 2. Division 1— General Requirements 19 1.2 PRXCrL ARID PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Work associated with this Item is considered subsidiary to the various Items 22 bid. No separate payment will be allowed for this Item. 23 1.3 REFERENCES [NOT USED] 24 1.4 ADMINISTRATIVE REQUIREMENTS 25 A. Temporary Utilities 26 1. Obtaining Temporary Service 27 a. Make arrangements with utility service companies for temporary services. 28 b. Abide by rules and regulations of utility service companies or authorities 29 having jurisdiction. 30 c. Be responsible for utility service costs until Work is approved for Final 31 Acceptance. 32 1) Included are fuel, power, light, heat and other utility services necessary 33 for execution, completion, testing and initial operation of Work. 34 2. Water 35 a. Contractor to provide water required for and in connection with Work to be 36 performed and for specified tests of piping, equipment, devices or other 37 use as required for the completion of the Work. 38 b. Provide and maintain adequate supply of potable water for domestic 39 consumption by Contractor personnel and City's Project Representatives. 40 c. Coordination CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 0I5000--2 TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 1 1) Contact City 1 week before water for construction is desired 2 d. Contractor Payment for Construction Water 3 1) Obtain construction water meter from City for payment as billed by 4 City's established rates. 5 3. Electricity and Lighting 6 a. Provide and pay for electric powered service as required for Work, including 7 testing of Work. 8 1) Provide power for lighting, operation of equipment, or other use. 9 b. Electric power service includes temporary power service or generator to 10 maintain operations during scheduled shutdown. 11 4. Telephone 12 a. Provide emergency telephone service at Site for use by Contractor 13 personnel and others performing work or furnishing services at Site. 14 5. Temporary Heat and Ventilation 15 a. Provide temporary heat as necessary for protection or completion of Work. 16 b. Provide temporary heat and ventilation to assure safe working conditions. 17 B. Sanitary Facilities 18 1. Provide and maintain sanitary facilities for persons on Site. 19 a. Comply with regulations of State and local departments of health, 20 2. Enforce use of sanitary facilities by construction personnel at job site. 21 a. Enclose and anchor sanitary facilities. 22 b. No discharge will be allowed from these facilities. 23 c. Collect and store sewage and waste so as not to cause nuisance or health 24 problem. 25 d. Haul sewage and waste off -site at no less than weekly intervals and 26 properly dispose in accordance with applicable regulation. 27 3. Locate facilities near Work Site and keep clean and maintained throughout 28 Project. 29 4. Remove facilities at completion of Project 30 C. Storage Sheds and Buildings 31 1. Provide adequately ventilated, watertight, weatherproof storage facilities with 32 floor above ground level for materials and equipment susceptible to weather 33 damage. 34 2. Storage of materials not susceptible to weather damage may be on blocks off 35 ground. 36 3. Store materials in a neat and orderly manner. 37 a, Place materials and equipment to permit easy access for identification, 38 inspection and inventory. 39 4. Equip building with lockable doors and lighting, and provide electrical service 40 for equipment space heaters and heating or ventilation as necessary to provide 41 storage environments acceptable to specified manufacturers. 42 5. Fill and grade site for temporary structures to provide drainage away from 43 temporary and existing buildings. 44 6. Remove building from site prior to Final Acceptance. 45 D. Temporary Fencing CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised Judy 1, 2011 01 50 00 - 3 TEMPORARY FACILI`PIES AND CONTROLS Page 3 of 4 1 1. Provide and maintain for the duration or construction when required in contract 2 documents 3 E. Dust Control 4 1. Contractor is responsible for maintaining dust control through the duration of 5 the project. 6 a. Contractor remains on -call at all times 7 b. Must respond in a timely manner s F. Temporary Protection of Construction 9 1. Contractor or subcontractors are responsible for protecting Work from damage 10 due to weather. 11 1..5 SUBMITTALS [NOT USED] 12 1.6 ACTION SUBMITTALS/IHFOR�liATIONAC SUBMITTALS [NOT USED] 13 1..7 CLOSEOUT SUBMITTALS [NOS' USED] 14 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 15 1.9 QUALITY ASSURANCE [NOT USED] 16 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 17 1.11 FIELD [SITE] CONDITIONS [NOT USED] 18 1.12WARRANTY [NOT USED] 19 PART 2 - PRODUCTS [NOT USED] 20 PART 3 - EXECUTION [NOT USED] 21 3.1 INSTALLERS [NOT USED] 22 3.2 EXAMINATION [NOT USED] 23 3.3 PREPARATION [NOT USED] 24 3.4 INSTALLATION 25 A. Temporary Facilities 26 1. Maintain all temporary facilities for duration of construction activities as 27 needed. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 0I 50 00 - 4 TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 1 3.5 [REPAIR] / [RESTORATION] 2 3.6 RE -INSTALLATION 3 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 4 3.8 SYSTEM STARTUP [NOT USED] 5 3.9 ADJUSTING [NOT USED] 6 3.10 CLEANING [NOT USED] 7 3.11 CLOSEOUT ACTIVITIES 8 A. Temporary Facilities 9 1. Remove all temporary facilities and restore area after completion of the Work, 10 to a condition equal to or better than prior to start of Work. 11 3.12 PROTECTION [NOT USED] 12 3.13 MAINTENANCE [NOT USED] 13 3.14ATTACHMENT'S [NOT USED] 14 15 16 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised Rily 1, 2011 01ss26-1 STREET USE PERMIT AND M0DIFICATI0NS TO TRAFFIC CONTROL Page I of 3 I SECTION 0155 26 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 3 PART I - GENERAL 4 1.1 SUMMARY s A. Section Includes: 6 1. Administrative procedures for: 7 a. Street Use Permit 8 b. Modification of approved traffic control 9 c. Removal of Street Signs 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. Due to the unique nature of this contract, each street permit will be paid at 12 the pre -bid unit price bid per each. 13 C. Related Specification Sections include, but are not necessarily limited to: 14 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the 15 Contract I6 2. Division 1 — General Requirements 17 3. Section 34 71 13 — Traffic Control is 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Work associated with this Item is considered subsidiary to the various Items 21 bid. No separate payment will be allowed for this Item. 22 1.3 REFERENCES 23 A. Reference Standards 24 1. Reference standards cited in this specification refer to the current reference 25 standard published at the time of the latest revision date logged at the end 26 of this specification, unless a date is specifically cited. 27 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 28 1,4 ADMINISTRATIVE REQUIREMENTS 29 A. Traffic Control 30 1. General 31 a. When traffic control plans are included in the Drawings, provide Traffic 32 Control in accordance with Drawings and Section 34 71 13. 33 b. When traffic control plans are not included in the Drawings, prepare 34 traffic control plans in accordance with Section 34 71 13 and submit to 35 City for review. 36 1) Allow minimum 10 working days for review of proposed Traffic 37 Control. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised Iuly 1, 2011 01 55 26 - 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 1 B. Street Use Permit 2 1. Prior to installation of Traffic Control, a City Street Use Permit is required. 3 a. To obtain Street Use Permit, submit Traffic Control Plans to City 4 Transportation and Public Works Department. 5 1) Allow a minimum of 5 working days for permit review. 6 2) Contractor's responsibility to coordinate review of Traffic Control 7 plans for Street Use Permit, such that construction is not delayed. 8 C. Modification to Approved Traffic Control 9 1. Prior to installation traffic control: 10 a. Submit revised traffic control plans to City Department Transportation 11 and Public Works Department. 12 1) Revise Traffic Control plans in accordance with Section 34 71 13. 13 2) Allow minimum 5 working days for review of revised Traffic Control. 14 3) It is the Contractor's responsibility to coordinate review of Traffic 1s Control plans for Street Use Permit, such that construction is not 16 delayed. 17 D. Removal of Street Sign 18 1. If it is determined that a street sign must be removed for construction, then 19 contact City Transportation and Public Works Department, Signs and 20 Markings Division to remove the sign. 21 F. Temporary Signage 22 1. In the case of regulatory signs, replace permanent sign with temporary sign 23 meeting requirements of the latest edition of the Texas Manual on Uniform 24 Traffic Control Devices (MUTCD). 25 2. Install temporary sign before the removal of permanent sign. 26 3. When construction is complete, to the extent that the permanent sign can 27 be reinstalled, contact the City Transportation and Public Works 28 Department, Signs and Markings Division, to reinstall the permanent sign. 29 F. Traffic Control Standards 30 1. Traffic Control Standards can be found on the City's Buzzsaw website. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 015526-3 STREET USE PERMIT AND MODIFICATEONS TO TRAFFIC CONTROL Page 3 of3 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10DELIVERY, STORAGE, AND HANDLING [NOS' USED] 7 1.11FIELD [SITE] CONDITIONS [NOT USED] 8 1.12WARRANTY [NOT USED] 9 PAR` 2 - PRODUCTS [NOT USED] 10 PART 3 0 EXECUTION [NOT USED] 11 12 13 END OFF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 0157I3-I STORM WATER POLLUTION PREVENTION Page I of3 1 SECTION 015713 2 STORM WATER POLLUTION PREVENTION 3 PART ?I - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Procedures for Storm Water Pollution Prevention Plans 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1, Division 0 — Bidding Requirements, Contract Forms and Conditions of the I I Contract 12 2. Division I -- General Requirements 13 3. Section 3125 00 -- Erosion and Sediment Control 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1, Construction Activities resulting in less than 1 acre of disturbance 17 a. Work associated with this Item is considered subsidiary to the various Items 18 bid. No separate payment will be allowed for this Item. 19 2. Construction Activities resulting in greater than I acre of disturbance 20 a. Measurement and Payment shall be in accordance with Section 3125 00. 21 1.3 REFERENCES 22 A. Abbreviations and Acronyms 23 1. Notice of Intent: NOI 24 2. Notice of Termination: NOT 25 3. Storm Water Pollution Prevention Plan: SWPPP 26 4. Texas Commission on Environmental Quality: TCEQ 27 5. Notice of Change: NOC 28 A. Reference Standards 29 1. Reference standards cited in this Specification refer to the current reference 30 standard published at the time of the latest revision date logged at the end of this 31 Specification, unless a date is specifically cited. 32 2. Integrated Storm Management (iSWM) Technical Manual for Construction 33 Controls 34 1.4 ADMINISTRATIVE REQUIREMENTS 35 A. General 36 1. Contractor is responsible for resolution and payment of any fines issued associated 37 with compliance to Stormwater Pollution Prevention Plan. CITY OF FORT WORT -I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 015713-2 STORM WATER POLLUTION PREVENTION Page 2 of 3 B. Construction Activities resulting in: 1. Less than 1 acre of disturbance a. Provide erosion and sediment control in accordance with Section 3125 00 and Drawings. 2. 1 to less than 5 acres of disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) TCEQ Small Construction Site Notice Required under general permit TXR150000 a) Sign and post at job site b) Prior to Preconstruction Meeting, send 1 copy to City Department of Transportation and Public Works, Environmental Division, (817) 392- 6088. 2) Provide erosion and sediment control in accordance with: a) Section 31 25 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 3. 5 acres or more of Disturbance a. Texas Pollutant Discharge EIimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee a) Sign and post at job site b) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 2) TCEQ Notice of Change required if making changes or updates to NOI 3) Provide erosion and sediment control in accordance with: a) Section 31 25 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 4) Once the project has been completed and all the closeout requirements of TCEQ have been met a TCEQ Notice of Termination can be submitted. a) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 40 1.5 SUBMITTALS 41 A. SWPPP 42 1. Submit in accordance with Section 01 33 00, except as stated herein. 43 a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City 44 as follows: 45 1) 1 copy to the City Project Manager 46 a) City Project Manager will forward to the City Department of 47 Transportation and Public Works, Environmental Division for review CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 01 57 13-3 STORM WATER POLLUTION PREVENTION Page 3 of 3 I B. Modified SWPPP 2 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City 3 in accordance with Section 01 33 00. 4 1.6 ACTION SUBMITI'A.LSANFORMATIONAL SUBMITTALS [NOT USED] 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE [NOT USED] & 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 9 1.11 FIELD [SITE] CONDITIONS [NOT USED] 10 1.12 WARRANTY [NOT USED] I I PART 2 - PRODUCTS [NOT USED] 12 PART 3 - EXECUTION [NOT USED] 13 14 15 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 0158 13- 1 TEMPORARY PROJECT SIGNAGE Page 1 of 1 SECTION 0158 13 2 TEMPORARY PROJECT SIGNAGE 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Temporary Project Signage Requirements 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 — General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 18 1.5 SUBMITTALS [NOT USED] 19 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELNERY, STORAGE, AND HANDLING [NOT USED] 24 1.11 FIELD [SITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 PART 2 - PRODUCTS 27 2.1 OWNER -FURNISHED loR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 28 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS 29 A. Design Criteria 30 J. Provide free standing Project Designation Sign in accordance with City's Standard 31 Details for project signs. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised Judy 1, 2011 0158 13 -2 11IMPORARY PROJECT SIGNAGE Page 2 of 3 1 B. Materials 2 1. Sign 3 a. Constructed of 3/4-inch fir plywood, grade A-C (exterior) or better 4 2.3 ACCESSORIES [NOT USED] 5 2.4 SOURCE QUALITY CONTROL, [NOT USED] 6 PART 3 _ EXECUTION 7 8 9 la 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Provide vertical installation at extents of project. 2. Relocate sign as needed, upon request of the City. B. Mounting options a. Skids b. Posts c. Barricade 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [on] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.1.0 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE A. General 1. Maintenance will include painting and repairs as needed or directed by the City. 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 0158I3-3 TEMPORALLY PROJECT SIGNAGE Page 3 of 3 Revision Log DATE NANIE SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 1 2 3 PART 1 a GENERAL 4 1.1 SUMMARY SECTION 0160 00 PRODUCT REQUIREMENTS 016000-1 PRODUCT REQUIREMENTS Page I of 5 A. Section Includes: 6 1. References for Product Requirements and City Standard Products List 7 B. Deviations from this City of Fort Worth Standard Specification s 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the 11 Contract 12 2. Division 1 — General Requirements 13 1.2 PRICE AND P "MENT PROCEDURES [NOT USED] 14 1.3 REFERENCES [NOT USED] 15 1.4 ADM r NIST RAT'IVE REQUIREMENTS TS 16 A. A list of City approved products for use is located on Buzzsaw as follows: 17 1. Resources\02 - Construction Documents\Standard Products List 18 B. Only products specifically included on City's Standard Product List in these 19 Contract Documents shall be allowed for use on the Project. 20 1. Any subsequently approved products will only be allowed for use upon 21 specific approval by the City. 22 C. Any specific product requirements in the Contract Documents supersede similar 23 products included on the City's Standard Product List. 24 1. The City reserves the right to not allow products to be used for certain 25 projects even though the product is listed on the City's Standard Product 26 List. 27 D. Although a specific product is included on City's Standard Product List, not all 28 products from that manufacturer are approved for use, including but not limited 29 to, that manufacturer's standard product. 30 E. See Section 0133 00 for submittal requirements of Product Data included on 31 City's Standard Product List. 32 1.5 SUBMITTALS [NOT USED] 33 1.6 ACTION SUBMITTALS/INFORMATION ,AL SUBMITTALS (NOT USED] 34 1.7 CLOSEOUT SUBMITTALS [NOT USED] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 0.16000-2 PRODUCT REQUIREMENTS Page 2 of 1 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] z 1.9 QUALITY ASSURANCE [NOT USED] 3 I-IODELTVERY, STORAGE, AND HANDLING [NOT USED] 4 1.11FIELD [SITE) CONDITION S [NOT USED] 5 1.12WARRANTY [RIOT USED] 6 PART 2 - PRODUCTS [NOT USED] 7 PART 3 - EXECUTION [PLOT USED] s 9 10 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D. Johnson Modified Location of City's Standard Product List CITY OF FORT WORTH ; STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 016600-1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page l of 3 I SECTION ®1 66 00 2 PRODUCT STORAGE AND HANDLING REQUIREMENTS 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Scheduling of product delivery 7 2. Packaging of products for delivery 8 3. Protection of products against damage from: 9 a. Handling 10 b. Exposure to elements or harsh environments I 1 B. Deviations from this City of Fort Worth Standard Specification 12 1. None. 13 C. Related Specification Sections include, but are not necessarily limited to: 14 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 15 2. Division 1 — General Requirements 16 1.2- PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. No 19 separate payment will be allowed for this Item. 20 1.3 REFERENCES [NOT USED] 21 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 22 1.5 SUBMITTALS [NOT USED] 23 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [MOT 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 AND HANDLING 28 A. Delivery Requirements 29 1. Schedule delivery of products or equipment as required to allow timely installation and to 30 avoid prolonged storage. 31 2. Provide appropriate personnel and equipment to receive deliveries. 32 3. Delivery trucks will not be permitted to wait extended periods of time on the Site for 33 personnel or equipment to receive the delivery. 34 4. Deliver products or equipment in manufacturer's original unbroken cartons or other 35 containers designed and constructed to protect the contents from physical or environmental 36 damage. 37 5. Clearly and fully mark and identify as to manufacturer, item and installation location. 38 6. Provide manufacturer's instructions for storage and handling. 39 B. Handling Requirements CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 01 66 00 - 2 PRODUCT STORAGE AND FIANDLING REQUIREMENTS Page 2 of 3 1 1. Handle products or equipment in accordance with these Contract Documents and 2 manufacturer's recommendations and instructions. 3 C. Storage Requirements 4 1. Store materials in accordance with manufacturer's recommendations and requirements of 5 these Specifications. 6 2. Make necessary provisions for safe storage of materials and equipment. 7 a. Place loose soil materials and materials to be incorporated into Work to prevent damage 8 to any part of Work or existing facilities and to maintain free access at all times to all 9 parts of Work and to utility service company installations in vicinity of Work. 10 3. Keep materials and equipment neatly and compactly stored in locations that will cause I minimum inconvenience to other contractors, public travel, adjoining owners, tenants and 12 occupants. 13 a. Arrange storage to provide easy access for inspection. 14 4. Restrict storage to areas available on construction site for storage of material and equipment 15 as shown on Drawings, or approved by City's Project Representative. 16 5. Provide off -site storage and protection when on -site storage is not adequate. 17 a. Provide addresses of and access to off -site storage locations for inspection by City's 18 Project Representative. 19 6. Do not use lawns, grass plots or other private property for storage purposes without written 20 permission of owner or other person in possession or control of premises. 21 7. Store in manufacturers' unopened containers. 22 8. Neatly, safely and compactly stack materials delivered and stored along line of Work to avoid 23 inconvenience and damage to property owners and general public and maintain at least 3 24 feet from fire hydrant. 25 9. Keep public and private driveways and street crossings open. 26 10, Repair or replace damaged lawns, sidewalks, streets or other improvements to satisfaction of 27 City's Project Representative. 28 a. Total length which materials may be distributed along route of construction at one time 29 is 1,000 linear feet, unless otherwise approved in writing by City's Project 30 Representative. 31 1.11 FIELD [SITE] CONDITIONS [MOT USED] 32 1.12 WARRANTY [NOT USED] 33 PART 2 - PRODUCTS [NOT USED] 34 PART 3 - EXECUTION 35 3.1 INSTALLERS [NOT USED] 36 3.2 EXAMINATION [NOT USED] 37 3.3 PREPARATION [NOT USED] 38 3.4 ERECTION [NOT USED] 39 3.5 REPAIR / RESTORATION [NOT USED] 40 3.6 RE -INSTALLATION [NOT USED] 41 3.7 FIELD [OR] SITE QUALITY CONTROL 42 A. Tests and Inspections CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 01 66 00 - 3 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 3 1 1. Inspect all products or equipment delivered to the site prior to unloading. 2 B. Non -Conforming Work 3 1. Reject all products or equipment that are damaged, used or in any other way unsatisfactory 4 for use on the project. 5 3.8 SYSTEM STARTUP [NOT USED] 6 3.9 ADJUSTING [NOT USED] 7 3.10 GLEAMING [NOT USED] 8 3.11 CLOSEOUT ACTIVITIES [NOT USED] 9 3.12 PROTECTION 10 A. Protect all products or equipment in accordance with manufacturer's written directions. 11 B. Store products or equipment in location to avoid physical damage to items while in storage. 12 C. Protect equipment from exposure to elements and keep thoroughly dry if required by the 13 manufacturer. 14 3.13 MAINTENANCE [NOT USED] 15 3.14 ATTACHMENTS (NOT USED] 16 17 18 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITE:' OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 017000-1 MOBILIZATION AND REMOBILIZATION Page 1 of 5 1 SECTION 0170 00 2 MOBILIZATION AND REMOBILIZATTON 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Mobilization and Demobilization 7 a. Mobilization 8 1) Transportation of Contractor's personnel, equipment, and operating 9 supplies to the Site 10 2) Establishment of necessary general facilities for the Contractor's 11 operation at the Site 12 3) Premiums paid for performance and payment bonds 13 4) Transportation of Contractor's personnel, equipment, and operating 14 supplies to another location within the designated Site 15 5) Relocation of necessary general facilities for the Contractor's 16 operation from 1 location to another location on the Site. 17 b. Demobilization 18 1) Transportation of Contractor's personnel, equipment, and operating 19 supplies away from the Site including disassembly 20 2) Site Cleanup 21 3) Removal of all buildings and/or other facilities assembled at the Site 22 for this Contract 23 c. Mobilization and Demobilization do not include activities for specific 24 items of work that are for which payment is provided elsewhere in the 25 contract. 26 2. Remobilization 27 a. Remobilization for Suspension of Work specifically required in the 28 Contract Documents or as required by City includes: 29 1) Demobilization 30 a) Transportation of Contractor's personnel, equipment, and 31 operating supplies from the Site including disassembly or 32 temporarily securing equipment, supplies, and other facilities as 33 designated by the Contract Documents necessary to suspend 34 the Work. 35 b) Site Clean-up as designated in the Contract Documents 36 2) Remobilization 37 a) Transportation of Contractor's personnel, equipment, and 38 operating supplies to the Site necessary to resume the Work. 39 b) Establishment of necessary general facilities for the Contractor's 40 operation at the Site necessary to resume the Work. 41 3) No Payments will be made for: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 017000-2 MOBILIZATION AND REMOBILIZATION Page 2 of 5 1 a) Mobilization and Demobilization from one location to another on 2 the Site in the normal progress of performing the Work. 3 b) Standby or idle time 4 c) Lost profits 5 3. Mobilizations and Demobilization for Miscellaneous and CIPP Projects 6 a. Mobilization and Demobilization 7 1) Mobilization shall consist of the activities and cost on a Work Order 8 basis necessary for: 9 a) Transportation of Contractor's personnel, equipment, and 10 operating supplies to the Site for the issued Work Order. 11 b) Establishment of necessary general facilities for the Contractor's 12 operation at the Site for the issued Work Order 13 2) Demobilization shall consist of the activities and cost necessary for: 14 a) Transportation of Contractor's personnel, equipment, and 15 operating supplies from the Site including disassembly for each 16 issued Work Order 17 b) Site Clean-up for each issued Work Order 18 c) Removal of all buildings or other facilities assembled at the Site 19 for each Work Oder 20 b. Mobilization and Demobilization do not include activities for specific 21 items of work for which payment is provided elsewhere in the contract. 22 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects 23 a. A Mobilization for Miscellaneous Projects when directed by the City and 24 the mobilization occurs within 24 hours of the issuance of the Work 25 Order. 26 B. Deviations from this City of Fort Worth Standard Specification 27 Pa: General 28 1.1. Summary 29 4. Emergency Mobilizations and Demobilization for Miscellaneous and CIPP 30 Projects 31 a. Contractor to emergency mobilize within 24 hours of notifir.:ation by Project 32 Manager. (Not issuance of work order) 33 34 1.2 Price and Payment Procedures 35 A. Measurement and Payment 36 5. Emergency Mobilizations and Demobilizations for Miscellaneous and CIPP 37 Projects 38 e. After the emergency work order has been complete, there will be no 39 additional mobilization charges paid to remobilize back to the previous project 40 location site . 41 C. Related Specification Sections include, but are not necessarily limited to: 42 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the 43 Contract 44 2. Division 1 -- General Requirements CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 017000-3 MOBILIZATION AND REMOBILIZATION Page 3 of5 L2 PRICE AND PAYMENT PROCEDURES 2 A. Measurement and Payment 3 1. Mobilization and Demobilization 4 a. Measure 5 1) This Item is considered subsidiary to the various Items bid. 6 b. Payment 7 1) The work performed and materials furnished in accordance with this s Item are subsidiary to the various Items bid and no other 9 compensation will be allowed. 10 2. Remobilization for suspension of Work as specifically required in the 11 Contract Documents 12 a. Measurement 13 1) Measurement for this Item shall be per each remobilization 14 performed. 15 b. Payment 16 1) The work performed and materials furnished in accordance with this 17 Item and measured as provided under "Measurement" will be paid 1s for at the unit price per each "Specified Remobilization" in 19 accordance with Contract Documents. 20 c. The price shall include: 21 1) Demobilization as described in Section 1.1.A.2.a.1) 22 2) Remobilization as described in Section 1.1.A.2.a.2) 23 d. No payments will be made for standby, idle time, or lost profits 24 associated this Item. 25 3. Remobilization for suspension of Work as required by City 26 a. Measurement and Payment 27 1) This shall be submitted as a Contract Claim in accordance with 28 Article 10 of Section 00 72 00. 29 2) No payments will be made for standby, idle time, or lost profits 30 associated with this Item. 31 4. Mobilizations and Demobilizations for Miscellaneous Projects 32 a. Measurement 33 1) Measurement for this Item shall be for .each Mobilization and 34 Demobilization required by the Contract Documents 35 b. Payment 36 1) The Work performed and materials furnished in accordance with 37 this Item and measured as provided under "Measurement" will be 38 paid for at the unit price per each "Work Order Mobilization" in 39 accordance with Contract Documents. Demobilization shall be 40 considered subsidiary to mobilization and shall not be paid for 41 separately. 42 c. The price shall include: 43 1) Mobilization as described in Section 1.1.A.3.a.1) 44 2) Demobilization as described in Section 1.1.A.3.a.2) 45 d. No payments will be made for standby, idle time, or lost profits 46 associated this Item. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 01 7000-4 MOBILIZATION AND REMOBILIZA110N Page 4 of 5 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price per each "Work Order Emergency Mobilization" in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include 1) Mobilization as described in Section 1.,1.A.4,a) 2) Demobilization as described in Section. I.I,A.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 13 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11FIELD [SITE] CONDITIONS [NOT USED] 1.12WARRANTY [NOT USED] PART 2 - PRODUCT'S [MOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Lag DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 017000-5 MOBILIZATION AND REMOBILIZATION Page 5 of 5 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 01 71 23- 1 CONSTRUCTION STAKING AND SURVEY Page I of 5 1 SECTXOW 01 71 23 2 CONSTRUCTION STAKING AND SURVEY 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes; 6 1. Requirements for construction staking and construction survey 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the l 1 Contract 12 2. Division 1 -- General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Construction Staking 16 a. Measurement 17 1) This Item is considered subsidiary to the various Items bid. is b. Payment 19 1) The work performed and the materials furnished in accordance with 20 this Item are subsidiary to the various Items bid and no other 21 compensation will be allowed. 22 2. Construction Survey 23 a. Measurement 24 1) This Item is considered subsidiary to the various Items bid. 25 b. Payment 26 1) The work performed and the materials furnished in accordance with 27 this Item are subsidiary to the various Items bid and no other 28 compensation will be allowed. 29 1.3 REFERENCES [NOT USED] 3o 1.4, ADMXNISTRATIVE REQUIREMENTS [NOT USED] 3I 1.5 SUBMMALS 32 A. Submittals, if required, shall be in accordance with Section 0133 00. 33 B. All submittals shall be approved by the City prior to delivery. 34 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 35 A. Certificates CITY OF PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 017123-2 CONSTRUCTION STAKING AND SURVEY Page 2 of 5 1 1. Provide certificate certifying that elevations and locations of improvements 2 are in conformance or non-conformance with requirements of the Contract 3 Documents. 4 a. Certificate must be sealed by a registered professional land surveyor in 5 the State of Texas. 6 B. Field Quality Control Submittals 7 1. Documentation verifying accuracy of field engineering work. 8 1.7 CLOSEOUT SUBMITTALS [NOT USED] 9 1.8 MAINTENANCE MATERIAL, SUBMITTALS [NOT USE®] 10 1.9 QUALITY ASSURANCE 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 A. Construction Staking 1. Construction staking will be performed by the City. 2. Coordination a. Contact City's Project Representative at least 2 weeks in advance for scheduling of Construction Staking. b. It is the Contractor's responsibility to coordinate staking such that construction activities are not delayed or negatively impacted. 3. General a. Contractor is responsible for preserving and maintaining stakes furnished by City. b. If in the opinion of the City, a sufficient number of stakes or markings have been lost, destroyed or disturbed, by Contractor's neglect, such that the contracted Work cannot take place, then the Contractor will be required to pay the City for new staking with a 25 percent markup. The cost for staking will be deducted from the payment due to the Contractor for the Project. B. Construction Survey 1. Construction Survey will be performed by the City. 2. Coordination a. Contractor to verify that control data established in the design survey remains intact. b. Coordinate with the City prior to field investigation to determine which horizontal and vertical control data will be required for construction survey. c. It is the Contractor's responsibility to coordinate Construction Survey such that construction activities are not delayed or negatively impacted. d. Notify City if any control data needs to be restored or replaced due to damage caused during construction operations. 1) City shall perform replacements and/or restorations. 3. Genera[ a. Construction survey will be performed in order to maintain complete and accurate logs of control and survey work as it progresses for Project Records. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 017123-3 CONSTRUCTION STAKING AND SURVEY Page 3 of 5 1 b. The Contractor will need to ensure coordination is maintained with the 2 City to perform construction survey to obtain construction features, 3 including but not limited to the following: 4 1) All Utility Lines 5 a) Rim and flowline elevations and coordinates for each manhole or 6 junction structure 7 2) Water Lines s a) Top of pipe elevations and coordinates for waterlines at the 9 following locations: 10 (1) Every 250 linear feet 11 (2) Horizontal and vertical points of inflection, curvature, etc. (All 12 Fittings) 13 (3) Cathodic protection test stations 14 (4) Sampling stations 15 (5) Meter boxes/vaults (All sizes) 16 (6) Fire lines 17 (7) Fire hydrants 18 (S) Gate valves 19 (9) Plugs, stubouts, dead-end lines 20 (10) Air Release valves (Manhole rim and vent pipe) 21 (11) Blow off valves (Manhole rim and valve lid) 22 (12) Pressure plane valves 23 (13) Cleaning wyes 24 (14) Casing pipe (each end) 25 b) Storm Sewer 26 (1) Top of pipe elevations and coordinates at the following 27 locations: 28 (a) Every 250 linear feet 29 (b) Horizontal and vertical points of inflection, curvature, etc. 30 c) Sanitary Sewer 31 (1) Top of pipe elevations and coordinates for sanitary sewer 32 lines at the following locations: 33 (a) Every 250 linear feet 34 (b) Horizontal and vertical points of inflection, curvature, etc. 35 (c) Cleanouts 36 c. Construction survey will be performed in order to maintain complete 37 and accurate logs of control and survey work associated with meeting or 38 exceeding the line and grade required by these Specifications. 39 d. The Contractor will need to ensure coordination is maintained with the 40 City to perform construction survey and to verify control data, including 41 but not limited to the following: 42 1) Established benchmarks and control points provided for the 43 Contractor's use are accurate 44 2) Benchmarks were used to furnish and maintain all reference lines 45 and grades for tunneling 46 3) Lines and grades were used to establish the location of the pipe CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 01 7123 - 4 CONSTRUCTION STAKING AND SURVEY Page 4 of 5 1 4) Submit to the City copies of field notes used to establish all lines and 2 grades and allow the City to check guidance system setup prior to 3 beginning each tunneling drive. 4 5) Provide access for the City to verify the guidance system and the 5 line and grade of the carrier pipe on a daily basis. 6 6) The Contractor remains fully responsible for the accuracy of the 7 work and the correction of it, as required. 8 7) Monitor line and grade continuously during construction. 9 8) Record deviation with respect to design line and grade once at each 10 pipe joint and submit daily records to City. 11 9) If the installation does not meet the specified tolerances, 12 immediately notify the City and correct the installation in accordance 13 with the Contract Documents. 14 1.10DELIVERY, STORAGE, AND HANDLING [NOT USED] 15 1.11FIELD [SITE] CONDITIONS [NOT USED] 16 1.12WARRANTY [NOT USED] 17 PAR` 2 - PRODUCTS [NOT USED] 18 PART 3 - EXECUTION 19 3.1 111ST,1 l.LFRS [NOT USED] 20 21 22 23 24 25 26 27 28 29 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION 3.5 REPAIR / RESTORATION (NOT USED) 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL A. It is the Contractor's responsibility to maintain all stakes and control data placed by the City in accordance with this Specification. B. Do not change or relocate stakes or control data without approval from the City. CITY OF F'OR'f WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 8 6 I0 017123-5 CONSTRUCT[ON STAKING AND SURVEY Page 5 of 5 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 1 D.Johnson CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 01 74 23 -1 CLEANING Page 1 of 4 1 SECTION 0174 23 2 CLEANING 3 PART 1 s GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Intermediate and final cleaning for Work not including special cleaning of 7 closed systems specified elsewhere 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the 12 Contract 13 2, Division 1 — General Requirements 14 3. Section 32 92 13 — Hydro -Mulching, Seeding and Sodding 15 1.2 PRIG .AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Work associated with this Item is considered subsidiary to the various Items 18 bid. No separate payment will be allowed for this Item. 19 1.3 REFERENCES [N.OT USED] 20 1..4 ADMINISTRATIVE REQUIREMENT'S 21 A. Scheduling 22 1. Schedule cleaning operations so that dust and other contaminants disturbed 23 by cleaning process will not fall on newly painted surfaces, 24 2. Schedule final cleaning upon completion of Work and immediately prior to 25 final inspection. 26 1.5 SUBMITTALS [NOT USE®] 27 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 28 1.7 CLOSEOUT SUBMITTALS [NOT USED] 29 1.8 MAXNTENANCE MATERIAL SUBMITTALS [NOT USED] 3o 1.9 QUALITY ASSURANCE [NOT USED] 31 1.10STORAGE, AND HANDLING 32 A. Storage and Handling Requirements CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 01 74 23 - 2 CLEANING Page 2 of 4 1 1, Store cleaning products and cleaning wastes in containers specifically 2 designed for those materials. 3 1.11 FIELD [SITE] CONiNDITIONS [NOT USED] 4 1.12WARRANTY [NOT USED] 5 PART 2 - PRODUCTS 6 2.1 OWNER -FURNISHED [OR] OWN E-SUPPN_IEDPRODUCTS [NOT USED] 7 2.2 MATERIALS 8 A. Cleaning Agents 9 1. Compatible with surface being cleaned 10 2, New and uncontaminated 11 3. For manufactured surfaces 12 a. Material recommended by manufacturer 13 2.3 ACCESSORIES [NOT USED] 14 2.4 SOURCE QUALITY CONTROL. [NOT USED] 15 PART 3 - rl K�C.UTION 16 3.1 INSTALLERS [NOT USED] 17 3.2 EXAMINATIONS [NOT USED] 18 3.3 PREPARATION [NOT USE®] 19 3.4 APPLICATION [NOT USED] 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 3.10CLEANING 26 A. General 27 1, Prevent accumulation of wastes that create hazardous conditions. 28 2, Conduct cleaning and disposal operations to comply with laws and safety 29 orders of governing authorities. 30 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner 31 in storm or sanitary drains or sewers, CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 017423-3 CLEANING Page 3 of 1 4. Dispose of degradable debris at an approved solid waste disposal site. 2 5. Dispose of nondegradable debris at an approved solid waste disposal site or 3 in an alternate manner approved by City and regulatory agencies. 4 6. Handle materials in a controlled manner with as few handlings as possible. s 7. Thoroughly clean, sweep, wash and polish all Work and equipment 6 associated with this project. 7 8. Remove all signs of temporary construction and activities incidental to 8 construction of required permanent Work. 9 9. If project is not cleaned to the satisfaction of the City, the City reserves the 10 right to have the cleaning completed at the expense of the Contractor. 11 10. Do not burn on -site. 12 B. Intermediate Cleaning during Construction 13 1. Keep Work areas clean so as not to hinder health, safety or convenience of 14 personnel in existing facility operations. 15 2. At maximum weekly intervals, dispose of waste materials, debris and 16 rubbish. 17 3. Confine construction debris daily in strategically located container(s): 18 a. Cover to prevent blowing by wind 19 b. Store debris away from construction or operational activities 20 c. Haul from site at a minimum of once per week 21 4. Vacuum clean interior areas when ready to receive finish painting. 22 a. Continue vacuum cleaning on an as -needed basis, until Final 23 Acceptance. 24 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, 25 which may become airborne or transported by flowing water during the 26 storm. 27 C. Interior Final Cleaning 28 1. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels and 29 other foreign materials from sight -exposed surfaces. 30 2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean. 31 3. Wash and shine glazing and mirrors. 32 4. Polish glossy surfaces to a clear shine. 33 S. Ventilating systems 34 a. Clean permanent filters and replace disposable filters if units were 35 operated during construction. 36 b. Clean ducts, blowers and coils if units were operated without filters 37 during construction. 38 6. Replace all burned out lamps. 39 7. Broom clean process area floors. 40 8. Mop office and control room floors. 41 D. Exterior (Site or Right of Way) Final Cleaning 42 1. Remove trash and debris containers from site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 017423-4 GLEANING Page 4 of 4 1 a. Re -seed areas disturbed by location of trash and debris containers in 2 accordance with Section 32 92 13. 3 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any 4 other object that may hinder or disrupt the flow of traffic along the 5 roadway. 6 3. Clean any interior areas including, but not limited to, vaults, manholes, 7 structures, junction boxes and inlets. s 4. If no longer required for maintenance of erosion facilities, and upon 9 approval by City, remove erosion control from site. 10 5. Clean signs, lights, signals, etc. 11 3.11CLOSEOUT ACTIVITIES (NOT USE®] 12 3.12PROTECTION [NOT USED] 13 3.13MAINTEMANCE [PHUT USE®] 14 3.14ATTACHMENTS [NOT USES®] 15 M 17 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 1 2 3 PART 1 - GENERAL 4 1.1 SUMMARY SECTION 0177 19 CLOSEOUT REQUIREMENTS 0177 19- 1 CLOSEOUT REQUIREMENTS Page l of 3 5 A. Section Includes: 6 1. The procedure for closing out a contract 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1— General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Guarantees, Bonds and Affidavits 19 1. No application for final payment will be accepted until all guarantees, bonds, 20 certificates, licenses and affidavits required for Work or equipment as specified are 21 satisfactorily filed with the City. 22 B. Release of Liens or Claims 23 1. No application for final payment will be accepted until satisfactory evidence of 24 release of liens has been submitted to the City. 25 1.5 SUBMITTALS 26 A. Submit all required documentation to City's Project Representative. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 1 1.6 INFORMATIONAL SUBMITTALS (NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARtATION [NOT USED] 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 017719-2 CLOSEOUT REQUIREMENTS Page 2 of 3 3.4 CLOSEOUT PROCEDURE A. Prior to requesting Final Inspection, submit: 1. Project Record Documents in accordance with section 0178 39 2. Operation and Maintenance Data, if required, in accordance with Section 0178 23 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 01 74 23. C. Final Inspection 1. After final cleaning, provide notice to the City Project Representative that the Work is completed. a. The City will make an initial Final Inspection with the Contractor present. b. Upon completion of this inspection, the City will notify the Contractor, in writing within 10 business days, of any particulars in which this inspection reveals that the Work is defective or incomplete. 2. Upon receiving written notice from the City, immediately undertake the Work required to remedy deficiencies and complete the Work to the satisfaction of the City. 3. Upon completion of Work associated with the items listed in the City's written notice, inform the City, that the required Work has been completed. Upon receipt of this notice, the City, in the presence of the Contractor, will make a subsequent Final Inspection of the project. 4. Provide all special accessories required to place each item of equipment in full operation. These special accessory items include, but are not limited to: a. Specified spare parts b. Adequate oil and grease as required for the first lubrication of the equipment c. Initial fill up of all chemical tanks and fuel tanks d. Light bulbs e. Fuses f. Vault keys g. Handwheels h. Other expendable items as required for initial start-up and operation of all equipment D. Notice of Project Completion 1. Once the City Project Representative finds the Work subsequent to Final Inspection to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). CITY OF FORT (NORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 01 77 19-3 CLOSEOUT REQUIREMENTS Page 3 of a' 1 E. Supporting Documentation 2 1. Coordinate with the City Project Representative to complete the following additional 3 forms: 4 a. Final Payment Request 5 b. Statement of Contract Time 6 c. Affidavit of Payment and Release of Liens 7 d. Consent of Surety to Final Payment 8 e. Pipe Report (if required) 9 f. Contractor's Evaluation of City 10 g. Performance Evaluation of Contractor 11 F. Letter of Final Acceptance 12 1. Upon review and acceptance of Notice of Project Completion and Supporting I3 Documentation, in accordance with General Conditions, City will issue Letter of 14 Final Acceptance and release the Final Payment Request for payment. 15 3.5 REPAIR / RESTORATION [NOT USED] 16 3.6 RE -INSTALLATION [NOT USED] 17 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 18 3.3 SYSTEM STARTUP [NOT USED] 19 3.9 ADJUSTING [NOT USED] 20 3.10 CLEANING [NOT USED] 21 3.11 CLOSEOUT ACTIVITIES [NOT USED] 22 3,12 PROTECTION [NOT USED] 23 3.13 MAINTENANCE [NOT USED] 24 3.14 ATTACHMENTS [NOT USED] 25 END OF SECTION 26 27 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 017823-1 OPERATION AND MAINTENANCE DATA Page I ors 1 SECTION 0178 23 2 OPERATION AND MAINTENANCE DATA 3 PART I o GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Product data and related information appropriate for City's maintenance 7 and operation of products furnished under Contract 8 2. Such products may include, but are not limited to: 9 a. Traffic Controllers 10 b. Irrigation Controllers (to be operated by the City) 11 c. Butterfly Valves 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 -- Bidding Requirements, Contract Forms and Conditions of the 16 Contract 17 2. Division I — General Requirements 18 1.2 PRIG AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Work associated with this Item is considered subsidiary to the various Items 21 bid. No separate payment will be allowed for this Item. 22 1.3 REFERENCES [NOT USED) 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 A. Schedule 25 1. Submit manuals in final form to the City within 30 calendar days of product 26 shipment to the project site. 27 7.,6 SUOMIT•9"ALS 28 A. Submittals shall be in accordance with Section 0133 00 . All submittals shall 29 be approved by the City prior to delivery. 30 1.6 INFORMATIONAL SUBMMALS 31 A. Submittal Form 32 1. Prepare data in form of an instructional manual for use by City personnel. 33 2. Format 34 a. Size: 8 1/2- inches x 11 inches 35 b. Paper CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 017823-2 OPERATION AND MAINTENANCE DATA Page 2 of 5 1 1) 40 pound minimum, white, for typed pages 2 2) Holes reinforced with plastic, cloth or metal 3 c. Text: Manufacturer's printed data, or neatly typewritten 4 d, Drawings 5 1) Provide reinforced punched binder tab, bind in with text 6 2) Reduce larger drawings and fold to size of text pages, 7 e. Provide fly -leaf for each separate product, or each piece of operating 8 equipment. 9 1) Provide typed description of product, and major component parts of 10 equipment. 11 2) Provide indexed tabs. 12 f. Cover 13 1) Identify each volume with typed or printed title °OPERATING AND 14 MAINTENANCE INSTRUCTIONS". 15 2) List: 16 a) Title of Project 1.7 b) Identity of separate structure as applicable 18 c) Identity of general subject matter covered in the manual 19 3. Binders 20 a. Commercial quality 3-ring binders with durable and cleanable plastic 21 covers 22 b. When multiple binders are used, correlate the data into related 23 consistent groupings. 24 4. If available, provide an electronic form of the O&M Manual. 25 B. Manual Content 26 1, Neatly typewritten table of contents for each volume, arranged in 27 systematic order 28 a, Contractor, name of responsible principal, address and telephone 29 number 30 b. A list of each product required to be included, indexed to content of the 31 volume 32 c. List, with each product: 33 1) The name, address and telephone number of the subcontractor or 34 installer 35 2) A list of each product required to be included, indexed to content of 36 the volume 37 3) Identify area of responsibility of each 38 4) Local source of supply for parts and replacement 39 d. Identify each product by product name and other identifying symbols as 40 set forth in Contract Documents. 41 2. Product Data 42 a. Include only those sheets which are pertinent to the specific product. 43 b. Annotate each sheet to: 44 1) Clearly identify specific product or part installed 45 2) Clearly identify data applicable to installation 46 3) Delete references to inapplicable information CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 01 78 23 - 3 OPERATION AND MAINTENANCE DATA Page 3 of5 1 3. Drawings 2 a. Supplement product data with drawings as necessary to clearly 3 illustrate: 4 1) Relations of component parts of equipment and systems 5 2) Control and flow diagrams 6 b. Coordinate drawings with information in Project Record Documents to 7 assure correct illustration of completed installation. 8 c. Do not use Project Record Drawings as maintenance drawings. 9 4. Written text, as required to supplement product data for the particular 10 installation: 11 a. Organize in consistent format under separate headings for different 12 procedures. 13 b. Provide logical sequence of instructions of each procedure. 14 5. Copy of each warranty, bond and service contract issued 15 a. Provide information sheet for City personnel giving: 16 1) Proper procedures in event of failure 17 2) Instances which might affect validity of warranties or bonds 18 C. Manual for Materials and Finishes 19 1. Submit 5 copies of complete manual in final form. 20 2. Content, for architectural products, applied materials and finishes: 21 a. Manufacturer's data, giving full information on products 22 1) Catalog number, size, composition 23 2) Color and texture designations 24 3) Information required for reordering special manufactured products 25 b. Instructions for care and maintenance 26 1) Manufacturer's recommendation for types of cleaning agents and 27 methods 28 2) Cautions against cleaning agents and methods which are 29 detrimental to product 30 3) Recommended schedule for cleaning and maintenance 31 3. Content, for moisture protection and weather exposure products: 32 a. Manufacturer's data, giving full information on products 33 1) Applicable standards 34 2) Chemical composition 35 3) Details of installation 36 b. Instructions for inspection, maintenance and repair 37 D. Manual for Equipment and Systems 38 1. Submit 5 copies of complete manual in final form. 39 2. Content, for each unit of equipment and system, as appropriate: 40 a. Description of unit and component parts 41 1) Function, normal operating characteristics and limiting conditions 42 2) Performance curves, engineering data and tests 43 3) Complete nomenclature and commercial number of replaceable 44 parts 45 b. Operating procedures CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 I1 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 01 78 23 - 4 OPERATION AND MAINTENANCE DATA Page 4 of 5 1) Start-up, break-in, routine and normal operating instructions 2) Regulation, control, stopping, shut -down and emergency instructions 3) Summer and winter operating instructions 4) Special operating instructions c. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Alignment, adjusting and checking d. Servicing and lubrication schedule 1) List of lubricants required e. Manufacturer's printed operating and maintenance instructions f. Description of sequence of operation by control manufacturer 1) Predicted life of parts subject to wear 2) Items recommended to be stocked as spare parts g. As installed control diagrams by controls manufacturer h. Each contractor's coordination drawings 1) As installed color coded piping diagrams i. Charts of value tag numbers, with location and function of each valve j. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage k. Other data as required under pertinent Sections of Specifications 3, Content, for each electric and electronic system, as appropriate: a. Description of system and component parts 1) Function, normal operating characteristics, and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable pa its b. Circuit directories of panelboards 1) Electrical service 2) Controls 3) Communications c. As installed color coded wiring diagrams d. Operating procedures 1) Routine and normal operating instructions 2) Sequences required 3) Special operating instructions e. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Adjustment and checking f. Manufacturer's printed operating and maintenance instructions g. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage h. Other data as required under pertinent Sections of Specifications CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 017823-5 OPERATION AND MAINTENANCE DATA Page 5 of 5 1 4. Prepare and include additional data when the need for such data becomes 2 apparent during instruction of City's personnel. 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [540T USED] 5 1.9 QUALITY ASSUPANCE 6 A. Provide operation and maintenance data by personnel with the following 7 criteria: 8 1. Trained and experienced in maintenance and operation of described 9 products 10 2. Skilled as technical writer to the extent required to communicate essential 11 data 12 3. Skilled as draftsman competent to prepare required drawings 13 1.1.0DELIVERY, STORAGE, AND HANDLING (NOT USED] 14 1.1.1FIELD [SITE] CONDITIONS [LOUT USED] 15 1.12WARRANTY [NOT USED] 16 PART 2 - PRODUCTS [NOT USED] 17 PART 3 - EXECUTION [NOT USED] 18 19 20 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 1.5.A.1 — title of section removed CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 1 2 3 PART 1 - GENERAL 4 1.1 SUMMARY SECTION 0178 39 PROJECT RECORD DOCUMENTS 017839-1 PROJECT RECORD DOCUMENTS Page I of 5 5 A. Section Includes: 6 1. Work associated with the documenting the project and recording changes 7 to project documents, including: 8 a. Record Drawings 9 b. Water Meter Service Reports 10 c. Sanitary Sewer Service Reports 11 d. Large Water Meter Reports 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 -- Bidding Requirements, Contract Forms and Conditions of the 16 Contract 17 2. Division 1 -- General Requirements 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Work associated with this Item is considered subsidiary to the various Items 21 bid. No separate payment will be allowed for this Item. 22 1.3 REFERENCES [NOT USED] 23 1..4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 24 1..5 SUBMITTALS 25 A. Prior to submitting a request for Final Inspection, deliver Project Record 26 Documents to City's Project Representative. 27 1.6 ACTION! SUITMITrALS/INFORMATIONAL SUBMITTALS [NOT USED] 28 1..7 CLOSEOUT SUBMMI ALS [NOT USED] 29 1..€3 MAINTENANCE MATERIAL SUBMITTALS [NOT USED) 30 1.9 QUALITY ASSURANCE 31 A. Accuracy of Records CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 01 78 39 - 2 PROJECT RECORD DOCUMENTS Page 2 of 5 1 1. Thoroughly coordinate changes within the Record Documents, making 2 adequate and proper entries on each page of Specifications and each sheet 3 of Drawings and other Documents where such entry is required to show the 4 change properly. s 2. Accuracy of records shall be such that future search for items shown in the 6 Contract Documents may rely reasonably on information obtained from the 7 approved Project Record Documents. 8 3. To facilitate accuracy of records, make entries within 24 hours after receipt 9 of information that the change has occurred. 10 4. Provide factual information regarding all aspects of the Work, both 11 concealed and visible, to enable future modification of the Work to proceed 12 without lengthy and expensive site measurement, investigation and 13 examination. 14 1.10STORAGE AND 14ANDLING 15 A. Storage and Handling Requirements 16 1. Maintain the job set of Record Documents completely protected from 17 deterioration and from loss and damage until completion of the Work and 18 transfer of all recorded data to the final Project Record Documents. 19 2. In the event of loss of recorded data, use means necessary to again secure 20 the data to the City`s approval. 21 a. In such case, provide replacements to the standards originally required 22 by the Contract Documents. 23 1.11FIELD [SXTE] CONDITIONS [NOT USED] 24 1.12WARRANTY [NOT USED] 25 PART 2 n PRODUCTS 26 2.1 OWNER -FURNISHED [wt] OWNER -SUPPLIED PRODUCTS [NOT USED] 27 2.2 RECORD DOCUMENTS 28 A. Job set 29 1, Promptly following receipt of the Notice to Proceed, secure from the City, at 30 no charge to the Contractor, 1 complete set of all Documents comprising 31 the Contract. 32 B. Final Record Documents 33 1. At a time nearing the completion of the Work and prior to Final Inspection, 34 provide the City 1 complete set of all Final Record Drawings in the Contract. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 017839-3 PROJECT RECORD DOCUMENTS Page 3 of 5 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION [NOT USED] 7 3.4 MAINTENANCE DOCUMEhi IS 8 A. Maintenance of Job Set 9 1. Immediately upon receipt of the job set, identify each of the Documents 10 with the title, "RECORD DOCUMENTS - JOB SET". 11 2. Preservation 12 a. Considering the Contract completion time, the probable number of 13 occasions upon which the job set must be taken out for new entries and 14 for examination, and the conditions under which these activities will be 15 performed, devise a suitable method for protecting the job set. 16 b. Do not use the job set for any purpose except entry of new data and for 17 review by the City, until start of transfer of data to final Project Record 18 Documents. 19 c. Maintain the job set at the site of work. 20 3. Coordination with Construction Survey 21 a. At a minimum, in accordance with the intervals set forth in Section 01 22 7123, clearly mark any deviations from Contract Documents associated 23 with installation of the infrastructure. 24 4. Making entries on Drawings 25 a. Record any deviations from Contract Documents. 26 b. Use an erasable colored pencil (not ink or indelible pencil), clearly 27 describe the change by graphic line and note as required. 28 c. Date all entries. 29 d. Call attention to the entry by a "cloud" drawn around the area or areas 30 affected. 31 e. In the event of overlapping changes, use different colors for the 32 overlapping changes. 33 5. Conversion of schematic layouts 34 a. In some cases on the Drawings, arrangements of conduits, circuits, 35 piping, ducts, and similar items, are shown schematically and are not 36 intended to portray precise physical layout. 37 1) Final physical arrangement is determined by the Contractor, subject 38 to the City's approval. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 017839-4 PROJECT RECORD DOCUMENTS Page 4 of 5 1 2) However, design of future modifications of the facility may require 2 accurate information as to the final physical layout of items which 3 are shown only schematically on the Drawings. 4 b. Show on the job set of Record Drawings, by dimension accurate to 5 within 1 inch, the centerline of each run of items. 6 1) Final physical arrangement is determined by the Contractor, subject 7 to the City's approval. 8 2) Show, by symbol or note, the vertical location of the Item ("under 9 slab", "in ceiling plenum", "exposed", and the like). 10 3) Make all identification sufficiently descriptive that it may be related 11 reliably to the Specifications, 12 c. The City may waive the requirements for conversion of schematic 13 layouts where, in the City's judgment, conversion serves no useful 14 purpose. However, do not rely upon waivers being issued except as 15 specifically issued in writing by the City. 16 B. Final Project Record Documents 17 1. Transfer of data to Drawings 18 a. Carefully transfer change data shown on the job set of Record Drawings 19 to the corresponding final documents, coordinating the changes as 20 required. 21 b. Clearly indicate at each affected detail and other Drawing a full 22 description of changes made during construction, and the actual 23 location of items. 24 c. Call attention to each entry by drawing a "cloud" around the area or 25 areas affected. 26 d. Make changes neatly, consistently and with the proper media to assure 27 longevity and clear reproduction. 28 2. Transfer of data to other Documents 29 a. If the Documents, other than Drawings, have been kept clean during 30 progress of the Work, and if entries thereon have been orderly to the 31 approval of the City, the job set of those Documents, other than 32 Drawings, will be accepted as final Record Documents. 33 b. If any such Document is not so approved by the City, secure a new copy 34 of that Document from the City at the City's usual charge for 35 reproduction and handling, and carefully transfer the change data to the 36 new copy to the approval of the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 017839-5 PROJECT RECORD DOCUMENTS Page 5 of 5 1 3.5 REPAIR j RESTORATION [NOT USED] 2 3.6 RE —INSTALLATION [NOT USED] 3 3.7 FIELD [m] SITE QUALITY CONTROL [NOT USED] 4 3.8 SYSTEM STARTUP [NOT USED] 5 3.9 ,ADJUSTING [NOT USED] G 3A10CLEANING [NOT USED] 7 3n1.1.CLOSEOUT ACTIVITIES [NOT USED] 8 3.12PROrECTION [NOT USED] 9 3.1.3�IiAINTENANCE [NOT USED] 10 3d1.4ATTACHMENTS [NOT USED] 11 12 13 END OF SECTION Revision Lag DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 3201 17 - 1 PERMANENT ASPHALT PAVING REPAIR Page 1 of6 1 SECTION 32 0117 2 PERMANENT ASPHALT PAVING REPAIR 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section includes: 6 1. Flexible pavement repair to include, but not limited to: 7 a. Utility cuts (water, sanitary sewer, drainage, franchise utilities, etc.) 8 b. Warranty work 9 c. Repairs of damage caused by Contractor 10 d. Any permanent asphalt pavement repair needed during the course of 11 construction 12 B. Deviations from this City of Fort Worth Standard Specification 13 1.2 Price and Payment Procedures 14 A. Measurement and Payment 15 2. Asphalt Pavement Repair for Utility Service Trench 16 a. Measurement 17 1. To apply to water service lines also. 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 03 34 16 — Concrete Base Material for Trench Repair 23 4. Section 32 12 16 — Asphalt Paving 24 5. Section 32 13 13 -- Concrete Paving 25 6. Section 33 05 10 -- Utility Trench Excavation, Embedment and Backfill 26 1.2 PRICE AND PAYMENT PROCEDURES 27 A. Measurement and Payment 28 1. Asphalt Pavement Repair [For utility trench repair, repair width is to include 29 the width beyond the trench shown in the Drawings as well as any 30 additional width required around structures] 31 a. Measurement 32 1) Measurement for this Item will be by the linear foot of Asphalt 33 Pavement Repair based on the defined width and roadway 34 classification specified in the Drawings. 35 b. Payment 36 1) The work performed and materials furnished in accordance with this 37 Item and measured as provided under "Measurement" will be paid 38 for at the unit price bid price per linear foot of Asphalt Pavement 39 Repair. CITY OF PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 3201 17 - 2 PERMANENT ASPHALT PAVING REPAIR Page 2 of 6 c, The price bid shall include: 1) Preparing final surfaces 2) Furnishing, loading, unloading, storing, hauling and handling all materials including freight and royalty 3) Traffic control for all testing 4) Asphalt, aggregate, and additive 5) Materials and work needed for corrective action 6) Trial batches 7) Tack coat 8) Removal and/or sweeping excess material 2, Asphalt Pavement Repair for Utility Service Trench a. Measurement 1) Measurement for this Item will be by the linear foot of Asphalt Pavement Repair centered on the proposed sewer service line measured from the face of curb to the limit of the Asphalt Pavement Repair for the main sewer line. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid price per linear foot of "Asphalt Pavement Repair, Service" installed for: a) Various types of utilities c. The price bid shall include: 1) Preparing final surfaces 2) Furnishing, loading, unloading, storing, hauling and handling all materials including freight and royalty 3) Traffic control for all testing 4) Asphalt, aggregate, and additive 5) Materials and work needed for corrective action 6) Trial batches 7) Tack coat 8) Removal and/or sweeping excess material 3. Asphalt Pavement Repair Beyond Defined Width a. Measurement 1) Measurement for this Item will be by the square yard for asphalt pavement repair beyond pay limits of the defined width of Asphalt Pavement Repair by roadway classification specified in the Drawings. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per square yard of Asphalt Pavement Repair Beyond Defined Width. c. The price bid shall include: 1) Preparing final surfaces 2) Furnishing, loading, unloading, storing, hauling and handling all materials including freight and royalty CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 3201 17-3 PERMANENT ASPHALT PAVING REPAIR Page 3 of 6 1 3) Traffic control for all testing 2 4) Asphalt, aggregate, and additive 3 5) Materials and work needed for corrective action 4 6) Trial batches 5 7) Tack coat 6 8) Removal and/or sweeping excess material 7 4. Extra Width Asphalt Pavement Repair 8 a. Measurement 9 1) Measurement for this Item will be by the square yard for surface 10 repair (does not include base repair) for: 11 a) Various thicknesses 12 b. Payment 13 1) The work performed and materials furnished in accordance with this 14 Item and measured as provided under "Measurement" will be paid 15 for at the unit price bid per square yard of Extra Width Asphalt 16 Pavement Repair 17 c. The price bid shall include: 18 1) Preparing final surfaces 19 2) Furnishing, loading, unloading, storing, hauling and handling all 20 materials including freight and royalty 21 3) Traffic control for all testing 22 4) Asphalt, aggregate, and additive 23 5) Materials and work needed for corrective action 24 6) Trial batches 25 7) Tack coat 26 8) Removal and/or sweeping excess material 27 1.3 REFERENCES 28 A. Definitions 29 1. H.M.A.C. -- Hot Mix Asphalt Concrete 30 1.4 ADMINISTRATIVE REQUIREMENTS 31 A. Permitting 32 1. Obtain Street Use Permit to make utility cuts in the street from the 33 Transportation and Public Works Department in conformance with current 34 ordinances. 35 2. The Transportation and Pubfic Works Department will inspect the paving 36 repair after construction, 37 1.5 SUBMITTALS [NOT USED] 38 1..6 ACTION SUBMMALS/INFORMATIONAL SUSMXTTAL.S 39 A. Asphalt Pavement Mix Design: submit for approval: see Section 32 12 16, 40 1,7 CLOSEOUT SUBMITTALS [NOT USED] 41 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 3201 17-4 PERMANENT ASPHALT PAVING REPAIR Page 4 of 6 1 1.9 QUALITY ASSURANCE [NOT USED] 2 1.11DELIVERY, STORAGE, AND HANDLING (NOT USED] 3 1.12EIELD CONDITIONS 4 A. Place mixture when the roadway surface temperature is 45 degrees F or higher 5 and rising unless otherwise approved. 6 1.13WARI,RANTY [NOT USED] 7 PART 2 - PRODUCT'S 8 2.1 ti+lr NER - UR INYSHED [NOT USED] 9 2.2 MATERIALS 10 A. Backfill 11 1. See Section 33 05 10. 12 B. Base Material 13 1. Concrete Base Material for Trench Repair: See Section 03 34 16, 14 2. Concrete Base: See Section 32 13 13. 15 C. Asphalt Paving: see Section 32 12 16. 16 1. H.M.A.C. paving: Type D. 17 2.3 ACCESSORIES [NOT USED] 18 2.4 SOURCE QUAL TTY CONTROL, [NOT OSED] 19 PART 3 - EXECUTION 2a 3.1 INSTALLERS [NOT USED] 21 3.2 EXAMINATION [NOT USED] 22 3.3 PR.EPA1R.ATXON 23 A. Surface Preparation 24 1. Mark pavement cut for repairs for approval by the City. 25 2. Contractor and City meet prior to saw cutting to confirm limits of repairs. 26 3.4 INSTALLATION 27 A. General 28 1. Equipment 29 a. Use machine intended for cutting pavement, 30 b. Milling machines may be used as long as straight edge is maintained. 31 2. Repairs: In true and straight lines to dimensions shown on the Drawings. CITY OF PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 3201 17 - 5 PERMANENT ASPHALT PAVING REPAIR Page 5 of 1 3. Utility Cuts 2 a. In a true and straight fine on both sides of the trench 3 b. Minimum of 12 inches outside the trench walls 4 c. If the existing flexible pavement is 2 feet or less between the lip of the s existing gutter and the edge of the trench repair, remove the existing 6 paving to such gutter. 7 4. Limit dust and residues from sawing from entering the atmosphere or s drainage facilities. 9 B. Removal 10 1. Use care to prevent fracturing existing pavement structure adjacent to the 11 repair area. 12 C. Base 13 1. Install replacement base material as specified in Drawings. 14 D. Asphalt Paving 15 1. H.M.A.0 placement: in accordance with Section 32 12 16 16 2. Type D surface mix 17 3. Depth: as specified in Drawings 18 4. Place surface mix in lifts not to exceed 3 inches. 19 S. Last or top lift shall not be less than 2 inches thick. 20 3.5 REPAIR/RESTORATION [NOT USED] 21 3.6 RE -INSTALLATION [NOT USED] 22 3.7 FIELD QUALITY CONTROL [NOT USED] 23 3.6 SYSTEM STARTUP [NOT USED] 24 3.9 ADJUST ING [NOT USED] 25 3,10CLFANING [NOT USED] 26 3.ilCLOSEOUT ACTIVITIES [HOT USED] 27 3.12PROTECTION [NOT USED] 28 3.13MAINTFNANCE [NOT USED] 29 3.14ATTACHMENTS [NOT USED] 3© 31 32 33 END OF SECTION 34 CITY OF PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 3201 17 - 6 PERMANENT ASPHALT PAVING REPAIR .Page 6 of 6 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.2.A — Modified Items to be included in price bid; Added blue text for clarification of repair width on utility trench repair; Added a bid item for utility service trench repair. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 1 2 3 PARS' 1 - GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 13 14 15 I6 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 3201 18 - 1 TEMPORARY ASPHALT PAVING REPAIR Page I of 4 SECT -TON 32 01 IS TEMPORARY ASPHALT PAVING REPAIR A. Section Includes: 1. Utility cuts (water, sanitary sewer, drainage, etc.) along streets programmed for total reconstruction under a Capital Improvement Program or resurfacing under a Street Maintenance Program. 2. Repairs of damage caused by Contractor 3. Any other temporary pavement repair needed during the course of construction. B. Deviations from this City of Fort Worth Standard Specification 1. 2" Temporary Pavement Repair to include, 2" HMAC Type D and 6" Type B Flex Base Material Grade 2 C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 - General Requirements 3. Section 32 1123 - Flexible Base Courses 4. Section 32 12 16 - Asphalt Paving 5. Section 33 05 10 - Utility Trench Excavation, Embedment and Backfill 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for this Item shall be by the linear foot of Temporary Asphalt Paving Repair. 2. Payment a. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of Temporary Asphalt Paving Repair. No additional payment will be provided for repairs of damage to adjacent pavement caused by the Contractor. 3. The price bid shall include: a. Preparing final surfaces b. Furnishing, loading, unloading, storing, hauling and handling all materials including freight and royalty c. Traffic control for all testing d. Asphalt, aggregate, and additive e. Materials and work needed for corrective action f. Trial batches CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 3201 18-2 TEMPORARY ASPHALT PAVING REPAIR Page 2 of 1 g. Tack coat 2 h. Removal and/or sweeping excess material 3 4 1.3 REFERENCES 5 A. Definitions 6 1. H.M.A.C. — Hot Mix Asphalt Concrete 7 1.4 ADMINISTRATIVE REQUIREMENTS 8 A. Permitting 9 1, Obtain Street Use Permit to make utility cuts in the street from the 10 Transportation and Public Works Department in conformance with current 11 ordinances. 12 2, The Transportation and Public Works Department will inspect the paving repair 13 after construction. 14 1.5 SUBMITTALS [NOT USED] 15 1.6 ACTION SUBM TTALS/INFORMATIONAL SUBMITTALS 16 A. Asphalt Pavement Mix Design: submit for approval. Section 32 12 16. 17 1.7 CLOSEOUT SUBMITTALS [NOT USED] 18 1.8 MAINTENANCE MATERIAL SUBMITTALS [N.OT USED] 19 1.9 QUALITY ASSURANCE [NOT USED] 20 1.10 DELIVERY, STORAGE, AND HANDLING [NOT i SEO] 21 1.11 FIELD CONDITIONS 22 A. Weather Conditions: Place mixture when the roadway surface temperature is 40 23 degrees F or higher and rising unless otherwise approved. 24 1.12 WARRANTY [NOT USED] 25 PART 2 - PRODUCTS 26 2.1 OWNER -FURNISHED (NOT USED] 27 2.2 MATERIALS 28 A. Backfill: see Section 33 05 10. 29 B. Base Material 30 1. Flexible Base: Use existing base and add new flexible base as required in 31 accordance with Section 32 1123. 32 C. Asphalt Concrete: See Section 32 12 16, 33 1. H.M.A.C, paving: Type D. 34 2.3 ACCESSORIES [NOT USED] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 320E 18-3 TEMPORARY ASPHAL'I' PAVING REPAIR Page 3 of 1 2.4 SOURCE QUALITY CONTROL [KNOT USE®] 2 PART 3 - EXECUTION 3 3.1 INSTALLERS [NOT USIE®] 4 3.2 EXAMINATION [NOS' USED] 5 3.3 PREPARATION [NOT USED] 6 3.4 INSTALLAATION 7 A. Removal 8 1. Use an approved method that produces a neat edge. 9 2. Use care to prevent fracturing existing pavement structure adjacent to the 10 repair area. 11 B. Base 12 1. Install flexible base material per detail. 13 2. See Section 32 1123. 14 C. Apshalt Paving 15 1. H.M.A.C. placement: in accordance with Section 32 12 16. 16 2. Type D surface mix. 17 3.5 REPAIR/ RESTORATION [NOT USED] 18 3.6 RE -INSTALLATION [NOT USED] 19 3.7 FIELD QUALITY CONTROL [NOT USED] 20 3.8 SYSTEM STARTUP [NOT USED] 21 3.9 ADJUSTING [NOT USER] 22 3.10 CLEANING [NOT USED] 23 3.11 CLOSEOUT ACTIVITIES [NOT USER] 24 3.12PROTECTION [NOT USER] 25 3.13 MAINTENANCE [NOT USER] 26 3,14ATTACHMENTS [NOT USED] 27 END OF SECTION 28 29 30 CITY OF TORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 320118-4 TEMPORARY ASPI-IALT PAVING REPAIR Page 4 of 4 Revision Log DATE DAME SUMMARY OF CHANGE 12/200/2012 D. Johnson 1.2.A — Modified Items to be included in price bid CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 32 17 23 - 1 PAVEMENT MARKINGS Page 1 of 12 I SECTION 32 17 23 2 PAVEMENT MARKINGS 3 PAWP 1. - GIENFRAL 4 X.1 SUMMARY 5 A. Section Includes: 6 1. Pavement Markings 7 a. Thermoplastic, hot -applied, spray (HAS) pavement markings s b. Thermoplastic, hot -applied, extruded (HAE) pavement markings 9 c. Preformed polymer tape 10 d. Preformed heat -activated thermoplastic tape 11 2. Raised markers 12 1 Work zone markings 13 4. Removal of pavement markings and markers 14 B. Deviations from this City of Fort Worth Standard Specification 15 For Miscellaneous Water, Sewer and CIPP Contracts, all Pavement Markings 16 repairs and replacements shall be subsidiary to the appropriate pavement repair 17 bid item, 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 1.2 PRICE AND PAYMENT PROCEDURES 23 A. Measurement and Payment 24 1. Pavement Markings 25 a. Measurement 26 1) Measurement for this Item shall be per linear foot of material 27 placed. 28 b. Payment 29 1) The work performed and materials furnished in accordance with this 30 Item and measured as provided under "Measurement" shall be paid 31 for at the unit price bid per linear foot of "Pvmt Marking" installed 32 for: 33 a) Various Widths 34 b) Various Types 35 c) Various Materials 36 d) Various Colors 37 c. The price bid shall include: 38 1) Installation of Pavement Marking 39 2) Glass beads, when required 40 3) Surface preparation CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 32 17 23 - 2 PAVEMENT MARKINGS Page 2 of 12 4) Clean-up 5) Testing (when required) 2. Legends a. Measurement 1) Measurement for this Item shall be per each Legend installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Legend" installed for: a) Various types b) Various applications c. The price bid shall include: 1) Installation of Pavement Marking 2) Glass beads, when required 3) Surface preparation 4) Clean-up 5) Testing 3. Raised Markers a. Measurement 1) Measurement for this Item shall be per each Raised Marker installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Raised Marker" installed for: a) Various types c. The price bid shall include: 1) Installation of Raised Markers 2) Surface preparation 3) Clean-up 4) Testing 4. Work Zone Tab Markers a. Measurement 1) Measurement for this Item shall be per each Tab Marker installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Tab Marker" installed for: a) Various types c. The price bid shall include: 1) Installation of Tab Work Zone Markers 5. Fire Lane Markings a. Measurement 1) Measurement for this Item shall be per the linear foot. b. Payment CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIMCATION DOCUMENTS Revised November 22, 2013 32 1723 -3 PAVEMENT MARKINGS Page 3 of 12 1 1) The work performed and materials furnished in accordance with this 2 Item and measured as provided under "Measurement" shall be paid 3 for at the unit price bid per linear foot of "Fire Lane Marking" 4 installed. 5 c. The price bid shall include: 6 1) Surface preparation 7 2) Clean-up 8 3) Testing 9 6. Pavement Marking Removal 10 a. Measurement 11 1) Measure for this Item shall be per linear foot. 12 b. Payment 13 1) The work performed and materials furnished in accordance with this 14 Item and measured as provided under "Measurement" shall be paid 15 for at the unit price bid per linear foot of "Remove Pvmt Marking" 16 performed for: 17 a) Various widths 1s c. The price bid shall include: 19 1) Removal of Pavement Markings 20 2) Clean-up 21 7. Raised Marker Removal 22 a. Measurement 23 1) Measurement for this Item shall be per each Pavement Marker 24 removed. 25 b. Payment 26 1) The work performed and materials furnished in accordance with this 27 Item shall be paid for at the unit price bid per each "Remove Raised 28 Marker" performed. 29 c. The price bid shall include: 30 1) Removal of each Marker 31 2) Disposal of removed materials 32 3) Clean-up 33 8. Legend Removal 34 a. Measurement 35 1) Measure for this Item shall be per each Legend removed. 36 b. Payment 37 1) The work performed and materials furnished in accordance with this 38 Item and measured as provided under "Measurement" shall be paid 39 for at the unit price bid per linear foot of "Remove Legend" 40 performed for: 41 a) Various types 42 b) Various applications 43 c. The price bid shall include: 44 1) Removal of Pavement Markings 45 2) Clean-up CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 32 17 23 - 4 PAVEMENT MARKINGS Page 4 of 12 1 1.3 REFERENCES 2 3 4 5 6 A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. Texas Manual on Uniform Traffic Control Devices (MUTCD), 2011 Edition 7 a. Part 3, Markings 8 3. American Association of State Highway and Transportation Officials 9 AASHTO 10 a. Standard Specification for Glass Beads Used in Pavement Markings, M 11 247-09 12 4. Federal Highway Administration (FHWA) 13 a. 23 CFR Part 655, FHWA Docket No. FHWA-2009-0139 14 5, Texas Department of Transportation (TxDOT? 15 a, DMS-4200, Pavement Markers (Reflectorized) 16 b. DMS-4300, Traffic Buttons 17 c. DMS-8220, Hot Applied Thermoplastic 18 d. DMS-8240, Permanent Prefabricated Pavement Markings 19 e. DMS-8241, Removable Prefabricated Pavement Markings 20 f. DMS-8242, Temporary Flexible -Reflective Road Marker Tabs 21 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 22 1.5 SUBfd9MALS 23 A. Submittals shall be in accordance with Section 0133 00. 24 B. All submittals shall be approved by the City prior to delivery and/or fabrication 25 for specials. 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMMALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1,10DELIVERY, STORAGE, AND HANDLING 31 A. Storage and Handling Requirements 32 1. The Contractor shall secure and maintain a location to store the material in 33 accordance with Section 01 50 00. 34 1.111FIE1LD [SITE] CONDITIONS [NOT USED] 35 1.12WARRANTY [NOT U 4:D] 36 PART 2 o PRODUCTS CITY OF PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 321723-5 PAVEMENT MARKINGS Page 5 of 12 1 2.1 OVVNER-SUPPLIED PRODUCKS 2 A. New Products 3 1. Refer to Drawings to determine if there are owner -supplied products for the 4 Project. 5 2.2 MATERIALS 6 A. Manufacturers 7 1. Only the manufacturers as listed in the City's Standard Products List will be 8 considered as shown in Section 0160 00, 9 a. The manufacturer must comply with this Specification and related 10 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 0125 00. 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 B. Materials 1. Pavement Markings a. Thermoplastic, hot applied, spray 1) Refer to Drawings and City Standard Detail Drawings for width of longitudinal lines. 2) Product shall be especially compounded for traffic markings. 3) When placed on the roadway, the markings shall not be slippery when wet, lift from pavement under normal weather conditions nor exhibit a tacky exposed surface. 4) Cold ductility of the material shall permit normal road surface expansion and contraction without chipping or cracking. 5) The markings shall retain their original color, dimensions and placement under normal traffic conditions at road surface temperatures of 158 degrees Fahrenheit and below. 6) Markings shall have uniform cross-section, clean edges, square ends and no evidence of tracking. 7) The density and quality of the material shall be uniform throughout the markings. 8) The thickness shall be uniform throughout the length and width of the markings. 9) The markings shall be 95 percent free of holes and voids, and free of blisters for a minimum of 60 days after application, 10)The material shall not deteriorate by contact with sodium chloride, calcium chloride or other chemicals used to prevent roadway ice or because of the oil content of pavement markings or from oil droppings or other effects of traffic. 11)The material shall not prohibit adhesion of other thermoplastic markings if, at some future time, new markings are placed over existing material. a) New material shall bond itself to the old line in such a manner that no splitting or separation takes place. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 32 17 23 - 6 PAVEMENT MARKINGS Page 6 of 12 1 12)The markings placed on the roadway shall be completely 2 retroreflective both internally and externally with traffic beads and 3 shall exhibit uniform retro-directive reflectance. 4 13)Traft=lc beads 5 a) Manufactured from glass 6 b) Spherical in shape 7 c) Essentially free of sharp angular particles 8 d) Essentially free of particles showing cloudiness, surface scoring 9 or surface. scratching 10 e) Water white in color 11 f) Applied at a uniform rate 12 g) Meet or exceed Specifications shown in AASHTO Standard 13 Specification for Glass Beads Used in Pavement Markings, 14 AASHTO Designation: M 247-09. 15 b. Thermoplastic, hot applied, extruded 16 1) Product shall be especially compounded for traffic markings 17 2) When placed on the roadway, the markings shall not be slippery 18 when wet, lift from pavement under normal weather conditions nor 19 exhibit a tacky exposed surface. 20 3) Cold ductility of the material shall permit normal road surface 21 expansion and contraction without chipping or cracking. 22 4) The markings shall retain their origina[ color, dimensions and 23 placement under normal traffic conditions at road surface 24 temperatures of 158 degrees Fahrenheit and below. 25 5) Markings shall have uniform cross-section, clean edges, square ends 26 and no evidence of tracking. 27 6) The density and quality of the material shall be uniform throughout 28 the markings. 29 7) The thickness shall be uniform throughout the length and width of 30 the markings. 31 8) The markings shall be 95 percent free of holes and voids, and free 32 of blisters for a minimum of 60 days after application. 33 9) The minimum thickness of the marking, as measured above the 34 plane formed by the pavement surface, shall not be less than 1/8 35 inch in the center of the marking and 3/32 inch at a distance of 1/2 36 inch from the edge. 37 10) Maximum thickness shall be 3/16 inch. 38 11)The material shall not deteriorate by contact with sodium chloride, 39 calcium chloride or other chemicals used to prevent roadway ice or 40 because of the oil content of pavement markings or from oil 41 droppings or other effects of traffic. 42 12)The material shall not prohibit adhesion of other thermoplastic 43 markings if, at some future time, new markings are placed over 44 existing material. New material shall bond itself to the old line in 45 such a manner that no splitting or separation takes place, CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 32 17 23 - 7 PAVEMENT MARKINGS Page 7 of 12 1 13)The markings placed on the roadway shall be completely 2 retroreflective both internally and externally with traffic beads and 3 shall exhibit uniform retro-directive reflectance. 4 14) Traffic beads 5 a) Manufactured from glass 6 b) Spherical in shape 7 c) Essentially free of sharp angular particles 8 d) Essentially free of particles showing cloudiness, surface scoring 9 or surface scratching 10 e) Water white in color 11 f) Applied at a uniform rate 12 g) Meet or exceed Specifications shown in AASHTO Standard 13 Specification for Glass Beads Used in Pavement Markings, I4 AASHTO Designation: M 247-09, 15 c. Preformed Polymer Tape 16 1) Material shall meet or exceed the Specifications for SWARCO 17 Director 35, 3M High Performance Tape Series 3801 ES, or approved 18 equal. 19 d. Preformed Heat -Activated Thermoplastic Tape 20 1) Material shall meet or exceed the Specifications for HOT Tape Brand 21 0.125 mil preformed thermoplastic or approved equal. 22 2. Raised Markers 23 a. Markers shall meet the requirements of the Texas Manual on Uniform 24 Traffic Control Devices. 25 b. Non -reflective markers shall be Type Y (yellow body) and Type W 26 (white body) round ceramic markers and shall meet or exceed the 27 TxDOT Specification DMS-4300. 28 c. The reflective markers shall be plastic, meet or exceed. the TxDOT 29 Specification DMS-4200 for high -volume retroreflective raised markers 30 and be available in the following types: 31 1) Type I-C, white body, 1 face reflects white 32 2) Type tI-A-A, yellow body, 2 faces reflect amber 33 3) Type 11-C-R, white body, 1 face reflects white, the other red 34 35 3. Work Zone Markings 36 a. Tabs 37 1) Temporary flexible -reflective roadway marker tabs shall meet 38 requirements of TOOT DMS-8242, "Temporary Flexible -Reflective 39 Road Marker Tabs." 40 2) Removable markings shall not be used to simulate edge lines. 41 3) No segment of roadway open to traffic shall remain without 42 permanent pavement markings for a period greater than 14 43 calendar days. 44 b. Raised Markers 45 1) All raised pavement markers shall meet the requirements of DMS- 46 4200. 47 c. Striping CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 32 17 23 - 8 PAVEMENT MARKINGS Page 8 of 12 1 1) Work Zone striping shall meet or exceed the TxDOT Specification 2 DMS-8200. 3 2.3 ACCESSORIES [NOT USE®] 4 2.4 SOURCE QUALITY CONTROL 5 A. Performance 6 1. Minimum maintained retroreflectivity levels for longitudinal markings shall 7 meet the requirements detailed in the table below for a minimum of 30 8 calendar days. Posted Speed (mph) CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 32 17 23 - 9 PAVEMENT MARKINGS Page 9 of 12 1 1. The materials shall be applied according to the manufacturer's 2 recommendations. 3 2. Markings and markers shall be applied within temperature limits 4 recommended by the material manufacturer, and shall be applied on clean, 5 dry pavement having a surface temperature above 50 degrees Fahrenheit. G 3. Markings that are not properly applied due to faulty application methods or 7 being placed in the wrong position or alignment shall be removed and s replaced by the Contractor at the Contractor's expense. If the mistake is 9 such that it would be confusing or hazardous to motorists, it shall be 10 remedied the same day of notification. Notification will be made by phone 11 and confirmed by fax. Other mistakes shall be remedied within 5 days of 12 written notification. 13 4. When markings are applied on roadways open to traffic, care will be taken 14 to ensure that proper safety precautions are followed, including the use of 15 signs, cones, barricades, flaggers, etc. 16 5. Freshly applied markings shall be protected from traffic damage and 17 disfigurement. 18 6. Temperature of the material must be equal to the temperature of the road 19 surface before allowing traffic to travel on it. 20 B. Pavement Markings 21 1. Thermoplastic, hot applied, spray 22 a. This method shall be used to install and replace long lines -- centerlines, 23 lane lines, edge lines, turn lanes, and dots. 24 b. Markings shall be applied at a 110 mil thickness. 25 c. Markings shall be applied at a 90 mil thickness when placed over 26 existing markings. 27 d. A sealer shall be used if concrete or asphalt is older than three (3) 28 years. 29 e. Typical setting time shall be between 4 minutes and 10 minutes 30 depending upon the roadway surface temperature and the humidity 31 factor. 32 f. Retroreflective raised markers shall be used to supplement the 33 centerlines, lane lines, and turn lanes. Refer to City Standard Detail 34 Drawings for placement. 35 g. Minimum retroreflectivity of markings shall meet or exceed values 36 shown in subparagraph 2.4.A.1 of this Specification. 37 2. Thermoplastic, hot applied, extruded 38 a. This method shall be used to install and replace crosswalks and stop- 39 lines. 40 b. Markings shall be applied at a 125 mil thickness. 41 c. Minimum retroreflectivity of markings shall meet or exceed values 42 shown in this Specification. 43 3. Preformed Polymer Tape 44 a. This method shall be used to install and replace crosswalks, stop -lines, 45 and legends. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 32 17 23 - 10 PAVEMENT MARKINGS Page 10 of 12 1 b. The applied marking shall adhere to the pavement surface with no 2 slippage or lifting and have square ends, straight lines and clean edges. 3 c. Minimum retroreflectivity of markings shall meet or exceed values 4 shown in this Specification. s 4. Preformed Heat -Activated Thermoplastic Tape 6 a. This method shall be used to install and replace crosswalks, stop -lines, 7 and legends. 8 b. The applied marking shall adhere to the pavement surface with no 9 slippage or lifting and have square ends, straight lines and clean edges. to c. Minimum retroreflectivity of markings shall meet or exceed values 11 shown in this Specification. 12 C. Raised Markers 13 1. All permanent raised pavement markers on Portland Cement roadways shall 14 be installed with epoxy adhesive. Bituminous adhesive is not acceptable. 15 2. All permanent raised pavement markers on new asphalt roadways may be 16 installed with epoxy or bituminous adhesive. 17 3. A chalk line, chain or equivalent shall be used during layout to ensure that 18 individual markers are properly aligned. All markers shall be placed 19 uniformly along the line to achieve a smooth continuous appearance. 20 D. Work Zone Markings 21 1. Work shall be performed with as little disruption to traffic as possible. 22 2, install longitudinal markings on pavement surfaces before opening to 23 traffic. 24 3. Maintain lane alignment traffic control devices and operations until 25 markings are installed. 26 4. Install markings in proper alignment in accordance with the Texas MUTCD 27 and as shown on the Drawings. 28 S. Place standard longitudinal lines no sooner than 3 calendar days after the 29 placement of a surface treatment, unless otherwise shown on the Drawings. 30 6. Place markings in proper alignment with the location of the final pavement 31 markings. 32 7. Do not use raised pavement markers for words, symbols, shapes, or 33 diagonal or transverse lines. 34 8, All markings shall be visible from a distance of 300 feet in daylight 35 conditions and from a distance of at least 160 feet in nighttime conditions, 36 illuminated by low -beam automobile headlight. 37 9. The daytime and nighttime reflected color of the markings must be 38 distinctly white or yellow. 39 10. The markings must exhibit uniform retroreflective characteristics. 40 11. Epoxy adhesives shall not be used to work zone markings. 41 3.4 REMOVALS 42 1. Pavement Marking and Marker Removal CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Rev ise[i November 22, 2013 32 17 23 - 1 1 PAVEMENT MARKINGS Page 1 I of 12 1 a. The industry's best practice shall be used to remove existing pavement 2 markings and markers. 3 b. If the roadway is being damaged during the marker removal, Work shall 4 be halted until consultation with the City. 5 c. Removals shall be done in such a matter that color and texture contrast 6 of the pavement surface will be held to a minimum. 7 d. Repair damage to asphaltic surfaces, such as spalling, shelling, etc., 8 greater than I/4 inch in depth resulting from the removal of pavement 9 markings and markers. Driveway patch asphalt emulsion may be broom 10 applied to reseal damage to asphaltic surfaces, 11 e. Dispose of markers in accordance with federal, state, and local 12 regulations. 13 f. Use any of the following methods unless otherwise shown on the 14 Drawings. 15 1) Surface Treatment Method 16 a) Apply surface treatment at rates shown on the Drawings or as 17 directed. Place a surface treatment a minimum of 2 feet wide to 18 cover the existing marking. 19 b) Place a surface treatment, thin overlay, or microsurfacing a 20 minimum of 1 lane in width in areas where directional changes 21 of traffic are involved or in other areas as directed by the City. 22 2) Burn Method 23 a) Use an approved burning method. 24 b) For thermoplastic pavement markings or prefabricated pavement 25 markings, heat may be applied to remove the bulk of the 26 marking material prior to blast cleaning. 27 c) When using heat, avoid spalling pavement surfaces. 28 d) Sweeping or light blast cleaning may be used to remove minor 29 residue. 30 3) Blasting Method 31 a) Use a blasting method such as water blasting, abrasive blasting, 32 water abrasive blasting, shot blasting, slurry blasting, water- 33 injected abrasive blasting, or brush blasting as approved. 34 b) Remove pavement markings on concrete surfaces by a blasting 35 method only. 36 4) Mechanical Method 37 a) Use any mechanical method except grinding. 38 b) Flail milling is acceptable in the removal of markings on asphalt 39 and concrete surfaces. 40 2. If a location is to be paved over, no additional compensation will be allowed 41 for marking or marker removal. 42 3.5 REPAIR / RESTORATION [NOT USED] 43 3.6 RE -INSTALLATION [NOT USE®] 44 3.7 FIELD QUALITY CONTROL 45 A. All lines must have clean edges, square ends, and be uniform cross-section. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 32 17 23 - 12 PAVEMENT MARKINGS Page 12 of 12 1 B. The density and quality of markings shall be uniform throughout their 2 thickness. 3 C. The applied markings shall have no more than 5 percent, by area, of holes or 4 voids and shall be free of blisters. 5 3.8 SYSTEM STARTUP [NOT USED] 6 3.9 ADJUSTING [NOT USED] 7 3.10CLEANING s A. Contractor shall clean up and remove all loose material resulting from 9 construction operations. 10 3.11CL®SE®UT ACTI!lITICS [NOT USED] 11 3.12PROTECTION [NOT USED] 12 3.1.3MAllNTENANCE [NOT USED] 13 3.14AT`ACHMENTS [NOT USED] 14 15 16 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 11/22/13 S. Arnold Removed paint type marking, updated references, added sealer language CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 1 2 3 PART I - GENETRAL 4 1.1 SUMMARY SECTION 32 31 13 CHAIN LINK FENCE AND GATES 323113-1 CNAIN LINK FENCE AND GATES Page 1 of 8 5 A. Section Includes: 6 1. Galvanized coated chain link (non -security) fencing and accessories in 7 accordance with the City's Zoning Ordinance. 8 2. Wrought iron fencing and accessories 9 3. Steel tube fencing and accessories 10 4. On utility projects: 11 a. When existing fence is within the project Site (i.e. parallel to the utility 12 trench and/or within utility casement) and is directly disturbed by 13 construction activities, fencing will be paid for as listed in Article 1.2 14 below. 15 b. When existing fence is crossing the proposed utility trench, the work 16 performed and materials furnished in accordance with fence 17 replacement will be considered subsidiary to the trench and no other 18 compensation will be allowed. 19 c. When existing fence is outside of the limits of the project Site or is 20 identified as protected on the Drawings and is disturbed and/or by 21 construction activities, replacement will be at the expense of the 22 Contractor and no other compensation will be allowed. 23 B. Deviations from this City of Fort Worth Standard Specification 24 For Sanitary Sewer CIPP Contracts, fence repair/replacements shall be subsidiary 25 to the price bid per linear foot of pipe. No additional compensation will be 26 allowed. 27 C. Related Specification Sections include, but are not necessarily limited to: 28 1. Division Q - Bidding Requirements, Contract Forms, and Conditions of the 29 Contract 30 2. Division 1 - General Requirements 31 1.2 PRICE AND PAYMENT PROCEDURES 32 A. Measurement and Payment 33 1. Chain Link Fence 34 a. Measurement 35 1) Measurement for this Item shall be by the linear foot of Chain Link 36 Fence installed. 37 b. Payment 38 1) The work performed and materials furnished in accordance with this 39 Item and measured as provided under "Measurement" will be paid 40 for at the unit price bid per linear foot of Chain Link Fence installed 41 for various: CITY OF FORT WORTI3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 323113-2 CHAIN LINK FENCE AND GATES Page 2 of 8 1 a) Heights 2 b) Fabric materials 3 c. The price bid shall include: 4 1) Furnishing and installing all fence and gate materials 5 2) Mow strip, if shown in Drawings 6 3) Cleanup 7 4) Hauling 8 2. Wrought Iron Fence 9 a. Measurement 10 1) Measurement for this Item shall be by the linear foot of Wrought 11 Iron Fence installed. 12 b. Payment 13 1) The work performed and materials furnished in accordance with this 14 Item and measured as provided under "Measurement" will be paid 15 for at the unit price bid per linear foot of Wrought Iron Fence 16 installed for various heights. 17 c. The price bid shall include: 18 1) Furnishing and installing all fence and gate materials 19 2) Mow strip, if shown in Drawings 20 3) Cleanup 21 4) Hauling 22 3. Steel Tube Fence 23 a. Measurement 24 1) Measurement for this Item shall be by the linear foot of Steel Tube 25 Fence installed. 26 b. Payment 27 1) The work performed and materials furnished in accordance with this 28 Item and measured as provided under "Measurement" will be paid 29 for at the unit price bid per linear foot of Steel Tube Fence installed 30 for various heights. 31 c. The price bid shall include: 32 1) Furnishing and installing all fence and gate materials 33 2) Mow strip, if shown in Drawings 34 3) Cleanup 35 4) Hauling 36 1.3 REFERENCES 37 A. Reference Standards 38 1. Reference standards cited in this specification refer to the current reference 39 standard published at the time of the latest revision date logged at the end 40 of this specification, unless a date is specifically cited. 41 2. American Society for Testing and Materials (ASTM): 42 a. A 36, Standard Specification for Carbon Structural Steel 43 b. A 123, Standard Specification for Zinc (Hot -Dip Galvanized) Coatings on 44 Iron and Steel Products 45 c. A 392, Standard Specification for Zinc -Coated Steel Chain -Link Fence 46 Fabric CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 3231 13 - 3 CHAIN LINK PENCE AND GATES Page 3 of 8 1 d. A 500, Standard Specification for Cold -Formed Welded and Seamless 2 Carbon Steel Structural Tubing in Rounds and Shapes 3 e. F 626, Standard Specification for Fence Fittings 4 f. F 1043, Standard Specification for Strength and Protective Coatings on s Steel Industrial Chain Link Fence Framework 6 g. F 1083, Standard Specification for Pipe, Steel, Hot -Dipped Zinc -Coated 7 (Galvanized) Welded, for Fence Structures 8 h. F 1183, Specification for Aluminum Alloy Chain Link Fence Fabric 9 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USE®] io 1.5 ACTION SUBMITfALS 11 A. Shop drawings 12 1. Layout of fences and gates with dimensions, details, and finishes of 13 components, accessories and post foundations if requested by the City. 14 B. Product data 15 1. Manufacturer's catalog cuts indicating material compliance and specified 16 options. 17 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 18 1.7 CLOSEOUT SUBMITTALS [NOT USED] 19 1.8 MAINTENANCE MATERIAL SUBMITTALS [MOT USED] 20 1.9 QUALITY ASSURANCE [NOT USED] 21 1.10DELIVERY, STORAGE, AND HANDLING [NOT USED] 22 1.11FIELD [SITE] CONDITIONS [NOT USED] 23 1.12WARRANTY [NOT USED] 24 PART 2 - PRODUCTS 25 2.1 OWNER -FURNISHED [NOT USE®] 26 2.2 MANUFACTURED UNITS / MATERIALS 27 A. Manufacturer 28 1. Minimum of 5 years of experience manufacturing galvanized coated chain 29 link fencing. 30 2. Approved Manufacturer or equal: 31 a. Allied Fence, Inc. 32 b. American Fence Corp. 33 c. Anchor Fence, Inc. 34 d. Master Halco, Inc. 35 B. Materials 36 1. Chain Link Fence 37 a. General CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 1.5 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 323113-4 CHAIN LINK FENCE AND GATES Page 4 of 8 1) Posts, gate frames, braces, rails, stretcher bars, truss rods and tension wire shall be of steel. 2) Gate hinges, post caps, barbed wire supporting arms, stretcher bar bands and other parts shall be of steel, malleable iron, ductile iron or equal 3) Post tops, rail end, ties and clips may be of aluminum. 4) Use only new material, or salvaged/existing material if approved by City or noted on Drawings. b. Steel Fabric 1) Fabric a) No. 9 gauge b) 2-inch mesh (1) Commercial: both top and bottom selvages twisted and barged Residential: match existing or both top and bottom selvages knuckled (2) Furnish 1-piece fabric widths. 2) Fabric Finish: Galvanized, ASTM A 392, Class I, with not less than 1.2 oz. zinc per square foot of surface. c. Aluminum Fabric 1) Fabric a) ASTM F 1183 b) No. 9 gauge c) 2-inch mesh, with both top and bottom selvages twisted and barged. d) Furnish 1-piece fabric widths. d. Steel Framing 1) Steel pipe - Type I a) ASTM F 1083 b) Standard weight schedule 40 c) Minimum yield strength: 30,000 psi d) Sizes as indicated e) Hot -dipped galvanized with minimum average 1.8 oz/ftz of coated surface area 2) Steel pipe - Type II a) ASTM F 1043, Group IC b) Minimum yield strength: 50,000 psi c) Sizes as indicated on Drawings d) Protective coating per ASTM F 1043 (1) External coating Type B (a) Zinc with organic overcoat (b) 0.9 oz/ftz minimum zinc coating with chromate conversion coating and verifiable polymer film (2) Internal coating Type B (a) Minimum 0.9 oz/ft2 zinc or Type D, zinc pigmented, 81 percent nominal coating, minimum 3 mils 3) Formed steel ("C.) sections: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 3231 13-5 CHAIN LINK FENCE AND GATES Page 5 of 8 1 a) Roll formed steel shapes complying with ASTM F 1043, Group 11 2 b) Minimum yield strength: 45,000 psi (310 MPa) 3 c) Sizes as indicated on Drawings 4 d) External coating per ASTM F 1043, Type A 5 (1) Minimum average 2.0 oz/ft2 of zinc per ASTM A 123 6 4) Steel square sections 7 a) ASTM A 500, Grade B 8 b) Minimum yield strength: 40,000 psi 9 c) Sizes as indicated on Drawings 10 d) Hot -dipped galvanized with minimum 1.8 oz/ft2 of coated 11 surface area 12 e. Accessories 13 1) Chain link fence accessories 14 a) ASTM F 626 15 b) Provide items required to complete fence system. 16 c) Galvanize each ferrous metal item and finish to match framing. 17 2) Post caps 18 a) Formed steel or cast malleable iron weather tight closure cap for 19 tubular posts. 20 b) Provide 1 cap for each post. 21 c) Cap to have provision for barbed wire when necessary. 22 d) "C shaped line post without top rail or barbed wire supporting 23 arms do not require post caps. 24 e) Where top rail is used, provide tops to permit passage of top 25 rail. 26 3) Top rail and rail ends 27 a) 1 5/8 inch diameter galvanized round pipe for horizontal railing 28 b) Pressed steel per ASTM F626 29 c) For connection of rail and brace to terminal posts 30 4) Top rail sleeves 31 a) 7-inch expansion sleeve with a minimum 0.137 inch wire 32 diameter and 1.80 inch length spring, allowing for expansion and 33 contraction of top rail 34 5) Wire ties 35 a) 9 gauge galvanized steel wire for attachment of fabric to line 36 posts 37 b) Double wrap 13 gauge for rails and braces. 38 c) Hog ring ties of 12-1/2 gauge for attachment 39 6) Brace and tension (stretcher bar) bands 40 a) Pressed steel 41 b) Minimum 300 degree profile curvature for secure fence post 42 attachment 43 c) At square post provide tension bar clips. 44 7) Tension (stretcher) bars: 45 a) 1 piece lengths equal to 2 inches less than full height of fabric 46 b) Minimum cross-section of 3/16 inch x 3/4 inch CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 3231 I3 - 6 CHAIN LINK FENCE AND GATES Page 6 of 8 1 c) Provide tension (stretcher) bars where chain link fabric meets 2 terminal posts. 3 8) Tension wire 4 a) Galvanized coated steel wire, 6 gauge, [0.192 inch] diameter 5 wire 6 b) Tensile strength: 75,000 psi 7 9) Truss rods & tightener 8 a) Steel rods with minimum diameter of 5/16 inch 9 b) Capable of withstanding a tension of minimum 2,000 pounds 10 10) Nuts and bolts are galvanized. 11 2. Wrought Iron Fence: specified per Drawings. 12 3. Steel Tube Fence: specified per Drawings. 13 4. Setting Materials 14 a. Concrete 15 1) Minimum 28 day compressive strength of 3,000 psi 16 2) Bagged concrete allowed. 17 b. Drive Anchors 18 1) Galvanized angles 19 2) ASTM A 36 steel 20 3) 1 inch x 1 inch x 30 inch galvanized shoe clamps to secure angles to 21 posts. 22 2.3 ACC7.=SSORIES [NOT USED] 23 2.4. SOURCE Q! 1 A LKTY CONTROL [NOT USED] 24 PART 3 - EXECUTION 25 3.1 INSTALLERS [NOT USED] 26 3.2 EXAMINATIODI 27 A. Verification of Conditions 28 1. Verify areas to receive fencing are completed to final grades and elevations. 29 2. Ensure property lines and legal boundaries of work are clearly established 30 3.3 PREVA11AT11ON [NOT USED) 31 3.4 INSTALLATION 32 A. Chain Link Fence Framing 33 1, Locate terminal post at each fence termination and change in horizontal or 34 vertical direction of 30 degrees or more. 35 2. Space line posts uniformly at 10 feet on center. 36 3, Set all posts in concrete 37 a, Drill holes in firm, undisturbed or compacted soil. 38 b. Drill hole diameter 4 times greater than outside dimension of post. 39 c. Set post bottom 24 inches below surface when in firm, undisturbed soil. 40 d. Excavate deeper as required for adequate support in soft and loose 41 soils, and for posts with heavy lateral loads. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised Deceanber 20, 20I2 3231 13 - 7 CHAIN LINK FENCE AND GATES Page 7 of 8 1 e. Place concrete around posts in a continuous pour. Trowel finish around 2 post. Slope to direct water away from posts. 3 4. Check each post for vertical and top alignment, and maintain in position 4 during placement and finishing operations. 5 5. Bracing 6 a. Install horizontal pipe brace at mid -height for fences 6 feet and taller, 7 on each side of terminal posts. 8 b. Firmly attach with fittings. 9 c. Install diagonal truss rods at these points. 10 d. Adjust truss rod, ensuring posts remain plumb. 11 6. Tension wire 12 a. Provide tension wire at bottom of fabric and at top, if top rail is not 13 specified. 14 b, install tension wire before stretching fabric and attach to each post with 15 ties. 16 c. Secure tension wire to fabric with 12-1/2 gauge hog rings 24 inches on 17 center. 19 7. Top rail 19 a. Install lengths, 21 feet 20 b. Connect joints with sleeves for rigid connections for 21 expansion/contraction. 22 8, Center Rails for fabric height 12 feet and taller. 23 a. Install mid rails between posts with fittings and accessories. 24 9. Bottom Rails: Install bottom rails between posts with fittings and 25 accessories. 26 B. Chain Link Fabric Installation 27 . 1. Fabric 28 a. Install fabric on security side and attach so that fabric remains in 29 tension after pulling force is released. 30 b. Leave approximately 2 inches between finish grade and bottom selvage:. 31 c. Attach fabric with wire ties to line posts at 15 inches on center and to 32 rails, braces, and tension wire at 24 inches on center. 33 2. Tension (stretcher) bars 34 a. Pull fabric taut. 35 b. Thread tension bar through fabric and attach to terminal posts with 36 bands or clips spaced maximum of 15 inches on center. 37 3. Accessories 38 a. Tie wires: Bend ends of wire to minimize hazard to persons and 39 clothing. 40 b. Fasteners: Install nuts on side of fence opposite fabric side for added 41 security. 42 c. Slats: Install slats in accordance with manufacturer's instructions. 43 C. Wrought Iron Installation: install per Drawings 44 D. Steel Tube Fence: install per Drawings CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 323113-8 CHAIN LINK FENCE AND GATES Page 8 of 8 1 3.5 REPAXR/IITESTORATION [NOT USED] 2 3.6 RE -INSTALLATION [NOT USE®] 3 3.7 FIELD QUALITY CONTROL [NOT USED] 4 3.8 SYSTEM STARTUP [NOT USE®] 5 3.9 ADJUSTING [NOT USE®] 6 3.10CLEANIN. G [NOT USE®] 7 3.11CLOSEOUT ACTIVITIES [NOT USE®] 8 3.12PROTECTION [NOT USE®] 9 3.13MAINT'EiNANCE [NOT U e®] 10 3.14ATTACHMENTS [NOT USE®] 11 12 13 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson I A.A. modified to describe when City would pay for fence replacement on utility projects CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 2 3 PARS" I d GENERAL 4 IJ SUMMARY SECTION 32 3126 WIRE FENCE AND GATES 323126-1 WIRE PENCE AND GATES Page I of 6 5 A. Section Includes: 6 1. Furnish and construct fence of barbed or smooth wire. 7 2. On utility projects: 8 a. When existing fence is within the project Site (i.e. parallel to the utility 9 trench and/or within utility easement) and is directly disturbed by 10 construction activities, fencing will be paid for as listed in Article 1.2 11 below. 12 b. When existing fence is crossing the proposed utility trench, the work 13 performed and materials furnished in accordance with fence 14 replacement will be considered subsidiary to the trench and no other 15 compensation will be allowed. 16 c. When existing fence is outside of the limits of the project Site or is 17 identified as protected on the Drawings and is disturbed and/or by 18 construction activities, replacement will be at the expense of the 19 Contractor and no other compensation will be allowed. 20 B. Deviations from this City of Fort Worth Standard Specification 21 For Sanitary Sewer CIPP Contracts, fence repair/replacements shall be subsidiary 22 to the price bid per linear foot of pipe. No additional compensation will be 23 allowed. 24 C. Related Specification Sections include, but are not necessarily limited to; 25 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the 26 Contract 27 2. Division 1 - General Requirements 28 1.2 PRICE AND PAYMENT PROCEDURES 29 A. Measurement and Payment 30 1. Wire Fence 31 a. Measurement 32 1) Measurement for this Item shall be by the linear foot of Wire Fence, 33 excluding gates. 34 b. Payment 35 1) The work performed and materials furnished in accordance with this 36 Item and measured as provided under "Measurement" will be paid 37 for at the unit price bid per linear foot of Wire fence installed for 38 various: 39 a) Post types 40 b) Wire types 41 c) Number of Strands as specified in the Drawings CITY OF PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 323126-2 WIRE FENCE AND GATES Page 2 of 6 1 c. The price bid shall include: 2 1) Removal of existing fence and/or, unless specifically defined as a 3 separate pay item on Drawings 4 2) Furnishing, preparing, hauling, and installing Wire Fence 5 3) Excavation, backfilling, and disposal of surplus material 6 4) Removal and trimming of brush and tree limbs 7 2. Steel Gates 8 a. Measurement 9 1) Measurement for this Item shall be per each Steel Fence. 10 b. Payment 11 1) The work performed and materials furnished in accordance with this 12 Item and measured as provided under "Measurement" will be paid 13 for at the unit price bid per each Steel Gate by height, 14 c. The price bid shall include: 15 1) Removal of existing fence and/or gates, unless specifically defined 16 as a separate pay item on Drawings 17 2) Furnishing, preparing, hauling, and installing Steel Gates 18 3) Excavation, backfilling, and disposal of surplus material 19 4) Removal and trimming of brush and tree limbs 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 24 of this specification, unless a date is specifically cited. 25 2. American Society for Testing and Materials (ASTM): 26 a. A 702, Standard Specification for Steel Fence Posts and Assemblies, Mot 27 Wrought 28 b. A 121, Standard Specification for Metallic -Coated, Carbon Steel Barbed 29 Wire 30 c. A 116, Standard Specification for Metallic -Coated, Steel Woven Wire 31 Fence Fabric 32 d. F 1083, Standard Specification for Pipe, Steel, Hot -Dipped zinc -Coated 33 (Galvanized) Welded, for Fence Structures 34 3. American Wood Protection Association (AWPA) 35 a. P8/P9, Standard for Oil -Borne Preservatives 36 b. C5, Fence Pasts - Preservative Treatment by Pressure Processes CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 323126-3 WIRE FENCE AND GATES Page 3 af6 1 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 2 1.5 ACTNON SUBMi`-fALS [NOT USED] 3 1.6 ACTXON SUBMITT'ALS/T_ MFORMKT—IONAL SUBMITTALS [NOT USED] 4 1.7 CLOSEOUT SUBMITTALS [NOT USED] 5 1.8 MAIN"I"ENANCE MATERIAL SUBMITTALS [NOT USED] 6 1.9 QUALITY ASSURANCE [N®T USED] 7 1.19®ELIVER`,', STORAGE, AND FIANDLXHG [NOT USED] 8 1.11F ELD [SRTE] CONDITIONS [NOT USED] 9 1.121RIAltRANTY [NOT USED] 10 PART 2 - l RODUCT S 11 2.1 OWNIER-FURNXSHED PRODUCTS [NOT USED] 12 2.2 MATERIALS 13 A. Furnish materials in accordance with details shown on the Drawings and with 14 the following requirements. 15 B. Metal Posts and Braces 16 1. Steel Pipe: ASTM F 1083 17 2. T posts: ASTM A 702 1.8 3. Use only new steel. Do not use rerolled or open -seam material. 19 4. Furnish galvanized steel sections in ASTM F 1083. 20 5. Painting 21 a. Use an approved anticorrosive coating. 22 b. After installation of painted posts and braces, spot -coat damaged areas 23 with the same paint color. 24 c. Use paint with at least the same anticorrosive properties as the original 25 paint. 26 6. Use the size, weight, and area of posts, braces, and anchor plates shown 27 on the Drawings. 28 C. Wood Posts and Braces 29 1. Untreated Wood: cedar or juniper timber 30 2. Treated Wood 31 a. AWPA standards govern materials and methods of treatments including 32 seasoning, preservatives, and inspection for treatment. 33 b. Each piece or bundle of other treated -timber products must have: 34 1) Legible brand mark or tag indicating the name of the treater 35 2) Date of treatment or lot number 36 3) AWPA treatment specification symbol 37 c. Provide the level of preservative indicated in Table 1. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 20I2 323126-4 WIRE FENCE AND GATES Page 4 of 6 1 Table I 2 Minimum Retention of Preservative Penta- Product chlorophena AWPA I (Ib./cu. ft.) Standard AW PA for Preservative (PS/P9) Treatment Standard Wire fence posts 0.4 C5 (round)' 3 1. Retention determined by assay (0 to 1.0-inch zone). 4 3. Use sound timber that is free from decay, shakes, splits, or other defects 5 that would weaken the posts or braces or otherwise make them structurally 6 unsuitable for the purposes intended. 7 4. Knots that are sound, tight, trimmed flush, and not in clusters will be s allowed, provided they do not exceed 1/3 of the small diameter or the least 9 dimension of the posts and braces. 10 5. Remove spurs and splinters, cutting the ends square. 11 D. Gates and Gateposts: Furnish materials to the required dimensions. 12 F. Barbed and Smooth Wire: ASTM A 121, Class 1 13 1. Use wire consisting of 2 strand, 12 1/2 gauge, twisted wire 1.4 2. Barbed Wire: 2-point 14 gauge barbs spaced no more than 5 inches apart 1s F. Wire Mesh: ASTM A 116, Class 1 16 1. Top and bottom wires: at least 10 gauge wire 17 2. Intermediate wires and vertical stays: 12 1/2 gauge wire is G. Miscellaneous 19 1. Furnish galvanized bolts, nuts, washers, braces, straps, and suitable devices 20 for holding barbed wire and wire mesh firmly to metal posts. 21 2. Use material of good commercial quality and design, 22 3. Provide galvanized staples, at least 1 1/2 inch long. 23 H. Concrete 24 1. Minimum 28 day compressive strength of 3,000 psi 25 2, Bagged concrete allowed. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised Docember 20, 2012 32 31 26 - 5 WIRE FENCE AND GATES Page 5 of 1 2.3 ACCESSORIES [NOT USE®] 2 2.4 SOURCE QUALITY CONTROL [NOT USE®] 3 PART 3 m EXECUTION 4 3.1 INSTALLERS [NOT USE®] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARMON [NOT USED] 7 3.4 INSTALLATION 8 A. Space fence posts as shown on the Drawings or to match existing. 9 B. Set fence posts plumb and firm at the intervals, depth, and grade shown on the 10 Drawings or to match existing. 11 C. Brace corner and pull pasts in 2 directions. 12 D. Brace end posts and gateposts in 1 direction. 13 E. Install a corner post where the alignment changes 30 degrees or more. 14 F. At alignment angles between 15 and 30 degrees, brace the angle post to the 15 adjacent line posts with diagonal tension wires. 16 G. At grade depressions where stresses tend to pull posts out of the ground, snub 17 or guy the fencing at the critical point with a double 9 gauge galvanized wire. 18 H. Connect the wire to the top horizontal line of the barbed wire or to the top and 19 bottom wire or wire mesh fabric, and to a deadman weighing at least 100 20 pounds. 21 I. Stretch the fence before guying and snubbing. 22 J. Install number stands at spacing shown in Drawings. 23 K. Install corner, end, or angle post assembly before stretching the wire between 24 posts. 25 L. Connect existing cross fences to the new fences and corner posts at junctions 26 with existing fences. 27 M. While drawing barbed wire and wire fabric taut, fasten to posts using 28 galvanized ties or staples, or as shown on the Drawings. 29 N. Install pull post assemblies at 500 feet intervals for steel posts and at 1,000 30 feet intervals for wood posts. 31 0. Drive metal line posts provided driving does not damage the posts. 32 P. Set metal corners, ends, pull posts, and braces in concrete footings a minimum 33 of 24 inches and crowned at the top to shed water. 34 Q. Thoroughly tamp backfill in 4 inch layers. 35 R. Notch timber posts. CITE' OF FORT WORTIT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 323126-6 WIRE FENCE AND GATES Page 6 of 6 1 3.5 RE PAX R/ RESTORATION [NOT USED] 2 3.6 RE -INSTALLATION [NOT USE®] 3 3.7 FIELD QUALITY CONTROL [NOT USED] 4 3.8 SYSTEM STARTUP [NOS' USED] s 3.9 ADJUSTING [NOT USE®] 6 3.10CLEANING [NOT USED] 7 3.11CLOSEOUTACTIVITIES [NOT USE®] s 3.12PROTECTION [NOT USED] 9 3.13MAINTENANCE [NOT USED] 10 3.14ATTACHMENTS [NOT USE®] 11 12 13 END OF SECTION 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 2 3 PART 1 0 GENERAL 4 I.t SUMMARY SECTION 32 3129 WOOD FENCE AND GATES 323129-1 WOOD FENCE AND GATES Page 1 of 5 5 A. Section Includes 6 1. Construction of wood fences and gates along boundaries, property lines in 7 accordance with the City's .Zoning Ordinance. s 2. On utility projects; 9 a. When existing fence is within the project Site (i.e. parallel to the utility 10 trench and/or within utility easement) and is directly disturbed by 11 construction activities, fencing will be paid for as listed in Article 1.2 12 below. 13 b. When existing fence is crossing the proposed utility trench, the work 14 performed and materials furnished in accordance with fence 15 replacement will be considered subsidiary to the trench and no other 16 compensation will be allowed. 17 c. When existing fence is outside of the limits of the project Site or is 18 identified as protected on the Drawings and is disturbed and/or by 19 construction activities, replacement will be at the expense of the 20 Contractor and no other compensation will be allowed. 21 B. Deviations from this City of Fort Worth Standard Specification 22 For Sanitary Sewer CIPP Contracs, fence repair/replacements shall be subsidiary 23 to the price bid per linear foot of pipe. No additional compensation will be 24 allowed. 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 1.2 PRICE AND PAYMENT PROCEDURES 30 A. Measurement and Payment 31 1. Measurement 32 a. Measurement for this Item shall be by the linear foot of Wood Fence 33 installed, including gates. 34 2. Payment 35 a. The work performed and materials furnished in accordance with this 36 Item and measured as provided under "Measurement" will be paid for at 37 the unit price bid per linear foot of Wood Fence installed for by height. 38 3. The price bid shall include: 39 a. Furnishing all materials for fence and gates 40 b. All preparation, erection and installation of materials CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 323129-2 WOOD FENCE AND GATES Page 2 of 5 1 1.3 REFERENCES 2 A. Reference Standards 3 1. Reference standards cited in this specification refer to the current reference 4 standard published at the time of the latest revision date logged at the end 5 of this specification, unless a date is specifically cited. 6 2. American Society for Testing and Materials (ASTM): 7 a. A 123, Standard Specification for Zinc (Hot -Dip Galvanized) Coatings on s Iron and Steel Products 9 b. A 500, Standard Specification for Cold -Formed Welded and Seamless 10 Carbon Steel Structural Tubing in Rounds and Shapes 11 c. F 1043, Standard Specification for Strength and Protective Coatings on 12 Steel Industrial Chain Link Fence Framework 13 d. F 1083, Standard Specification for Pipe, Steel, Hot -Dipped Zinc -Coated 14 (Galvanized) Welded, for Fence Structures 15 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 16 1.5 SUBMITTALS 17 A. Shop drawings: Layout of fences and gates with dimensions, details, and 18 finishes of components, accessories and post foundations 19 R Product data: Manufacturer's catalog cuts indicating material compliance and 20 specified options 21 C. Building Permit: All fences over 6 feet 22 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 23 1.7 CLOSEOUT SUBMITTALS [NOT USED] 24 1.8 MAINTENANCE MATERIAL SUBMIT'i'ALS [NOT USED] 25 1.9 QUALITY ASSURANCE [NOT USED] 26 1.1.0DELIVERY, STORAGE, AND HANDLING [NOT USED] 27 1.11EIELD [SITE] CONDITIONS [NOT USED) 28 1.1.2WARRANTY [PLOT USED] 29 PART 2 - PRODUCTS 30 2.1 OWNER -FURNISHED PRODUCTS [RIOT USED] 31 2.2 MATERIALS 32 A. General 33 1. Gate hinges and post caps shall be of steel, malleable iron, ductile iron or 34 equal. 35 2. Post tops may be of aluminum. 36 B. Slats: Redwood or cedar free from all major decay or defects which would 37 weaken or otherwise cause them to be unsuitable for fence slats. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 323129-3 WOOD FENCE AND GATES Page 3 of 5 1 C. Bottom and Top Rail: Minimum 2-inch x 4-inch x 8-foot cedar stud or match 2 existing, 3 D. Corner, Gate, End, or Line Posts 4 1. Wood Posts 5 a. Minimum size: 4-inch x 4-inch cedar wood post or match existing 6 b. Free from all decay, splits, multiple cracks, or any other defect which 7 would weaken the posts or otherwise cause them to be structurally 8 unsuitable for the purpose intended 9 2. Steel Posts 10 a. Steel pipe - Type I 11 1) ASTM F 1083 12 2) Standard weight schedule 40 13 3) Minimum yield strength: 30,000 psi 14 4) Sizes as indicated on Drawings 15 5) Hot -dipped galvanized with minimum average 1.8 Oz/ft2 of coated 16 surface area. 17 b. Steel pipe - Type II 18 1) ASTM F 1043, Group IC 19 2) Minimum yield strength: 50,000 psi 20 3) Sizes as indicated on Drawings 21 4) Protective coating per ASTM F 1043 22 5) External coating Type B 23 a) Zinc with organic overcoat 24 b) 0.9 Oz/ft2 minimum zinc coating with chromate conversion 25 coating and verifiable polymer film 26 6) Internal coating Type B 27 a) Minimum 0.9 oz/ftz zinc or Type D, zinc pigmented, 81 percent 28 nominal coating, minimum 3 mils 29 c. Formed steel ("C`) sections 30 1) Roll formed steel shapes complying with ASTM F 1043, Group II 31 2) Minimum yield strength: 45,000 psi (310 MPa) 32 3) Sizes as indicated on Drawings 33 4) External coating per ASTM F 1043, Type A 34 a) Minimum average 2.0 oz/ftz of zinc per ASTM A 123 35 d, Steel square sections 36 1) ASTM A 500, Grade B 37 2) Minimum yield strength: 40,000 psi 38 3) Sizes as indicated 39 4) Hot -dipped galvanized with minimum 1.8 oz/ftz of coated surface 40 area 4.1 3. Accessories 42 a. Post caps 43 1) Formed steel or cast malleable iron weather tight closure cap for 44 tubular posts. 45 2) Provide one cap for each post. 46 3) Cap to have provision for barbed wire when necessary. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 323129-4 WOOD FENCE AND GATES Pagc 4 of 5 1 4 "C" shaped line post without to rail or barbed wire supporting p p p arms 2 do not require post caps. 3 5) Where top rail is used, provide tops to permit passage of top rail. 4 4. Setting Materials 5 a. Concrete 6 1) Minimum 28 day compressive strength of 3,000 psi 7 2) Bagged concrete allowed. 8 2.3 ACCESSrRYES [NOT USED] 9 2.4 SOURCE QUALXTY CONTROL [NOT USED] 10 PART 3 - EXECUTION 11 3.1 INSTALLERS [NOT USED] 12 3.2 EXAMINATION 13 A. Verification of Conditions 14 1. Verify areas to receive fencing are completed to final grades and elevations. 15 2. Ensure property lines and legal boundaries of work are clearly established. 16 3.3 PREPARATION [NOT USED] 17 3.4 INSTALLATION 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 A. Wood Fence Framing 1. Steel Posts are required for all required screening fences. 2. Locate terminal post at each fence termination and change in horizontal or vertical direction of 30 degrees or more. 3. Space line posts uniformly at 10 feet on center. 4. Set all posts in concrete. a. Drill holes in firm, undisturbed or compacted soil. b. Drill hole diameter 4 times greater than outside dimension of post (minimum 12 inches). c. Set post bottom 24 inches below surface when in firm, undisturbed soil. d. Excavate deeper as required for adequate support in soft and loose soils, and for posts with heavy lateral loads. e. Place concrete around posts in a continuous pour. f. Trowel finish around post. Slope to direct water away from posts. 5. Check each post for vertical and top alignment, and maintain in position during placement and finishing operations. B. Slats 1. Place slats approximately 1 inch above the ground, and on a straight grade between posts by excavating high points of the ground. 2. Fasten slats to top and bottom railings with 2 galvanized screws designed for wood fence construction at both the top and bottom rail. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 323129-5 WOOD FENCE AND GATES Page 5 of 5 1 3.5 REPAIR/RESTORATION [NOT USED] 2 3.6 RE -INSTALLATION [NOT USED] 3 3.7 FIELD QUALITY CONTROL [NOT USED] 4 3.8 SYSTEM STARTUP [NOT USE®] 5 3.9 AD3USTING [NOT USED] 6 3.10CLEANING [NOT USE®] 7 3.11CLOSEOUT ACTXVITIES [NOS' USE®] 8 3.12PROTECT%ON [NOT USE®] 9 3,13MAINTEMANCE [N.OT USE®] 10 3.14ATTACH BENTS [NOT USED] 11 12 13 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson I.I.A. modified to describe when City would pay for fence replacement on utility projects CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 33 01 30 - 1 SEWER AND MANHOLE TESTING Page I of 1 SECTION 33 0130 2 SEWER AND MANHOLE TESTING 3 PART I - GENERAL 4 1.1 SUMMARY 5 A. Section Includes- 6 L Testing for sanitary sewer pipe and manholes prior to placing in service 7 a. Low Pressure Air Test and Deflection (Mandrel) Test 8 l) Excludes pipe with flow 9 2) Hydrostatic Testing is not allowed. 10 b. Vacuum Testing for sanitary sewer manholes 11 2. Before any newly constructed sanitary sewer pipe and manholes are placed into 12 service it shall be cleaned and tested. 13 3. Pipe testing will include low pressure air test and deflection (mandrel) test for 36- 14 inch pipe and smaller. 15 4. Hydrostatic testing is not allowed. 16 5. Manhole testing will include vacuum test. 17 B. Deviations from this City of Fort Worth Standard Specification 18 1. None. 19 C. Related Specification Sections include, but are not necessarily limited to: 20 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 21 Contract 22 2. Division I — General Requirements 23 3. Section 03 80 00 — Modifications to Existing Concrete Structures 24 4. Section 33 04 50 Cleaning of Sewer Mains 25 1.2 (PRICE AND PAYMENT PROCEDURES 26 A. Measurement and Payment 27 1, Pipe Testing 28 a. Measurement 29 1) This Item is considered subsidiary to the sanitary sewer main (pipe) 30 completed in place. 31 b. Payment 32 1) The work performed and the materials furnishing in accordance with this 33 Item are subsidiary to the unit price bid per Iinear foot of sanitary sewer 34 main (pipe) complete in place, and no other compensation will be allowed. 35 2. Manhole Testing 36 a. Measurement 37 1) Measurement for testing manholes shall be per each vacuum test. 38 b. Payment 39 1) The work performed and the materials furnished in accordance with this 40 Item shall be paid for at the unit price bid per each vacuum test completed. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 330130-2 SEWER AND MANIIOLE TESTING Page 2 of 5 1 c. The price bid shall include: 2 1) Mobilization 3 2) Plugs 4 3) Clean-up 5 1.3 REFERENCES [NOT USED] 6 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 7 1.5 SUBMITTALS 8 A. Submittals shall be in accordance with Section 0133 00. 9 B. All submittals shall be approved by the City prior to delivery. 10 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 11 1.7 CLOSEOUT SUBMITTALS 12 A. Test and Evaluation Reports 13 1. All test reports generated during testing (pass and fail) 14 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 15 1.9 QUALITY ASSURANCE 16 A. Certifications 17 1. Mandrel Equipment 18 a. if requested by City, provide Quality Assurance certification that the equipment 19 used has been designed and manufactured in accordance to the required 20 specifications. 21 1.10 DELIVER', STORAGE, AND HANDLING [NOT USED] 22 1.11 FIELD [SITE] CONDITIONS [NOT USED] 23 1.12 WARRANTY [NOT USED] 24 PART 2 - PRODUCTS [NOT USED] 25 PART 3 - EXECUTION 26 3.1 INSTALLERS [NOT USED] 27 3.2 EXAMINATION [NOT USED] 28 3.3 PREPARATION 29 A. Low Pressure Air `Pest (Pipe) 30 1. Clean the sewer main before testing, as outlined in Section 33 04 50. 31 2. Plug ends of all branches, laterals, tees, wyes, and stubs to be included in test. 32 B. Deflection (mandrel) test (Pipe) 33 1. Perform as last work item before final inspection. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 330130-3 SEWER AND MANHOLE TESTING Page 3 of 5 1 2. Clean the sewer main and inspect for offset and obstruction prior to testing. 2 3. Materials 3 a. Mandrel used for deflection test 4 1) Use of an uncertified mandrel or a mandrel altered or modified after 5 certification will invalidate the deflection test. 6 2) Mandrel requirements 7 a) Odd number of legs with 9 legs minimum 8 b) Effective length not less than its nominal diameter 9 c) Fabricated of rigid and nonadjustable steel 10 d) Fitted with pulling rings and each end 11 c) Stamped or engraved on some segment other than a runner indicating 12 the following: 13 (1) Pipe material specification 14 (2) Nominal size 15 (3) Mandrel outside diameter (OD) 16 f) Mandrel diameter must be 95 percent of inside diameter (ID) of pipe. 17 C. Vacuum test (Manhole) 18 1. Plug lifting holes and exterior joints. 19 2. Plug pipes and stubouts entering the manhole. 20 3. Secure stubouts, manhole boots, and pipe plugs to prevent movement while vacuum 21 is drawn. 22 4. Plug pipes with drop connections beyond drop. 23 5. Place test head inside the frame at the top of the manhole. 24 3.4 INSTALLATION 25 A. Low pressure air test (Pipe) 26 1. Install plug with inlet tap. 27 2. Connect air hose to inlet tap and a portable air control source. 28 3. After the stabilization period (3.5 psig minimum pressure) start the stop watch. 29 4. Determine time in seconds that is required for the internal air pressure to reach 2.5 30 psig. Minimum permissible pressure holding time per diameter per length of pipe 31 is computed from the following equation: 32 33 T = (0.0850*D*K) 34 Q 35 Where: 36 T = shortest time, seconds, allowed for air pressure to drop to 1.0 psig 37 K = 0.000419*D*L, but not less than 1.0 38 D = nominal pipe diameter, inches 39 L = length of pipe being tested (by pipe size), feet 40 Q = 0.00I 5, cubic feet per minute per square foot of internal surface 41 S. UNI-B-6, Table I provides required time for given lengths of pipe for sizes 4-inch 42 through 60-inch based on the equation above. 43 6. Stop test if no pressure loss has occurred during the first 25 percent of the 44 calculated testing time. 45 B. Deflection (mandrel) test (Pipe) CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 330130-4 SEWER AND MANIIOLE TESTING Page 4 or 5 1 1. For pipe 36 inches and smaller, the mandrel is pulled through the pipe by hand to 2 ensure that maximum allowable deflection is not exceeded. 3 2. Maximum percent deflection by pipe size is as follows: 4 Nominal Pipe Size Inches Percent Deflection Allowed 12 and smaller 5.0 IS through 30 4.0 Greater than 3 0 3.0 5 6 C. Vacuum test (Manhole) 7 1. Draw a vacuum of 10 inches of mercury and turn off the pump. 8 2. With the valve closed, read the level vacuum level after the required test time. 9 3. Minimum time required for vacuum drop of l inch of mercury is as follows: 10 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 i 1 ** For manholes over 18 feet deep, add "T" seconds as shown for each respective 12 diameter for each 2 feet of additional depth of manhole to the time shown for 18 foot 13 depth. (Example: A 30 foot deep, 4-foot diameter. Total test time would be 70 14 seconds. 40+6(5)=70 seconds) 15 16 4. Manhole vacuum levels observed to drop greater than I inch of mercury will have 17 failed the test. 18 3.5 REPAIR / RESTORATION [NOT USED] 19 3.6 RE -INSTALLATION [NOT USED] 20 3.7 FIELD QUALITY CONTROL, 21 A. Non -Conforming Work 22 1. Low pressure air test 23 a. Should the air test fail, find and repair leak(s) and retest. 24 2. Deflection (mandrel) test (Pipe) 25 a. Should the mandrel fail to pass, the pipe is considered overdeflected. 26 b. Uncover overdeflected pipe. Reinstall if not damaged. 27 c. If damaged, remove and replace. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 33 01 30 - 5 SEWER AND MANHOLE TESTING Page 5 of 5 1. 3. Vacuum test (Manhole) 2 a. Should the vacuum test fail, repair suspect area and retest. 3 1) External repairs required for leafs at pipe connection to manliole. 4 a) Shall be in accordance with Section 03 80 00. 5 2) Leaks within the manhole structure may be repaired internally or 6 externally. 7 3.8 SYSTEM STARTUP [NOT USED] 8 3.9 ADJUSTING [MOT USED] 9 3.10 CLEANING [NOT USED] 10 3.11 CLOSEOUT ACTYVITIES [NOT USED] 11 3.12 PROTECTION [NOT USED] 12 3.13 MAINTENANCE [NOT USED] 13 3.14 ATTACHMENTS [NOT USED] 14 IS 16 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 33 01 31 - 1 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION Page 1 of 5 1 SECTION 33 0131 2 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Requirements and procedures for Closed Circuit Television (CCTV) Inspection of 7 sanitary sewer or storm sewer mains 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 Bidding Requirements, Contract Forms, and Conditions of the 12 Contract 13 2. Division I — General Requirements 14 3. Section 33 03 10 --- Bypass Pumping of Existing Sewer Systems 15 4. Section 33 04 50 — Cleaning of Sewer Mains 16 1.2 PRICE AND PAYMENT PROCEDURES 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Pre -CCTV Inspection 1. Measurement a. Measurement for this Item will be by the linear foot of line televised for CCTV Inspection performed prior to any line modification or replacement determined from the distance recorded on the video tape log. 2. Payment a. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot for "Pre -CCTV Inspection". 1) Contractor will not be paid for unaccepted video. 3. The price bid shall include: a. Mobilization b. Cleaning c. Digital file B. Post -CCTV Inspection 1. Measurement a. Measurement for this Itein will be by the linear foot of line televised for CCTV Inspection performed following repair or instaIIation determined from the distance recorded on the video tape log. 2. Payment a. The work perfonmed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot for "Post -CCTV Inspection". 1) Contractor will not be paid for unaccepted video. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 3301 31 -2 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION Page 2 of 5 I 3. The price bid shall include: 2 a. Mobilization 3 b. Cleaning 4 c. Digital file 5 1.3 REFERENCES 6 A. Reference Standards 7 1. Reference standards cited in this Specification refer to the current reference 8 standard published at the time of the latest revision date logged at the end of this 9 Specification, unless a date is specifically cited. 10 2. City of Fort Worth Water Department I I a. City of Fort Worth Water Department CCTV Inspection and Defect Coding 12 Program (CCTV Manual). Contact Field Operations to obtain a copy of the 13 CCTV Manual. 14 1.4 ADMINISTRATIVE REQUIREMENTS 15 A. Coordination 16 1. Sanitary Sewer Lines 17 a. Meet with City of Fort Worth Water Department staff to confirm that the 18 appropriate equipment, software, standard templates, defect codes and defect 19 rankings are being used, if required. 20 2. Storm Sewer Lines 21 a. Meet with City of Fort Worth Transportation/Public Works Department staff to 22 confirm that the appropriate equipment, software, standard templates, defect 23 codes and defect rankings are being used, if required. 24 1.5 SUBMITTALS 25 A. Submittals shall be in accordance with Section 01 33 00. 26 B. All submittals shall be approved by the Engineer or the City prior to delivery. 27 1.6 INFORMATIONAL SUBMITTALS 28 A. Pre -CCTV submittals for sanitary sewer lines 24 inches and larger, if required 29 1. Project schedule 30 2. Listing of cleaning equipment and procedures 31 3. Listing of flow diversion procedures 32 4. Listing of CCTV equipment 33 5. listing of backup and standby equipment 34 6. Listing of safety precautions and traffic control measures 35 1.7 CLOSEOUT SUBMITTALS 36 A. Post -CCTV submittals 37 1. 2 copies of CCTV video results on DVD 38 2. 2 hard copies of Inspection Report CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 33 01 31 -3 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION Page 3 of 5 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 PANT 2 _ PRODUCTS [NOT USED] 7 PART 3 - EXECUTION 8 3.1 INSTALLERS [NOT USED] 9 3.2 EXAMINATION [NOT USED] 10 3.3 PREPARATION I 1 A. Sanitary Sewer Lines 12 1. CCTV Equipment 13 a. Use equipment specifically designed and constructed for sucli inspection. 14 b. Use equipment designed to operate in 100 percent humidity conditions. 15 c. Use equipment with a pan (+270 degrees), tilt, and rotates (360 degrees). 16 d. Use camera with an accurate footage counter that displays on the monitor the 17 distance of the camera (to the nearest 1/10 foot) froin the centerline of the 18 starting manhole. 19 e. Use camera with height adjustment so camera lens is always centered at 1/2 the 20 inside diameter, or higher, in the televised pipe. 21 f. Provide sufficient lighting to illuminate the entire periphery of the pipe. 22 g. Provide color video. 23 h. Use the Fort Worth Water Department standardized inspection and coding 24 program by I.T. software with pre -configured template. 25 1) See CCTV Manual. 26 2. Temporary Bypass Pumping — Conform to Section 33 03 10, 27 3. Cleaning — Conform to Section 33 04 50. 28 B. Storm Sewer Lines 29 1. Coordinate with City of Fort Worth Transportation/Public Works Department for 30 CCTV equipment and cleaning requirements. 31 3.4 INSPECTION (CCTV) 32 A. General 33 1. Begin inspection immediately after cleaning of the main. 34 2. Move camera through the line in either direction at a moderate rate, stopping when 35 necessary to permit proper documentation of the main's condition. 36 3. Do not move camera at a speed greater than 30 feet per minute. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 330131-4 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION Page 4 of 5 1 4. Use manual winches, power winches, TV cable, and power rewinds that do not 2 obstruct the camera view, allowing for proper evaluation. 3 5. During investigation stop camera at each defect along the main. 4 a. Record the nature, location and orientation of the defector infiltration location 5 as specified in the CCTV Manual. 6 6. Pan and tilt the camera to provide additional detail at: 7 a. Manholes 8 b. Service connections 9 c. Joints 10 d. Visible pipe defects such as cracks, broken or deformed pipe, holes, offset 11 joints, obstructions or debris 12 e. Infiltration/Inflow locations 13 f. Pipe material transitions 14 g. Other locations that do not appear to be typical for normal pipe conditions 15 7. Provide accurate distance measurement. 16 a. The meter device is to be accurate to the nearest 1/10 foot. 17 8. CCTV inspections are to be continuous. 18 a. Do not provide a single segment of main on more than 1 DVD. 19 B. Pre -Installation Inspection for Sewer Mains to be rehabilitated 20 1. Perform Pre -CCTV inspection immediately after cleaning of the main and before 21 rehabilitation work. 22 2. If, during inspection, the CCTV will not pass through the entire section of main due 23 to blockage or pipe defect, set up so the inspection can be performed from the 24 opposite manhole. 25 3. Provisions for repairing or replacing the impassable location are addressed in 26 Section 33 3120, Section 33 3121 and Section 33 3122. 27 C. Post -Installation Inspection 28 1. Complete manhole installation before inspection begins. 29 2. Prior to inserting the camera, flush and clean the main in accordance to Section 33 30 0450. 31 D. Documentation of CCTV Inspection 32 1. Sanitary Sewer Lines 33 a. Follow the CCTV Manual for the inspection video, data logging and reporting. 34 2. Storm Sewer Lines 35 a. Provided documentation for video, data logging, and reporting in accordance 36 with City of Fort Worth Transportation/PubIic Works Department 37 requirements. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 33 01 31 - 5 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION Page 5 of 5 1 3.5 REPAIR I RESTORATION [NOT USED] 2 3.6 RE -INSTALLATION [NOT USED] 3 3.7 FIELD [on] SITE QUALITY CONTROL [NOT USED] 4 3.8 SYSTEM STARTUP [NOT USED] 5 3.9 ADJUSTING [NOT USED] 6 3.10 CLEANING 7 A. See Section 33 04 50. 8 3.11 CLOSEOUT ACTIVITIES [NOT USED] 9 3.12 PROTECTION [NOT USED] 10 3.13 MAINTENANCE [NOT USED] 11 3.14 ATTACHMENTS [NOT USED] 12 13 14 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Jolmson Various— Added requirements for coordinatiort with T/PW for Storm Sewer CCTV CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 3303 10- 1 BYPASS PUMPING OF EXISTING SEWER SYSTEMS Page l of 5 I SECTION 33 03 10 2 BYPASS PUMPING OF EXISTING SEWER SYSTEMS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Bypass pumping of the existing sewer system, required on 18-inch and larger sewer 7 fines unless otherwise specified in the Contract Documents 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily Iimited to: I 1 1. Division 0 —Bidding Requirements, Contract Forms, and Conditions of the 12 Contract 13 2. Division I — General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES I5 A. Measurement and Payment 16 1. Measurement 17 a. Measurement for this Item will be by lump sum. 18 2. Payment 19 a. The worm performed and materials furnished in accordance with this Item will 20 be paid for at the lump sum price bid for `Bypass Pumping". 21 3. The price bid shall include: 22 a. Mobilization 23 b. Development of bypass plans 24 c. Transportation and storage 25 d. Setup 26 e. Confined space entry 27 f. Plugging 28 g. Pumping 29 h. Clean up 30 i. Manhole restoration 31 j. Surface restoration 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. Occupational Safety and Health Organization (OSHA). 38 1.4 ADMINISTRATIVE REQUIREMENTS 39 A. Coordination CITY OF FORT WORTI-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 330310-2 BYPASS PUMPING OF EXISTING SEWER SYSTEMS Page 2 of 5 1 1. Schedule meeting with City to review sewer shutdown prior to replacing or 2 rehabilitating any facilities. 3 2. City reserves the right to delay schedule due to weather conditions, or other 4 unexpected emergency within the sewer system. 5 3. Review bypass pumping arrangement or layout in the field with City prior to 6 beginning operations. Facilitate preliminary bypass pumping rum with City staff 7 present to affirm the operation is satisfactory to the City. 8 4. After replacement or rehabilitation of facilities, coordinate the reestablishment of 9 sewer flow with City staff. 10 5. Provide onsite continuous monitoring during all bypass pumping operations using 11 one of the following methods: 12 a. Personnel on site 13 b. Portable SCADA equipment 14 1.5 SUBMITTALS 15 A. Submittals shall be in accordance with Section 01 33 00. 16 B. All submittals shall be approved by the City prior to delivery. 17 1.6 ACTION SUBMITTALSANF®RMATI®NAL SUBMITTALS 18 A. For 18-inch and larger sewer lines, submit a detailed plan and description outlining all 19 provisions and precautions that will be taken with regard to the handling of sewer 20 flows. Subinit the plan to the City for approval a minimum of 7 days prior to 21 commencing work. Include the following details: 22 1. Schedule for installation and maintenance of the bypass puluping system 23 2. Staging areas for pumps 24 3. Pump sizes, capacity, number of each size, and power requirements 25 4. Calculations for static lift, friction Iosses, and velocity 26 5. Pump curves showing operating range and system head curves 27 6. Sewer plugging methods 28 7. Size, length, material, joint type, and method for installation of suction and 29 discharge piping 30 8. Method of noise control for each pump and/or generator, if required 31 9. Standby power generator size and location 32 10. Suction and discharge piping plan 33 11. Emergency action plan identifying the measures taken in the event of a pump 34 failure or sewer spill 35 12. Staffing plan for responding to alarm conditions identifying multiple contacts by 36 name and phone numbers (office, mobile) 37 13. A contingency plan to implement in the event the replacement or rehabilitation has 38 unexpected delays or problems CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 330310-3 BYPASS PUMPING OF EXISTING SEWER SYSTEMS Page 3 of 1 1.7 CLOSEOUT SUBMITTALS [NOT USED] 2 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 3 1.9 QUALITY ASSURANCE [NOT USED] 4 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 5 4.11 FIELD [SITE] CONDITIONS [NOT USED] 6 1.12 WARRANTY [NOT USED] 7 PART2- PRODUCTS 8 2.1 OWNER -FURNISHED [ORJ OWNER -SUPPLIED PRODUCTS [NOT USED 9 2.2 EQUIPMENT 10 A. Pumping 11 1. Provide equipment that will convey 100 percent of wet weather peals flow 12 conditions. I3 2. Provide fully automatic self -priming pumps. Foot -valves or vacuum pumps are not 14 permitted for priming the system. 15 3. Pumps must be constructed to allow dry running for periods of time to account for 16 the cyclical nature of sewer flow. I7 4. Provide 1 stand-by pump for each size to be maintained on site. Place backup 18 pumps on line, isolated from the primary system by valve. 19 5. If multiple pumps are required to meet the flow requirements, provide the necessary 20 fittings and connections to incorporate multiple discharges. 21 6. Noise levels of the pumping system must follow the requirements of the City noise 22 ordinance for gas wells. 23 B. Piping 24 1. Install pipes with joints which prevent the incident of flow spillage. 25 C. Plugs or Stop Logs 26 1. Plugs 27 a. Select a plug that is made for the size and potential pressure head that will be 28 experienced. 29 b. Provide an additional anchor, support or bracing to secure plug when back 30 pressure is present. 31 c. Use accurately calibrated air pressure gauges for monitoring the inflation 32 pressure. 33 d. Place inflation gauge at location outside of confined space area. Keep the 34 inflation gauge and valve a safe distance from the plugs. 35 c. Never over inflate the plug beyond its pressure rating. 36 2, Stop Logs 37 a. Use stop log devices designed for the manhole or sewer vault structure in use. 38 b. If applicable, obtain stop logs from City that may be used on specific structures. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 3303 10 - 4 BYPASS PUMPING OF EXISTING SEWER SYSTEMS Page 4 of 5 1 2.3 ACCESSORIES INOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS f NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION 7 A. Locate the bypass pipelines in area to minimize disturbance to existing utilities and 8 obtain approval of those locations from the City. 9 B. Make preparations to comply with OSHA requirements when working in the presence 10 of sewer gases, oxygen -deficient atmospheres and confined spaces. 11 C. Do not begin bypass preparation and operation until City approval of the submittals 12 requested per this Specification. 13 3.4 INSTALLATION 14 A. Install and operate pumping and piping equipment in accordance to the submittals 15 provided per this Specification. 16 B. Sewer flow stoppage 17 1. Plugging 18 a. Use confined space procedtu•es and equipment during installation when 19 necessary. 20 b. Thoroughly clears the pipe before insertion of the plug. 21 c. Insert the plug seal surface completely so it is fully supported by the pipe. 22 d. Position the plug where there are not sharp edges or protrusions that may 23 damage the plug. 24 e. Use pressure gauges for measuring inflation pressures. 25 f. Minimize upstream pressure head before deflating and removing. 26 C. Sewer flow control and monitoring 27 1. Take sufficient precautions to ensure sewer flow operations do not cause flooding 28 or damage to public or private property. The Contractor is responsible for any 29 damage resulting from bypass pumping operations. 30 2. Begin continual monitoring of the sewer system as soon as the sewer is plugged or 31 blocked. Be prepared to immediately start bypass pumping if needed due to 32 surcharge conditions. 33 3. Sewer discharge may be into another sewer manhole or appropriate vehicle or 34 container only. Do not discharge sewer into an open environment such as an open 35 channel or earthen holding facility. 36 4. Do not construct bypass facilities where vehicular traffic may travel over the 37 piping. 38 a. Provide details in the suction and discharge piping plan that accommodate both 39 the bypass facilities and traffic without disrupting either service. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 330310-5 BYPASS PUMPING OF EXISTING SEWER SYSTEMS Page 5 of 5 1 3.5 REPAIR / RESTORATION [NOT USED] 2 3.6 RE -INSTALLATION [NOT USED] 3 3.7 FIELD [oa] SITE QUALITY CONTROL 4 A. Field [OR] Site Tests and inspections 5 1. Perform leakage and pressure tests of the bypass pumping pipe and equipment 6 before actual operation begins. Have City staff on site during tests. 7 3.8 SYSTEM STARTUP [NOT USED] 8 3.9 ADJUSTING [NOT USED] 9 3.10 CLEANING [NOT USED] 10 3.11 CLOSEOUT ACTIVITIES I 1 A. Once plugging or blocking is no longer necessary, remove in such a way that permits 12 the sewer flow to slowly return to normal — preventing surge, surcharging and major 13 downstream disturbance. 14 3.12 PROTECTION [NOT USED] 15 3.13 MAINTENANCE [NOT USED] 16 3.14 ATTACHMENTS [NOT USED] 17 18 19 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.6— Clarified submittals required for 18" and larger lines CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 1 2 3 PANT1- GENERAL 4 1.1 SUMMARY SECTION 33 04 50 CLEANING OF SEWER MAINS 330450-1 CLEANING OF SEWER MAINS Page 1 of 5 5 A. General 6 1. Before any television inspection, any sewer main shall be cleaned to remove all 7 debris, solids, sand, grease, grit, etc. from the sewer and manholes. 8 B. Deviations from this City of Fart Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 12 Contract 13 2. Division 1 -- General Requirements 14 3. Section 33 0131 — Closed Circuit Television (CCTV) Inspection 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 1.7 T. Measurement 18 a. This Item is considered subsidiary to the sewer main being cleaned. 19 2, Payment 20 a. The work performed and the materials furnished in accordance with this Item 21 are subsidiary to the unit price bid per linear foot of sewer pipe complete in 22 place, and no other compensation will be allowed. 23 1.3 REFERENCES [NOT USED] 24 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 31 111 FIELD [SITE] CONDITIONS [NOT USED] 32 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICAITON DOCUMENTS Revised December 20, 2012 330450-2 CLEANING OF SEWER MAINS Page 2 of 5 1 PART 2 - PRODUCTS [NOT USED] 2 2.1 OWNER -FURNISHED loR] OWNER -SUPPLIED PRODUCTS �_P�W &V 9OR 4 A. Use only the type of cleaning material which will not create hazards to health or 5 property or affect treatment plant processes. 6 2.3 ACCESSORIES 7 2.4 SOURCE QUALITY CONTROL 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 ERECTION/INSTALLATION/APPLICATION [NOT USED] 13 3.5 REPAIR/RESTORATION [NOT USED] 14 3.6 RE -INSTALLATION [NOT USED] 15 3.7 FIELD loR] SITE QUALITY CONTROL [NOT USED] 16 3.8 SYSTEM STARTUP [NOT USED] 17 3.9 ADJUSTING [NOT USED] 18 3.10 CLEANING 19 A. General 20 1. All materials, equipment, and personnel necessary to complete the cleaning of the 21 sanitary sewer main and manholes must be present on the jobsite prior to isolating 22 the sewer manhole or line segment amid beginning the cleaning process. 23 2. Maintain clean work and surrounding premises within the work limits so as to 24 comply with Federal, State, and local environmental and anti -pollution laws, 25 ordinances, codes, and regulations when cleaning and disposing of waste materials, 26 debris, and rubbish. 27 3. Keep the work and surrounding premises within work limits free of accumulations 28 of dirt, dust, waste materials, debris, and rubbish. 29 4. Suitable containers for storage of waste materials, debris, and rubbish shall be 30 provided until time of disposal. 31 a. It is the sole responsibility of the Contractor to secure a licensed legal dump site 32 for the disposal of this material. 33 b. Under no circumstances shall sewage or solids removed from the main or 34 manhole be dumped onto streets or into ditches, catch basins, storm drains, or 35 sanitary sewers. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 330450-3 CLEANING OF SEWER MAINS Page 3 of 5 1 5. The cleaning process shall remove all grease, sand, silts, solids, rags, debris, etc. 2 from each sewer segment, including the manhole(s). 3 6. Selection of cleaning equipment and the method for cleaning shall be based on the 4 condition of the sanitary sewer mains at the time work commences and will be 5 subject to approval by the City. 6 7. All cleaning equipment and devices shall be operated by experienced personnel. 7 8. Satisfactory precautions shall be taken to protect the sanitary sewer mains and 8 manholes from damage that might be inflicted by the improper use of the cleaning 9 process or equipment. 10 9. Any damages done to a sewer main and/or structure by the Contractor shall be 11 repaired by the Contractor at no additional cost and to the satisfaction of the City. 12 10, Cleaning shall also include the manhole wall washing by high pressure water jet. 13 11. The Contractor may be required to demonstrate the performance capabilities of the 14 cleaning equipment proposed for use on the project. 15 a. If the results obtained by the proposed sanitary sewer cleaning equipment are 16 not satisfactory, the Contractor shall use different equipment and/or 17 attachments, as required, to meet City satisfaction. 18 b. More than 1 type of equipment/attachments may be required at a location. 19 12. When hydraulic or high velocity cleaning equipment is used, a suitable sand trap, 20 weir, darn, or suction shall be constructed in the downstream manhole in such a 21 manner that all the solids and debris are trapped for removal. 22 13. Whenever hydraulically -propelled cleaning tools which depend upon water 23 pressure to provide their cleaning force, or any tool which retard the flow of water 24 in the sanitary sewer lines are used, precautions shall be taken to insure that the 25 water pressure created does not cause any damage or flooding to public or private 26 property being served by the manhole section involved. 27 14. Any damage of property, as a result of flooding, shall be the liability and 28 responsibility of the Contractor. 29 15. The flow of wastewater present in the sanitary sewer main shall be utilized to 30 provide necessary fluid for hydraulic cleaning devices whenever possible. 31 16. When additional quantities of water from fire hydrants are necessary to avoid delay 32 in normal working procedures, the water shall be conserved and not used 33 unnecessarily. 34 a. No fire hydrant shall be obstructed or used when there is a fire in the area. 35 b. It is the responsibility of the Contractor to obtain the fire hydrant, water meter 36 and all related charges for the set -rip, including the water usage bills from 37 respective water purveyor agency. 38 c. All expenses shall be considered incidental to the cleaning of the existing 39 sanitary sewer mains. 40 B. Methods 41 1. Hydraulic Cleaning 42 a. Hydraulic -propelled devices which require a head of water to operate must 43 utilize a collapsible darn. 44 b. The dam must be easily collapsible to prevent damage to the sewer main, 45 property, etc. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 330450-4 CLEANING OF SEWER MAINS Page 4 of 5 1 c. When using hydraulically -propelled devices, precautions shall be taken to 2 insure that the water pressure created does not cause damage or flood public or 3 private property. 4 d. Do not increase the hydraulic gradient of the sanitary sewers beyond the 5 elevation that could cause overflow of sewage into area waterways or laterals. 6 e. The flow of wastewater present in the sanitary sewer main shall be utilized to 7 provide necessary fluid for hydraulic cleaning devices whenever possible. 8 2. High -Velocity Cleaning 9 a. Cleaning equipment that uses a high velocity water jet for removing debris shall 10 be capable of producing a miniinum volume of 50 gpm, with a pressure of 11 1,500 psi, for the sanitary sewer line and 3,500 psi for the (manhole) structure 12 at the pump. 13 1) Any variations to this pumping rate must be approved, in advance, by the 14 City. 15 2) To prevent damage to older sewer mains and property, a pressure less than 16 1500 psi can be used. 17 3) A working pressure gauge shall be used on the discharge of all high 18 pressure water pumps. 19 4) For sewers 18 inches and larger in diameter, in addition to conventional 20 nozzles, use a nozzle which directs the cleaning force to the bottom of the 21 pipe. 22 5) Operate the equipment so that the pressurized nozzle continues to move at 23 all times. 24 6) The pressurized nozzle shall be turned off or reduced anytime the hose is 25 on hold or delayed in order to prevent damage to the line. 26 3. Mechanical Cleaning 27 a. Mechanical cleaning, in addition to normal cleaning when required, shall be 28 with approved equipment and accessories driven by power winching devices. 29 b. Submit the equipment manufacturer's operational manual and guidelines to the 30 City, which shall be followed strictly unless modified by the City. 31 c. All equipment and devices shall be operated by experienced operators so that 32 they do not damage the pipe in the process of cleaning. 33 d. Buckets, scrapers, scooters, porcupines, kites, heavy duty brushes, and other 34 debris -removing equipment/accessories shall be used as appropriate and 35 necessary in the field, in conjunction with the approved power machines. 36 e. The use of cleaning devices such as rods, metal pigs, porcupines, root saws, 37 snakes, scooters, sewer bails, Kites, and other approved equipment, in 38 conjunction with hand winching device, and/or gas, electric rod propelled 39 devices, shall be considered normal cleaning equipment. 40 3.11 CLOSEOUT .ACTIVITIES [NOT USED 41 3.12 PROTECTION INOT USEDD] 42 3.13 MAINTENANCE [NOT USED] 43 3.14 ATTACHMENTS [NOT USED] 44 END OF SECTION 45 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 330450-5 CLEANING OF SEWER MAINS Page 5 of 5 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 3305 10- 1 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 1 of 19 1 SECTION 33 05 10 2 UTILITY TRENCH EXCAVATION, EMBEDMENT AND BACKFILL 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Excavation, Embedment and Backfill for: 7 a. Pressure Applications 8 1) Water Distribution or Transmission Main 9 2) Wastewater Force Main 10 3) Reclaimed Water Main 11 b. Gravity Applications 12 l) Wastewater Gravity Mains 13 2) Storm Sewer Pipe and Culverts I4 3) Storm Sewer Precast Box and Culverts 15 2. Including: 16 a. Excavation of all material encountered, including rock and unsuitable materials 17 b. Disposal of excess unsuitable material 18 c. Site specific trench safety 19 d. Pumping and dewatering 20 e. Embedment 21 f Concrete encasement for utility lines 22 g. Backfill 23 h. Compaction 24 B. Deviations from this City of Fort Worth Standard Specification 25 1. None. 26 C. Related Specification Sections include, but are not necessarily limited to: 27 1. Division 0 —Bidding Requirements, Contract Forms, and Conditions of the 28 Contract 29 2. Division I — General Requirements 30 3. Section 02 41 13 — Selective Site Demolition 31 4. Section 02 41 15 — Paving Removal 32 5. Section 02 41 14 — Utility Removal/Abandonment 33 6. Section 03 30 00 — Cast -in -place Concrete 34 7. Section 03 34 13 — Controlled Low Strength Material (CLSM) 35 8. Section 31 10 00 — Site Clearing 36 9. Section 3125 00 — Erosion and Sediment Control 37 10. Section 33 05 26 — Utility Markers/Locators 38 11. Section 34 71 13 --- Traffic Control 39 1.2 PRICE AND PAYMENT PROCEDURES 40 A. Measurement and Payment CITY OF PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19, 2013 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 330510-2 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 2 of 19 1. Trench Excavation, Embedment and Backfill associated with the installation of an underground utility or excavation a. Measurement 1) This Item is considered subsidiary to the installation of the utility pipe line as designated in the Drawings. b. Payment 1) The work performed and the materials furnished in accordance with this Item are considered subsidiary to the installation of the utility pipe for the type of embedment and backfill as indicated on the plans. No other compensation will be allowed. 2. Imported Embedment or Backfill a. Measurement 1) Measured by the cubic yard as delivered to the site and recorded by truck ticket provided to the City b. Payment 1) Imported fill shall only be paid when using materials for embedment and backfill other than those identified in the Drawings. The work performed and materials furnished in accordance with pre -bid item and measured as provided under "Measurement" will be paid for at the unit price bid per cubic yard of "Imported Embedment/Backfill" delivered to the Site for: a) Various embedment/backfill materials c. The price bid shall include: 1) Furnishing backfill or embedment as specified by this Specification 2) Hauling to the site 3) Placement and compaction of backfill or embedment 3. Concrete Encasement for Utility Lines a. Measurement 1) Measured by the cubic yard per plan quantity. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per cubic yard of "Concrete Encasement for Utility Lines" per plan quantity. c. The price bid shall include: 1) Furnishing, hauling, placing and finishing concrete in accordance with Section 03 30 00 2) Clean. -up 4. Ground Water Control a. Measurement 1) Measurement shall be lump sum when a ground water control plan is specifically required by the Contract Documents. b. Payment 1) Payment shall be per the lump sum price bid for "Ground Water Control" including: a) Submittals b) Additional Testing c) Ground water control system installation d) Ground water control system operations and maintenance e) Disposal of water CITY Or FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19, 2013 1 2 3 4 5 6 7 8 9 10 11 12 330510-3 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 3 of 19 f) Removal of ground water control system 5. Trench Safety a. Measurement 1) Measured per Iinear foot of excavation for all trenches that require trench safety in accordance with OSHA excavation safety standards (29 CFR Part 1926 Subpart P Safety and Health regulations for Construction) b. Payinent 1) The work performed and materials furnished in accordance with this Item and ]treasured as provided under "Measurement" will be paid for at the unit price bid per linear foot of excavation to comply with OSHA excavation safety standards (29 CPR Part 1926,650 Subpart P), including, but not limited to, all submittals, Iabor and equipment. 13 1.3 REFERENCES 14 15 16 17 18 19 20 21 A. Definitions 1. General — Definitions used in this section are in accordance with Terminologies ASTM F412 and ASTM D8 and Terminology ASTM D653, unless otherwise noted. 2. Definitions for trench width, backfill, embedment, initial backfill, pipe zone, haunching bedding, springline, pipe zone and foundation are defined as shown in the following schematic: - i; f3] 1 " L I IN171A�. BACOIL:_ >Cj .i SPItIN(,l I*. 5= Ls.i 3 iIAUNO-II ?C BEDDING FOUNDA 110N UNPAVED ARIAS LXCAVATED IKNCI1 WIPI-1 Li. L �C fll ..I G Li 0 11-4 Oil CLEADKE CITY OF TORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19, 2013 330510-4 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 4 of 19 1 3. Deleterious materials — Harmful materials such as clay luinps, 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 I . Reference standards cited in this Specification refer to the current reference 12 standard published at the time of the latest revision date logged at the end of this 13 Specification, unless a date is specifically cited. 14 2. ASTM Standards: 15 a. ASTM C33-08 Standard Specifications for Concrete Aggregates 16 b. ASTM C88-05 Soundness of Aggregate by Use of Sodium Sulfate or 17 Magnesium Sulfate 18 c. ASTM C136-01 Test Method for Sieve Analysis of Fine and Coarse Aggregate 19 d. ASTM D448-08 Standard Classification for Sizes of Aggregate for Road and 20 Bridge Construction. 21 c. ASTM C535-09 Standard Test Method for Resistance to Degradation of Large- 22 Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine 23 f. ASTM D588 — Standard Test method for Moisture -Density Relations of Soil- 24 Cement Mixture 25 g. ASTM D698-07 Test Method for Laboratory Compaction Characteristics of 26 Soil Using Stand Efforts (12,400 ft-lb/ft3 600 Kn-m/M3)). 27 h. ASTM 1556 Standard Test Methods for Density and Unit Weight of Soils in 28 Place by Sand Cone Method. 29 i. ASTM 2487 —10 Standard Classification of Soils for Engineering Purposes 30 (Unified Soil Classification ,System) 31 j. ASTM 2321-09 Underground Installation of Thermoplastic Pipe for Sewers 32 and Other Gravity -Flow Applications 33 k. ASTM D2922 — Standard Test Methods for Density of Soils and Soil 34 Aggregate in Place by Nuclear Methods (Shallow Depth) 35 1. ASTM 3017 - Standard Test Method for Water Content of Soil and Rock in 36 place by Nuclear Methods (Shallow Depth) 37 m. ASTM D4254 - Standard Test Method for Minimum Index Density and Unit 38 Weight of Soils and Calculations of Relative Density 39 3. OSHA 40 a. Occupational Safety and Health Administration CFR 29, Part 1926-Safety 41 Regulations for Construction, ,Subpart P - Excavations 42 1.4 ADMINISTRATIVE RE'QUIREMENTS 43 A. Coordination 44 1. Utility Company Notification 45 a. Notify area utility companies at least 48 hours in advance, excluding weekends 46 and holidays, before starting excavation. CITY OF PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19, 2013 330510-5 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 5 of 19 1 b. Request the location of buried lines and cables in the vicinity of the proposed 2 work. 3 B. Sequencing 4 1. Sequence work for each section of the pipe installed to complete the embedment 5 and backfill placement on the day the pipe foundation is complete. 6 2. Sequence work such that proctors are complete in accordance with ASTM D698 7 prior to commencement of construction activities. 8 1.5 SUBMITTALS 9 A. Submittals shall be in accordance with Section 01 33 00. 10 B. All submittals shall be approved by the City prior to construction. 11 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 12 A. Shop Drawings 13 1. Provide detailed drawings and explanation for ground water and surface water 14 controI, if required. 15 2. Trench Safety Plan in accordance with Occupational Safety and Health 16 Administration CFR 29, Part 1926-Safety Regulations for Construction, Subpart P - 17 Excavations 18 3. Stockpiled excavation and/or backfill material 19 a. Provide a description of the storage of the excavated material only if the 20 Contract Documents do not allow storage of materials in the right-of-way of the 21 casement. 22 1.7 CLOSEOUT SUBMITTALS [NOT USED] 23 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 24 1.9 QUALITY ASSURANCE [NOT USED] 25 1.10 DELIVERY, STORAGE, AND HANDLING 26 A. Storage 27 1. Within Existing Rights -of --Way (ROW) 28 a. Spoil, imported embedment and backfill materials may be stored within 29 existing ROW, easements or temporary construction easements, unless 30 specifically disallowed in the Contract Documents. 31 b. Do not block drainage ways, inlets or driveways. 32 c. Provide erosion control in accordance with Section 3125 00. 33 d. Store materials .only in areas barricaded as provided in the traffic control plans. 34 e. In non -paved areas, do not store material on the root zone of any trees or in 35 landscaped areas. 36 2. Designated Storage Areas 37 a. If the Contract Documents do not aIIow the storage of spoils, embedment or 38 backfill materials within the ROW, easement or temporary construction 39 easement, then secure and maintain an adequate storage location. 40 b. Provide an affidavit that rights have been secured to store the materials on 41 private property. 42 c. Provide erosion control in accordance with Section 3125 00. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19, 2013 3305I0-6 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACICFILL Page 6 of 19 1 d. Do not block drainage ways. 2 e. Only materials used for I working day will be allowed to be stored in the work 3 zone. 4 B. Deliveries and haul -off - Coordinate all deliveries and haul -off. 5 1.11 FIELD f SITE] CONDITIONS 6 A. Existing Conditions 7 1. Any data which has been or may be provided on Subsurface conditions is not 8 intended as a representation or warranty of accuracy or continuity between soils. It 9 is expressly understood that neither the City nor the Engineer will be responsible 10 for interpretations or conclusions drawn there from by the Contractor. 11 2. Data is made available for the convenience of the Contractor. 12 1.12 WARRANTY [NOT USED] 13 PART 2 - PRODUCTS 14 2.1 OWNER -FURNISHED [oRJ OWNER -SUPPLIED PRODUCTS 15 2.2 MATERIALS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 A. Materials 1. Utility Sand a. Granular and free flowing b. Generally meets or exceeds the limits on deleterious substances per Table 1 for fine aggregate according to ASTM C 33 c. Reasonably free of organic material d. Gradation: Sieve Size_ Percent Retained 1 inch 0 3/8 inch 0-10 #40 20-60 #100 95 2. Crushed Rock a. Durable crushed rock or recycled concrete b. Meets the gradation of ASTM D448 size numbers 56, 57 or 67 c. May be unwashed d. Free from significant silt clay or unsuitable materials e. Percentage of wear not more than 40 percent per ASTM C131 or C535 f. Not more than a 12 percent maximum loss when subjective to 5 cycles of sodium sulfate soundness per ASTM C88 3. Fine Crushed Rock a. Durable crushed rock b. Meets the gradation of ASTM D448 size numbers 8 or 89 c. May be unwashed d, Free from significant silt clay or unsuitable materials. e. Have a percentage of wear not more than 40 percent per ASTM C131 or C535 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19, 2013 330510-7 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND 13ACKPILL Page 7 of 19 1 f, Not more than a 12 percent maximum loss when subjective to 5 cycles of 2 sodium sulfate soundness per ASTM C88 3 4. Ballast Stone 4 a. Stone ranging from 3 inches to 6 inches in greatest dimension. 5 b. May be unwashed 6 c. Free from significant silt clay or unsuitable materials 7 d. Percentage of wear not more than 40 percent per ASTM C131 or C535 8 e. Not more than a 12 percent maximuln loss when subjected to 5 cycles of 9 sodium sulfate soundness per ASTM C88 10 5, Acceptable Backfill Material 11 a. In -situ or imported soils classified as CL, CH, SC or GC in accordance with 12 ASTM D2487 13 b. Free from deleterious materials, boulders over 6 inches in size and organics 14 c. Can be placed free from voids 15 d. Must have 20 percent passing the number 200 sieve 16 6. Blended Backfill Material 17 a. In -situ soils classified as SP, SM, GP or GM in accordance with ASTM D2487 18 b. Blended with in -situ or imported acceptable backfill material to meet the 19 requirements of an Acceptable Backfill Material 20 c. Free frorn deleterious materials, boulders over 6 inches in size and organics 21 d. Must have 20 percent passing the number 200 sieve 22 7. Unacceptable Backfill Material 23 a. Ili -situ soils classified as ML, MH, PT, OL or OH in accordance with ASTM 24 D2487 25 8. Select Fill 26 a. Classified as SC or CL in accordance with ASTM D2487 27 b. Liquid limitless than 35 28 c. Plasticity index between 8 and 20 29 9. Cement Stabilized Sand (CSS) 30 a. Sand 31 1) Shall be clean, durable sand meeting grading requirements for fine 32 aggregates of ASTM C33 and the following requirements: 33 a) Classified as SW, SP, or SM by the United Soil Classification System 34 of ASTM D2487 35 b) Deleterious materials 36 (1) Clay lumps, ASTM C142, less than 0.5 percent 37 (2) Lightweight pieces, ASTM C123, less than 5.0 percent 38 (3) Organic impurities, ASTM C40, color no darker than standard 39 color 40 (4) Plasticity index of 4 or less when tested in accordance with ASTM 41 D4318. 42 b. Minimum of 4 percent cement content of Type VII portland cement 43 c. Water 44 1) Potable water, free of soils, acids, alkalis, organic matter or other 45 deleterious substances, meeting requirements of ASTM C94 46 d. Mix in a stationary pug mill, weigh -batch or continuous mixing plant. 47 e. Strength CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19, 2013 33 05 10-8 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 9 of 19 1 1) 50 to 150 psi compressive strength at 2 days in accordance with ASTM 2 D1633, Method A 3 2) 200 to 250 psi compressive strength at 28 days in accordance with ASTM 4 D1633, Method A 5 3) The maximum compressive strength in 7 days shall be 400 psi. Backfill 6 that exceeds the maximum compressive strength shall be removed by the 7 Contractor for no additional compensation. 8 f Random samples of delivered product will be taken in the field at paint of 9 delivery for each day of placement in the work area. Specimens will be 10 prepared in accordance with ASTM D1632, 11 10. Controlled Low Strength Material (CLSM) 12 a. Conform to Section 03 34 13 13 11. Trench Geotextile Fabric 14 a. Soils other than ML or OH in accordance with ASTM D2487 15 1) Needle punch, nonwoven geotextile composed of polypropylene fibers 16 2) Fibers shall retain their relative position 17 3) Inert to biological degradation 18 4) Resist naturally occurring chemicals 19 5) UV Resistant 20 6) Miraf 140N by Tencate, or approved equal 21 b. Soils Classified as ML or OFI in accordance with ASTM D2487 22 1) High -tenacity monofilament polypropylene woven yarn 23 2) Percent open area of 8 percent to 10 percent 24 3) Fibers shall retain their relative position 25 4) Inert to biological degradation 26 5) Resist naturally occurring chemicals 27 6) UV Resistant 28 7) Miraf FW402 by Tencate, or approved equal 29 12. Concrete Encasement 30 a. Conform to Section 03 30 00. 31 2.3 ACCESSORIES [NOT USED] 32 2.4 SOURCE QUALITY CONTROL [NOT USED] 33 PART 3 - EXECUTION 34 3.1 INSTALLERS [NOT USED] 35 3.2 EXAMINATION 36 A. Verification of Conditions 37 1. Review all known, identified or marked utilities, whether public or private, prior to 38 excavation. 39 2. Locate and protect all known, identified and marked utilities or underground 40 facilities as excavation progresses. 41 3. Notify all utility owners within the project limits 48 hours prior to beginning 42 excavation. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19, 2013 3305 10--9 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 9of19 1 4. The information and data shown in the Drawings with respect to utilities is 2 approximate and based on record information or on physical appurtenances 3 observed within the project limits. 4 5. Coordinate with the Owner(s) of underground facilities. 5 6. Immediately notify any utility owner of damages to underground facilities resulting 6 from construction activities. 7 7. Repair any damages resulting from the construction activities. 8 B. Notify the City immediately of any changed condition that impacts excavation and - 9 installation of the proposed utility. 10 3.3 PREPARATION 11 A. Protection of In -Place Conditions 12 1. Pavement 13 a. Conduct activities in such a way that does not damage existing pavement that is 14 designated to remain. 15 1) Where desired to move equipment not licensed for operation on public 16 roads or across pavement, provide means to protect the pavement from all 17 damage. 18 b. Repair or replace any pavement damaged due to the negligence of the I9 contractor outside the limits designated for pavement removal at no additional 20 cost to the City. 21 2. Drainage 22 a. Maintain positive drainage during construction and re-establish drainage for all 23 swales and culverts affected by construction. 24 3, Trees 25 a. When operating outside of existing ROW, stake permanent and temporary 26 construction easements. 27 b. Restrict all construction activities to the designated easements and ROW. 28 c. Flag and protect all trees designated to remain in accordance with Section 31 10 29 00. 30 d. Conduct excavation, embedment and backfill in a manner such that there is no 31 damage to the tree canopy. 32 c. Prune or trim tree limbs as specifically allowed by the Drawings or as 33 specifically allowed by the City. 34 1) Pruning or trimming may only be accomplished with equipments 35 specifically designed for tree pruning or trimming. 36 f. Remove trees specifically designated to be removed in the Drawings in 37 accordance with Section 31 10 00. 38 4. Above ground Structures 39 a. Protect all above ground structures adjacent to the construction. 40 b. Remove above ground structures designated for removal in the Drawings in 41 accordance with Section 02 41 13 42 5. Traffic 43 a. Maintain existing traffic, except as modified by the traffic control plan, and in 44 accordance with Section 34 71 13. 45 b. Do not block access to driveways or alleys for extended periods of time unless: 46 1) Alternative access has been provided CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19, 2013 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 3305 10-10 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 10 of 19 2) Proper notification has been provided to the property owner or resident 3) It is specifically allowed in the traffic control plan c. Use traffic rated plates to maintain access until access is restored. 6. Traffic Signal — Poles, Mast Arms, Pull boxes, Detector loops a. Notify the City's Traffic Services Division a minimum of 48 hours prior to any excavation that could impact the operations of an existing traffic signal. b. Protect all traffic signal poles, mast arms, pull boxes, traffic cabinets, conduit and detector loops. c. Immediately notify the City's Traffic Services Division if any damage occurs to any component of the traffic signal due to the contractors activities. d. Repair any damage to the traffic signal poles, mast arms, pull boxes, traffic cabinets, conduit and detector loops as a result of the construction activities. 7. Fences a. Protect all fences designated to remain. b. Leave fence in the equal or better condition as prior to construction. 16 3.4 INSTALLATION 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 ?r7 A. Excavation 1. Excavate to a depth indicated on the Drawings. 2. Trench excavations are defined as unclassified. No additional payment shall be granted for rock or other in -situ materials encountered in the trench. 3. Excavate to a width sufficient for laying the pipe in accordance with the Drawings and bracing in accordance with the Excavation Safety Plan. . 4. The bottom of the excavation shall be firm and free from standing water. a. Notify the City immediately if the water and/or the in -situ soils do not provide for a firm trench bottom. b. The City will determine if any changes are required in the pipe foundation or bedding. 5. Unless otherwise permitted by the Drawings or by the City, the limits of the excavation shall not advance beyond the pipe placement so that the trench may be backfilled in the same day. 6. Over Excavation a. Fill over excavated areas with the specified bedding material as specified for the specific pipe to be installed. b. No additional payment will be made for over excavation or additional bedding material. 7. Unacceptable Backfill Materials a. In -situ soils classified as unacceptable backfill material shall be separated from acceptable backfill materials. b. If the unacceptable backfill material is to be blended in accordance with this Specification, then store material in a suitable location until the material is blended. c. Remove all unacceptable material from the project site that is not intended to be blended or modified. 8. Rock No additional compensation will be paid for rock excavation or other changed field conditions. B. ,Shoring, Sheeting and Bracing CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19, 2013 3305 10-11 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 1 i of 19 1 1. Engage a Licensed Professional Engineer in the State of Texas to design a site 2 specific excavation safety system in accordance with Federal and State 3 requirements. 4 2. Excavation protection systems shall be designed according to the space limitations 5 as indicated in the Drawings. 6 3. Furnish, put in place and maintain a trench safoty system in accordance with the 7 Excavation Safety Plan and required by Federal, State or local safety requirements. 8 4. If soil or water conditions are encountered that are not addressed by the current 9 Excavation Safety Plan, engage a Licensed Professional Engineer in the State of 10 Texas to modify the Excavation Safety Plan and provide a revised submittal to the 1 I City. 12 5. Do not allow sail, or water containing soil, to migrate tbrough the Excavation 13 Safety System in sufficient quantities to adversely affect the suitability of the 14 Excavation Protection System. Movable bracing, sboring plates or trench boxes 15 used to support the sides of the trench excavation shall not: 16 a. Disturb the embedment located in the pipe zone or lower 17 b. Alter the pipe's line and grade after the Excavation Protection System is 18 removed I9 c. Compromise the compaction of the embedment. located below the spring line of 20 the pipe and in the haunebing 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 C. Water Control 1. Surface Water a. Furnish all materials and equipment and perform all incidental work required to direct surface water away from the excavation. 2. Ground Water a. Furnish all materials and equipment to dewater ground water by a method which preserves the undisturbed state of the subgrade soils. b. Do not allow the pipe to be submerged within 24 hours after placement. c. Do not allow water to flow over concrete until it has sufficiently cured. d. Engage a Licensed Engineer in the State of Texas to prepare a Ground Water Control Plan if any of the following conditions are encountered: 1) A Ground Water Control Plan is specifically required by the Contract Documents 2) If in the sole judgment of the City, ground water is so severe that an Engineered Ground Water Control Plan is required to protect the trench or the installation of the pipe which may include: a) Ground water levels in the trench are unable to be maintained below the top of the bedding b) A iron trench bottom cannot be maintained due to ground water c) Ground water entering the excavation undermines the stability of the excavation. d) Ground water entering the excavation is transporting unacceptable quantities of soils through the Excavation Safety System. e. In the event that there is no bid item for a Ground Water Control and the City requires an Engineered Ground Water Control Plan due to conditions discovered at the site, the contractor will be eligible to submit a change order. f. Control of ground water shall be considered subsidiary to the excavation when: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19, 2013 3305 10 - 12 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 12 of 19 1 1) No Ground Water Control Plan is specifically identified and required in the 2 Contract Documents 3 g. Ground Water Control Plan installation, operation and maintenance 4 1) Furnish all materials and equipment necessary to implement, operate and 5 maintain the Ground Water Control Plan. 6 2) Once the excavation is complete, remove all ground water control 7 equipment not called to be incorporated into the work. 8 h. Water Disposal 9 1) Dispose of ground water in accordance with City policy or Ordinance. 10 2) Do not discharge ground water onto or across private property without 11 written permission. 12 3) Permission from the City is required prior to disposal into the Sanitary 13 Sewer. 14 4) Disposal shall not violate any Federal, State or local regulations. 15 D. Embedment and Pipe PIacement 16 1. Water Lines less than, or equal to, 12 inches in diameter: 17 a. The entire embedment zone shall be of uniform material. 18 b. Utility sand shall be generally used for embedment. 19 c. If ground water is in sufficient quantity to cause sand to pump, then use 20 crushed rock as embedment. 21 1) If crushed rock is not specifically identified in the Contract Documents, 22 then crushed rock shall be paid by the pre -bid unit price. 23 d. Place evenly spread bedding material on a firm trench bottom. 24 e. Provide firm, uniform bedding. 25 f. Place pipe on the bedding in accordance with the alignment of the Drawings. 26 g. In no case shall the top of the pipe be less than 42 inches from the surface of the 27 proposed grade, Unless specifically called for in the Drawings. 28 h. Place embedment, including initial backfill, to a minimum of 6 inches, but not 29 more than 12 inches, above the pipe. 30 i. Where gate valves are present, the initial bacITIll shall extend to 6 inches above 31 the elevation of the valve nut. 32 j. Form all blocking against undisturbed trench wall to the dimensions in the 33 Drawings. 34 k. Compact embedment and initial backfill. 35 1. Place marker tape on top of the initial trench backfill in accordance with 36 Section 33 O5 26. 37 2. Water Lines 16-inches through 24-inches in diameter: 38 a. The entire embedment zone shall be of uniforin material. 39 b. Utility sand may be used for embedment when the excavated trench depth is 40 less than 15 feet deep. 41 c. Crushed rock or fine crushed rock shall be used for embedment for excavated 42 trench depths 15 feet, or greater. 43 d. Crushed rock shall be used for embedment for steel pipe. 44 e. Provide trench geotextile fabric at any location where crushed rock or fine 45 crushed rock come into contact with utility sand 46 f Place evenly spread bedding material on a firm trench bottom. 47 g. Provide firm, uniform bedding. 48 1) Additional bedding may be required if ground water is present in the 49 trench. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19, 2013 330510-13 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 13 of 19 1 2) If additional crushed rock is required not specifically identified in the 2 Contract Documents, then crushed rock shall be paid by the pre -bid unit 3 price. 4 h. .Place pipe on the bedding according to the aligin-nent shown on the Drawings. 5 i. The pipe line shall be within: 6 1) =3 inches of the elevation on the Drawings for 16-inch and 24-inch water 7 lines 8 j. Place and compact embedment material to adequately support haunches in 9 accordance with the pipe manufacturer's recommendations. 10 k. Place remaining embedment including initial backfill to a minimum of 6 inches, 11 but not more than 12 inches, above the pipe. 12 1. Where gate valves are present, the initial backfill shall extend to up to the valve 13 nut. 14 in. Compact the embedment and initial backfill to 95 percent Standard Proctor 15 ASTM D 698. 16 n. Density test may be performed by City to verify that the compaction of 17 embedment meets requirements. 18 o. Place trench geotextile fabric on top of the initial backfill. 19 p. Place marker tape on top of the trench geotextile fabric in accordance with 20 Section 33 05 26. 21 3. Water Lines 30-inches and greater in diameter 22 a. The entire embedment zone shall be of uniform. material. 23 b. Crushed rock shall be used for embedment. 24 c. Provide trench geotextile fabric at any location where crushed rock or fine 25 crushed rock come into contact with utility sand. 26 d. Place evenly spread bedding material on a firm trench bottom. 27 e. Provide firm, uniform bedding. 28 1) Additional bedding may be required if ground water is present in the 29 trench. 30 2) If additional crushed rock is required which is not specifically identified in 31 the Contract Documents, then crushed rock shall be paid by the pre -bid unit 32 price. 33 f. Place pipe on the bedding according; to the alignment shown on the Drawings. 34 g. The pipe line shall be within: 35 1) d-1 inch of the elevation on the Drawings for 30-inch and larger water lines 36 h. Place and compact embedment material to adequately support haunches in 37 accordance with the pipe manufacturer's recommendations. 38 i. For steel pipe greater than 30 inches in diameter, the initial embedment Iift shall 39 not exceed the spring line prior to compaction. 40 j. Place remaining embedment, including initial backfill, to a minimum of 6 41 inches, but not more than 12 inches, above the pipe. 42 k. Where gate valves are present, the initial backfill shall extend to up to the valve 43 nut. 44 1. Compact the embedment and initial backfill to 95 percent Standard Proctor 45 ASTM D 698. 46 m. Density test may be perforrncd by City to verify that the compaction of 47 embedment meets requirements. 48 n. Place trench geotextile fabric on top of the initial backfill. 49 o. Place marker tape on top of the trench geotextile fabric in accordance with 50 Section 33 05 26. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19, 2013 3305IC-14 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 14 of 19 1 4. Sanitary Sewer Lines and Storm Sewer Lines (HDPE) 2 a. The entire embedment zone shall be of uniform material. 3 b. Crushed rock shall be used for embedment. 4 c. Place evenly spread bedding material on a firm trench bottom. 5 d. Spread bedding so that lines and grades are maintained and that there are no 6 sags in the sanitary sewer pipe line. 7 e. Provide firm, uniform bedding. 8 1) Additional bedding may be required if ground water is present in the 9 trench. 10 2) If additional crushed rock is required which is not specifically identified in 1 I the Contract Documents, then crushed rock shall be paid by the pre -bid unit 12 price. 13 f. Place pipe on the bedding according to the alignment shown in the Drawings. 14 g. The pipe line shall be within +0.1 inches of the elevation, and be consistent 15 with the grade shown on the Drawings. 16 h. Place and compact embedment material to adequately support haunches in 17 accordance with the pipe manufacturer's recommendations. 18 i. For sewer lines greater than 30 inches in diameter, the embedment lift shall not 19 exceed the spring Iine prior to compaction. 20 j. Place remaining embedment including initial backfill to a minimum of 6 inches, 21 but not more than 12 inches, above the pipe. 22 k. Compact the embedment and initial backfill to 95 percent Standard Proctor 23 ASTM D 698. 24 1. Density test may be performed by City to verify that the compaction of 25 embedment meets requirements. 26 m. Place trench geotextile fabric on top of the initial backfill. 27 n. Place marker tape on top of the trench geotextile fabric in accordance with 28 Section 33 05 26. 29 5. Storm Sewer (RCP) 30 a. The bedding and the pipe zone up to the spring line shall be of uniform 31 material. 32 b. Crushed rock shall be used for embedment up to the spring line. 33 c. The specified backfill material may be used above the spring line. 34 d. Place evenly spread bedding material on a firm trench bottom. 35 e. Spread bedding so that lines and grades are maintained and that there are no 36 sags in the storm sewer pipe line. 37 f. Provide firm, uniform bedding. 38 1) Additional bedding may be required if ground water is present in the 39 trench. 40 2) If additional crushed rock is required which is not specifically identified in 41 the Contract Doc-uments, then crushed rock shall be paid by the pre -bid unit 42 price. 43 g. Place pipe on the bedding according to the alignment of the Drawings. 44 h. The pipe line shall be within ±0.1 inches of the elevation, and be consistent 45 with the grade, shown on the Drawings. 46 i. Place embedment material up to the spring line. 47 1) Place embedment to ensure that adequate support is obtained in the haunch. 48 j. Compact the embedment and initial backfill to 95 percent Standard Proctor 49 ASTM D 698. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19, 2013 330510-I5 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 15 of 19 1 k. Density test may be performed by City to verify that the compaction of 2 embedment meets requirements. 3 1. Place trench geotextile fabric on top of pipe and crushed rock. 4 6. Storer Sewer Reinforced Concrete Box 5 a. Crushed rock shall be used for bedding. 6 b. The pipe zone and the initial backfill shall be: 7 1) Crushed rock, or 8 2) Acceptable backfill material compacted to 95 percent Standard Proctor 9 density 10 c. Place evenly spread compacted bedding material on a firrn trench bottom. 11 d. Spread bedding so that lines and grades are maintained and that there are no 12 sags in the stolen sewer pipe lime. 13 c. Provide finn, uniform bedding. 14 1) Additional bedding may be required if ground water is present in the 15 trench. 16 2) If additional crushed rock is required which is not specifically identified in 17 the Contract Documents, then crushed rock shall be paid by the pre -bid unit 18 price. 19 f. Fill the annular space between multiple boxes with crushed rock, CLSM 20 according to 03 34 13. 21 g. Place pipe on the bedding according to the aligmment of the Drawings. 22 h. The pipe shall be within :L0.1 inches of the elevation, and be consistent with the 23 grade, shown on the Drawings. 24 i. Compact the embedment initial backfill to 95 percent Standard Proctor ASTM 25 D698. 26 7. Water Services (Less than 2 Inches in Diameter) 27 a. The entire embedment zone shall be of uniforin material. 28 b. Utility sand shall be generally used for embedment. 29 c. .Place evenly spread bedding material on a firin trench bottom. 30 d. Provide firm, uniform bedding. 31 e. Place pipe on the bedding according to the alignment of the Plans. 32 f. Compact the initial backfill to 95 percent Standard Proctor ASTM D698. 33 8. Sanitary Sewer Services 34 a. The entire embedment zone shall be of uniform material. 35 b. Crushed rock shall be used for embedment. 36 c. Place evenly spread bedding material on a firm trench bottom. 37 d. Spread bedding so that lines and grades are maintained and that there are no 38 sags in the sanitary sewer pipe line. 39 e. Provide firm, uniform bedding. 40 1) Additional bedding may be required if ground water is present in the 41 trench. 42 2) If additional crushed rock is required which is not specifically identified in 43 the Contract Documents, then crushed rock shall be paid by the pre -bid unit 44 price. 45 f. Place pipe on the bedding according to the alignment of the Drawings. 46 g. Place remaining embedment, including initial backfill, to a minimum of 6 47 inches, but not more than 12 inches, above the pipe. 48 h. Compact the initial backfill to 95 percent Standard Proctor ASTM D698. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19, 2013 3305 10 -16 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 16 of 19 1 i. Density test may be required to verify that the compaction meets the density 2 requirements. 3 B. Trench Backfill 4 1. At a minimum, place backfill in such a manner that the required in -place density 5 and moisture content is obtained, and so that there will be no damage to the surface, 6 pavement or structures due to any trench settlement or trench movement. 7 a. Meeting the requirement herein does not relieve the responsibility to damages 8 associated with the Work. 9 2. Backfill Material 10 a. Final backfill depth less than 15 feet ll 1) Backfill with: 12 a) Acceptable backfill material 13 b) Blended backfill material, or 14 c) Select backfill material, CSS, or CLSM when specifically required 15 b. Final backfill depth 15 feet or greater: (under pavement or future pavement) 16 1) Backfill depth from 0 tol5 feet deep 17 a) Backfill with: 18 (1) Acceptable backfill material 19 (2) Blended backfill material, or 20 (3) Select backfill material, CSS, or CLSM when specifically required 21 2) Backfill depth from 15 feet and greater 22 a) Backfill with: 23 (1) Select Pill 24 (2) CSS, or 25 (3) CLSM when specifically required 26 c. Final backfill depth 15 feet or greater: not under pavement or future pavement) 27 1) Backfill with: 28 a) Acceptable backfill material, or 29 b) Blended backfill material 30 d. Backfill for service lines: 31 1) Backfill for water or sewer service lines shall be the same as the 32 requirement of the main that the service is connected to. 33 1 Required Compaction and Density 34 a. Final backfill (depths less than 15 feet) 35 1) Compact acceptable backfill material, blended backfill material or select 36 backfill to a minimum of 95 percent Standard Proctor per ASTM D698 at 37 moisture content within -2 to +5 percent of the optimum moisture. 38 2) CSS or CLSM requires no compaction. 39 b. Final backfill (depths 15 feet and greater/under existing or future pavement) 40 1) Compact select backfill to a minimum of 98 percent Standard Proctor per 41 ASTM D 698 at moisture content within -2 to +5 percent of the optimum 42 moisture. 43 2) CSS or CLSM requires no compaction. 44 c. Final backfill (depths 15 feet and greater/not under existing or future pavement) 45 1) Compact acceptable backfill material blended backfill material, or select 46 backfill to a minimum of 95 percent Standard Proctor per ASTM D 698 at 47 moisture content within -2 to +5 percent of the optimum moisture. 48 4. Saturated Soils CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised .Tune 19, 2013 3305 10 - 17 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 17 of 19 1 a. If in -situ soils consistently demonstrate that they are greater than 5 percent over 2 optimum moisture content, the soils are considered saturated. 3 b. Flooding the trench or water jetting is strictly prohibited. 4 c. If saturated soils are identified in the Drawings or Geotechnical Report in the 5 Appendix, Contractor shall proceed with Work following all backfill 6 procedures outlined in the Drawings for areas of soil saturation greater than 5 7 percent. 8 d. If saturated soils are encountered during Work but not identified in Drawings or 9 Geotechnical Report in the Appendix: 10 1) The Contractor shall: 11 a) Immediately notify the City. 12 b) Submit a Contract Claim for Extra Work associated with direction from 13 City. 14 2) The City shall: 15 a) Investigate soils and determine if Work can proceed in the identified 16 location. 17 b) Direct the Contractor of changed backfill procedures associated with 18 the saturated soils that may include: 19 (1) Imported backfill 20 (2) A site specific backfill design 21 5. Placement ofBackfill 22 a. Use only compaction equipment specifically designed for compaction of a 23 particular soil type and within the space and depth limitation experienced in the 24 trench. 25 b. Flooding the trench or water setting is strictly prohibited. 26 c. Place in loose lifts not to exceed 12 inches. 27 d. Compact to specified densities. 28 e. Compact only on top of initial backfill, undisturbed trench or previously 29 compacted backfill. 30 f. Remove any loose materials due to the movement of any trench box or shoring 31 or due to sloughing of the trench wall. 32 g. Install appropriate tracking balls for water and sanitary sewer trenches in 33 accordance with Section 33 05 26. 34 6. Backfill Means and Methods Demonstration 35 a. Notify the City in writing with sufficient time for the City to obtain samples 36 and perform standard proctor test in accordance with ASTM D698. 37 b. The results of the standard proctor test must be received prior to beginning 38 excavation. 39 c. Upon commencing of backfill placement for the project the Contractor shall 40 demonstrate means and methods to obtain the required densities. 41 d. Demonstrate Means and Methods for compaction including: 42 1) Depth of lifts for backfill which shall not exceed 12 inches 43 2) Method of moisture control for excessively dry or wct backfill 44 3) Placement and moving trench box, if used 45 4) Compaction techniques in an open trench 46 5) Compaction techniques around structure 47 e. Provide a testing trench box to provide access to the recently backfilled 48 material. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19, 2013 3305 10-18 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 18 of 19 1 f. The City will provide a qualified testing lab full time during this period to 2 randomly test density and moisture continent. 3 1) The testing lab will provide results as available on the job site. 4 7. Varying Ground Conditions 5 a. Notify the City of varying ground conditions and the need for additional 6 proctors. 7 b. Request additional proctors when soil conditions change. 8 c. The City may acquire additional proctors at its discretion. 9 d. Significant changes in soil conditions will require an additional Means and 10 Methods demonstration. 11 3.5 REPAIR jNOT USED] 12 3.6 RE -INSTALLATION [NOT USED] 13 3.7 FIELD QUALITY CONTROL 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 A. Field Tests and Inspections 1. Proctors a. The City will perform Proctors in accordance with ASTM D698. b. Test results will generally be available to within 4 calendar days and distributed to: 1) Contractor 2) City Project Manager 3) City Inspector 4) Engineer c. Notify the City if the characteristic of the soil changes. d. City will perform new proctors for varying soils: 1) When indicated in the geotechnical investigation in the Appendix 2) If notified by the Contractor 3) At the convenience of the City e. Trenches where different soil types are present at different depths, the proctors shall be based on the mixture of those soils. 2. Density Testing of Backfill a. Density Tests shall be in conformance with ASTM D2922. b. Provide a testing trench protection for trench depths in excess of 5 feet. c. Place, move and remove testing trench protection as necessary to facilitate all test conducted by the City. d. For final Backfill depths less than 15 feet and trenches of any depth not under existing or future pavement: 1) The City will perform density testing twice per working day when backfilling operations are being conducted. 2) The testing lab shall take a minimum of 3 density tests of the current lift in the available trench. e. For final backfill depths 15 feet and greater deep and under existing or future pavement: 1) The City will perform density testing twice per working day when backfilling operations are being conducted. 2) The testing lab shall take a minimum of 3 density tests of the current lift in the available trench. 3) The testing lab will remain onsite sufficient time to test 2 additional lifts. CITY OF FORT WORTII STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19, 2013 3305 10 - 19 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 19 of 19 1 £ Make the excavation available for testing. 2 g. The City will detennine the Iocation of the test. 3 h. The City testing lab will provide results to Contractor and the City's Inspector 4 upon completion of the testing. 5 i. A formal report will be posted to the City's Buzzsaw site within 48 hours. 6 j. Test reports shall include: 7 1) Location of test by station number 8 2) Time and date of test 9 3) Depth of testing 10 4) Field moisture 11 5) DIy density 12 6) Proctor identifier 13 7) Percent Proctor Density 14 3. Density of Embedment 15 a. Storin sewer boxes that are embedded with acceptable backfill material, 16 blended backfill material, cement modified backfill material or select material 17 will follow the same testing procedure as backfill. 18 b. The City may test fine crushed rock or crushed rock embedment in accordance 19 with ASTM D2922 or ASTM 1556. 20 B. Non -Conforming Work 21 1. All non -conforming work shall be removed and replaced. 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 30 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1.2 — Added Item for Concrete Encasement for Utility Lines Various Sections -- Revised Depths to Include 15' and greater 12/20/2012 D. Johnson 3.3.A — Additional notes for pavement protection and positive drainage. 3.4.E.2 — Added requirements for backfill of service lines. 3.4.E.5 — Added language prohibiting flooding of trench 1.2.A.3 — Clarified measurement and payment for concrete encasement as per plan 6/18/2013 D.Johnson quantity 2.2.A — Added language for concrete encasement CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19, 2013 3305 13 - 1 FRAME, COVER, AND GRADE RINGS Page 1 of 5 I SECTION 33 0513 2 FRAME, COVER, AND GRADE RINGS 3 PAIIT 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Frame, cover and grade rings used as access ports into water, sanitary sewer and 7 storm drain structures such manholes or vaults 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 12 Contract 13 2. Division I General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Measurement 17 a. This Item is considered subsidiary to the structure containing the frame, cover 18 and grade rings. 19 2. Payment 20 a. The work performed and the materials furnished in accordance with this Item 21 are subsidiary to the unit price bid per each structure complete in place, and no 22 other compensation will be allowed. 23 1.3 REFERENCES 24 A. 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. ASTM International (ASTM) 29 a. ASTM A48 — Standard Specification for Gray Iron Castings 30 b. ASTM A536 -Standard Specification for Ductile Iron Castings 31 c. ASTM C478 - Specification for Precast Reinforced Concrete Manhole Sections 32 3. American Association of State Highways and Transportation Officials (AASHTO) 33 a. AASHTO M306 — Standard Specification for Drainage, Sewer, Utility and 34 Related Castings 35 1.4 ADMINISTRATIVE REQUIREMENTS rNOT USED] 36 1.5 SUBMITTALS 37 A. Submittals shall be in accordance with Section 0133 00. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 330513-2 FRAME, COVER, AND GRADE RINGS Page 2 of 5 1 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 2 specials. 3 1.6 ACTION SUBMITTALSANFORIVIATIONAL SUBMITTALS 4 A. Product Data 5 1. All castings shall be cast with: 6 a. Approved foundry's name 7 b. Part number 8 c. Country of of igin 9 2. Provide manufacturer's: 10 a. Specifications 11 b. Load tables 12 c. Dimension diagrams 13 d. Anchor details 14 c. Installation instructions 15 B. Certificates 16 1. Manufacturer shall certify that all castings conform to the ASTM and AASHTO 17 designations. 18 1.7 CLOSEOUT SUBMITTALS [NOT USED] 19 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 20 1.9 QUALITY ASSURANCE [NOT USED] 21 1.10 DELIVER', STORAGE, AND HANDLING [NOT USED] 22 1.11 FIELD [SITE] CONDITIONS [NOT USED] 23 1.12 WARRANTY [NOT USED] 24 PART 2 - PRODUCTS 25 2.1 OWNER -FURNISHED [oiz] OWNER -SUPPLIED PRODUCTS [NOT USED] 26 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS 27 A. Manufacturers 28 1. Only the manufacturers as listed on the City's Standard Products List will be 29 considered as shown in Section 01 60 00. 30 a. The manufacturer must comply with this Specification and related Sections. 31 2. Any product that is not listed on the Standard Products List is considered a 32 substitution and shall be submitted in accordance with Section 0125 00. 33 B. Castings 34 1. Use castings for frames that conform to ASTM A48, Class 35B or better. 35 2. Use castings for covers that conform to ASTM A536, Grade 65-45-12 or better. 36 3. Use clean casting capable of withstanding application of AASHTO HS-20 vehicle 37 loading with permanent deformation. 38 4. Covers CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 330513-3 FRAME, COVER, AND GRADE RINGS Page 3 of 5 1 a. Size to set flush with the fraine with no larger than a 1/8 inch gap between the 2 fraine and cover 3 b. Provide with 2 inch wide pick slots in lieu of pick holes. 4 c. Provide gasket in fralne and cover. 5 d. Standard Dimensions 6 1) Sanitary Sewer 7 a) Provide a clear opening of 30 inches for all sanitary sewer frames and 8 cover assemblies unless otherwise specified in the Contract Documents. 9 2) Storm Drain 10 a) , Provide a clear opening of 19 3/4 inches for all storm drain frames, inlets 11 and cover assemblies unless otherwise specified in the Contract 12 Documents. 13 b) Provide a minimum clear opening of 22 1/2 inches for all storm sewer 14 manholes and junction structures. 15 e. Standard Labels 16 1) Water 17 a) Cast lid with the word "WATER" in 2-inch letters across the lid. 18 2) Sanitary Sewer 19 a) Cast Iid with the word "SANITARY SEWER" in 2-inch letters across 20 the lid. 21 3) Storm Drain 22 a) Cast lid with the word "STORM DRAIN" in 2-Inch letters across the 23 lid. 24 £ Hinge Covers 25 1) Provide water tight gasket on all hinged covers. 26 2) Water 27 a) Provide hinged covers for all water structures. 28 3) Sanitary Sewer 29 a) Provide hinged covers for all manholes or structures constructed over 30 24-inch sewer lines and larger and for manholes where rim elevations 31 are greater than 12 inches above the surface. 32 C. Grade Rings 33 1. Provide grade rings in sizes from 2-inch up to 8-inch. 34 2. Use concrete in traffic Ioading areas. 35 3. In non -traffic areas concrete or HDPE can be used. 36 D. Joint Sealant 37 1. Provide a pre -farmed or trowelable bitumastic sealant in an extrudable or flat tape 38 form. 39 2. Provide sealant that is not dependant on a chemical action for its adhesive 40 properties or cohesive strength. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION [NOT USED] 7 3.4 INSTALLATION 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 330513-4 FRAME, COVER, AND GRADE RINGS Page 4 of 5 A. Grade Rings 1. Place as shown in the water and sanitary sewer City Standard Details. 2. Clean surfaces of dirt, sand, mud or other foreign matter before placing sealant. 3. SeaI each grade ring with sealant specified in this Specification and as shown on the City Standard Details. B. 11raine and Cover I. Water a. For water structures install frame, cover and grade rings in accordance with applicable City Standard Detail. 2. Sanitary Sewer a. For sanitary sewer structures install frame, cover and grade rings in accordance with applicable City Standard Detail. 3. Storm Drain a. For storm drain structures install frame, cover and grade rings in accordance with applicable City Standard Detail. 4. Hinge Cover a. Provide hinge cover on elevated manholes, junction boxes, in the flood plain and where specified on the Drawings. C. Joint Sealing 1. Seal frame, grade rings and structure with specified sealant. D. Concrete Collar 1. Provide concrete collar around all frame and cover assemblies. CITY OF PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 3305 13 -5 FRAME, COVER, AND GRADE RINGS Page 5 of 5 1 3.5 REPAIR / RESTORATION [NOT USED] 2 3.6 RE -INSTALLATION [NOT USED] 3 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 4 3.8 SYSTEM STARTUP [NOT USED] 5 3.9 ADJUSTING [NOT USED] 6 3.10 CLEANING [NOT USED] 7 3.11 CLOSEOUT ACTIVITIES [NOT USED] S 3.12 PROTECTION [NOT USED] 9 3.13 MAINTENANCE [NOT USE, 10 3.14 ATTACHMENTS [NOT USED] 11 12 13 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 2.2.B.4.d.2)b) — Updated to clear opening dimensions to 22 V2 inches CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 3305 14- 1 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page I of 8 1 SECTION 33 05 14 2 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE 3 PART 1. - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Vertical adjustments to manholes, drop inlets, valve Foxes, cathodic 7 protection test stations and other miscellaneous structures to a new grade 8 B. Deviations from this City of Fort Worth Standard Specification 9 1.2 Price and Payment Procedures 10 A. Measurement and Payment 11 9. Remove existing sewer manhole concrete section and raise or lower rim 12 (Maximum 3 vertical feet) by removing the existing cone section and installing a 13 new cone section to proposed elevation. This is only applicable to concrete 14 manholes. 15 5. Valve Box 16 b. Payment- For Misc. Contracts, valve box adjustment are incidental to the valve 17 installation cost. 18 C. Relates! 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 32 01 17 — Permanent Asphalt paving Repair 23 4. Section 32 0129 — Concrete Paving Repair 24 5. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 25 6. Section 33 05 13 — Frame, Cover and Grade Rings 26 7. Section 33 39 10 — Cast -in -Place Concrete Manholes 27 8. Section 33 39 20 — Precast Concrete Manholes 28 9, Section 33 12 20 — Resilient Seated (Wedge) Gate Valve 29 10. Section 33 12 21 — AWWA Rubber -Seated Butterfly Valve 30 11. Section 33 04 11 — Corrosion Control Test Station 31 12. Section 33 04 12 — Magnesium Anode Cathodic Protection System 32 1..2 PRICE AND PAYMENT PROCEDURES 33 A. Measurement and Payment 34 1. Manhole — Minor Adjustment 35 a. Measurement 36 1) Measurement for this Item shall be per each adjustment using only 37 grade rings or other minor adjustment devices to raise or lower a 38 manhole to a grade as specified on the Drawings. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 I4 I5 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 3305 14 - 2 ADJUSTING MANHOLES, INLET'S, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 2 of 8 b. Payment 1) The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Manhole Adjustment, Minor" completed. c. The price bid shall include; 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material 5) Grade rings or other adjustment device 6) Reuse of the existing manhole frame and cover 7) Furnishing, placing and compaction of embedment and backfill 8) Concrete base material 9) Permanent asphalt patch or concrete paving repair, as required 10) Clean-up 2. Manhole - Major Adjustment a. Measurement 1) Measurement for this Item shall be per each adjustment requiring structural modifications to raise or lower a manhole to a grade as specified on the Drawings. b. Payment 1) The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Manhole Adjustment, Major" completed. c. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material 5) Structural modifications, grade rings or other adjustment device 6) Reuse of the existing manhole frame and cover 7) Furnishing, placing and compaction of embedment and backfill 8) Concrete base material 9) Permanent asphalt patch or concrete paving repair, as required 10) Clean-up 3. Manhole - Major Adjustment with Frame and Cover a. Measurement 1) Measurement for this Item shall be per each adjustment requiring structural modifications to raise or lower a manhole to a grade specified on the Drawings or structural modifications for a manhole requiring a new frame and cover, often for changes to cover diameter. b. Payment 1) The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Manhole Adjustment, Major w/ Cover" completed. c. The price bid shall include: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 330514-3 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 3 of 8 1 1) Pavement removal 2 2) Excavation 3 3) Hauling 4 4) Disposal of excess material 5 5) Structural modifications, grade rings or other adjustment device 6 6) Frame and cover 7 7) Furnishing, placing and compaction of embedment and backfill s 8) Concrete base material 9 9) Permanent asphalt patch or concrete paving repair, as required 10 10) Cleanup 11 4. Inlet 12 a. Measurement 13 1) Measurement for this Item shall be per each adjustment requiring 14 structural modifications to inlet to a grade specified on the 15 Drawings. 16 b. Payment 17 1) The work performed and the materials furnished in accordance with 18 this Item will be paid for at the unit price bid per each "Inlet 19 Adjustment" completed. 20 c. The price bid shall include: 21 1) Pavement removal 22 2) Excavation 23 3) Hauling 24 4) Disposal of excess material 25 5) Structural modifications 26 6) Furnishing, placing and compaction of embedment and backfill 27 7) Concrete base material, as required 28 8) Surface restoration, permanent asphalt patch or concrete paving 29 repair, as required 30 9) Clean-up 31 S. Valve Box 32 a. Measurement 33 1) Measurement for this Item shall be per each adjustment to a grade 34 specified on the Drawings. 35 b. Payment 36 1) The work performed and the materials furnished in accordance with 37 this Item will be paid for at the unit price bid per each "Valve Box 38 Adjustment" completed. 39 c. The price bid shall include: 40 1) Pavement removal 41 2) Excavation 42 3) Hauling 43 4) Disposal of excess material 44 5) Adjustment device 45 6) Furnishing, placing and compaction of embedment and backfill 46 7) Concrete base material, as required CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised Deeember 20, 2012 3305 14 - 4 AD. USTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 4 of 8 1 8) Surface restoration, permanent asphalt patch or concrete paving 2 repair, as required 3 9) Clean-up 4 6. Cathodic Protection Test Station 5 a. Measurement 6 1) Measurement for this Item shall be per each adjustment to a grade 7 specified on the Drawings. 8 b. Payment 9 1) The work performed and the materials furnished in accordance with 10 this Item will be paid for at the unit price bid per each "Cathodic 11 Protection Test Station Adjustment" completed. 12 c. The price bid shall include: 13 1) Pavement removal 14 2) Excavation 15 3) Mauling 16 4) Disposal of excess material 17 5) Adjustment device 18 6) Furnishing, placing and compaction of embedment and backfill 19 7) Concrete base material, as required 20 8) Surface restoration, permanent asphalt patch or concrete paving 21 repair, as required 22 9) Cleanup 23 7. Fire Hydrant 24 a. Measurement 25 1) Measurement for this Item shall be per each adjustment requiring 26 stem extensions to meet a grade specified by the Drawings. 27 b. Payment 28 1) The work performed and the materials furnished in accordance with 29 this Item will be paid for at the unit price bid per each "Fire Hydrant 30 Stem Extension" completed. 31 c. The price bid shall include: 32 1) Pavement removal 33 2) Excavation 34 3) Hauling 35 4) Disposal of excess material 36 5) Adjustment materials 37 6) Furnishing, placing and compaction of embedment and backfill 38 7) Concrete base material, as required 39 8) Surface restoration, permanent asphalt patch or concrete paving 40 repair, as required 41 9) Clean-up 42 8. Miscellaneous Structure This Item is intended fora unique structure. Bid 43 Ttem should include details to identify the specific structure (i. e. 44 Miscellaneous 5 ure Adjustment, Sta. 1 +00) 45 a. Measurement CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Reviscd December 20, 20I2 330514-5 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 5 of 8 1 1) Measurement for this Item shall be per each adjustment requiring 2 structural modifications to said structure to a grade specified on the 3 Drawings. 4 b. Payment 5 1) The work performed and the materials furnished in accordance with 6 this Item will be paid for at the unit price bid per each 7 "Miscellaneous Structure Adjustment" completed, 8 c. The price bid shall include: 9 1) Pavement removal 10 2) Excavation 11 3) Hauling 12 4) Disposal of excess material 13 5) Structural modifications 14 6) Furnishing, placing and compaction of embedment and backfill 15 7) Concrete base material 16 8) Permanent asphalt patch or concrete paving repair, as required 17 9) Clean-up 18 1.3 REFERENCES 19 A. Definitions 20 1. Minor Adjustment 21 a. Refers to a small elevation change performed on an existing manhole 22 where the existing frame and cover are reused. 23 2. Major Adjustment 24 a. Refers to a significant elevation change performed on an existing 25 manhole which requires structural modification or when a 24-inch ring is 26 changed to a 30-inch ring. 27 B. Reference Standards 28 1. Reference standards cited in this Specification refer to the current reference 29 standard published at the time of the latest revision date logged at the end 30 of this Specification, unless a date is specifically cited. 31 2. Texas Commission on Environmental Quality (TCEQ): 32 a. Title 30, Part I, Chapter 217, Subchapter C, Rule 217.55 — Manholes 33 and Related Structures. 34 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 35 1.5 SUBMITTALS [NOT USED] 36 1.6 ACTION! SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 37 1.7 CLOSEOUT SUBMITTALS [NOT USED] 38 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 39 1.9 QUALITY ASSURANCE [NOT USED] 40 1.10DEL.IVERY, STORAGE, AND HANDLING [NOT USED] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 3305 14.6 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 6 of 8 1 1,11FIELD [SITE] CONDITIONS [NOT USED] 2 1.12WARRAN f Y [NOT USED] 3 PART 2 ,,. PRODUCTS 4 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [MOT USED] 5 2.2 MATERIALS 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 _00 27 28 29 30 31 32 A. Cast -in -Place Concrete 1. See Section 03 30 00. B. Modifications to Existing Concrete Structures 1. See Section 03 80 00. C. Grade Rings 1. See Section 33 05 13. D. Frame and Cover 1. See Section 33 05 13. E. Backfll material 1. See Section 33 05 10. F. Water valve box extension 1. See Section 33 12 20. G. Corrosion Protection Test Station 1. See Section 33 04 11. H. Cast -in -Place Concrete Manholes 1. See Section 33 39 10. L Precast Concrete Manholes 1. See Section 33 39 20. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 XNSTALLERS [MOT USED] 3.2 EXAMINATION A. Verification of Conditions 1. Examine existing structure to be adjusted, for damage or defects that may affect grade adjustment. a. Report issue to City for consideration before beginning adjustment. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 330514-7 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 7 of 8 3.3 PREPARATION 2 A. Grade Verification 3 1. On major adjustments confirm any grade change noted on Drawings is 4 consistent with field measurements. 5 a. If not, coordinate with City to verify final grade before beginning 6 adjustment. 7 3.4 ADJUSTMENT 8 A. Manholes, Inlets, and Miscellaneous Structures 9 1. On any sanitary sewer adjustment replace 24-inch frame and cover 10 assembly with 30-inch frame and cover assembly per TCEQ requirement. 11 2. On manhole major adjustments, inlets and miscellaneous structures protect 12 the bottom using wood forms shaped to fit so that no debris blocks the 13 invert or the inlet or outlet piping in during adjustments. 14 a. Do not use any more than a 2-piece bottom. 15 3. Do not extend chimney portion of the manhole beyond 24 inches. 16 4. Use the least number of grade rings necessary to meet required grade. 17 a. For example, if a 1-foot adjustment is required, use 2 6-inch rings, not 6 18 2-inch rings. 19 B. Valve Boxes 20 1. Utilize typical 3 piece adjustable valve box for adjusting to final grade as 21 shown on the Drawings. 22 C. Backfill and Grading 23 1. Backfill area of excavation surrounding each adjustment in accordance to 24 Section 33 05 10. 25 D. Pavement Repair 26 1. If required pavement repair is to be performed in accordance with Section 27 32 01 17 or Section 32 0129. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 330514-8 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 8 of 8 1 3.5 REPAIR j RESTORATION [NOT USED] 2 3.6 RE -INSTALLATION [NOT USED] 3 3.7 FIELD [o,R] SITE QUALM CONTROL [NOT USED] 4 3.8 SYSTEM STARTUP [NO'T USED] 5 3.9 ADJUSTING [NOT USED] 6 3.10CLEANING [NOT USED] 7 3.11CLOSEOUT ACTIVITIES [NOT USED] S 3.12PROTECTION [NOT USED] 9 3.13MAINTENANCE [NOT USED] 10 3.14-ATTACHMENTS [NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 1.2.A -- Pay item added for a major manhole adjustment which reuses the existing frame and cover and a major adjustment requiring a new frame and 12/20/2012 D. Johnson cover; Added items to be included in price bids; Blue text added for clarification for miscellaneous structure adjustments 3.4 — Pavement repair requirements were added CITY OF PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 1 2 3 PART1- GENERAL SECTION 33 0517 CONCRETE COLLARS 3305 17 - 1 CONCRETE COLLARS Pagel of 3 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Concrete Collars for Manholes 7 2. This Item is intended for use in asphalt streets and unimproved areas — not for use 8 in concrete streets. 9 B. Deviations from this City of Fort Worth Standard Specification 10 1. None. 11 C- Related Specification Sections include but are not necessarily limited to: 12 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 13 Contract 14 2. Division 1— General Requirements 15 3. Section 03 30 00 — Cast -In -Place Concrete 16 4. Section 03 80 00 — Modifications to Existing Concrete Structures 17 5. Section 33 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) The work performed and the materials furnished in accordance with this 25 Item shall be paid for at the unit price bid per each "Concrete Collar" 26 installed. 27 c. The price bid will include: 28 1) Concrete Collar 29 2) Excavation 30 3) Forms 31 4) Reinforcing steel (if required) 32 5) Concrete 33 6) Backfill 34 7) Pavement removal 35 8) Hauling 36 9) Disposal of excess material 37 10) Placement and compaction of backfi11 38 11) Clean-up 39 12) Additional pavement around perimeter of concrete collar as required for 40 run adjustment on existing manhole. 41 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 330517-2 CONCRETE COLLARS Page 2 of 3 1 1.3 REFERENCES 2 A. Reference Standards 3 1. Reference standards cited in this Specification refer to the current reference 4 standard published at the time of the latest revision date logged at the end of this 5 Specification, unless a date is specifically cited. 6 2. ASTM International (ASTM): 7 a. D4258, Standard Practice for Surface Cleaning Concrete for Coating. 8 b. D4259, Standard Practice for Abrading Concrete. 9 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 10 1.5 SUBMITTALS [NOT USEDI 11 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 12 1.7 CLOSEOUT SUBMITTALS [NOT USED] 13 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 14 1.9 QUALITY ASSURANCE [NOT USED] 15 1.14 DELIVERY, STORAGE, AND HANDLING [NOT USED] 16 1.11 FIELD [SITE] CONDITIONS [NOT USED] 17 1.12 WARRANTY [NOT USED] 18 PART 2 - PRODUCTS 19 2.1 OWNER -FURNISHED [on] OWNER-SUPPLIEDPRODUCTS [NOT USED] 20 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS 21 A. Materials 22 1. Concrete —Conform to Section 03 30 00. 23 2. Reinforcing Steel — Conform to Section 03 2100. 24 3. Frame and Cover — Conform to Section 33 05 13. 25 4. Grade Ring — Conform to Section 33 05 13, 26 2.3 ACCESSORIES [NOT USED] 27 2.4 SOURCE QUALITY CONTROL [NOT USED] 28 PART 3 - EXECUTION 29 3.1 INSTALLERS [NOT USED] 30 3.2 EXAMINATION 31 A. Evaluation and Assessment CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION! DOCUMENTS Revised December 20, 2012 330517-3 CONCRETE COLLARS Page 3 of 3 1 1. Verify lines and grades are in accordance to the Drawings. 2 3.3 PREPARATION [NOT USED] 3 3.4 INSTALLATION 4 A. Final Rim Elevation 5 1. Install concrete grade rings for heigbt adjustment. 6 a. Construct grade ring on load bearing shoulder of manhole. 7 b. Use sealant between rings as shown on Drawings. 8 2. Set frame on top of manhole or grade rings using continuous water sealant. 9 3. Remove debris, stones and dirt to ensure a watertight seal. 10 4. Do not use steel shuns, wood, stones or other unspecified material to obtain the 11 final surface elevation of the manhole fraine. 12 3.5 REPAIR I RESTORATION [NOT USED] 13 3.6 RE -INSTALLATION [NOT USED] 14 3.7 FIELD QUALITY CONTROL [NOT USED] 15 3.8 SYSTEM STARTUP [NOT USED] 16 3.9 ADJUSTING [NOT USED] 17 310 CLEANING [NOT USED] 18 3.11 CLOSEOUT ACTIVITIES [NOT USED] 19 3.12 PROTECTION [NOT USED] 20 3.13 MAINTENANCE [NOT USED] 21 3.14 ATTACHMENTS [NOT USED] 22 23 24 MXslt� MMO"=Cf3Li Revision Log DATE NAME SUMMARY OF CHANGE I2/20/2012 D. Johnson LI .A.2 — Blue text added to clarify where concrete collars are to be installed. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 3331 12- 1 CURED IN PLACE PIPE (CIPP) Page I of 8 1 SECTION 33 3112 2 CURED IN PLACE PIPE (CIPP) 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Cured in Place Pipe (CIPP) 6-inch through 60-inch for gravity sanitary sewer 7 rehabilitation 8 B. Deviations from this City of Fort Worth Standard Specification 9 3. Additional 1.5 mm thickness, 10 C. Related Specification Sections include, but are not necessarily limited to: 11 i . Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 — General Requirements 13 3. Section 33 0130 — Sewer and Manhole Testing 14 4. Section 33 0131 — Closed Circuit Television (CCTV) Inspection 15 5. Section 33 03 10 — Bypass Pumping of Existing Sewer Systems 16 6. Section 33 04 50 — Cleaning of Sewer Mains 17 7. Section 33 3150 --- Sanitary Sewer Service Connections and Service Line 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Cured in Place Pipe (CIPP) 21 a. Measurement 22 1) Measured horizontally along the surface from center line to center line of the 23 manhole or appurtenance 24 b. Payment 25 1) The work performed and materials furnished in accordance with this Item 26 and measured as provided under "Measurement" will be paid for at the unit 27 price bid per linear foot for "CIPP" installed for: 28 a) Various sizes 29 c. The price bid shall include: 30 1) Mobilization 31 2) Furnishing and installing CIPP as specified by the Drawings 32 3) Hauling 33 4) Disposal of excess material 34 5) Clean-up 35 6) Cleaning 36 7) Testing 37 2, Service Reconnection, CIPP 38 a. Measurement 39 1) Measurement for this Item shall be per each service reconnected. 40 b. Payment CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 3331 12 - 2 CURED IN PLACE PIPE (CIPP) Page 2 of 8 1 1) The work performed and materials furnished in accordance with this Item 2 and measured as provided under "Measurement" will be paid for at the unit 3 ,price bid per each "Service Reconnection, CIPP". 4 c. The price bid shall include: 5 1) Mobilization 6 2) Furnishing and installing CIPP as specified by the Drawings 7 3) Hauling 8 4) Disposal of excess material 9 5) Clean-up 10 6) Cleaning 11 7) Testing 12 3. Additional 1.5 mm thickness, 13 a. Measurement 14 1) Measurement for this Item shall be per linear feet. 15 b. Payment 16 1) The work performed and materials furnished in accordance with this Item 17 and measured as provided under "Measurement" will be paid for at the unit 18 price bid per each " CIPP Additional 1.5 mm thickness". 19 c. The price bid shall include: 20 1) Mobilization 21 2) Furnishing and installing CIPP as specified by the Drawings 22 3) Hauling 23 4) Disposal of excess material 24 5) Clean-up 25 6) Cleaning 26 7) Testing 27 28 1.3 REFERENCES 29 A. Reference Standards 30 1. Reference standards cited in this Specification refer to the current reference 31 standard published at the time of the latest revision date logged at the end of this 32 Specification, unless a date is specifically cited. 33 2. American Association of State Highway and Transportation Officials (AASHTO). 34 3. ASTM International (ASTM): 35 a. D5813, Standard Specification for Cured -In -Place Thermosetting Resin Sewer 36 Piping Systems. 37 b. F1216, Standard Practice for Rehabilitation of Existing Pipelines and Conduits 38 by the Inversion and Curing of a Resin -Impregnated Tube. 39 c. F1743, Standard Practice for Rehabilitation of Existing Pipelines and Conduits 40 by Pulled -in -Place Installation of Cured -in -Place Thermosetting Resin Pipe 41 (CIPP). 42 4. International Organization for Standardization (ISO): 43 a. 9000, Quality Management System - Fundamentals and Vocabulary. 44 5. Occupational Safety and Health Administration (OSHA). CITY OF FORT WORTII STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 3331 12-3 CURED IN PLACE PIPE (CIPP) Page 3 of 1 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 2 1.5 SUBMITTALS 3 A. Submittals shall be in accordance with Section 0133 00. 4 B. All submittals shall be approved by the City prior to delivery. 5 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 6 A. Product Data 7 1. Flexible Liner (tube) 8 a. Tabular stunmary by sewer segment noting required CIPP thickness per section 9 2. Resin 10 a. Technical data sheet showing physical and chemical properties I 1 b. Test results of chemical resisting testing performed by resin manufacturer 12 B. Shop Drawings 13 1. Provide calculations to support CIPP design thickness after curing. List the 14 following criteria used for the calculations: 15 a. Assumed host pipe condition 16 b. Ground water table elevation 17 c. Depth of cover at deepest location 18 d. Modulus of soil stiffness 19 e. Long term modulus of elasticity 20 f Live loading 2I g. Factor of safety against buckling 22 h. Assumed pipe ovality 23 C. Certificates 24 1. Furnish an affidavit certifying that all CIPP meets the provisions of this Section and 25 meets the requirements of above referenced ASTM standards. 26 D. Source Quality Control Submittals 27 1. Manufacturer to provide third party test results supporting the long term 28 performance and structural strength of the pipe being manufactured 29 1.7 CLOSEOUT SUBMITTALS [NOT USED] 30 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 31 1.9 QUALITY ASSURANCE 32 A. Qualifications 33 1. Manufacturing and Installation 34 a. Finished pipe shall be the product of 1 manufacturer. 35 b. Liner manufacturing operations shall be performed at 1 location. 36 c. The pipe manufacturer shalt: 37 1) Have performed a minimum of 50,000 feet of successful installation in the 38 United States 39 2. All pipe furnished and installed shall be in conformance with and ASTM F1216 (6- 40 inch through 60-inch). 41 B. Certifications CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 3331 12 - 4 CURED IN PLACE PIPE (CIPP) Page 4 of 8 1 1. Manufacturing and Installation 2 a. Operate pipe manufacturing and installation under a quality management 3 system certified by third party ISO 9000. Provide proof of certification upon 4 request. 5 b. If Installer is different company than Manufacturer, then installer must provide 6 certification from the manufacturer that he/she is licensed and fully trained as 7 an installer of the product upon request. 8 1.10 DELIVERY, STORAGE, AND HANDLING 9 A. Storage and Handling Requirements 10 1. Follow manufacturer's recommendation on all storage and handling requirements. 11 1.11 FIELD [SITE] CONDITIONS [NOT USED] 12 1.12 WARRANTY [NOT USED] 13 PART 2 - PRODUCTS 14 2.1 OWNER -FURNISHED ioR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 15 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 16 A. General 17 1. All pipe furnished and installed shall be in conformance with and ASTM F1216 (6- 18 inch through 60-inch). 19 B. Manufacturer and Installers 20 I. Only the Manufacturer/Installers as listed in the City's Standard Products List will 21 be considered as shown in Section 0160 00. 22 a. The Manufacturer/Installer must comply with this Specification and related 23 Sections. 24 2. Any product that is not listed on the Standard Products List is considered a 25 substitution and shall be submitted in accordance with Section 01 25 00. 26 C. Performance / Design Criteria 27 1. Liner (tube) 28 a. Design liner for a 50-year service life under continuous loading conditions. 29 b. Consider no bonding to the original pipe wall. 30 c. Base design on a fully deteriorated host pipe condition as defined in 31 ASTM F1216. 32 d. Calculate wall thickness per ASTM F1216 Appendix X1. 33 1) Assume the following values for the design: 34 a) Safety Factor (N) = 2.0 35 b) Ovality (C) = 5 percent 36 c) Enhancement Factor (K) — 7.0 37 d) Groundwater Depth (H,N) = per Drawings, feet 38 e) Soil Depth (H) = per Drawings, feet 39 f) Soil Modulus (E') — 1,000, psi 40 g) Soil Density (w) — 130 pounds per cubic foot 41 h) Live Load — ASSHTO HS 20 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 3331 12 - 5 CURED IN PLACE PIPE (CIPP) Page 5 of 8 1 2) The minimum allowable wall thickness for fiberglass liner is 2.8 millimeters 2 and can be increased as necessary to meet ASTM F1216 Appendix X1 3 design formula. 4 3) The minimum allowable wall thickness for felt liner- is 6.0 millimeters and 5 can be increased as necessary to meet ASTM F1216 Appendix X1 design 6 formula. 7 4) Fiberglass or felt products below the stated minimum wall thickness will not 8 be allowed under any circumstances. 9 D. Materials 10 1. Liner (tube) 11 a. The liner consists of absorbent non -woven felt or seamless spirally wound glass 12 fiber. 13 b. Construct liner to withstand installation pressures, have sufficient strength to 14 bridge missing pipe and stretch to fit irregular pipe sections. 15 c. The wet out liner shall have a relatively uniform thickness that when 16 compressed at installation pressures will equal or exceed the calculated 17 minimum design CIPP wall thickness. 18 d. Manufacture liner to a size that when installed will tightly fit the internal 19 circumference and length of the original pipe. Make allowance for 20 circumferential stretching during construction. 21 e. Manufacture to length necessary to fully span the distance between manholes. 22 Include sufficient amount of material for sealing at manholes and product 23 sample, if required. 24 f. The wall color of the interior pipe surface of CIPP after installation shall be a 25 light reflective color so that a clear, detailed examination with CCTV 26 inspection per Section 33 0131 can be made. 27 2. Resin 28 a. The resin system will be manufactured by an approved company selected by the 29 CIPP liner manufacturer. Provide documentation of approval, if requested. 30 b. The resin system shall be corrosion resistant polyester or vinyl ester system 31 including all required catalysts and initiators that create a composite that 32 satisfies the requirements of ASTM F1216, ASTM D58I3 and ASTM F1743. 33 c. The resin used shall produce a proper CIPP system, which will be resistant to 34 abrasion caused by solid, grit or sand. 35 2.3 ACCESSORIES [NOT USED] 36 2.4 SOURCE QUALITY CONTROL [NOT USED] 37 PART 3 - EXECUTION 38 3.71 INSTALLERS [NOT USED] 39 3.2 EXAMINATION [NOT USED] 40 3.3 PREPARATION [NOT USED] 41 A. Inspection 42 1. Prior to installation, conduct an inspection of the existing pipe identified for 43 rehabilitation along with the surrounding job site conditions. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 33 31 12 - 6 CURED IN PLACE PIPE (CIPP) Page 6 of 8 1 2. Complete a Pre -CCTV inspection per Section 33 01 31. 2 3. Observe flows at different times of the date to determine or verify flow conditions 3 in preparation for bypass pumping. 4 4. Verify accessibility conditions and coordinate with city regarding casement access 5 and limitations. 6 5. Confirm full circumference of the host pipe prior to lining to ensure the pipe can be 7 rehabilitated without compromising the CIPP system. 8 B. Host Pipe Preparation 9 1. Clean the pipe per Section 33 04 50. 10 2. Inspect pipe as required by this Specification. 11 3. Prepare for bypass pumping per Section 33 03 10. 12 C. Liner (tube) Preparation 13 1. Resin Impregnation 14 a. Impregnate the liner in a saturation facility where the environment can be 15 consistently controlled. 16 b. Use sufficient quantity of resin to fill the volume of air voids in the tube with 17 additional allowances for polymerization shrinkage and the potential loss of 18 resin during installation through cracks and irregularities in the original pipe 19 wall. 20 c. Vacuum impregnate the resin utilizing a motorized pinch roller to set proper 21 thickness. 22 2. If transported to the site, refrigerate as necessary to maintain stable environment for 23 the impregnated liner. 24 3.4 INSTALLATION 25 A. Safety 26 1. Carry out operation in accordance with all OSHA and manufacturer's safety 27 requirements including, but not limited to, safety requirements involving confined 28 space entry. 29 B. Liner installation 30 1. The impregnated liner can be placed in the pipe by either direct inversion or the pull 31 in place method. 32 2. Follow ASTM F 1216 Specification for direct inversion installation. 33 3. Follow ASTM F 1743 Specification for pulled in place installation. 34 4. The finished CIPP should be continuous over the entire length of the run and be 35 smooth and free from substantial wrinkles, as well as defects and improper service 36 connections. 37 C. Curing 38 1. Curing of the C1PP may be done by water, steam or Ultra Violet (UV) light source, 39 depending on the liner type and resin. Each method must follow the 40 recommendation of the manufacturer. 41 2. Place a sufficient amount of temperature and/or monitoring gauges within the 42 system to insure curing throughout the liner is consistent and uniform. A minimum 43 of 2 gauges is required, 1 at each end of the liner. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFLCATION DOCUMENTS Revised December 20, 2012 333112-7 CURED IN PLACE PIPE (CIPP) Page 7 of 8 1 3. Upon completion of the curing process provide the City with the monitoring data. 2 D. Reinstatement of lateral connections 3 1. After the liner pipe is cured in place have the lateral connections reinstated within 4 18 hours. 5 2. Reinstate the service by cutting the liner from the inside of the pipe. For small 6 diameter pipe a remote operated cutting device may be used. For larger pipe the 7 liner may be cut by hand. 8 3. An internal cut is considered acceptable if the bottom 1/3 of the opening matches 9 the existing tap invert, there are no jagged edges and a minimum of 95 percent of 10 the tap opening is restored. 11 4. Blind holes, over cutting and holes that miss the tap must be repaired to the 12 satisfaction of the City. 13 5. If additional work is required to restore the lateral connection outside of the pipe 14 follow the requirements of Section 33 3150. 15 3.5 REPAIR/ RESTORATION [NOT USED] 16 3.6 RE -INSTALLATION [NOT USED] 17 3.7 FIELD [oR1 SITE QUALITY CONTROL 18 A. Field Tests and Inspections 19 1. Closed Circuit Television (CCTV) Inspection 20 a. Perform a Pre -CCTV and a Post -CCTV Inspection in accordance with Section 21 33 01 31. 22 2. The inspection trust be completed and the quality of installation must be acceptable 23 to the City prior to restoring services. 24 3. If the CIPP is deemed unacceptable by the City, provide a method of repair or 25 replacement for review and approval by the City. 26 3.8 SYSTEM STARTUP [NOT USED] 27 3.9 ADJUSTING [NOT USED] 28 3.10 CLEANING [NOT USED] 29 3.11 CLOSEOUT ACTIVITIES [NOT USED] 30 31 32 33 34 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 3331 12 - 8 CURED IN PLACE PIPE (CIPP) Page 8 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 3331SO- 1 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 1 of 10 1 SECTION 33 31 S® 2 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE 3 PARTI- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Sanitary sewer service connection, service line and 2-way cleanout from the main 7 to the right-of-way, as shown on the Drawings, directed by the Engineer and 8 specified herein for: 9 a. New Service 10 b. New Service (Bored) 11 c. Private Service Relocation I2 d. Service Reinstatement 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. None. 15 C. Related Specification Sections include, but are not necessarily limited to: 16 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 17 2. Division 1 — General Requirements 18 3. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 19 4. Section 33 11 10 — Ductile Iron Pipe 20 5. Section 33 11 11 — Ductile Iron Fittings 21 6. Section 33 3120 — Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 22 1.2 PRICE AND PAYMENT PROCEDURES 23 A. Measurement and Payment [Items in this Section are intended to be combined for 24 specific project situations. For example - Items 1, 2 or 3 should be used alone for a 25 previously unserviced lot. Items 1, 2 or 3 should be used in conjunction with Item 5 for 26 a service relocate where the new service is 5 feet or less from the existing service. 27 Items 1 or 2 should be combined with Items 4 and 5 for a service relocate where the 28 service is being moved more than 5 feet from the existing service.] 29 1. New Sewer Service 30 a. Measurement 31 1) Measurement for this Item shall be per each "Sewer Service" complete in 32 place. 33 b. Payment 34 1) The work performed and materials furnished in accordance with this Item 35 will be paid for at the unit price bid per each "Sewer Service" installed for: 36 a) Various sizes 37 c. The price bid shall include: 38 1) Furnishing and installing New Sanitary Sewer Service Line as specified by 39 the Drawings 40 2) Pavement removal 41 3) Excavation CITY OF PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 26, 2013 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 33 31 50 - 2 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 2 of 10 4) Hauling 5) Disposal of excess material 6) Tee connection to main 7) Fittings 8) 2-way cleanout and cap with concrete pad 9) Surface restoration, excluding grass (seeding, sodding or hydro -mulch paid separately) 10) Furnishing, placing and compaction of embedment 11) Furnishing, placing and compaction of backfill 12) Clean-up 2. New Ductile Iron Sewer Service a. Measurement 1) Measurement for this Item shall be per each Ductile Iron Sewer Service complete in place. b. Payment 1) The work performed and materials furnished in accordance with this Item will be paid for at the unit price bid per each "DIP Sewer Service" installed for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing New DIP Sanitary Sewer Service Line as specified by the Drawings 2) Pavement removal 3) Excavation 4) Hauling 5) Disposal of excess material 6) Tee connection to main 7) Fittings 8) 2-way cleanout and cap with concrete pad 9) Surface restoration, excluding grass (seeding, sodding or hydra -mulch paid separately) 10) Furnishing, placing and compaction of embedment 11) Furnishing, placing and compaction of backfill 12) Clean-up 3. New Bored Sewer Service a. Measurement 1) Measurement for this Item. shall be per each Bored Sewer Service complete in place. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per each `Bored Sewer Service" installed for: a) Various sizes b) Various materials c. The price shall include: 1) Furnishing and installing New Sanitary Sewer Service Line as specified by the Drawings 2) Pavement removal 3) Excavation CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 26, 2013 333150-3 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 3 of 10 1 4) Hauling 2 5) Disposal of excess material 3 6) Tee connection to main 4 7) Service Litre 5 8) Fittings 6 9) 2-way cleanout and cap with concrete pad 7 10) Surface restoration surrounding 2-way cleanout 8 11) Furnishing, placing and compaction of embedment and backfilI 9 12) Clean-up 10 4. Private Service Relocation 11 a. Measurement 12 1) Measured horizontally along the surface from center line to center line of 13 the fitting, manhole or appurtenance 14 b. Payment 15 1) The work performed and the materials furnished in accordance with this 16 Item and treasured as provided under "Measurement' will be paid for at the 17 unit price bid per linear foot for "Private Sewer Service" installed for: 18 a) Various sizes 19 b) Various materials 20 c., The price shall include: ' 21 1) Obtaining appropriate Permit 22 2) Obtaining Right of Entry 23 3) Performing relocation as specified in the Drawings 24 4) Excavation 25 5) Hauling 26 6) Disposal of excess material 27 7) Service Line - private side by plumber 28 8) Fittings 29 9) Furnishing, placing and compaction of embedment 30 10) Furnishing, placing and compaction of backfill 31 11) Clean-up — surface restoration, excluding grass (seeding, sodding or hydro- 32 mulch paid separately) 33 5. Sewer Service Reconnection 34 a. Measurement 35 1) Measurement for this Item shall be per each "Sewer Service Reconnection" 36 complete in place from public service line connection to private service Iine 37 connection. 38 b. Payment 39 1) The work performed in conjunction with the relocation of a sewer service, 40 associated with private service line, fittings and cleanout 5 feet or less in 41 any direction from the centerline of the existing service line and the 42 materials furnished in accordance with this Item will be paid for at the unit 43 price per each "Sewer Service, Reconnection" performed for: 44 a) Various service sizes 45 c. The price bid shall include: 46 1) Private service line 47 2) Fittings 48 3) Private connection to sewer service 49 4) Pavement removal CITY OF FORT WORTrI STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 26, 20I3 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 333150-4 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 4 of 10 5) Excavation 6) Hauling 7) Disposal of excess material 8) Surface restoration, excluding grass (seeding, sodding or hydra -mulch paid separately) 9) 10) 11) Clean-up 6. 2-way Cleanout a. Measurement 1) Measurement for this Item shall be per each when only a "2-way Cleanout" is installed. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "2-way Cleanout" installed for: a) Various sizes b) Various materials c. The price bid shall include: 1) Furnishing and installing the 2-way Cleanout and cap as specified in the Drawings 2) Pavement removal 3) Concrete pad 4) Surface restoration, excluding grass (seeding, sodding or hydro -mulch paid separately) 5) Hauling 6) Disposal of excess material 7) Furnishing, placing and compaction of backfill 8) Clean-up 7. Service Reinstatement a. Measurement 1) Measurement for this Item shall be per each Reinstatement of Service associated with the sewer main being rehabilitated by a trenchless method. b. Payment 1) The work performed and materials furnished in accordance with this item and measured as provided under "Measurement" will be paid for at the unit price bid per each "Sewer Service, Reinstatement" for: a) Various sizes c. The price bid shall include: 1) Tap to existing main (if required) 2) Pavement removal 3) Excavation 4) Hauling 5) Disposal of excess material 6) Tee connection to main 7) Service line (if required) 8) Fittings 9) Furnishing, placing and compaction of embedment and backfill CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 26, 2013 333150-5 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 5 of 10 1 10) Clean-up — surface restoration, excluding grass (seeding, sodding or hydro- 2 mulch paid separately)references 3 B. Definitions 4 1. New Service 5 a. New service, applies to the installation of a service with connection to anew or 6 existing sewer maid. 7 b. The service materials would include service line, fittings and cleanout. 8 2. Bored Service 9 a. Bored service applies to the installation of a service witb connection to a new or 10 existing sewer main including a bore under an existing road. 11 b. The service materials would include service line, fittings and cleanout. 12 3. Private Service Relocation 13 a. Private service relocation applies to the replacement of the existing sewer 14 service Iine on private property typically associated with the relocation of the 15 existing main. 16 b. Typical main relocation will be from a rear lot easement or alley to the street. 17 4. Service Reinstatement 18 a. Service reinstatement applies to the reconnection of an existing service to an 19 existing main that has been rehabilitated by trenchless methods such as pipe 20 enlargement (pipe bursting), slip lining or CIPP. 21 C. Reference Standards 22 1. Reference standards cited in this Specification refer to the current reference 23 standard published at the time of the latest revision date logged at the end of this 24 Specification, unless a date is specifically cited. 25 2. ASTM International (ASTM): 26 a. ASTM D3034 Standard Specification for Type PSM Poly (Vinyl Chloride) 27 (PVC) Sewer Pipe and Fittings 28 b. ASTM D1785 Standard Specification for Poly (Vinyl Chloride) (PVC) Plastic 29 Pipe, Schedules 40, 80 and 120. 30 c. ASTM D2321 Standard Practice for Underground Installation of Thermoplastic 31 Pipe for Sewers and Other Gravity -Flow Applications 32 d. ASTM D2412 Standard Test Method for Determination of External Loading 33 Characteristics of Plastic Pipe by Parallel -Plate Loading 34 e. ASTM D3212 Standard Specification for Joints for Drain and Sewer Plastic 35 Pipes Using Flexible Elastomeric Seals 36 3. Texas Commission on Environmental Quality 37 a. Title 30, Part 1, Chapter 217, Subchapter C, Rule 217.54 —Criteria for Laying 38 Pipe and Rule 39 b. Title 30, Part 1, Chapter 217, Subchapter C, 217.55 -- Manholes and Related 40 Structures 41 1.3 ADMINISTRATIME REQUIREMENTS 42 A. Scheduling 43 1. Provide advance notice for service interruption to property owner and meet 44 requirements of Division 0. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 26, 2013 333150-6 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 6 of 10 1 1.4 SUBMITTALS 2 A. Submittals shall be in accordance with Section 0133 00, 3 B. All submittals shall be approved by the City prior to delivery. 4 1.5 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 5 A. Product data shall include, if applicable: 6 1. Tee connection or saddle 7 2. Fittings (including type of cleanout) 8 3. Service line 9 B. Certificates 10 1. Furnish an affidavit certifying that service line and fittings meet the provisions of 11 this Section. 12 1.6 CLOSEOUT SUBMITTALS [NOT USED] 13 1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 14 1.8 QUALITY ASSURANCE [NOT USED] 15 1.9 DELIVERY, STORAGE, AND HANDLING 16 A. Storage and Handling Requirements 17 1. Gravity pipe shall be stored and handled in accordance with the manufacturer's 18 guidelines. 19 2. Protect all parts such that no damage or deterioration will occur during a prolonged 20 delay from the time of shipment until installation is completed and the units and 21 equipment are ready for operation. 22 3. Protect all equipment and parts against any damage during a prolonged period at the 23 site. 24 4. Prevent plastic and similar brittle items from being directly exposed to sunlight or 25 extremes in temperature. 26 S. Secure and maintain a location to store the material in accordance with Section 01 27 6600. 28 1.10 FIELD [SITE] CONDITIONS [NOT USED] 29 1.11 WARRANTY [NOT USED] 30 PART 2 - PRODUCTS 31 2.1 OWNER -FURNISHED [NOT USED] 32 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS 33 A. Manufacturers 34 1. Only the manufacturers as listed on the City's Standard Products List will be 35 considered as shown in Section 0160 00. 36 a. The manufacturer must comply with this Specification and related Sections. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 26, 2013 33 31 50 - 7 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 7of10 1 2. Any product that is not Iisted on the Standard Products List is considered a 2 substitution and shall be submitted in accordance with Section 0125 00. 3 3. The services and appurtenances shall be new and the product of a manufacturer 4 regularly engaged in the manufacturing of services and appurtenances having 5 similar service and size. 6 B. Materials/Design Criteria 7 1, Service Line and Fittings (including tee connections) 8 a. PVC pipe and fittings on public property shall be in accordance with Section 33 9 3120. 10 b. PVC pipe and fittings on private property shall be Schedule 40 in accordance I with ASTM D1785. 12 c. Ductile iron pipe and fittings shall be coated with ceramic epoxy in accordance 13 with Section 33 11 10 and Section 33 11 11. 14 2. Service saddle 15 a. Service saddles shall only be allowed when connecting a new service to an 16 existing sanitary sewer main and shall: 17 1) Be a 1-piece prefabricated saddle, either polyethylene or PVC, with 18 neoprene gasket for seal against main 19 2) Use saddle to fit outside diameter of main 20 3) Use saddle with grooves to retain band clamps 21 4) Use at least 2 stainless steel band clamps for securing saddles to the main 22 b. Inserta tees service connections may not be used. 23 3. Cleanout 24 a. Cleanout stack material should be in accordance with City Standard Details or 25 as shown on Drawings. 26 b. For paved areas, provide a cast iron ceanout and east iron lid. 27 c. For unpaved areas, provide PVC cleanout and polyethylene lid. 28 4. Coupling 29 a. For connections between new PVC pipe stub out and existing service line, use 30 rubber sleeve couplings with stainless steel double -band repair sleeves to 31 connect to the line. 32 2.3 ACCESSORIES [NOT USED] 33 2.4 SOURCE QUALITY CONTROL [NOT USED] 34 PART 3 - EXECUTION [NOT USED] 35 3.1 INSTALLERS 36 A. A licensed plumber is required for installations of the service line on private property. 37 3.2 EXAMINATION [NOT USED] 38 3.3 PREPARATION [NOT USED] 39 3.4 INSTALLATION 40 A. General CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 26, 2013 1 2 3 4 5 6 7 8 9 10 1I 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 333150 --8 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 8 of 10 1. Install service line, fittings and cleanout as specified herein, as specified in Section 33 05 10 and in accordance with the pipe manufacturer's recommendations. B. Handling 1. Haul and distribute service lines, fittings and cleanouts at the project site and handle with care to avoid damage. a. Inspect each segment of service line and reject or repair any damaged pipe prior to lowering into the trench. 2. Do not handle the pipe in such a way that will damage the pipe. C. Service Line 1. Lay service line at a minimum grade of 2 percent, as shown on City Standard details, or at lines and grades as indicated in the Drawings. 2. If service line is installed by bore as an alternative to open cut, the cost associated with open cut installation, such as pavement removal, trenching, embedment and backfill and pavement patch will not be included as part of the bore installation. 3. Excavate and backfill trenches in accordance with 33 05 10. 4. Embed PVC Pipe in accordance with 33 05 10. D. Cleanout 1. Install out of traffic areas such as driveways, streets and sidewalks whenever possible. a. When not possible, install cast iron cleanout stack and cap. 2. Install 2-way cleanout in non -paved areas in accordance with City Standard Details. 3. Install 2-way cleanout in paved areas in accordance with City Standard Details. E. Service line connection to main 1. New service on new or replacement main a. Determine location of service connections before main installation so the service fittings can be installed during main installation. b. Connect service line to main with a molded or fabricated tee fitting. 2. Reconnection to main after pipe enlargement a. Tapping the existing main and installing a strap on tee connection may be used. b. Allow the new main to recover from imposed stretch before tapping and service installation. 1) follow manufacturer's recommendation for the length of time needed. c. Tap main at 45 degree angle to horizontal when possible. 1) Avoid tapping the top of main. d. Extend service line from main to property line or easement line before connecting to the existing service line. 3. New service on existing main a. Connect service line to main with a molded or fabricated tee fitting if possible. b. "Tapping the existing main and installing a strap on tee connection may be used. F. Private Service Relocation 1. Requirements for the relocation of service line on private property a. A licensed plumber must be used to install service line on private property. b. Obtain permit from the Development Department for work- on private property. c. Pay for any inspection or permit fees associated with work on private property. CITY OF FORT WOR1-H STANDARD CONSTRUCTION SPECIFICATION DOCUM12MTS Revised April 26, 2013 33 31 50 - 9 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE DINE Page 9 of 10 1 d. Verify (by Exploratory Excavation of Existing Utilities) the elevations at the 2 building cleanout and compare to data on the Drawings before beginning 3 service installation. 4 e. Submit elevation information to the City inspector. 5 f Verify that the 2 percent slope installation requirement can be met. 6 1) If the 2 percent slope cannot be met, verify with the Engineer that line may 7 be installed at the lesser slope. 8 3.5 REPAIR / RESTORATION [NOT USED] 9 3.6 RE -INSTALLATION 10 A. Service Relocation 11 1. All relocations that are not installed as designed or fail to meet the City code shall 12 be reinstalled at the Contractor's expense. 13 3.7 FIELD QUALITY CONTROL 14 A. Inspections 15 1. Private property service line requires approval by the City plumbing inspector 16 before final acceptance. 17 3.8 SYSTEM STARTUP [NOT USED] 18 3.9 ADJUSTING [NOT USED] t9 3.10 CLEANING [NOT USED] 20 3.11 CLOSEOUT ACTIVITIES [NOT USED] 21 3.12 PROTECTION [NOT USED] 22 3.13 MAINTENANCE [NOT USED] 23 3.14 ATTACHMENTS [NOT USED] 24 25 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE Throughout— Deep Sewer Service was removed 1.2 — Measurement and Payment Items were revised to include relocation and 12/20/2012 D. Johnson reconnection; Blue text was added for guidance in applying the bid Items; Price bid lists revised to include clean -out caps, pads and surface restoration. Added the phrase', including grass' to Iines; Part 1, 1.2.A.1.c.9, Partl, L2.A.2.c.9, Part 1,1.2.A.5.c.8, Partl, 1.2.A.6.c.4 2/13/2013 F. Griffin Added the phrase `- surface restoration, including grass' to lines; Part 1, 1.2.A.4.c.11, Part 1, 1.2.A.7.10 Removed the phrase `surrounding 2-way cleanout' from lines; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 26, 2013 333150-10 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 10 of 10 Part 1, 1.2.A.1.c.9, Part 1, 1.2.A.2.c.9, Part I, 1.2.A.6.c.4 Revised lines with `including grass' replacing with `excluding grass (seeding, sodding or hydromulching paid separately)' 4/26/2013 F. Griffin Included in Part 1, 1.2, A, 1, e, 9; Part 1, 1.2, A, 2, c, 9; Part 1, 11, A, 4, c, 11; Part 1, 1.2, A, 5, c, 8; Part 1, 1.2, A, 6, c, 4; Part 1, 1.2, A, 7, c, 10 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 26, 2013 3339 10- 1 CAST -IN -PLACE CONCRETE MANHOLE Page I of 7 1 SECTION 33 39 10 2 CAST -IN -PLACE CONCRETE MANHOLE 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Sanitary Sewer Cast -in -Place Concrete Manholes 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include but are not necessarily limited to: to 1. Division 0 —Bidding Requirements, Contract Forms, and Conditions of the 1 I Contract 12 2. Division 1 — General Requirements 13 3, Section 03 30 00 — Cast-ln-Place Concrete 14 4. Section 03 80 00 — Modifications to Existing Concrete Structures 15 5. Section 33 01 30 — Sewer and Manhole Testing 16 6. Section 33 05 13 — Frame, Cover, and Grade Rings 17 7. Section 33 39 60 — Epoxy Liners for Sanitary Sewer Structures 18 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) The work performed and the materials furnished in accordance with this 25 Item shall be paid for at the unit price bid per each "Manhole" installed for: 26 a) Various sizes 27 b) Various types 28 c. The price bid will include: 29 1) Manhole structure complete in place 30 2) Excavation 31 3) Forms 32 4) Concrete 33 5) Backfill 34 6) Foundation 35 7) Drop pipe 36 8) Stubs 37 9) Frame 38 10) Cover 39 11) Grade rings 40 12) Pipe connections 41 13) Pavement removal CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 20I2 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 3339 10-2 CAST -IN -PLACE CONCRETE MANHOLE Page 2 of7 14) Hauling 15) Disposal of excess material 16) Placement and compaction of backfill 17) Clean-up 2. Extra Depth Manhole a. Measurement 1) Measurement for added depth beyond 6 feet will be per vertical foot, measured to the nearest 1 /10 foot. b. Payment 1) The work performed and the materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per vertical foot for "Extra Depth Manhole" specified for: a) Various sizes c. The price bid will include: 1) Manhole structure complete in place 2) Excavation 3) Forms 4) Reinforcing steel (if required) 5) Concrete 6) BackfiIl 7) Foundation 8) Drop pipe 9) Stubs 10) Frame 11) Cover 12) Grade rings 13) Pipe connections 14) Pavement removal 15) Hauling 16) Disposal of excess material 17) Placement and compaction of backfill 18) Clean-up 3. Sanitary Sewer Junction Structure a. Measurement 1) Measurement for this Item will be per each Sewer Junction Structure being installed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the lump sum bid per each "Sewer Junction Structure" location. c. Price bid will include: 1) Junction Structure complete in place 2) Excavation 3) Forms 4) Reinforcing steel (if required) 5) Concrete 6) Backfill 7) Foundation 8) Drop pipe CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 333910-3 CAST -IN -PLACE CONCRETE MANHOLE Page 3 of 7 1 9) Stubs 2 10) Frame 3 11) Cover 4 12) Grade rings 5 13) Pipe connections 6 14) Pavement removal 7 15) Hauling 8 16) Disposal of excess material 9 17) Placement and compaction of backfill 10 18) Clean -Lip 11 1.3 REFERENCES 12 A. Definitions 13 1. Manhole Type 14 a. Standard Manhole (See City Standard Details) 15 1) Greater than 4 feet deep up to 6 feet deep 16 b. Standard Drop Manhole (See City Standard Details) 17 1) Same as Standard Manhole with external drop connection (s) 18 c. Type "A" Manhole (See City Standard Details) 19 1) Manhole set on a reinforced concrete block placed around 39-inch and 20 larger sewer pipe 21 d. Shallow Manhole (See City Standard Details) 22 1) Less than 4 feet deep with formed invert for sewer pipe diameters smaller 23 than 39-inch 24 2. Manhole Size 25 a. 4 foot diameter 26 1) Used with pipe ranging from 8-inch to 15-inch 27 b. 5 foot diameter 28 1) Used with pipe ranging from 18-inch to 36-inch 29 c. See specific manhole design on Drawings for pipes larger than 36-inch. 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. ASTM International (ASTM): 35 a. D4258, Standard Practice for Surface Cleaning Concrete for Coating. 36 b. D4259, Standard Practice for Abrading Concrete. 37 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 38 1.5 SUBMITTALS 39 A. Submittals shall be in accordance with Section 01 33 00. 40 B. All submittals shall be approved by the City prior to delivery. 41 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 42 A. Product Data 43 1. Drop connection materials CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 333910-4 CAST -IN -PLACE CONCRETE MANHOLE Page 4 of 7 1 2. Pipe connections at manhole walls 2 3. Stubs and stub plugs 3 4. Admixtures 4 5. Concrete Mix Design 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE [NOT USED] 8 110 DELIVERY, STORAGE, AND HANDLING [NOT USED] 9 1.11 FIELD [SITE] CONDITIONS [NOT USED] 10 1.12 WARRANTY [NOT USED] 11 PART 2 - PRODUCTS 12 21 OWNER -FURNISHED [op] OWNER-SUPPLIEDPRODUCTS [NOT USED] 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS A. Manufacturers 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section 01 60 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 01 25 00. B. Materials 1. Concrete — Conform to Section 03 30 00. 2. Reinforcing Steel — Conform to Section 03 2100. 3. Frame and Cover — Conform to Section 33 05 13. 4. Grade Ring — Conform to Section 33 05 13. 5. Pipe Connections a. Pipe connections can be premolded pipe adapter, flexible locked -in boot adapter, or integrally cast gasket channel and gasket. 6. Interior Coating or Liner — Conform to Section 33 39 60, if required. 7. Exterior Coating a. Use Coal Tar Bitumastic for below grade damp proofing. b. Dry film thickness shall be no less than12 mils and no greater than 30 mils. c. Solids content is 68 percent by volume 4: 2 percent. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 3339 10--5 CASTJN-PLACE CONCRETE MANHOLE Page 5 of 7 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PANT 3 - EXECUTION 4 3.1 INSTALLERS [NOT USER] 5 3.2 EXAMINATION 6 A. Evaluation and Assessment 7 1. Verify lines and grades are in accordance to the Drawings. 8 3.3 PREPARATION 9 A. Foundation Preparation 10 1. Excavate 8 inches below manhole foundation. 11 2. Replace excavated soil with course aggregate, creating a stable base for the I2 manhole construction. 13 a. If soil conditions or ground water prevent use of course aggregate base a 2-inch 14 mud slab may be substituted. 15 3.4 INSTALLATION 16 A. Manhole 17 1. Construct manhole to dimensions shown on Drawings. 18 2. Cast manhole foundation and wall monolithically. 19 a. A cold joint with water stop is allowed when the manhole depth exceeds 12 20 feet. 21 b. No other joints are allowed unless shown on Drawings. 22 3. Place, finish and cure concrete according to Section 03 30 00. 23 a. Manholes must cure 3 days before backfilling around structure. 24 B. Pipe connection at Manhole 25 1. Do not construct joints of sewer pipe within wall sections of manhole. 26 C. Invert . 27 1. Construct invert channels to provide a smooth waterway with no disruption of flow 28 at pipe -manhole connections. 29 2. For direction changes of mains, construct channels tangent to mains with maximum 30 possible radius of curvature. 31 a. Provide curves for side inlets. 32 3. Sewer pipe may be laid through the manhole and the top '/2 of the pipe removed to 33 facilitate manhole construction. 34 4. For all standard manholes provide full depth invert. 35 5. For example, if 8-inch pipe is connected to manhole, construct the invert to full 8 36 inches in depth. 37 D. Drop Manhole Connection CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 3339 10 - 6 CAST -IN --PLACE CONCRETE MANHOLE Page 6 of 7 1 1. Install drop connection when sewer line enters manhole higher than 24 inches 2 above the invert. 3 E. Final Rim Elevation 4 1. Install concrete grade rings for height adjustment. 5 a. Construct grade ring on load bearing shoulder of manhole. 6 b. Use sealant between rings as shown on Drawings. 7 2. Set fraine on top of manhole or grade rings using continuous water sealant. 8 3. Remove debris, stones and dirt to ensure a watertight seal. 9 4. Do not use steel shims, wood, stones or other unspecified material to obtain the 10 final surface elevation of the manhole frame. 11 F. Internal coating 12 1. Internal coating application will conform to Section 33 39 60, if required by 13 Drawings. 14 G. External coating 15 1. Remove dirt, dust, oil and other contaminants that could interfere with adhesion of 16 the coating. 17 2. Cure for 3 days before backfilling around structure. 18 3. Coat the same date the forms are removed. 19 4. Prepare surface in accordance with ASTM D4258 and ASTM D4259. 20 5. Application will follow manufacturer's recommendation. 21 H. Modifications and Pipe Penetrations 22 1. Conform to Section 03 80 00. 23 I. Junction Structures 24 1. All structures shall be installed as specified in Drawings. 25 3.5 REPAIR / RESTORATION [NOT USED] 26 3.6 RE -INSTALLATION [NOT USED] 27 3.7 FIELD QUALITY CONTROL 28 A. Field Tests and Inspections 29 1. Perform vacuum test in accordance with Section 33 0130. 30 3.8 SYSTEM STARTUP [NOT USED) 31 3.9 ADJUSTING [NOT USED] 32 3.10 CLEANING [NOT USED] 33 3.11 CLOSEOUT ACTIVITIES [NOT USED] 34 3.12 PROTECTION [NOT USED] 35 3.13 MAINTENANCE [NOT USED] 36 3.14 ATTACHMENTS [NOT USED] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 333910-7 CAST -IN -PLACE CONCRETE MANHOLE Page 7 of END OF SECTION Revision Log DATE I NAME I SUMMARY OF CHANGE 12/20/2012 1 D. Johnson I I.2.A.I.e. — reinforcing steel removed from items to be included in price bid CI I'Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 1 2 3 PART 1 - GENERAL 4 1.1 SUMMARY SECTION 33 39 20 PRECAST CONCRETE MANHOLE 33 39 20 - 1 PRECAST CONCRETE MANHOLE Page I of 6 5 A. Section Includes: 6 1. Sanitary Sewer, Water Appurtenance, or Reclaimed Water Appurtenance Precast 7 Concrete Manholes 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 I . Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 12 Contract 13 2. Division 1--- General Requirements 14 3. Section 03 30 00 — Cast -in -Place Concrete 15 4. Section 03 80 00 — Modifications to Existing Concrete Structures 16 5. Section 33 0130 — Sewer and Manhole Testing 17 6. Section 33 05 13 — Frame, Cover, and Grade Rings 1& 7. Section 33 39 60 — Epoxy Liners for Sanitary Sewer Structures 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Manhole 22 a. Measurement 23 1) Measurement for this Item shall be per each concrete in installed. 24 b. Payment 25 1) The work performed and the materials furnished in accordance with this 26 Item shall be paid for at the unit -price bid per each "Manhole" installed for: 27 a) Various sizes 28 b) Various types 29 c. The price bid will include: 30 1) Manhole structure complete in place 31 2) Excavation 32 3) Forms 33 4) Reinforcing steel (if required) 34 5) Concrete 35 6) Backfill 36 7) Foundation 37 8) Drop pipe 38 9) Stubs 39 10) Frame 40 11) Cover 41 12) Grade rings CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 333920-2 PRECAST CONCRETE MANHOLE Page 2 of 1 13) Pipe connections '2 14) Pavement removal 3 15) Hauling 4 16) Disposal of excess material 5 17) Placement and compaction of backfill 6 18) Clean-up 7 2. Extra Depth Manhole 8 a. Measurement 9 1) Measurement for added depth beyond 6 feet will be per vertical foot, 10 measured to the nearest 1110 foot. 11 b. Payment 12 1) The work performed and materials furnished in accordance with this Item 13 and measured as provided under "Measurement" will be paid for at the unit 14 price bid per vertical foot for "Extra Depth Manhole" specified for: 15 a) Various sizes 16 c. The price bid will include: 17 1) Manhole structure complete in place 18 2) Excavation 19 3) Forms 20 4) Reinforcing steel (if required) 21 5) Concrete 22 6) Backfill 23 7) Foundation 24 8) Drop pipe 25 9) Stubs 26 10) Frame 27 11) Cover 28 12) Grade rings 29 13) Pipe connections 30 14) Pavement removal 31 15) Hauling 32 16) Disposal of excess material 33 17) Placement and compaction of backfrll 34 18) Clean-up 35 1..3 REFERENCES 36 A. Definitions 37 1. Manhole Type 38 a. Standard Manhole (See City Standard Details) 39 1) Greater than 4 feet deep up to 6 feet deep 40 b. Standard Drop Manhole (See City Standard Details) 41 1) Same as Standard Manhole with external drop connection(s) 42 c. Type "A" Manhole (See City Standard Details) 43 1) Manhole set on a reinforced concrete block placed around 39-inch and 44 larger sewer pipe. 45 d. Shallow Manhole (See City Standard Details) 46 1) Less than four 4 deep with formed invert for sewer pipe diameters smaller 47 than 39-inch 48 2. Manhole Size CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 333920-3 PRECAST CONCRETE MANHOLE Page 3 of 6 1 a. 4 foot diameter 2 1) Used with pipe ranging from 8-inch to 15-inch 3 b. 5 foot diameter 4 1) Used with pipe ranging from 18-inch to 36-inch 5 2) See specific manhole design on Drawings for pipes larger than 36-inch. 6 B. Reference Standards 7 1. Reference standards cited in this Specification refer to the current reference 8 standard published at the time of the latest revision date logged at the end of this 9 Specification, unless a date is specifically cited. 10 2. ASTM International (ASTM): 11 a. C443, Standard Specification for Joint for Concrete Pipe and Manholes, Using 12 Rubber Gaskets 13 b. C478, Standard Specification for Precast Reinforced Concrete Manhole 14 Sections. 15 c. C923, Standard Specification for Resilient Connectors Between Reinforced 16 Concrete Manholes Structures, Pipes, and Laterals. 17 d. D1187, Standard Specification for Asphalt -Base Emulsion for Use as Protective 18 Coatings for Metal 19 e. D1227, Standard Specification for Emulsified Asphalt Used as a Protective 20 Coating for Roofing 21 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 22 1.5 SUBMITTALS 23 A. Submittals shall be in accordance with Section 0133 00. 24 M All submittals shall be approved by the City prior to delivery. 25 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 26 A. Product Data 27 1. Precast Concrete Manhole 28 2. Drop connection materials 29 3. Pipe connections at manhole walls 30 4. Stubs and stub plugs 31 5. Admixtures 32 6. Concrete Mix Design 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] 38 112 WARRANTY 39 A. Manufacturer Warranty CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 33 39 20 - 4 PRECAST CONCRETE MAN[IOLE Page 4 of 6 I T. Manufacturer's Warranty shall be in accordance with Division 1. 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 0160 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 0125 00. 11 B. Materials 12 1. Precast Reinforced Concrete Sections — Conform to ASTM C478, 13 2. Precast Joints 14 a. Provide gasketed joints in accordance with ASTM C443. 15 b. Minimize number of segments. 16 c. Use long joints at the bottom and shorter joints toward the top. 17 d. Include manufacturer's stamp on each section. 18 3. Lifting Devices 19 a. Manhole sections and cones may be furnished with lift lugs or lift holes. 20 1) If lift lugs are provided, place 180 degrees apart. 21 2) If lift holes are provided, place 180 degrees apart and grout during manhole 22 installation. 23 4. Frame and Cover — Conform to Section 33 05 13. 24 5. Grade Ring — Conform to Section 33 05 13 and ASTM C478. 25 6. 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 7. Steps 29 a. No steps are allowed. 30 8. Interior Coating or Liner — Conform to Section 33 39 60. 3I 9. Exterior Coating 32 a. Coat with non-fibered asphaltic emulsion in accordance with ASTM D1187 33 Type I and ASTM DI227 Type III Class I. 34 2.3 ACCESSORIES [NOT USED] 35 2.4 SOURCE QUALITY CONTROL [NOT USED] CITY OF FORT WORTH STANDARD CONSTRUCTION SPFCIFICATfON DOCUMENTS Revised December 20, 2012 333920-5 PRECAST CONCRETE MANHOLE Page 5 of 6 1 PART 3 - EXECUTION 2 3.1 INSTALLERS [NOT USED] 3 3.2 EXAMINATION 4 A. Evaluation and Assessment 5 1. Verify lines and grades are in accordance to the Drawings. 6 3.3 PREPARATION 7 A. Foundation Preparation 8 1. Excavate 8 inches below manhole foundation. 9 2. Replace excavated soil with course aggregate; creating a stable base for manhole 10 construction. 11 a. If soil conditions or ground water prevent use of course aggregate base a 2-inch 12 mud slab may be substituted. 13 3.4 INSTALLATION 14 A. Manhole 15 1. Construct manhole to dimensions shown on Drawings. 16 2. Precast Sections 17 a. Provide bell -and -spigot design incorporating a premolded joint sealing 18 compound for wastewater use. I9 b. Clean bell spigot and gaskets, lubricate and join. 20 c. Minimize number of segments. 21 d. Use long joints used at the bottom and shorter joints toward the top. 22 B. Invert 23 1. Construct invert channels to provide a smooth waterway with no disruption of flow 24 at pipe -manhole connections. 25 2. For direction changes of mains, construct channels tangent to mains with maximum 26 possible radius of curvature. 27 a. Provide curves for side inlets. 28 3. For all standard manholes provide full depth invert. 29 4. For example, if 8-inch pipe in connected to manhole construct the invert to full 8 30 inches in depth. 31 C. Drop Manhole Connection 32 1. Install drop connection when sewer line enters manhole higher than 24 inches 33 above the invert. 34 D. Final Rim Elevation 35 1. Install concrete grade rings for height adjustment. 36 a. Construct grade ring on load bearing shoulder of manhole. 37 b. Use sealant between rings as shown on Drawings. 38 2. Set frame on top of manhole or grade rings using continuous water sealant. 39 3. Remove debris, stones and dirt to ensure a watertight seal. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 333920-6 PRECAST CONCRETE MANHOLE Page 6 of6 4. Do not use steel shims, wood, stones or other unspecified material to obtain the final surface elevation of the manhole frame. E. Internal coating 1. Internal coating application will conform to Section 33 39 60, if required by Drawings. F. External coating 1. Remove dirt, dust, oil and other contaminants that could interfere with adhesion of the coating. 2. Cure manhole for 3 days before backflling around the structure. 3. Application will follow manufacturer's recommendation. G. Modifications and Pipe Penetrations 1. Conform. to Section 03 80 00. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. Field Tests and Inspections 1. Perform vacuum test in accordance with Section. 33 0130. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1.1.A.1 — Modified to include precast manholes for water and reclaimed water applications 12/20/2012 D. Johnson 1.3.B.2 —Modified to include ASTM C443, D1187 and D1227 as references 2.2.B.1-3 — Modified in accordance with new ASTM references 2,2.B.10 — Modified in accordance with new ASTM references CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 1 2 3 PARTI- GENERAL 4 1.1 SUMMARY SECTION 33 39 30 FIBERGLASS MANHOLES 333930- 1 FIBERGLASS MANHOLES Page 1 of 7 5 A. Section Includes: 6 1. Glass -Fiber -Reinforced Polyester (Fiberglass) Sanitary Sewer Manholes 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the l I Contract 12 2. Division 1 — General Requirements 13 3. Section 03 30 00 — Cast -in -Place Concrete 14 4. Section 03 80 00 — Modifications to Existing Concrete Structures 15 S. Section 33 0130 — Sewer and Manhole Testing 16 6. Section 33 05 10 — Utility Trench Excavation, Embedment and Backlill 17 7. Section 33 05 13 — Frame, Cover and Grade Rings 18 8. Section 33 39 10 — Cast -In -Place Concrete Manholes 19 9. Section 33 39 20 — Precast Concrete Manholes 20 10. Section 33 39 60 — Epoxy liners for Sanitary Sewer Structures 21 1.2 PRICE AND PAYMENT PROCEDURES 22 A. Measurement and Payment 23 1. Manhole 24 a. Measurement 25 1) Measurement for this Item shall be pre each "Fiberglass Manhole" 26 installed. 27 b. Payment 28 1) The work performed and the materials furnished in accordance with this 29 Item shall be paid for at the unit price bid per each "Fiberglass Manhole" 30 installed for: 31 a) Various sizes 32 b) Various types 33 c. The price bid shall include: 34 1) Manhole structure complete in place 35 2) Excavation 36 3) Furnishing, placing and compaction of backfill 37 4) Drop pipe 38 5) Stubs 39 6) Frame 40 7) Cover CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 1 2 3 4 5 6 7 8 9 I0 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 333930-2 FIBERGLASS MANHOLES Page 2 of 7 8) Grade rings 9) Pipe connections 10) Pavement removal 11) Hauling 12) Disposal of excess material 13) Clean-up 2. Extra Depth Manhole a. Measurement 1) Measurement for added depth beyond 6 feet shall be per vertical foot, measured to the nearest 1/10 foot. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per vertical foot for "Fiberglass Extra Depth Manhole" specified for: a) Various Sizes c. The price bid shall include: 1) Manhole structure complete in place 2) Excavation 3) Furnishing, placing and compaction ofbackflll 4) Drop pipe 5) Stubs 6) Frame 7) Cover 8) Grade rings 9) Pipe connections 10) Pavement removal 11) Hauling 12) Disposal of excess material 13) Clean-up 30 1..3 REFERENCES 31 32 33 34 35 36 37 38 1 40 41 42 43 44 45 46 A. Definitions 1. Manhole Type a. Standard Manhole (See City Standard Details) 1) Greater than 4 feet deep up to 6 feet deep b. Standard Drop Manhole (See City Standard Details) 1) Same as Standard Manhole with external drop connection (s) c. Type "A" Manhole (See City Standard Details) 1) Manhole set on a reinforced concrete block placed around 39-inch and larger sewer pipe. 2. Manhole Size a. 4 foot diameter 1) Used with pipe ranging from 8-inch to 21-inch b. 5 foot diameter 1) Used with pipe ranging from 24-inch to 36-inch c. See specific manhole design on Drawings for pipes larger than 36-inch. B. Reference Standards CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 333930-3 FIBERGLASS MANHOLES Page 3 of 7 1 1. Reference standards cited in this Specification refer to the current reference 2 standard published at the time of the latest revision date logged at the end of this 3 Specification, unless a date is specifically cited. 4 2. ASTM International (ASTM): 5 a. ASTM A307 — Standard Specification for Carbon Steel Bolts and Studs, 6 60,000 psi Tensile Strength. 7 b. ASTM A615 — Standard Specification for Deformed and Plain Carbon -Steel 8 Bars for Concrete Reinforcement. 9 c. ASTM C76 — Standard Specification for Reinforced Concrete Culvert, Storm 10 Drain and Sewer Pipe. I 1 d. ASTM C270 — Standard Specification for Mortar for Unit Masonry. 12 e. ASTM C478 — Standard Specification for Precast Reinforced Concrete 13 Manhole Sections. 14 f. ASTM C923 -- Standard Specification for Resilient Connectors Between 15 Reinforced Concrete Manholes Structures, Pipes, and Laterals. 16 g. ASTM C1107 — Standard Specification for Packaged Dry, Hydraulic -Cement 17 Grout (Non -Shrink). 18 h. ASTM C 1244 — Standard Test Method for Concrete Sewer Manboles by the 19 Negative Air Pressure (Vacuum) Test Prior to BackfiII. 20 i. ASTM C 1628 - Standard Specification for Joints for Concrete Gravity Flow 21 Sewer Pipe, Using Rubber Gaskets. 22 j. ASTM D698 - Standard Test Methods for Laboratory Compaction 23 Characteristics of Soil Using Standard Effort (12 400 ft-lbf/ft3 (600 kN- 24 mhn3)). 25 k. ASTM D2996 — Standard Specification for Filament -Wound Fiberglass 26 (Glass -Fiber -Reinforced Thermosetting -Resin) Pipe. 27 I. ASTM D2997 — Standard Specification for Centrifugally -Cast Fiberglass 28 (Glass -Fiber -Reinforced Thermosetting -Resin) Pipe. 29 m. ASTM D3753 — Standard Specification for Glass -Fiber -Reinforced Polyester 30 Manholes and Wetwells. 31 n. ASTM D4258 — Standard Practice for Surface Cleaning of Concrete. 32 o. ASTM D4259 — Standard Practice for Abrading Concrete. 33 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 34 1.5 SUBMITTALS 35 A. Submittals shall be in accordance with Section 0133 00. 36 B. All submittals shall be approved by the City prior to delivery. 37 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 38 A. Product Data 39 1. Design and fabrication details of Fiberglass Manhole components 40 2. Installation instructions for Fiberglass Manholes 41 3. Drop connection materials 42 4. Pipe connections at manhole walls 43 5. Materials for stubs and stub plugs, if applicable 44 6. Grade ring materials CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 33 39 30 - 4 FIBERGLASS MANHOLES Page 4 of 7 1 7, External coating materials 2 8. Plugs for hydrostatic testing 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY 9 A. Manufacturer Warranty 10 1. Manufacturer's Warranty shall be in accordance with Division 1. 11 PART 2 - PRODUCTS 12 2.1 OWNER -FURNISHED [oiz] OWNER -SUPPLIED PRODUCTS [NOT USED] 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS A. Manufacturers 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section 0160 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 01 25 00. B. Materials L Fiberglass Manholes a. Provide Prefabricated Fiberglass Manholes conforming in shape, size, dimensions and details shown in the Drawings. b. Unless modified in the Drawings, use manhole sections conforming to ASTM D3753. c. Mark date of manufacture and name or trademark of manufacturer in 1 inch tall stenciled letters on the inside of the barrel. d. Unless larger size is required, provide 48-inch diameter barrel. e. Provide wall section thickness for depth of manhole according to ASTM D3753, but not less than 0.48 inches in thickness. f. Provide fabricated reducer bonded at factory to form 1 continuous unit at top of manhole barrel to accept concrete grade rings and cast iron frame and cover. 1) Reducer design shall be of sufficient strength to safely support HS-20 loading in accordance with AASHTO. 2. Concrete for Utility Construction a. Conform to Section 03 30 00. 3. Concrete Manhole Base a. Conform to Section 33 39 10 or Section 33 39 20. b. Form base so that joint with fiberglass manhole barrel is sealed against leakage. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 333930-5 FIBERGLASS MANHOLES Page 5 of 7 1 4, Reinforcing Steel 2 a. Conform to Section 03 30 00. 3 5. Lifting Devices 4 a. Manhole bases may be furnished with Iift lugs or lift holes. 5 b. If lift lugs are provided, place 180 degrees apart. 6 c. If lift holes are provided, place 180 degrees apart and grout during manhole 7 installation. 8 6. Grout 9 a. Conform to Section 03 80 00 Article 2.5 Repair Mortars or Article 2.6 Pipe 10 Penetrations Sealants. 11 7. Frame and Cover 12 a. Conform to Section 33 05 13. 13 8. Grade Rings 14 a. Conform to Section 33 05 13 and ASTM C 478. 15 9. Pipe Connections 16 a. Conform to ASTM C923 or ASTM C1628. 17 10. Interior Coating or Liner for concrete manhole bench and invert 18 a. Conform to Section 33 39 60. 19 2.3 ACCESSORIES [NOT USED] 20 2.4 SOURCE QUALITY CONTROL [NOT USED] 21 PART 3 - EXECUTION 22 3.1 INSTALLERS [NOT USED] 23 3.2 EXAMINATION 24 A. Evaluation and Assessment 25 1. Verify lines and grades are in accordance to the Drawings. 26 3.3 PREPARATION 27 A. Foundation Preparation 28 1. Excavate 8 inches below manhole foundation. 29 2. Replace excavated soil with course aggregate; creating a stable base for the 30 manhole to be constructed on. 31 a. If soil conditions or ground water prevent use of course aggregate base a 2-inch 32 mud slab may be substituted. 33 3.4 INSTALLATION 34 A. General 35 1. Manhole 36 a. Construct manhole to dimensions shown on Drawings. 37 b. Construct manhole base section in accordance with Section 33 39 10 or Section 38 33 39 20. 39 1) For a cast -in -place base place, finish and cure concrete according to 40 Section 03 30 00. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised .December 20, 2012 333930-6 FIBERGLASS MANHOLES Page 6 of 7 I c. Lower manhole barrel onto base section. 2 d. Seal with manufacturer's gasket or approved sealant. 3 e. Wrap joint with external scaling material a minimum of 12 inches in width. 4 f. Where cast -in -place base is used, support manhole barrel in place and brace it 5 from sides of excavation to prevent any movement of barrel during concrete 6 placement and while concrete is setting. 7 1) Provide minimum clearance between reinforcing steel and manhole barrel 8 bottom as shown on Drawings. 9 2) Do not support manhole barrel on reinforcing steel. 10 3) Place bead of water swelling sealant around inside of barrel near bottom, as 11 shown on Drawings, to form seal. 12 2. Pipe connections at Manhole 13 a. Construct pipe stubs for future connections at locations and with materials 14 indicated on Drawings. 15 1) Install stub plugs at interior of manhole and wood or plastic bulkhead at the 16 end of the stub. 17 b. Cut manhole barrel for pipe penetrations following curvature of pipe and with 18 maximum of 1-inch clearance. 19 1) Seal cut edges with resin. 20 2) Hole may be circular or cutout with semi -circular top, which extends to 21 bottom of barrel. 22 c. Place continuous bead of water swelling sealant, as shown on Drawings, 23 around pipe penetrations on interior of manhole barrel. 24 1) Roughen surface of fiberglass prior to placement to improve bond with 25 sealant. 26 2) Allow sealant to completely cure before placing concrete against it. 27 3) Test connections for watertight seal before backfilling. 28 3. Invert 29 a. Construct invert channels to provide a smooth waterway with no disruption of 30 flow at pipe -manhole connections. 31 b. For direction changes of mains, construct channels tangent to mains with. 32 maximum possible radius of curvature. 33 1) Provide curves for side inlets. 34 4. Drop Manhole Connection 35 a. Install drop connection when sewer line enters manhole higher than 24 inches 36 above the invert. 37 b. At drop pipe connections through fiberglass barrel, cut circular hole sized to 38 requirements of manufactured connector. 39 1) Seal cut edge with resin. 40 2) Install watertight connector according to manufacturer's recommendations. 41 5. Final Rim Elevation 42 a. Install concrete grade rings for height adjustment. 43 1) Construct grade Ting on load bearing shoulder of manhole. 44 2) Use sealant between rings as shown on Drawings. 45 b. Set frame on top of manhole or grade rings using continuous water sealant. 46 c. Remove debris, stones and dirt to ensure a watertight seal. 47 d. Do not use steel shims, wood, stones or other unspecified material to obtain the 48 final surface elevation of the manhole frame. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 1 3.5 REPAIR 1 RESTORATION [NOT USED] 2 3.6 RE -INSTALLATION [NOT USE, D] 3 3.7 FIELD QUALITY CONTROL, 4 A. Field Tests and Inspections 5 1. Perform testing in accordance with Section 33 0130. G END OF SECTION 7 33 39 30 -7 FIBERGLASS MANHOLES Page 7 or7 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF IrORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 33 39 40 - 1 WASTEWATER ACCESS CHAMBER (WAC) Page I of 4 1 SECTION 33 39 40 2 WASTEWATER ACCESS CHAMBER (WAC) 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes- 6 1. Wastewater Access Chambers (WAC) utilized at the end of sanitary sewer mains 7 where it is impracticable to build, maintain and access a standard or shallow 8 manhole 9 a. These are installed as specifically noted on the Drawings, not as an option for 10 manhole installation. 11 B. Deviations from this City of Fort Worth Standard Specification 12 1. None. 13 C. Related Specification Sections include, but are not necessarily limited to, 14 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 15 2. Division 1 - General Requirements 16 3. Section 03 30 00 — Cast -in -Place Concrete 17 4. Section 03 80 00 — Modifications to Existing Concrete Structures 18 5. Section 33 0130 — Sewer and Manhole Testing 19 6. Section 33 05 13 — Frame, Cover, and Grade Rings 20 1.2 PRICE AND PAYMENT PROCEDURES 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 A. Measurement and Payment 1. Measurement a. Measurement for this Item shall be per each. 2. Payment a. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per each "Wastewater Access Chamber" complete in place. 3. The price bid will include: a. WAC complete in place b. Excavation c. Backfill d. Frame e. Cover £ Grade rings g. Pipe connections h. Pavement removal i. Hauling j. Disposal of excess material k. Placement and compaction of backfill 1. Clean-up in. Testing CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 33 39 40 - 2 WASTEWATER ACCESS CHAMBER (WAC) Page 2 of 4 1 1.3 REFERENCES 2 A. Reference Standards 3 1. Reference standards cited in this Specification refer to the current reference 4 standard published at the time of the latest revision date logged at the end of this 5 Specification, unless a date is specifically cited. 6 2. ASTM International (ASTM): 7 a. C478, Standard Specification for Precast Reinforced Concrete Manhole 8 Sections. 9 b. C923, Standard Specification for Resilient Connectors Between Reinforced 10 Concrete Manhole Structures, Pipes, and Laterals. 11 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 12 1.5 SUBMITTALS 13 A. Submittals shall be in accordance with Section 0133 00. 14 B. All submittals shall be approved by the City prior to delivery. 15 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 16 A. Product Data 17 1. WAC I8 2. Stubs and stub plugs 19 3. Grade ring 20 4. Plugs for air testing 21 1.7 CLOSEOUT SUBMITTALS [NOT USED] 22 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 23 1.9 QUALITY ASSURANCE [NOT USED] 24 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 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 loR] 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 333940-3 WASTEWATER ACCESS CHAMBER (WAC) Page 3 of 4 1 2. Any product that is not listed on the Standard Products List is considered a 2 substitution and shall be submitted in accordance with Section 0125 00. 3 B. Materials 4 1. WAC structure 5 a. 3/8 inch thick 1-piece construction 6 b. Large enough for insertion of Closed Circuit Television (CCTV) equipment and 7 high pressure cleaning equipment 8 c. Light in color 9 d. Surface construction to match typical manhole design 10 2. Cast -in -place concrete — Conform to Section 03 30 00. 11 3. Frame and Cover — Conform to Section 33 05 13. 12 a. Because it is not made for personnel access, a standard 24-inch frame and cover 13 assembly may be used. 14 4. Grade Ring -- Conform to ASTM C478. 15 5. Pipe Connections — Conform to ASTM C923. 16 2.3 ACCESSORIES [NOT USED] 17 2.4 SOURCE QUALITY CONTROL [NOT USED] 18 PART 3 - EXECUTION 19 3.1 INSTALLERS [NOT USED] 20 3.2 EXAMINATION 21 A- Evaluation and Assessment 22 1. Verify lines and grades are in accordance to the Drawings. 23 3.3 PREPARATION 24 A. Surface Preparation 25 1. Excavate 8 inches below manhole foundation. Replace excavated soil with course 26 aggregate; creating a stable base for the manhole to be constructed on. 27 a. If soil conditions or ground water prevent use of course aggregate base a 2-inch 28 mud slab may be substituted. 29 3.4 INSTALLATION 30 A. WAC 31 1. Construct to dimensions shown on the Drawings. 32 B. Pipe connection at WAC 33 1. Construct pipe stubs for future connections at locations and with materials indicated 34 on the Drawings. 35 2. Install stub plugs at interior of WAC and wood or plastic bulkhead at the end of the 36 stub. 37 C. Final Rim Elevation 38 1. Install concrete grade rings for height adjustment. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 33 39 40 -- 4 WASTEWATER ACCESS CHAMBER (WAC) Page 4 of 4 1 a. Construct grade ring on load bearing area outside of WAC structure. 2 b. Use sealant; between rings as shown on the Drawings. 3 2. Set grade rings using continuous water sealant. 4 a. Remove debris, stones and dirt to ensure a watertight seal. 5 3. Do not use steel shims, wood, stones or other unspecified material to obtain the 6 final surface elevation of the manhole frame. 7 D. Modifications and Pipe Penetrations 8 1. Conform to Section 03 80 00. 9 3.5 REPAIR / RESTORATION [NOT USED] 10 3.6 RE -INSTALLATION [NOT USED] 11 3.7 FIELD QUALITY CONTROL 12 A. Field Tests and Inspections 13 1. Perform vacuum test in accordance with Section 33 0130. 14 3.8 SYSTEM STARTUP [NOT USED] 15 3.9 ADJUSTING [NOT USED] 16 3.10 CLEANING [NOT USED] 17 3.11 CLOSEOUT ACTIVITIES [NOT USED] 18 3.12 PROTECTION [NOT USED] 19 3.13 MAINTENANCE [NOT USED] 20 3.14 ATTACHMENTS [NOT USED] 21 22 23 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised Dacember 20, 2012 33 39 60 - 1 EPDXY LINERS FOR SANITARY SEWER STRUCTURES Page 1 of 1 SECTION 33 39 60 2 EPDXY LINERS FOR SANITARY SEWER STRUCTURES 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Application of a high -build epoxy coating system to concrete utility structures such 7 as manholes, lift station wet wells, junction boxes or other concrete facilities that 8 may need protection from corrosive materials 9 B. Deviations from this City of Fort Worth Standard Specification 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 1. None. C. Related Specification Sections include but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 -- General Requirements 3. Section 33 0130 — Sewer and Manhole Testing 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Manholes a. Measurement 1) Measurement for this Item shall be per vertical foot of coating as measured from the bottom of the frame to the top of the bench. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per vertical foot of "Epoxy Manhole Liner" applied. c. The price bid shall include: 1) Furnishing and installing Liner as specified by the Drawings 2) Hauling 3) Disposal of excess material 4) Clean-up 5) Cleaning 6) Testing 2. Non -Manhole Structures a. Measurement 1) Measurement for this Item shall be per square foot of area where the coating; is applied. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per square foot of "Epoxy Structure Liner" applied. c. The price bid shall include: 1) Furnishing and installing Liner as specified by the Drawings CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 333960-2 EPDXY LINERS FOR SANITARY SEWER STRUCTURES Page 2 of 6 1 2) Hauling 2 3) Disposal of excess material 3 4) Clean-up 4 5) Cleaning 5 6) Testing 6 1.3 REFERENCES 7 A. Reference Standards 8 1. Reference standards cited in this Specification refer to the current reference 9 standard published at the time of the latest revision date logged at the end of this 10 Specification, unless a date is specifically cited. 11 2. ASTM International (ASTM): 12 a. D543, Standard Practices for Evaluating the Resistance of Plastics to Chemical 13 Reagents. 14 b. D638, Standard Test Method for Tensile Properties of Plastics. 15 c. D695, Standard Test Method for Compressive Properties of Rigid Plastics. 16 d. D790, Standard Test Methods for Flexural Properties of Unreinforced and 17 Reinforced Plastics and Electrical Insulating Materials. 18 e. D4060, Standard Test Method for Abrasion Resistance of Organic Coatings by 19 the Taber Abraser. 20 f. D4414, Standard Practice for Measurement of Wet Film Thickness by Notch 21 Gages. 22 g. D4541, Standard Test Method for Pull -off Strength of Coatings Using Portable 23 Adhesion Testers. 24 3. Environmental Protection Agency (EPA). 25 4. NACE International (NACE). 26 5. Occupational Safety and Health Administration (OSHA). 27 6. Resource Conservation and Recovery Act, (RCRA). 28 7. The Society for Protective Coatings/NACE International (SSPC/NACE); 29 a. sp 13/NACE No. 6, Surface Preparation of Concrete. 30 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 31 1.5 SUBMITTALS 32 A. Submittals shall be in accordance with Section 0133 00. 33 B. All submittals shall be approved by the City prior to delivery. 34 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 35 A. Product Data 36 1. Technical data sheet on each product used 37 2. Material Safety Data Sheet (MSDS) for each product used 38 3. Copies of independent testing performed on the coating product indicating the 39 product meets the requirements as specified herein 40 4. Technical data sheet and project specific data for repair materials to be topcoated 41 with the coating product including application, cure time and surface preparation 42 procedures CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 333960-3 EPDXY LINERS FOR SANITARY SEWER STRUCTURES Page 3 of 6 I B. Contractor Data 2 1. Current documentation from coating product manufacturer certifying Contractor's 3 training and equipment complies with the Quality Assurance requirements specified 4 herein 5 2. 5 recent references of Contractor indicating successful application of coating 6 product(s) of the same inaterial type as specified herein, applied by spray 7 application within the municipal wastewater environment 8 1.7 CLOSEOUT SUBMITTALS [NOT USED] 9 1.8 MAINTENANCE MATERIAL SUBMITTALS ]NOT USED] to 1.9 QUALITY ASSURANCE 11 A. Qualifications 12 1. Contractor 13 a. Be trained by, or have training approved and certified by, the coating product 14 manufacturer for the handling, mixing, application and inspection of the coating 15 product(s) to be used as specified herein 16 b. Initiate and enforce quality control procedures consistent with the coating 17 product(s) manufacturer recommendations and applicable NACE or SSPC 18 standards as referenced herein 19 1.14 DELIVERY, STORAGE, AND HANDLING 20 A. Keep materials dry, protected from weather and stored under cover. 21 B. Store coating materials between 50 degrees F and 90 degrees F. 22 C. Do not store near flame, heat or strong oxidants. 23 D. Handle coating materials according to their material safety data sheets. 24 1.11 FIELD [SITE] CONDITIONS 25 A. Provide confined space entry, flow diversion and/or bypass plans as necessary to 26 perform the specified work. 27 1.12 WARRANTY 28 A. Contractor Warranty 29 1. Contractor's Warranty shall be in accordance with Division 0. 30 PART 2 - PRODUCTS 31 2.1 OWNER FURNISHED [oft] OWNER -SUPPLIED PRODUCTS [NOT USED] 32 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS 33 A. Repair and Resurfacing Products 34 1. Compatible with the specified coating product(s) in order to bond effectively, thus 35 forming a composite system 36 2. Used and applied in accordance with the manufacturer's recommendations 37 3. The repair and resurfacing products must meet the following: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 33 39 60 - 4 EPDXY LINERS FOR SANITARY SEWER STRUCTURES Page 4 of 6 1 a. 100 percent solids, solvent -free epoxy grout specifically formulated for epoxy 2 topcoating compatibility 3 b. Factory blended, rapid setting, high early strength, fiber reinforced, non -shrink 4 repair mortar that can be toweled or pneumatically spray applied and 5 specifically formulated to be suitable for topcoating with the specified coating 6 product used 7 B. Coating Product 8 1. Capable of being installed and curing properly within a manhole or concrete utility 9 environment 10 2. Resistant to all forms of chemical or bacteriological attack found in mtmicipal 11 sanitary sewer systems; and, capable of adhering to typical manhole structure 12 substrates 13 3. The 100 percent solids, solvent -free ultra high -build epoxy system shall exhibit the 14 following characteristics: 15 a. Application Temperature — 50 degrees F, minimum 16 b. Thickness — 125 mils minimum 17 c. Color -- White, Light Blue, or Beige 18 d. Compressive Strength. (per ASTM D695) — 8,800 psi minimum 19 e. Tensile Strength (per ASTM D638) — 7,500 psi minimum 20 f. Hardness, Shore D (per ASTM D4541) — 70 minimum 21 g. Abrasion Resistance (per ASTM D4060 CS 17F Wheel) — 80 mg loss 22 maximum 23 h. Flexural Modulus (per ASTM D790) — 400,000 psi minimum 24 i. Flexural Strength (per ASTM D790) --- 12,000 psi minimum 25 j. Adhesion to Concrete, mode of failure (ASTM D4541): Substrate (concrete) 26 failure 27 k. Chemical Resistance (ASTM D543/G20) all types of service for: 28 1) Municipal sanitary sewer enviromment 29 2) Sulfuric acid, 30 percent 30 3) Sodium hydroxide, 5 percent 31 C. Coating Application Equipment 32 1. Manufacturer approved heated plural component spray equipment 33 2. Hard to reach areas, primer application and touch-up may be performed using hand 34 tools. 35 2.3 ACCESSORIES [MOT USED] 36 2.4 SOURCE QUALITY CONTROL 37 1. Testing 38 a. Take wet film thickness gauge per ASTM D4414 at 3 locations within the 39 manhole, 2 spaced equally apart along the wall and I on the bench. 40 1) Document and attest measurements and provide to the City. 41 b. After coating has set, repair all visible pinholes by lightly abrading the surface 42 and brushing the lining material over the area. 43 c. Repair all blisters and evidence of uneven cover according to the 44 manufacturer's recommendations. 45 d. Test manhole for final acceptance according to Section 33 0130. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 20I2 33 39 60 - 5 EPDXY LINERS FOR SANITARY SEWER STRUCTURES Page 5 of 1 PART 3 - EXECUTION 2 3.1 INSTALLERS 3 A. All installers shall be certified applicators approved by the manufacturers. 4 3.2 EXAMINATION [NOT USED] 5 3.3 PREPARATION 6 A. Manhole Preparation 7 1. Stop active flows via damming, plugging or diverting as required to ensure all 8 liquids are maintained below or away from the surfaces to be coated. 9 2. Maintain temperature of the surface to be coated between 40 and 120 degrees F. 10 3. Shield specified surfaces to avoid exposure of direct sunlight or other intense heat 11 source. 12 a. Where varying surface temperatures do exist, coating installation should be 13 scheduled when the temperature is falling versus rising. 14 B. Surface Preparation 15 1. Remove oils, grease, incompatible existing coatings, waxes, form release, curing 16 compounds, efflorescence, sealers, salts or other contaminants which may affect the 17 performance and adhesion of the coating to the substrate. 18 2. Remove concrete and/or mortar damaged by corrosion, chemical attack or other 19 means of degradation so that only sound substrate remains. 20 3. Surface preparation method, or combination of methods, that may be used include 21 high pressure water cleaning, high pressure water jetting, abrasive blasting, 22 shotblasting, grinding, scarifying, detergent water cleaning, hot water blasting and 23 others as described in SSPC SP 13/NACE No. 6. 24 4. All methods used shall be performed in a manner that provides a uniform, sound, 25 clean, neutralized, surface suitable for the specified coating product. 26 3.4 INSTALLATION 27 A. General 28 1. Perform coating after the sewer line replacement/repairs, grade adjustments and 29 grouting are complete. 30 2. Perform application procedures per recommendations of the coating product 31 manufacturer, including environmental controls, product handling, mixing and 32 application. 33 B. Temperature 34 1. Only perform application if surface temperature is between 40 and 120 degrees F. 35 2. Make no application if freezing is expected to occur inside the manhole within 24 36 hours after application. 37 C. Coating 38 1. Spray apply per manufacturer's recommendation at a minimum film thickness of 39 125 mils. 40 2. Apply coating from bottom of manhole frame to the bench/trough, including the 41 bench/trough. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 333960-6 EPDXY LINERS FOR SANrrARY SEWER STRUCTURES Page 6 of 1 3. After walls are coated, remove bench covers and spray bench/trough to at least the 2 same thickness as the walls. 3 4. Apply any topcoat or additional coats within the product's recoat window. 4 a. Additional surface preparation is required if the recoat window is exceeded. 5 5. Allow a minimum of 3 hours of clue time or be set hard to touch before reactivating 6 flow. 7 3.5 REPAIR / RESTORATION [NOT USED] 8 3.6 RE -INSTALLATION [NOT USED] 9 3.7 FIELD [oR] SITE QUALITY CONTROL, 10 A. Each structure will be visually inspected by the City the same day following the 11 application. 12 B. The inspector will check for deficiencies, pinholes and thin spots. 13 C. If leaks are detected they will be chipped back, plugged and coated immediately with 14 protective epoxy resin coating. 15 1. Make repair 24 hours after leak detection. 16 3.8 SYSTEM STARTUP [NOT USED] 17 3.9 ADJUSTING [NOT USED] 18 3.10 CLEANING [NOT USED] 19 3.11 CLOSEOUT ACTIVITIES 20 A. Upon final completion of the work, the manufacturer will provide a written certification 21 of proper application to the City. 22 B. The certification will confirm that the deficient areas were repaired in accordance with 23 the procedure set forth in this Specification. 24 3.12 PROTECTION [NOT USED] 25 3.13 MAINTENANCE [NOT USED] 26 3.14 ATTACHMENTS [NOT USED] 27 28 29 END OF SECTION Revision Log DATE NAME SUMMARY Or CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION' DOCUMENTS Revised December 20, 2012 APPENDIX 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 GC-60060D Minority and Women Owned Husiness li-i'nterprgse Coo lfl2nee CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 ATTACHMENT 1C Page 1 of 4 FORT 0 i,, ,,"i: s city of tort loath Minority Business Enterprise ME Good Faith Effort Form OFFEROR COMPANY NAME: Check applicable block to describe Offeror MIWIDBE F NON-MM1IDBl PROJECT NAME: BID DATE City's MBE Project Goal: Offeror's MBE Project Commitment: PROJECT NUMBER a/ 0 If the Offeror did not meet or exceed the MBE subcontracting goal for this project, the Offeror must complete this form. If the Offeror's method of compliance with the MBE goal is based upon demonstration of a "good faith effort", the Offeror will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 'I thru 11 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 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 second City ,business day after bid opening, exclusive of bid opening date, will result in the bid being considered non -responsive to bid specifications. 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 MBE or non -MBE. DO NOT LIST NAMES OF FIRMS On all projects, the Offeror must list each subcontracting and or supplier opportunity regardless of tier. additional sheets, It List of Subcontracting Opportunities 1 List of Supplier Opportunities Rev. 2110115 F-)RT WORTH City of Fort Worth Minority Business Enterprise Specifications Prime Contractor Waiver Form ATTACHMENT I Rage 1 of 1 OFFEROR COMPANY NAME: Check applicable block to describe prime NON-MIWIDBE PROJECT NAME: BID DATE City's MBE Project Goal: Offoror's MBE Project Commitment: PROJECT NUMBER 0 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 1 C. This form is only applicable if bath 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 MBE(s) on this contract, the payment thereof and any proposed changes to the original MBE(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 MBEs 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 Title Company Name Address Printed Signature Contact Name (if different) Phone Number Fax Number Email Address City/State/Zip Date Rev. 2110115 FV R lL WV RT E E City ®f Fort Worth Minority Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR OFFERORS APPLICATION OF POLICY If the total dollar value of the contract is $50,000 or more, then a MBE subcontracting goal is applicable. _ POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of all goods and services. All requirements and regulations stated in the City's current Business Diversity Enterprise Ordinance applies to this bid. MBE PROJECT GOALS The City's MBE goal on this project is 15 % of the base bid value of the contract. Note: If both M13E and SSE subcontracting goals are established for this project, then an Offeror must submit both a MBE Utilization Form and a SSE Utilization Form to be deemed responsive. COMPLIANCE TO BID SPECIFICATIONS On City contracts $50,000 or more where a MBE subcontracting goal is applied, Offerors are required to comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the following: I. Meet or exceed the above stated MBE goal through MBE subcontracting participation, or 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation, or; 3. Good Faith Effort documentation, or; 4. Prime Waiver documentation. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Purchasing Division, within the following times allocated, in order for the entire bid to be considered responsive to the specifications. The Offeror shall deliver the MBE documentation in person to the appropriate employee of the purchasing division and obtain a date/time receipt. Such receipt shall be evidence that the City received the documentation in the time allocated. A faxed and/or emailed copy will not be accepted. . 1, Subcontractor Utilization Form, if goal is received no later than 2:00 p.m., on the second City business day met or exceeded: after the bid opening date, exclusive of the bid opening date. 2, Good Faith Effort and Subcontractor received no later than 2:00 p.m., on the second City business day Utilization Form, if participation is less than after the bid opening date, exclusive of the bid opening date. stated goal: 3. Good Faith Effort and Subcontractor received no later than 2:00 p.m., on the second City business day Utilization Form, if no MBE participation: after the bid opening date, exclusive of the bid opening date.. 4. Prime Contractor Waiver Form, if you will received no later than 2:00 p.m., on the second City business day perform all subcontracting/supplier work: after the bid opening date, exclusive of the bid opening date. 5. Joint Venture Form, if goal is met or received no later than 2:00 p.m., on the second City business day exceeded: after the bid opening date, exclusive of the bid opening date. FAILURE TO COMPLY WITH THE CITY'S BUSINESS DIVERSITY ENTERPRISE ORDINANCE, WILL RESULT IN THE -BID BEING CONSIDERED NON -RESPONSIVE TO SPECIFICATIONS. FAILURE TO SUBMIT THE REQUIRED MBE DOCUMENTATION WILL RESULT IN THE BID BEING CONSIDERED NON -RESPONSIVE. A SECOND FAILURE WILL RESULT IN THE OFFEROR BEING DISQUALIFIED FOR A PERIOD OF ONE YEAR. THREE FAILURES IN A FIVE YEAR PERIOD WILL RESULT IN A DISQUALIFICATION PERIOD OF THREE YEARS. Any questions, please contact the MIWBE Office at (817) 212-2674. Rev. 2/10/1 S ATTACHMENT IA Page 1 of 4 -� -y city of rora Worth Minority Business E'nterprise MBE Subcontractors/Suppliers Utilization Form OFFEROR COMPANY NAME: Check applicable block to describe Offeror NOWMAMIOBE PROJECT NAME:_ BID DATE City's MBE Project Goal: offeror's MBE Project Commitment: PROJECT NUMBER °/ % O Identity all subcontractors/suppliers you will use on this project Failure to complete this form, in its entirety with requested documentation, and received by the Purchasing Division no later than 2:00 p.m. on the second City business day after bid opening, exclusive of bid opening date, will result in the bid being considered non -responsive to bid specifications. The undersigned Offeror agrees to enter into a formal agreement with the MBE firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. 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. MBEs listed toward meeting the project goat must be located in the six (6) county marketplace at the time of bid or the business has a Significant Business Presence in the Marketplace. Marketplace is the geographic area of Tarrant Dallas Denton Johnson Parker, and Wise counties. Prime contractors must identify by tier level of all subcontractors/suppliers. Tier: means the level of subcontracting below the prime contractor/consultant i.e. a direct payment from the prime contractor to a subcontractor is considered 15t tier, a payment by a subcontractor to its supplier is considered 2nd tier. The prime contractor is responsible to provide proof of payment of all tiered subcontractors identified as a MBE and counting those dollars towards meeting the contract committed goal. ALL, MBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Cortification means those firms, located within the Marketplace, that have been determined to be a bondafide minority business enterprise by the North Central Texas Regional Certification Agency (NCTRCA) or other certifying agencies that the City may deem appropriate and accepted by the City of Fort Worth. if hauling services are utilized, the Offeror will be given credit as long as the MBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The MBE may lease trucks from another MBE firm, including MBE owner -operated, and receive full MBE credit. The MBE may lease trucks from non -MBEs, including owner -operated, but will only receive credit for the fees and commissions earned by the MBE as outlined in the lease agreement. Rev. 2110115 ATTACHMENT 1A Page 2 of 4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., 'Minorifv and ner,-MEiCr MBE firms are to be listed first, use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal. — — __.. _ .._...- SUBCONTRACTORISUPPLIER Company Name Address Telephone/Fax Email Contact Person T i 9 IVCTRCA — N ° n Pit E Detail Subcontracting Work Detail Supplies Purchased DollarAmount B E -- B E El 0 Rev. 2110115 FORTWORTH ATTACHMENTIA Page 3 of 4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., 4'ir}_' 1,v and non -MBE.,. MBE firms are to be listed first, use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal. NCTRGA N SUBCONTRACTORISUPPLIER ° Company Name T —--- n Detail Detail Address i Subcontracting Supplies Dollar Amount Telephone/Fax e B lYl Work Purchased Email r E E B Contact Person E El El El F-I El El El El Rev. 2/10115 FORT WOPUH Total Dollar Amount of MBE Subcontractors/Suppliers 1 $ Total Dollar Amount of Non -MBE Subcontractors/Suppliers TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS 1 ATTACHMENT 1A Page 4 of 4 The Offeror will not make additions, deletions, or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office through the submittal of a Request for Approval o Change/Addition form, 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 Offeror shall submit a detailed explanation of how the requested changeladdition or deletion will affect the committed MBE goal. If the detail explanation is not submitted, it will affect the final compliance determination. By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s) and any special arrangements with MBEs. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The 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 MBE(s) 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 the contract and may result in a determination of an irresponsible Offeror and debarment from participating in City work for a period of time not less than one (1) year. Authorized Signature Title Company Name Address City/State/Zip Printed Signature Contact Namo/Title (if different) Telephone and/or Fax E-mail Address Date Rev. 2t10115 GC-6.07 Wage ,12ttes THIS PAGE LEFT fI``�TTEN TIONALIX BLANK CITY OF FORT WORTH Sanitary Sewer CiPP Contract 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101361 Revised July 1, 2011 2013 PREVAILING WAGE RATES (Heavy and highway Construction Products) CLASSIFICATION DESCRIPTION Wage Rate Asphalt Distributor Operator $ 15.32 Asphalt Paving Machine Operator $ 13.99 Asphalt Raker $ 12.69 Broom or Sweeper 0 perator $ 11.74 Concrete Finisher, Paving and5tructures $ 14.12 Concrete Pavement Finishing Machine Operator $ 16.05 Concrete SawOperator $ 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 80Tons $ 20.52 Crawler TractorOperator $ 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 Builderfsetter, 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 LoaderOperator, Over CY $ 14.72 Laborer, Common $ 10.72 Laborer, Utility $ 12.32 LoaderfBackhoe Operator $ 1SAB 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 ReclaimerfPulverizer Operator $ 11.01 Reinforcing Steel Worker $ 16.18 Roller Operator, Asphalt $ 13.08 Roller Operator, Other $ 11,51 ScraperOperator $ 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, SingleAxle $ 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 Barricade5ervicer $ 11.68 CITY OIL TORT WORTH STANUARD CONSTRUCTION SPECIFICATION DOCUMI3NTS Reviscd July 1, 20II THIS PAGE LEX T 1:LNTEN .RL _L O V ALL 1L BLANK CrfY OF FORT WORTH Sanitary Sewer CIPP Contract 2018 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101361 Revised July 1, 2011 111L[, �j1ryy�jIll` CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: September 06, 201.9 The Fort Worth Water Department's Standard Products List has been developed to minimize the submittal review of products which meet the Fort Worth Water Department's Standard Specifications during utility construction projects. When Technical Specifications for specific products, are included as part of the Construction Contract Documents, the requirements of the Technical Specification will override the Fort Worth Water Department's Standard Specifications and the Fort Worth Water Department's Standard Products List and approval of the specific products will be based on the requirements of the Technical Specification whether or not the specific product meets the Fort Worth Water Department's Standard Specifications or is on the Fort Worth Water Department's Standard Products List. Table ®f Content (Click on items to go directly to the page) Items Page A. Water & Sewer 1. Manholes & Bases/Components........................................................... 1 2. Manholes & Bases/Fiberglass............................................................... 2 3. Manholes & Bases/Frames & Covers/Rectangular ............................... 3 4. Manholes & Bases/Frames & Covers/Round....................................... 4 5. Manholes & Bases/Frames & Covers/Water Tight & Pressure Tight .. 5 6. Manholes & Bases/Precast Concrete .................................................... 6 7. Manholes & Bases/Rehab Systems/Cementitious................................ 7 8. Manholes & Bases/Rehab Systems/NonCementitious ......................... 8 9. Manhole Insert (Field Operations Use Only) ........................................ 9 10. Pipe Casing Spacer............................................................................... 10 11. Pipes/Ductile Iron................................................................................. 11 12. Utility Line Marker............................................................................... 12 B. Sewer 13. Coatings/Epoxy.......................................•............................................. 13 14. Coatings/Polyurethane.......................................................................... 14 15. Combination Air Valves....................................................................... 15 16. Pipes/Concrete...................................................................................... 16 17. Pipe Enlargement System (Method) ..................................................... 17 18. Pipes/Fiberglass Reinforced Pipe ......................................................... 18 19. Pipes/HDPE.......................................................................................... 19 20. Pipes/PVC (Pressure Sewer)................................................................. 20 21. Pipes/PVC*........................................................................................... 21 22. Pipes/Rehab/CIPP................................................................................. 22 23. Pipes/Rehab/Fold & Form.................................................................... 23 24, Pipes/Open Profile Large Diameter...................................................... 24 C. Water 25. Appurtenances....................................................................................... 25 26. Bolts, Nuts, and Gaskets....................................................................... 26 27. Combination Air Release Valve........................................................... 27 28. Dry Barrel Fire Hydrants...................................................................... 28 29. Meters .................... ........................... ........................... ........ I................ 29 30. Pipes/PVC (Pressure Water)................................................................. 30 31. Pipes/Valves & Fittings/Ductile Iron Fittings ....................................... 31 32. Pipes/Valves & Fittings/Resilient Seated Gate Valve .......................... 32 33. Pipes/Valves & Fittings/Rubber Seated Butterfly Valve ...................... 33 34. Polyethylene Encasement..................................................................... 34 35. Sampling Stations................................................................................. 35 N U It Ao Q N b O a 4 'd d d "a F U U n ® M P � r Pq PO F I-� Iz Y J U 0 M U Gl Y1 Z r� 1 F O r®r rd ® � Y x .p 7 O w IN °° N � 1 Cli ate-+ M m Cd - I vn d o N w H i .a m IM mlm Ian -I- H Un COD �"S u ® uD u L�� L- z co It 0 N 54 CA Law --------------------- -------------------- 7 o e) � q Cl 4 � d � M m A rye M � .� 1.-, r❑5 A M 666� N N *G � � •--e� •� W N A � �i A an � rr N U i7: fyr��y 44 y N � 4 �i N vF1 a U W a a, o q Lo• o - ti a� o OCp 'U •� � � o o � � �p W R. � P. W 1�� Al ., m a � w ii rn rn r i ii in m U rn U o°'i U U U ri U rn U U r� U U U r`s'n U U U U• fn CJ 1 'r7 � a a c. c. rk rk sk n. a, a w xw U s� t•. U � F• P� in ea 0 0 o a o 0 0 0 0 0 0 0 0 0 o a a rn M M Kf M M �'i Kf M M M M m W H ah .Ni O O c1[ O� O d o f' m tin t`+1 cti Oi i 0 X U u 61 U 19 0 f� R P _ w w ti _ � U m N - m � cV � [J U U U CJ U W U rai, W Urn h. Urn ¢ d d w r b o n cq n v m a Q o N a �_ W u U Q Q co F y La8,`n rsW, WW cW� y7 pa N z 19 o N 4 h Pci rp C N .�'i ti p oC4 A Q A lUU1 U A Aa O O O N N N x x x m U g o c c� [�44 Q ki ti a a P. 0, P< zd tS U A A 12 a Gw W S4 w O O 0 W o FQ a rn 1 m m N m m m .s p � � � w N �M1 u1.1 J�LLi Vl �07 o w a !n fn V] VJ W1 In rn o O ,OV 4 Li O p O N O N O 11S O N O N N N 1y N N A N N H �I cp N A4 . Ad 19 n N W yyE*� V'1 ® R t w a 9 0 0 6 o p p p �h V] Vl Ll V1 Vl V] vi o mo � 3 n p � 5 q � iO o o A .c m �w M Q p R C .�j -Eli W co 0 0 14 '� 'C7 zi •�`a •ar"a •d i v u w N u u p ion ry O U ono o a o a •n m w U U U U S i N rI I w w F 'A UEn N a 4y w Nw U U ti v Q ik Ps b G W r+5 [ci 4� �I K? r Ffj m w w a rk rw w a. .' o a. di u L 4 Im.. pl > p-, W a. Pti r- p.. 1.F ryry �y �y w M m m M M m M m M e rn m 'rl 6i rn rn Sl N 5i � w ,2y L+ cl V N - V N U U U U U d d 4` ..•� m U d U d .-� U .-, u U U d U d U d F* ran e gj A rn u U O � p� aq oo U U o W U cq wW� �' � N U •o w o d' ��� a w e� � �QN7 m a w a ry .a �° 9 � �yy vPi e�i cq�24a o � m � � � a •o � W FS � .� .� O � C%j � •S3 � s-1 0 W 0 W A Ll � �d V Fn �ja o0 vl "� w Q o 49 73 0 W 44 W a O 6 m m ti `-' Ag13 Q R G O •� U �y U U,!..-� O q U U U U FI m Vi U b cl b VJ v Cvl U �N F4 iq m rl w 34 W 1 rl M M V+ b � W > W V G 0' b v 'd •� -� q q P, CF7 U' CHH7 `" C(7y CyJ C'y1 U' G w_ a fz uy, _ a� O N 41 a a O 0 0 0 O d N O O n 0 n 0 •t N n O .r 4: N rn rn �. rn rn o�� o� o rn o o w w as oa oa W 00 O CO M M M � � N V� ✓1 .-r N N m --< .-. a r_ U O N 0 3 m w Y U L.3 .n cd A u Ci u w G q� q UJ ®� p aj s., w - ,0 n N n - m � N d d d o N N - U O CA m A - �.J ti kn [+1 o o a o 0 0 0 o U d U d U o U d U W 3 3 3 3 3 3 C� U d U U U t3 o o 0 �, o 0 0 4 0 o i� 11 � �' �j �$ �} �j *ei w w w •� �a a W q x o a o o a m m aEEl 'q U U M p R Y� 40 n 3 w m a 00 a g g b 'Ai A aa A w °a3 a � � n5 A u; L� Sy N N N N N N N N N O N m � O O O o0 � N O � � �-�+ �k � m � o0 d' oo ='1 (=1 N =l N o o F1 S o + N N o Q p N n7 Mdil-I9 dd d U 0 N m m 0 � d