Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contract 48098
CITY SECRETARY D.O.E. FILE FORT WORTH CONTRACTOR'S BONDING CO. CONSTRUCTIONS COPY CLIENT DEPARTMENT PROJECT MANUAL FOR THE CONSTRUCTION OF CITY SECRETARY CONTRACT N0, 'OM BIG FOSSIL CREEK PARALLEL RELIEF SANITARY SEWER M-402A, Phase 1 HAIXOM CITY METER STATION and SEWER OUTFALL, Phase 3 City Project No.01303 DOE No.3347 Betsy Price David Cooke Mayor City Manager John Carman Director,Water Department Prepared for The City of Fort Worth Water Department December, 2015 0e. , '� �, � An AECOM Company TEXAS FIRM REG No.F-3162 S+ 110213 1200 Summit Ave.,Suite 302 ' �fcEUSZ*0 �.s' � Fort Worth,TX 76102 •.�;;� ,�.�q.i f OFFICIAL.RECORD CITY ; =k;RETARY AUG 1 82016 FT.WORTH,TX URS No.25338431 FORTWORTH. City of Fort Worth Standard Construction Specification Documents Adopted September 2011 000000-1 TABLE OF CONTENTS Page 1 of 4 1 SECTION 00 00 00 2 TABLE OF CONTENTS 3 4 5 Division 00-General Conditions 6 00 05 10 Mayor and Council Communication 7 00 05 15 Addenda 8 0011 13 Invitation to Bidders 9 0021 13 Instructions to Bidders 10 00 35 13 Conflict of Interest Affidavit 11 00 41 00 Bid Form 12 00 42 43 Proposal Form Unit Price 13 00 43 13 Bid Bond 14 00 43 37 Vendor Compliance to State Law Nonresident Bidder 15 00 45 11 Bidders Prequalifications 16 00 45 12 Prequalification Statement 17 00 45 13 Bidder Prequalification Application 18 00 45 26 Contractor Compliance with Workers'Compensation Law 19 00 45 40 Minority Business Enterprise Goal 20 00 45 41 Small Business Enterprise Goal 21 00 52 43 Agreement 22 0061 13 Performance Bond 23 0061 14 Payment Bond 24 0061 19 Maintenance Bond 25 00 61 25 Certificate of Insurance 26 00 72 00 General Conditions 27 007300 Supplementary Conditions 28 00 73 01 TWDB Supplemental Conditions 29 30 Division 01-General Requirements 31 01 11 00 Summary of Work 32 01 25 00 Substitution Procedures 33 01 31 19 Preconstruction Meeting 34 01 31 20 Project Meetings 35 01 32 16 Construction Progress Schedule 36 01 32 33 Preconstruction Video 37 01 33 00 Submittals 38 0135 13 Special Project Procedures 39 01 45 23 Testing and Inspection Services 40 01 50 00 Temporary Facilities and Controls 41 015526 Street Use Permit and Modifications to Traffic Control 42 0157 13 Storm Water Pollution Prevention Plan 43 01 58 13 Temporary Project Signage 44 01 60 00 Product Requirements 45 01 66 00 Product Storage and Handling Requirements 46 01 70 00 Mobilization and Remobilization 47 01 71 23 Construction Staking and Survey 48 01 74 23 Cleaning 49 0177 19 Closeout Requirements CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall Revised November 22,2013 City Project No.01303 000000-2 TABLE OF CONTENTS Page 2 of 4 1 017823 Operation and Maintenance Data 2 01 78 39 Project Record Documents 3 4 Standard Technical Specifications listed below are included for this Project.Technical 5 Specifications which have been modified by the Engineer specifically for this Project have 6 been denoted as such by the word"MODIFIED"next to their title listed below. 7 8 Division 02-Existing Conditions 9 02 41 13 Selective Site Demolition 10 02 41 14 Utility Removal/Abandonment 11 02 41 15 Paving Removal 12 13 Division 03-Concrete 14 03 30 00 Cast-In-Place Concrete-Modified 15 03 34 13 Controlled Low Strength Material(CLSM) 16 03 34 16 Concrete Base Material for Trench Repair 17 03 80 00 Modifications to Existing Concrete Structures 18 19 Division 26-Electrical 20 26 00 10 Miscellaneous Electrical Components-Modified 21 26 05 00 Common Work Results for Electrical 22 26 05 10 Demolition for Electrical Systems 23 26 05 26 Grounding System-Modified 24 26 05 33 Raceways and Boxes for Electrical Systems 25 26 05 43 Underground Ducts and Raceways for Electrical Systems 26 26 09 10 Instrumentation-Modified 27 26 24 16 Panel Boards-Modified 28 29 Division 31-Earthwork 30 311000 Site Clearing 31 312316 Unclassified Excavation 32 31 23 23 Borrow 33 312400 Embankments 34 31 25 00 Erosion and Sediment Control 35 313600 Gabions 36 313:7 00 Ripmp 37 319901 Archeological Monitoring-Modified 38 31 99 02 Municipal Solid Waste Management-Modified 39 31 99 03 Articulated Concrete Blocks-Modified 40 41 Division 32-Exterior Improvements 42 3201 17 Permanent Asphalt Paving Repair 43 920118 TmVefar-y Asphalt AvAng Rep 44 32 01 29 Concrete Paving Repair 45 -321123 14mi le Base G..a fses 46 321129 Lime Tfeated Base Causes 47 321133 CemeiA Base Go 48 49 32 12:73 Aqphak P 50 321313 Genefete CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall Revised November 22,2013 City Project No.01303 000000-3 TABLE OF CONTENTS Page 3 of 4 1 2 3213-733 Genefete Paving r, Rt seelmts 3 3214 16 Bfiek UHR Paving 4 5 32 17 23 P&veffieat Maddags 6 3231 13 Chain Fences and Gates 7 323126 WiFe 231 29 i�ees- 1 Wood �aG s 8 �� � .Toeeees- -� 9 323213 Cast in 14aee Genefete Retaining WaRe 10 329119 Topsoil Aaeeimat and Finishing of Pmkeways 11 32 92 13 Hydro-Mulching,Seeding,and Sodding 12 329343 --a Shia s 13 99 99 00 Gravel Surface Repair 14 Division 33-Utilities 15 33 01 30 Sewer and Manhole Testing-Modified 16 33 01 31 Closed Circuit Television(CCTV)Inspection 17 33 03 10 Bypass Pumping of Existing Sewer Systems 18 19 33 04 11 nGOFE68i6ft Gvn M!T-0 EStatiORS 20 3304 12 Magnesium Amede Gadwdie Pr-eteetion System 21 22 3304 40 Cleeming and Aeeeptanee Testing of Wafff Mains 23 33 04 50 Cleaning of Sewer Mains 24 33 05 10 Utility Trench Excavation,Embedment,and Backfill-Modified 25 330512 VAtff Line Lowefifig 26 33 05 13 Frame,Cover and Grade Rings 27 ,and Odw Stmewm to 28 330516 cefiefew« at ff vaults 29 33 05 17 Concrete Collars 30 330520 Augef 31 33 05 21 l Line e_Date 32 33 34 330524 InsWUation of GariieF Pipe in Casing or-Tame!Linef 35 33 05 26 Utility Markers/Locators 36 33 05 30 Location of Existing Utilities 37 33 11 05 Bolts,Nuts,and Gaskets 38 3311 10 Ductile Iron Pipe 39 33 11 11 Ductile Iron Fittings 40 41 331113 Genemte Ptessufe Pipe,Baf Wmpped, 42 33 11 14 Bufied Stee4 Pipe and Figifts 44 331211 Lafge Watff Mews 45 33 12 20 Resrem Seawd Gaw VeJye 46 47 48 331230 ComMeafien Air-Valve Assemblies fff Petable Watff Systefm 49 331240 Fire 14Y&ams 50 33 12 50 m...e, Sample stafions ns CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS do Haltom City Meter Station and Sewer Oeufall Revised November 22,2013 City Project No.01303 000000-4 TABLE OF CONTENTS Page 4 of 4 2 3331 13 Fiberglass Reinforced Pipe for Gravity Sanitary Sewers-Modified 3 3331 15 High Density Polyethylene(HDPE)Pipe for Sanitary Sewer- Modified 4 33 31 20 Polyvinyl Chloride(PVC)Gravity Sanitary Sewer Pipe-Modified 5 6 333122 safliwxy sewff Slip Lining 7 8 33 31 50 Sanitary Sewer Service Connections and Service Line 9 33 31 :70 Geffibiflafien ME Valve fi*saftitoy Sewer-Pone Maim 10 33 39 10 Cast-in-Place Concrete Manholes 11 33 39 20 Precast Concrete Manholes 12 333930 Fibefloass Manholes 13 14 33 39 60 Epoxy Liners for Sanitary Sewer Structures 15 16 334111 High Density Pelyedi54ene 04DW Pipe fef Stem Dfain 17 334600 Sabdminage 18 334601 -sl tted st 19 334602 —+meh Df6as 20 33 49 10 Cast-in-Place Manholes and Junction Boxes 21 334920 Gwb and Dpap Wets 22 23 33 99 03 Stop-Logs-Modified 24 25 Division 34-Transportation 26 34 4110 T-ffiffie sign& 27 344111 Tmporffy T-ffiffie Signals 28 34 4113 Removing Tmffie Signals, 29 30 34 41 16 Pedestfian Hybfid Signal 31 344120 Roadway MumiaeAen Assemblies 32 33 3471 13 Traffic Control 34 35 Appendix 36 GC-4.01 Availability of Lands 37 GC-4.02 Subsurface and Physical Conditions 38 39 GC-4.06 Hazafdeus Environmental Condition at Site 40 GC-6.06.1) Minority and Women Owned Business Enterprise Compliance 41 GC-6.07 Wage Rates 42 GC-6.09 Permits and Utilities 43 GC-6.24 Nondiscrimination 44 GR-01 60 00 Product Requirements 45 END OF SECTION CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Owfall Revised November 22,2013 City Project No.01303 Big Fossil Creek Parallel Relief Sanitary Sewer, Phase 1 & Haltom City Meter Station and Sewer Outfail, Phase 3 City of Fort Worth Project No. 01303 1 hereby certify that the following Specifications were prepared by me or under my direct supervision. DIVISION 26- Electrical 26 00 10 Miscellaneous 26 05 00 Common Work Results for Electrical 26 05 10 Demolition for Electrical Systems 26 05 26 Grounding Systems 26 05 33 Raceway and Boxes for Electrical Systems 26 05 43 Underground Ducts and Raceways for Electrical Systems 26 09 10 Instrumentation 26 24 16 Panelboards ,t 6 OF 7-e All• JOSEPH J.KOTKLA X.... 56361 o% i'.r rf.�CNS:ML G`�a DIVISION 00 GENERAL CONDITIONS THIS PAGE WMNTAILLY LEFT BLANK M&C Review Pagel of 3 Official site of the City of Fort Worth,Texas CITY COUNCIL AGENDA F°R 1111 COUNCIL ACTION: Approved on 6/28/2016 -Ordinance No. 22318-06-2016 DATE: 6/28/2016 REFERENCE C-27823 LOG NAME: 60SSBIGFOSSILP1AND3RENDA NO.. CODE: C -TYPE: NON- PUBLIC NO CONSENT HEARING: SUBJECT: Authorize Execution of a Contract with Oscar Renda Contracting, Inc., in the Amount of $7,973,721.00 for Construction of Big Fossil Creek Parallel Relief Sanitary Sewer M-402A, Phase 1 and Haltom City Meter Station and Sewer Outfall, Phase 3, Provide for Project Costs and Contingencies for a Construction Phase Total in the Amount of$8,966,721.00 and Adopt Appropriation Ordinance (COUNCIL DISTRICT 4) RECOMMENDATION: It is recommended that the City Council: 1. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Sewer Capital Projects Fund in the amount of$2,513,416.00 from available funds; and 2. Authorize the execution of a contract with Oscar Renda Contracting, Inc., in the amount of $7,973,721.00 for construction of Big Fossil Creek Parallel Relief Sanitary Sewer M-402A, Phase 1 and Haltom City Meter Station and Sewer Outfall, Phase 3. DISCUSSION: On April 6, 2010, (M&C C-24155) the City Council authorized an Engineering Agreement with URS Corporation in the amount of$963,641.91 for the design of Big Fossil Creek Parallel Relief Sewer Main 402 from Broadway Avenue to the Trinity River. The Agreement provided for design and construction to be completed in three phases. Due to challenges with selecting an alignment for Phase 2, it was decided to only design Phases Nos.1 and 3 and to delay Phase 2. This project provides for the construction of Phases Nos. 1 and 3. Phase 1 will construct a new main parallel to the existing sanitary sewer main beginning from the north bank of the West Fork Trinity River northerly across Big Fossil Creek to south of the SH121/Trinity Railroad intersection. Phase 3 will remove and replace the existing sewer main serving Haltom City beginning 400 feet west of the end of Phase 1, westerly 2,700 feet. The project was advertised for bid on December 10, 2015 and December 17, 2015 in the Fort Worth Star-Telegram and on February 4, 2016, the following bids were received: Bidder Amount rTime of Completion Oscar Renda Contracting, Inc. ) $7,973,721.00 330 Calendar Days S. J. Louis Construction of Texas, Ltd. $7,997,110.17 Thalle Construction Company $8,447,039.40 North Texas Contracting $8,990,182.00 Bar Contractors, Inc. $9,131,302.50 This project will have no impact on the Water Department's Operating Budget when completed. For Phase 1 and 3, construction is expected to start September of 2016 and be completed by August 2017. Construction for Phase 2 is expected to start in December of 2019 and be completed by July of 2021. http://apps.cfwnet.org/council_packet/mc review.asp?ID=22304&councildate=6/28/2016 7/1/2016 M&C Review Page 2 of 3 Three wholesale customer cities are participating in the funding of this project, Haltom City, North Richland Hills and Richland Hills. The details of their respective participation amounts are outlined in an Interlocal Agreement between the participants, City Secretary No. 40078. The participants' construction amounts are estimated at this time, as shown below and actual design and construction costs will be paid when they are known. CITY Partici ation North Richland Hills F $ 488,735.00 Richland Hills 1 $ 223 838.00 Haltom City $ 807 843.00 Total Participation $1,520,416.00 * Numbers rounded for presentation purposes. M/WBE OFFICE: Oscar Renda Contracting, Inc., is in compliance with the City's BDE Ordinance by committing to 12 percent MBE participation. The City's MBE goal on this project is 10 percent. Most State Revolving Loans are granted for construction contracts only. Additional appropriations of $993,000.00 ($594,300.00 for project management, material testing and Inspection; $398,700.00 for project contingencies) are needed from the Sewer Capital Projects Fund. The project is located in Haltom City in COUNCIL DISTRICT 4 and Mapsco 51X, 65B, 65C, 65G and 65L. FISCAL INFORMATIONICERTIFICATION: The Director of Finance certifies that upon approval of the above recommendations and adoption of the attached appropriation ordinance funds will be available in the current capital budget, as appropriated, of the Sewer Capital Projects Fund and the Clean Water State Revolving Fund 2007 as depicted in the table below. The Fiscal Year 2016 Sewer Operating Budget includes appropriations of$26,300,046.00 for the purpose of providing Pay-As-You-Go funding for capital projects. After this transfer for Fiscal Year 2016, the balance will be $10,935,195.00. Existing Additional Future FUND Appropriations A ro riations A ro riations Project Total* Water State Revolving Loan Fund 56006 $81950,000.00 $ 0.00 $ 8,730,084.00 IF $17,680,084.00 Clean Water SRF Fund 59602 $ 963,644.00 $ 0.00 F $ 0.00 11 $ 963,644.00 Sewer Capital Fund 59607 $ 792,838.00 $2,513,416.00 $ 2,099,500.00 $5,405,754.00 Project Total 11 $10,706,482.00 11 $2,513,416.00 $10,829,584.00 $24,049,482.00 *Numbers rounded for presentation purposes. TO Fund Department Account Project Program Activity Budget Reference# Amount ID ID Year Chartfield 2 1 59607 0700430 5110101 C01303 C01480 2016 $125,600.00 1 59607 0700430 5310350 C01303 C01484 2016 $45,000.0 1 59607 0700430 5330500 C01303 C01484 2016 $125,600.00 1 59607 0700430 5110101 1 C01303 I I C014851 2016 1 $298,100.00 1 59607 0700430 4956001 1 C013031 I C014ZZ 1 2016 1 1 $2,513,416.0 1 59607 0700430 5470010 1 C01303 1 $1,919,116.00 FROM Fund Department Account Project Program Activity Budget Reference# Amount ID ID Year Chartfield 2 56006 0700430 5740010 C01303 C01483 2016 $6,453,305.00 596071 0700430 5740010 C01303 C01483 2016 $1,520,416.00 http://apps.cfwnet.org/council_packet/mc review.asp?ID=22304&councildate=6/28/2016 7/1/2016 M&C Review Page 3 of 3 Submitted for City Manager's Office by: Jay Chapa (5804) Originating Department Head: John Carman (8246) Additional Information Contact: Walter Norwood (5026) ATTACHMENTS 60BIGFOSSILP1AND3 - RENDA Map01.pdf 60SSBIGFOSSILPlAND3RENDA A016(Rev6.16.16).docx 60SSBIGFOSSILPlAND3RENDA form 1295.pdf http://apps.cfwnet.org/council_packet/mc_review.asp?ID=22304&councildate=6/28/2016 7/1/2016 001113- 1 INVITATION TO BIDDERS Page 1 of 4 1 SECTION 00 1113 2 INVITATION TO BIDDERS 3 4 RECEIPT OF BIDS 5 6 Sealed bids for the construction of 7 8 BIG FOSSIL PARALLEL RELIEF SANITARY SEWER,PHASE 1 9 & HALTOM CITY METER STATION and SEWER OUTFALL,PHASE 3 10 City Project No.01303 11 12 will be received by the City of Fort Worth Purchasing Office: 13 14 City of Fort Worth 15 Purchasing Division 16 1000 Throckmorton Street 17 Fort Worth, Texas 76102 18 19 until 1:30 P.M. CST,February 4, 2016,and bids will be opened publicly and read aloud at 2:00 20 PM CST in the Council Chambers. 21 22 GENERAL DESCRIPTION OF WORK 23 The major work will consist of the(approximate) following: 24 25 UNIT 1—BIG FOSSIL PARALLEL RELIEF SANITARY SEWER,PHASE 1 26 27 4,840 LF 66" Dia.FRP Sanitary Sewer Pipe 28 116 LF 54"Dia.FRP Sanitary Sewer Pipe 29 309 LF 48"Dia.FRP Sanitary Sewer Pipe 30 309 LF 36"Dia.FRP Sanitary Sewer Pipe 31 4 EA 5' Dia. Type A Sanitary Sewer Manholes 32 11 EA Cast-in-Place Reinforced Concrete Junction Structures 33 1400 CY Concrete Encasement 34 35 36 UNIT 2—HALTOM CITY METER STATION, PHASE 3 37 38 54 LF 30"Dia. Sanitary Sewer Pipe 39 3 EA 5' Dia. Type A Sanitary Sewer Manholes 40 1 LS Meter Station,including Ductile Sewer Pipe and Fittings of 41 Various Diameter, Electrical/Instrumentation Equipment, 42 Vault Structure and Equipment 43 120 LF Fencing and Gate 44 45 CITY OF FORT WORTH Big Fossil Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall,Phase 3 Revised July 1,2011 City Project No.0 1303 001113-2 INVITATION TO BIDDERS Page 2 of 4 1 UNIT 3—HALTOM CITY SEWER OUTFALL,PHASE 3 2 3 1,450 LF 30"Dia.PVC Sanitary Sewer Pipe 4 1,255 LF 30"Dia.HDPE pipe,double contained 5 209150 CY Management and Disposal of Non-Hazardous 6 Contaminated Soil 7 500,000 Gallon Test,load and dispose of Contaminated Fluids 8 7 EA 5' Dia.Sanitary Sewer Manholes 9 1,100 CY Abandon Ex.21"SS by grouting 10 11 12 PREQUALIFICATION 13 14 The improvements included in this project must be performed by a contractor who is pre- 15 qualified by the City at the time of bid opening.The procedures for qualification and pre- 16 qualification are outlined in the Section 00 21 13—INSTRUCTIONS TO BIDDERS. 17 18 DOCUMENT EXAMINATION AND PROCUREMENTS 19 20 The Bidding and Contract Documents may be examined or obtained on-line by visiting the City 21 of Fort Worth's Purchasing Division website at http://www.fortworth og v org/urchasing//and 22 clicking on the Buzzsaw link to the advertised project folders on the City's Buzzsaw site.The 23 Contract Documents may be downloaded, viewed,and printed by interested contractors and/or 24 suppliers. 25 26 The contractor is required to fill out and notarize the Certificate of Interested Parties Form 1295 27 and the form must be submitted to the Project Manager before the contract will be presented to 28 the City Council.The form can be obtained at hgps://www.ethics.state.tx.us/tec/1295-Info.htm 29 30 31 Copies of the Bidding and Contract Documents may be purchased from the office of the design 32 engineer at 33 34 URS Corporation(An AECOM Company) 35 1200 Summit Avenue,Suite 600 36 Fort Worth,Texas 76102 37 Attention: Mano Pydipelly,P.E. 38 Telephone 817.390.1000 39 E-mail: mano.pydipelly @aecom.com 40 41 The cost of Bidding and Contract Documents; 42 43 $100.00 for each set of Bidding and Contract Documents with full size drawings. 44 45 $90.00 for each set of Bidding and Contract Documents with half size drawings, 46 if available. 47 48 PREBID CONFERENCE 49 CITY OF FORT WORTH Big Fossil Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS do Haltom City Meter Station and Sewer Outfall,Phase 3 Revised July 1,2011 City Project No.01303 00 11 13-3 INVITATION TO BIDDERS Page 3 of 4 1 A prebid conference will be held as described in Section 00 21 13 - INSTRUCTIONS TO 2 BIDDERS at the following location, date, and time: 3 4 DATE: Tuesday,,January 19, 2016 5 TIME: 10:00 AM 6 PLACE: Water Department Conference Room 7 2"d Floor, City Hall, 8 1000 Throckmorton Street 9 Fort Worth, Texas 76102 10 11 CITY'S RIGHT TO ACCEPT OR REJECT BIDS 12 City reserves the right to waive irregularities and to accept or reject bids. 13 14 FUNDING 15 16 Any Contract awarded under this INVITATION TO BIDDERS is funded from Texas Water 17 Development Board's Clean Water Tier I1 State Revolving Fund, Project#73699, dedicated by 18 Resolution No. 14-106 to the work under this INVITATION TO BIDDERS. 19 20 This contract is contingent upon release of funds from the Texas Water Development Board. 21 22 Any contract or contracts awarded under this Invitation for Bids are expected to be funded in part 23 by a loan from the Texas Water Development Board. Neither the State of Texas nor any of its 24 departments, agencies, or employees are or will be a party to this Invitation for Bids or any 25 resulting contract. 26 27 Equal Opportunity in Employment - All qualified Applicants will receive consideration for 28 employment without regard to race, color,religion, sex, age, handicap or national origin. Bidders 29 on this work will be required to comply with the President's Executive Order No. 11246, as 30 amended by Executive Order 11375, and as supplemented in Department of Labor regulations 41 31 CFR Part 60. 32 33 This contract is subject to the EPA established Minority Business Enterprise (MBE) "fair 34 share" goals, TWDB-0210. 35 36 This Contract will require Davis-Bacon wage rates be paid for all construction work. The 37 contractor(s) is required to pay the prevailing wage rates on a weekly basis to laborers and 38 mechanics in accordance with the requirements of 29 CFR 5.5, which are incorporated into 39 the actual construction contract. The applicable wage rates are included in the specifications, 40 as are the required Davis-Bacon certification forms. 41 42 Any contract(s) awarded under this Invitation for Bids is/are subject to the American Iron and 43 Steel (AIS) requirements of Section 608 of the Federal Water Pollution Control Act." 44 45 46 INQUIRIES 47 All inquiries relative to this procurement should be addressed to the following: 48 49 Attn: Mr. Walter Norwood,P.E., City of Fort Worth 50 Email: Walter.Norwood @fortworthtexas.gov CITY OF FORT WORTH Big Fossil Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall,Phase 3 Revised July 1,2011 City Project No.01303 001113-4 M71TATION TO BIDDERS Page 4 of 4 1 Phone: 817.392.5026 2 3 Attn: Mano Pydipelly,P.E.,AECOM 4 Email: mano.pydipelly @aecom.com 5 Phone: 817.390.1000 6 7 ADVERTISEMENT DATES 8 December 10,2015 9 December 17,2015 10 11 END OF SECTION CITY OF FORT WORTH Big Fossil Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall,Phase 3 Revised July 1,2011 City Project No.01303 002113-1 INSTRUCTIONS TO BIDDERS Page 1 of 10 1 SECTION 00 2113 2 INSTRUCTIONS TO BIDDERS 3 4 1. Defined Terms 5 6 1.1.Terms used in these INSTRUCTIONS TO BIDDERS,which are defined in Section 00 72 00- 7 GENERAL CONDITIONS. 8 9 1.2.Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the meanings 10 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 directly 13 through a duly authorized representative,submitting a bid for performing the work 14 contemplated under the Contract Documents. 15 16 1.2.2. Nonresident Bidder:Any person, firm,partnership,company,association,or corporation 17 acting directly through a duly authorized representative, submitting a bid for performing the 18 work contemplated under the Contract Documents whose principal place of business is not 19 in the State of Texas. 20 21 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City(on the 22 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 from the Bidders use of incomplete sets of Bidding Documents. 28 29 2.2.City and Engineer in malting copies of Bidding Documents available do so only for the purpose 30 of obtaining Bids for the Work and do not authorize or confer a license or grant for any other 31 use. 32 33 3. Prequalification of Bidders(Prime Contractors and Subcontractors) 34 35 3.1.All Bidders and their subcontractors are required to be prequalified for the work types requiring 36 prequalification at the time of bidding.Bids received from contractors who are not prequalified 37 (even if inadvertently opened)shall not be considered. Prequalification requirement work types 38 and documentation are as follows: 39 40 3.1.1.Paving—Requirements document located at; 41 https.//Drop point.buzzsaw.com/fortworthgov/Resources/02%20- 42 %2OConstruction%2ODocuments/Contractor%20Prequalificationf IPW%2OPaving%2OCont 43 ractor%20Prequalification%2OProgranV PREOUALIFICATION%20REOUIREMENTS%2 44 OFOR%20PAVING%2000NTRACTORS.PDF?public 45 46 3.1.2. Roadway and Pedestrian Lighting—Requirements document located at; CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall Revised April 27,2015 City Project No.01303 002113-2 INSTRUCTIONS TO BIDDERS Page 2 of 10 1 hos://proiecWgiat.buzzsaw.com/fortworthaov/Resources/02%20- 2 %2OConstruction%2ODocuments/Contractorc/o Pregualification ITPW%2OPaving%20Cont 3 ractor%20Prequalification%20Proeram/PREOUALIFICATION%20REOUIREMENTS%2 4 OFOR%20PAVING%2000NTRACTORS.PDF?public 5 6 3.1.3.Water and Sanitary Sewer—Requirements document located at; 7 fts•//projecipoint.buzzsaw.com/fortworthgov/Resources/02%20- 8 %20Construction%2ODocuments/Contractor%2OPreclualification/Water%20and%2OSanitar 9 y%20Sewer%20Contractor%20Prequalification9620Progtam/WSS%20prequal°/o20require 10 ments.doc?public 11 12 13 3.2.Each Bidder unless currently prequalified,must be prepared to submit to City within seven(7) 14 calendar days prior to Bid opening,the documentation identified in Section 00 45 11,BIDDERS 15 PREQUALIFICATIONS. 16 17 3.2.1. Submission of and/or questions related to prequalification should be addressed to the City 18 contact as provided in Paragraph 6.1. 19 20 21 3.3.The City reserves the right to require any pre-qualified contractor who is the apparent low 22 bidder(s)for a project to submit such additional information as the City,in its sole discretion 23 may require,including but not limited to manpower and equipment records,information about 24 key personnel to be assigned to the project,and construction schedule,to assist the City in 25 evaluating and assessing the ability of the apparent low bidder(s)to deliver a quality product and 26 successfully complete projects for the amount bid within the stipulated time frame.Based upon 27 the City's assessment of the submitted information,a recommendation regarding the award of a 28 contract will be made to the City Council. Failure to submit the additional information,if 29 requested,may be grounds for rejecting the apparent low bidder as non-responsive.Affected 30 contractors will be notified in writing of a recommendation to the City Council. 31 32 3.4.In addition to prequalification,additional requirements for qualification may be required within 33 various sections of the Contract Documents. 34 35 3.5.Special qualifications required for this project include the following but not limited to: 36 Installation of Large Diameter Sanitary Sewer Pipe,Siphon Construction underneath Big Fossil 37 Creek,Construction of Large Junction Structures,Construction of Meter Station and electrical 38 equipment installation,Environmental related site conditions such as portion of the project is 39 along the perimeter of a closed Municipal Solid Waste(MSW)Landfill,Handling and proper 40 disposal of of MSW excavated during construction etc. 41 4. Examination of Bidding and Contract Documents,Other Related Data,and Site 42 43 4.1.Before submitting a Bid,each Bidder shall: 44 45 4.1.1.Examine and carefully study the Contract Documents and other related data identified in 46 the Bidding Documents(including"technical data"referred to in Paragraph 4.2.below).No 47 information given by City or any representative of the City other than that contained in the 48 Contract Documents and officially promulgated addenda thereto,shall be binding upon the 49 City. 50 CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Oulfall Revised April 27,2015 City Project No.01303 0021 13-3 INSTRUCTIONS TO BIDDERS Page 3 of 10 1 4.1.2.Visit the site to become familiar with and satisfy Bidder as to the general,local and site 2 conditions that may affect cost,progress,performance or furnishing of the Work. 3 4 4.1.3. Consider federal,state and local Laws and Regulations that may affect cost,progress, 5 performance or furnishing of the Work. 6 7 4.1.4. Be advised,City,in accordance with Title VI of the Civil Rights Act of 1964,78 Stat.252, 8 42 U.S.C.2000d to 2000d-4 and Title 49,Code of Federal Regulations,Department of 9 Transportation,Subtitle A,Office of the Secretary,Part 21,Nondiscrimination in Federally- 10 assisted programs of the Department of Transportation issued pursuant to such Act,hereby 11 notifies all bidders that it will affirmatively insure that in any contract entered into pursuant 12 to this advertisement,minority business enterprises will be afforded full opportunity to 13 submit bids in response to this invitation and will not be discriminated against on the 14 grounds of race,color,or national origin in consideration of award. 15 16 4.1.5. Study all: (i)reports of explorations and tests of subsurface conditions at or contiguous to 17 the Site and all drawings of physical conditions relating to existing surface or subsurface 18 structures at the Site(except Underground Facilities)that have been identified in the 19 Contract Documents as containing reliable"technical data" and(ii)reports and drawings of 20 Hazardous Environmental Conditions,if any,at the Site that have been identified in the 21 Contract Documents as containing reliable"technical data." 22 23 4.1.6. Be advised that the Contract Documents on file with the City shall constitute all of the 24 information which the City will furnish.All additional information and data which the City 25 will supply after promulgation of the formal Contract Documents shall be issued in the form 26 of written addenda and shall become part of the Contract Documents just as though such 27 addenda were actually written into the original Contract Documents.No information given 28 by the City other than that contained in the Contract Documents and officially promulgated 29 addenda thereto, shall be binding upon the City. 30 31 4.1.7. Perform independent research,investigations,tests,borings,and such other means as may 32 be necessary to gain a complete knowledge of the conditions which will be encountered 33 during the construction of the project.On request,City may provide each Bidder access to 34 the site to conduct such examinations,investigations,explorations,tests and studies as each 35 Bidder deems necessary for submission of a Bid. Bidder must fill all holes and clean up 36 and restore the site to its former conditions upon completion of such explorations, 37 investigations,tests and studies. 38 39 4.1.8.Determine the difficulties of the Work and all attending circumstances affecting the cost of 40 doing the Work,time required for its completion,and obtain all information required to 41 make a proposal.Bidders shall rely exclusively and solely upon their own estimates, 42 investigation,research,tests,explorations,and other data which are necessary for full and 43 complete information upon which the proposal is to be based.It is understood that the 44 submission of a proposal is prima-facie evidence that the Bidder has made the investigation, 45 examinations and tests herein required.Claims for additional compensation due to 46 variations between conditions actually encountered in construction and as indicated in the 47 Contract Documents will not be allowed. 48 CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Oudfall Revised April 27,2015 City Project No.01303 0021 13-4 INSTRUCTIONS TO BIDDERS Page 4 of 10 1 4.1.9.Promptly notify City of all conflicts,errors,ambiguities or discrepancies in or between the 2 Contract Documents and such other related documents.The Contractor shall not take 3 advantage of any gross error or omission in the Contract Documents,and the City shall be 4 permitted to make such corrections or interpretations as may be deemed necessary for 5 fulfillment of the intent of the Contract Documents. 6 7 4.2. Reference is made to Section 00 73 00—Supplementary Conditions for identification of: 8 9 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to the site 10 which have been utilized by City in preparation of the Contract Documents.The logs of 11 Soil Borings,if any,on the plans are for general information only.Neither the City nor the 12 Engineer guarantee that the data shown is representative of conditions which actually exist. 13 14 4.2.2. those drawings of physical conditions in or relating to existing surface and subsurface 15 structures(except Underground Facilities)which are at or contiguous to the site that have 16 been utilized by City in preparation of the Contract Documents.. 17 18 4.2.3. copies of such reports and drawings will be made available by City to any Bidder on 19 request. Those reports and drawings may not be part of the Contract Documents,but the 20 "technical data"contained therein upon which Bidder is entitled to rely as provided in 21 Paragraph 4.02.of the General Conditions has been identified and established in Paragraph 22 SC 4.02 of the Supplementary Conditions. Bidder is responsible for any interpretation or 23 conclusion drawn from any"technical data" or any other data,interpretations,opinions or 24 inforinatlon. 25 26 4.3.The submission of a Bid will constitute an incontrovertible representation by Bidder(i)that 27 Bidder has complied with every requirement of this Paragraph 4,(ii)that without exception the 28 Bid is premised upon performing and furnishing the Work required by the Contract Documents 29 and applying the specific means,methods,techniques,sequences or procedures of construction 30 (if any)that may be shown or indicated or expressly required by the Contract Documents, (iii) 31 that Bidder has given City written notice of all conflicts,errors,ambiguities and discrepancies in 32 the Contract Documents and the written resolutions thereof by City are acceptable to Bidder,and 33 when said conflicts,etc.,have not been resolved through the interpretations by City as described 34 in Paragraph 6.,and(iv)that the Contract Documents are generally sufficient to indicate and 35 convey understanding of all terms and conditions for performing and furnishing the Work. 36 37 4.4.The provisions of this Paragraph 4,inclusive,do not apply to Asbestos,Polychlorinated 38 biphenyls(PCBs),Petroleum,Hazardous Waste or Radioactive Material covered by Paragraph 39 4.06.of the General Conditions,unless specifically identified in the Contract Documents. 40 41 5. Availability of Lands for Work,Etc. 42 43 5.1.The lands upon which the Work is to be performed,rights-of-way and easements for access 44 thereto and other lands designated for use by Contractor in performing the Work are identified in 45 the Contract Documents. All additional lands and access thereto required for temporary 46 construction facilities,construction equipment or storage of materials and equipment to be 47 incorporated in the Work are to be obtained and paid for by Contractor. Easements for 48 permanent structures or permanent changes in existing facilities are to be obtained and paid for 49 by City unless otherwise provided in the Contract Documents. 50 CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Owfall Revised April 27,2015 City Project No.01303 0021 13-5 INSTRUCTIONS TO BIDDERS Page 5 of 10 1 5.2.Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed in 2 Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right-of-way, 3 easements, and/or permits are not obtained, the City reserves the right to cancel the award of 4 contract at any time before the Bidder begins any construction work on the project. 5 6 5.3. The Bidder shall be prepared to commence construction without all executed right-of-way, 7 easements, and/or permits,and shall submit a schedule to the City of how construction will 8 proceed in the other areas of the project that do not require permits and/or easements. 9 10 6. Interpretations and Addenda 11 12 6.1.All questions about the meaning or intent of the Bidding Documents are to be directed to City in 13 writing on or before 2 p.m., the Monday prior to the Bid opening. Questions received after this 14 day may not be responded to. Interpretations or clarifications considered necessary by City in 15 response to such questions will be issued by Addenda delivered to all parties recorded by City as 16 having received the Bidding Documents. Only questions answered by formal written Addenda 17 will be binding. Oral and other interpretations or clarifications will be without legal effect. 18 19 Address questions to: 20 21 City of Fort Worth 22 1000 Throckmorton Street 23 Fort Worth, TX 76102 24 ALM: VG'alter No rzvood. �'.I<, Water Department 25 En;ail: 26 Plume: 8 l 7-392-50) 27 28 29 6.2.Addenda may also be issued to modify the Bidding Documents as deemed advisable by City. 30 31 6.3.Addenda or clarifications may be posted via Buzzsaw at 32 ts/01 0-3,11c 0- 33 34 3/13id%,20Packagae/ 35 36 6.4.A prebid conference may be held at the time and place indicated in the Advertisement or 37 INVITATION TO BIDDERS. Representatives of City will be present to discuss the Project. 38 Bidders are encouraged to attend and participate in the conference. City will transmit to all 39 prospective Bidders of record such Addenda as City considers necessary in response to questions 40 arising at the conference. Oral statements may not be relied upon and will not be binding or 41 legally effective. 42 43 7. Bid Security 44 45 7.1.Each Bid must be accompanied by Bid Bond made payable to City in an amount of five (5) 46 percent of Bidder's maximum Bid price on form attached, issued by a surety meeting the 47 requirements of Paragraphs 5.01 of the General Conditions. 48 CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall Revised April 27,2015 City Project No.01303 0021 13-6 INS i RUtCrIONS TO BD DERS Page 6 of 10 1 7.2.The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award have 2 been satisfied. If the Successful Bidder fails to execute and deliver the complete Agreement 3 within 10 days after the Notice of Award,City may consider Bidder to be in default,rescind the 4 Notice of Award, and the Bid Bond of that Bidder will be forfeited. Such forfeiture shall be 5 City's exclusive remedy if Bidder defaults. The Bid Bond of all other Bidders whom City 6 believes to have a reasonable chance of receiving the award will be retained.by City until final 7 contract execution. 8 9 8. Contract Times 10 The number of days within which,or the dates by which,Milestones are to be achieved in accordance 11 with the General Requirements and the Work is to be completed and ready for Final Acceptance is set 12 forth in the Agreement or incorporated therein by reference to the attached Bid Form. 13 14 9. Liquidated Damages 15 Provisions for liquidated damages are set forth in the Agreement. 16 17 10. Substitute and"Or-Equal" Items 18 The Contract,if awarded,will be on the basis of materials and equipment described in the Bidding 19 Documents without consideration of possible substitute or"or-equal" items. Whenever it is indicated 20 or specified in the Bidding Documents that a "substitute" or"or-equal" item of material or equipment 21 may be furnished or used by Contractor if acceptable to City, application for such acceptance will not 22 be considered by City until after the Effective Date of the Agreement. The procedure for submission 23 of any such application by Contractor and consideration by City is set forth in Paragraphs 6.05A., 24 6.05B. and 6.05C.of the General Conditions and is supplemented in Section 0125 00 of the General 25 Requirements. 26 27 28 29 11. Subcontractors,Suppliers and Others 30 31 11.1. In accordance with the City's Business Diversity Enterprise Ordinance No. 20020-12-2011 32 (as amended), the City has goals for the participation of minority business and/or small 33 business enterprises in City contracts.A copy of the Ordinance can be obtained from the 34 Office of the City Secretary.The Bidder shall submit the MBE and SBE Utilization Form, 35 Subcontractor/Supplier Utilization Form,Prime Contractor Waiver Form and/or Good Faith 36 Effort Form with documentation and/or Joint Venture Form as appropriate.The Forms 37 including documentation must be received by the City no later than 2:00 P.M. CST, on the 38 second business days after the bid opening date.The Bidder shall obtain a receipt from the 39 City as evidence the documentation was received.Failure to comply shall render the bid as 40 non-responsive. 41 42 11.2. No Contractor shall be required to employ any Subcontractor,Supplier„other person or 43 organization against whom Contractor has reasonable objection. 44 45 12. Bid Form 46 47 12.1. The Bid Form is included with the Bidding Documents; additional copies maybe obtained 48 from the City. 49 CrrY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall Revised April 27,2015 City Project No.01303 002113-7 INSTRUCTIONS TO BIDDERS Page 7 of 10 1 12.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Form signed in 2 ink. Erasures or alterations shall be initialed in ink by the person signing the Bid Form. A 3 Bid price shall be indicated for each Bid item,alternative, and unit price item listed therein. 4 In the case of optional alternatives,the words "No Bid," "No Change," or"Not Applicable" 5 may be entered. Bidder shall state the prices,written in ink in both words and numerals,for 6 which the Bidder proposes to do the work contemplated or furnish materials required.All 7 prices shall be written legibly. In case of discrepancy between price in written words and the 8 price in written numerals,the price in written words shall govern. 9 10 12.3. Bids by corporations shall be executed in the corporate name by the president or a vice- 11 president or other corporate officer accompanied by evidence of authority to sign. The 12 corporate seal shall be affixed. The corporate address and state of incorporation shall be 13 shown below the signature. 14 15 12.4. Bids by partnerships shall be executed in the partnership name and signed by a partner, 16 whose title must appear under the signature accompanied by evidence of authority to sign. 17 The official address of the partnership shall be shown below the signature. 18 19 12.5. Bids by limited liability companies shall be executed in the name of the firm by a member 20 and accompanied by evidence of authority to sign. The state of formation of the firm and the 21 official address of the firm shall be shown. 22 23 12.6. Bids by individuals shall show the Bidder's name and official address. 24 25 12.7. Bids by joint ventures shall be executed by each joint venturer in the manner indicated on the 26 Bid Form. The official address of the joint venture shall be shown. 27 28 12.8. All names shall be typed or printed in ink below the signature. 29 30 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda,the numbers of which 31 shall be filled in on the Bid Form. 32 33 12.10. Postal and e-mail addresses and telephone number for communications regarding the Bid 34 shall be shown. 35 36 12.11, The Bidder's Certifications regarding Equal Employment Opportunity and Non- 37 Segregated Facilities (WRD-255)shall be submitted with the bid,provided at the end of 38 Section 00 73 01. See Paragraph 19.2 of this section. 39 40 12.12. Evidence of authority to conduct business as a Nonresident Bidder in the state of Texas shall 41 be provided in accordance with Paragraph 19.4 of this section by providing a completed form 42 TWDB—0459,provided at the end of Section 00 73 01. 43 CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall Revised April 27,2015 City Project No.01303 0021 13-8 INSTRUCTIONS TO BIDDERS Page 8 of 10 1 13. Submission of Bids 2 Bids shall be submitted on the prescribed Bid Form,provided with the Bidding Documents,at the 3 time and place indicated in the Advertisement or INVITATION TO BIDDERS, addressed to City 4 Manager of the City,and shall be enclosed in an opaque sealed envelope,marked with the City 5 Project Number,Project title,the name and address of Bidder,and accompanied by the Bid security 6 and other required documents. If the Bid is sent through the mail or other delivery system,the sealed 7 envelope shall be enclosed in a separate envelope with the notation"BID ENCLOSED" on the face of 8 it. 9 10 14. Modification and Withdrawal of Bids 11 12 14.1. Bids addressed to the City Manager and filed with the Purchasing Office cannot be 13 withdrawn prior to the time set for bid opening. A request for withdrawal must be made in 14 writing by an appropriate document duly executed in the manner that a Bid must be executed 15 and delivered to the place where Bids are to be submitted at any time prior to the opening of 16 Bids.After all Bids not requested for withdrawal are opened and publicly read aloud,the Bids 17 for which a withdrawal request has been properly filed may,at the option of the City,be 18 returned unopened. 19 20 14.2. Bidders may modify their Bid by electronic communication at any time prior to the time set 21 for the closing of Bid receipt. 22 23 15. Opening of Bids 24 Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An abstract 25 of the amounts of the base Bids and major alternates(if any)will be made available to Bidders after 26 the opening of Bids. 27 28 16. Bids to Remain Subject to Acceptance 29 All Bids will remain subject to acceptance for the time period specified for Notice of Award and 30 execution and delivery of a complete Agreement by Successful Bidder. City may,at City's sole 31 discretion,release any Bid and nullify the Bid security prior to that date. 32 33 17. Evaluation of Bids and Award of Contract 34 35 17.1. City reserves the right to reject any or all Bids,including without limitation the rights to 36 reject any or all nonconforming,nonresponsive,unbalanced or conditional Bids and to reject 37 the Bid of any Bidder if City believes that it would not be in the best interest of the Project to 38 make an award to that Bidder,whether because the Bid is not responsive or the Bidder is 39 unqualified or of doubtful financial ability or fails to meet any other pertinent standard or 40 criteria established by City. City also reserves the right to waive informalities not involving 41 price,contract time or changes in the Work with the Successful Bidder. Discrepancies 42 between the multiplication of units of Work and unit prices will be resolved in favor of the 43 unit prices. Discrepancies between the indicated sum of any column of figures and the 44 correct sum thereof will be resolved in favor of the correct sum. Discrepancies between 45 words and figures will be resolved in favor of the words. 46 CrrY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS do Haltom tatty Meter Station and Sewer Outfall Revised Apti127,2015 City Project No.01303 002113-9 INSTRUCTIONS TO BIDDERS Page 9 of 10 1 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists among 2 the Bidders, Bidder is an interested party to any litigation against City,City or Bidder 3 may have a claim against the other or be engaged in litigation,Bidder is in arrears on any 4 existing contract or has defaulted on a previous contract,Bidder has performed a prior 5 contract in an unsatisfactory manner,or Bidder has uncompleted work which in the 6 judgment of the City will prevent or hinder the prompt completion of additional work if 7 awarded. 8 9 17.2. City may consider the qualifications and experience of Subcontractors, Suppliers,and other 10 persons and organizations proposed for those portions of the Work as to which the identity of 11 Subcontractors, Suppliers,and other persons and organizations must be submitted as provided 12 in the Contract Documents or upon the request of the City. City also may consider the 13 operating costs, maintenance requirements,performance data and guarantees of major items 14 of materials and equipment proposed for incorporation in the Work when such data is 15 required to be submitted prior to the Notice of Award. 16 17 17.3. City may conduct such investigations as City deems necessary to assist in the evaluation of 18 any Bid and to establish the responsibility,qualifications,and financial ability of Bidders, 19 proposed Subcontractors, Suppliers and other persons and organizations to perform and 20 furnish the Work in accordance with the Contract Documents to City's satisfaction within the 21 prescribed time. 22 23 17.4. Contractor shall perform with his own organization,work of a value not less than 35% of the 24 value embraced on the Contract,unless otherwise approved by the City. 25 26 17.5. If the Contract is to be awarded,it will be awarded to lowest responsible and responsive 27 Bidder whose evaluation by City indicates that the award will be in the best interests of the 28 City. 29 30 17.6. Pursuant to Texas Government Code Chapter 2252.001,the City will not award contract to a 31 Nonresident Bidder unless the Nonresident Bidder's bid is lower than the lowest bid 32 submitted by a responsible Texas Bidder by the same amount that a Texas resident bidder 33 would be required to underbid a Nonresident Bidder to obtain a comparable contract in the 34 state in which the nonresident's principal place of business is located. 35 36 17.7. A contract is not awarded until formal City Council authorization. If the Contract is to be 37 awarded, City will award the Contract within 90 days after the day of the Bid opening unless 38 extended in writing. No other act of City or others will constitute acceptance of a Bid.Upon 39 the contractor award a Notice of Award will be issued by the City. 40 41 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 42 43 18. Signing of Agreement 44 When City issues a Notice of Award to the Successful Bidder,it will be accompanied by the required 45 number of unsigned counterparts of the Agreement. Within 14 days thereafter Contractor shall sign 46 and deliver the required number of counterparts of the Agreement to City with the required Bonds, 47 Certificates of Insurance, and all other required documentation. City shall thereafter deliver one fully 48 signed counterpart to Contractor. CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall Revised April 27,2015 City Project No.01303 002113-10 INSTRUCTIONS TO BIDDERS Page 10 of 10 1 19. Supplemental conditions—Texas Water Development Board 2 19.1. Contingent award of contract: This contract is contingent upon release of funds from the 3 Water Development Board. Any contract or contracts awarded under this Invitation for Bids 4 are expected to be funded in part by a loan or grant from the Texas Water Development 5 Board,and a grant from the United States Environmental Protection Agency(U.S.EPA.) 6 Neither the State of Texas,or U.S.EPA nor any of its departments,agencies,or employees 7 are or will be a party to this Invitation for Bids or any resulting contract. 8 19.2. Equal employment opportunity and affirmative action:All qualified applicants will 9 receive consideration for employment without regard to race,color,religion, sex(including 10 pregnancy),national origin,age(40 or older),disability or genetic information. Bidders on 11 this work will be required to comply with the Department of Labor regulations 41 CFR Part 12 60-2 Affirmative Action Programs which include the President's Executive Order No. 11246 13 as amended by Executive Order 11375. 14 The Bidder's Certifications regarding Equal Employment Opportunity and Non-Segregated 15 Facilities(WRD-255)shall be submitted with the bid,provided at the end of Section 00 73 16 01. 17 19.3. Bid guarantee:Each bidder shall furnish a bid guarantee equivalent to five percent of the bid 18 price. (Water Code 17.183)If a bid bond is provided,the contractor shall utilize a surety 19 company which is authorized to do business in Texas in accordance with Art.7.19-1.Bond of 20 Surety Company;Chapter 7 of the Insurance Code. 21 Use Form in Section 00 43 13. 22 19.4. Award of contract to nonresident bidder: A governmental entity may not award a 23 governmental contract to a nonresident bidder unless the nonresident underbids the lowest bid 24 submitted by a responsible resident bidder by an amount that is not less than the amount by 25 which a resident bidder would be required to underbid the nonresident bidder to obtain a 26 comparable contract in the state in which the nonresident's principal place of business is 27 located. A non-resident bidder is a contractor whose corporate offices or principal place of 28 business is outside of the state of Texas. (Source:Texas Government Code Chapter 2252 29 Subchapter A Nonresident Bidders,Q 2252.002). 30 The bidder shall complete form TWDB-0459,provided at the end of Section 00 73 01,which 31 shall be submitted with the bid. 32 33 END OF SECTION CrrY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS do Haltom City Meter Station and Sewer Oatfall Revised April 27,2015 City Project No.01303 0035 13 BID FORM Page 1 of 1 SECTION 00 35 13 CONFLICT OF INTEREST AFFIDAVIT Each bidder, offeror, or respondent (hereinafter also referred to as "you") to a City of Fort Worth (also referred to as "City") procurement are required to complete Conflict of Interest Questionnaire (the attached CIQ Form) and Local Government Officer Conflicts Disclosure Statement (the attached CIS Form) below pursuant to state law. This affidavit will certify that the Bidder has on file with the City Secretary the required documentation and is eligible to bid on City Work. The referenced forms may also be downloaded from the website links provided below. http://www.ethics.state.tx.us/forms/CiQ.pd http://www.ethics.state.tx.us/forms/CIS.pdf ❑ CIQ Form is on file with City Secretary ❑ CIQ Form is being provided to the City Secretary El CIS Form is on File with City Secretary ❑ CIS Form is being provided to the City Secretary BIDDER: Oscar Renda Contracting Inc. By: Janie Rodriguez 608 Henrietta Creek Road Signature: n�� �i� Roanoke, TX 76262 UU Title: A L tant Corporate Secretary END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120327 01303 Bid Form-Proposal-Bond_conflict 0041 00 BID FORM Page I o14 SECTION 00 41 00 BID FORM T0: The City Manager c/o:The Purchasing Department 1000 Throckmorton Street City of Fort Worth,Texas 76102 FOR: Big Fossil Creek Parallel Relief Sanitary Sewer M-402A,Phase I & Haltom City Meter Station and Sewer Outfall,Phase 3 City Project No.: City Project No.01303 Units/Sections: Unit I -Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 Unit 2-Haltom City Meter Station,Phase 3 Unit 3-I laltom City Sewer Outfall,Phase 3 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 Tanning 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. Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I CITY OF FORT WORTH Haltom City Meter Station and Sewer Outfall STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No 01303 Form Revised 201 10627 0041 00 BID FORM Page 2 of 4 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. Furnish and install large diameter(66"or larger)sanitary sewer line by open cut. b. Furnish and install electical/electronic equipment to complete a City operated sewer meter station. c. Handling,Management and disposal of Non-Hazardous contaminated soils and fluids. d. Form and constuct reinforced concrete structures for junction boxes. e. Bypass pumping of large volumes of sanitary sewer flows 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 330 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 Bid The following documents are attached to and made a part of this laid: 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,form TWDB-0459,provided at the end of Section 00 73 01 e. MWBE Forms(optional at time of bid) f. Prequalification Statement,Section 00 45 12 g. Conflict of Interest Affidavit,Section 00 35 13 `If necessary,CIQ or CIS forms are to be provided directly to City Secretary h. Bidder's Certifications regarding Equal Employment Opportunity and Non-Segregated Facilities(WRD-255), provided at the end of Section 00 73 01 i 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. Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I CITY OF FORT WORTH Haltom City Meter Station and Sewer Outfall STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No 01303 Form Revised 20110627 0041 00 BID FORM Page 3 of 4 6.3. Total Amount Bid,Unit 1,Big Fossil Creek San.Sewer,Phase 1= $ �f Total Amount Bid,Unit 2,Haltom City Meter Station,Phase 3= $ 3 cr pa Total Amount Bid,Unit 3,Haltom City Sewer Outfall,Phase 3= $ 11 q (oG.O Total Bid= $ '7737 7. Bid Submittal This Bid is submitted on 4-Feb-16 by the entity named below. Respe fully submitted, Receipt is acknowledged of the fnnial following Addenda: By: Addendum No. I: (Si ature) Addendum No. 2: Addendum No. 3: Addendum No.4: Janie Rodriguez Title: Assistant Corporate Secretary Company: Oscar Renda Contracting Inc. Corporate Seal: Address: 608 Henrietta Creek Road Roanoke,TX 76262 State of Incorporation: Texas Email: orc(Ltoscarrenda.com Phone: 817-491-2703 END OF SECTION Big Fossil Creek Parallel Relief sanitary Sewer,Phase I CITY OF FORT WORTH Haltom City Meter Station and Sewer Outfall STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01303 Form Revised 20110627 0041 00 BID FORM Page 4 of 4 (THIS PAGE INTENTIONALLY LEFT BLANK) Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I CITY OF FORT WORTH Haltom City Meter Station and Sewer Outfall STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No,01303 Form Revised 20110627 00 42 43 BID PROPOSAL Page 1 d4 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Description Specification Unit of Bid No. p Section No. Measure Quantity Unit Price Bid Value UNIT 1-BIG FOSSIL CREEK PARALLEL RELIEF SANITARY SEWER,PHASE I 1 3331.4721 66"FRP Sewer Pipe,Class SN-72 3331 13 LF 1,660 $925.00 $1,535,500.00 2 3331.4721 66"FRP Sewer Pipe,Class SN-46 W1 Conc.Blanket 3331 13 LF 2,380 $950.00 $2,261,000.00 3 3331.4721 66"FRP Sewer Pipe,Class SN-46 3331 13 LF 800 $900.00 $720,000.00 4 3331.4608 54"FRP Sewer Pipe 3331 13 LF 116 $700.00 $81,200.00 5 3331.4521 48"FRP Sewer Pipe 3331 13 LF 309 $640.00 $197,760.00 6 3331.4421 36"FRP Sewer Pipe 3331 13 LF 309 $600.00 $185,400.00 7 3339.2001 Cast-in-Place(CIP)Sanitary Sewer Junction Structure @ Sta.0+00 33 39 10 EA 1 $61,000.00 $61,000.00 8 3339.2001 CIP Sanitary Sewer Diversion Type A Structure at Sta.1+00 33 39 10 EA 1 $55,000.00 $55,000.00 9 3339.2001 CIP Sanitary Sewer Diversion Type B Structure at Sta.1+00 33 39 10 EA 1 $41,000.00 $41,000.00 10 3339.2001 CIP Sanitary Sewer Diversion Type A Structure @ Sta.17+50 33 39 10 EA 1 $57,000.00 $57,000.00 11 3339.2001 CIP Sewer Diversion Type B Structure @ Sta.17+50 33 39 10 EA 1 $42,000,00 $42,000.00 12 3339.2001 CIP Sewer Siphon Exit Structure @ Sta.20+05 33 39 10 EA 1 $70,000,00 $70,000.00 13 3339.2001 CIP Sewer Siphon Entry Structure @ Sta.23+14 33 39 10 EA 1 $70,000.00 $70,000.00 14 3339.2001 CIP Sewer Diversion Type A Structure @ Sta.34+75 33 39 10 EA 1 $60,000.00 $60,000.00 15 3339.2001 CIP Sewer Diversion Type B Structure @ Sta.34+75 33 39 10 EA 1 $44,000.00 $44,000.00 16 3339.2001 CIP Sewer Diversion Type A Structure @ Sta.51+00 33 39 10 EA 1 $51,000.00 $51,000.00 17 3339.2001 CIP Sewer Diversion Type B Structure Sta.51+00 33 39 10 EA 1 $42,000.00 S42,000.00 18 3339.1105 5'Type A Manhole 33 39 10, EA 4 33 39 20 $3,5W.00 $14,000.00. 19 3339.1002 4'Drop Manhole 33 39 10, EA 1 33 39 20 $3,000.00 $3,000.00 20 3303.0001 Bypass Pumping 33 03 10 LS 1 $50,000.00 $50,000.00 21 3339.0002 Epoxy Structure Liner 33 39 60 SF 9,500 $10.00 $95 000.00 22 0330.0001 Concrete Encase Sewer Pipe for siphon pipes 03 30 00 CY 340 $60.00 $20,400.00 23 9999.0001 8"Gravel Surface Course Repair 99 99 00 CY 852 $30,00 $25,560.00 24 3137.0110 Special Riprap,Articulated Concrete Block 31 3700 SY 375 $75.00 S28,125.00 25 3292.0400 Seeding,Hydromulch 32 92 13 SY 41,000 $0.25 $10250.00 26 3301.0001 Pre-CCTV Inspection 33 01 31 LF 5,010 $1.00 $5,010.00 27 3301.0002 Post-CCTV Inspection 3301 31 LF 5,546 $1.00 $5,546.00 28 3301.0101 Manhole Vacuum Testing 3301 30 EA 5 $200.00 $1,000.00 29 3305.0104 Ground Water Control 33 05 10 LS 1 $10,000.00 $10,000.00 30 3305.0109 Trench Safety 33 05 10 LF 5,546 $1.00 $5,546.00 31 3305.0110 Utility Markers 33 05 26 LS 1 $1,000.00 $1,000.00 32 3305.0112 Concrete Collar 33 05 17 EA 5 $1,000.00 $5,000.00 33 3339.0001 Epoxy Manhole Liner 33 39 60 VF 57 $210.00 $11 400.00 34 3339.1103 5'Extra Depth Manhole 33 39 10, VF 32 33 39 20 $200.00 $6,400.00 35 3471.0001 Traffic Control 3471 13 MO 10 $1,000.00 $10000.00 36 3471.0003 Traffic Control Details 3471 13 EA 1 $1,000.00 $1 000.00 37 0241.1116 66"Plug 0241 14 EA 1 $1,500.00 $1 500.00 38 3231.0113 V Chain Link Fence,Steel 3231 13 LF 520 $30.00 $15,600.00 39 0241.0500 Remove Fence 0241 13 LF 250 $5.00 $1,250.00 40 3136.0104 Twisted Gabion Mattresses,12"Thick 31 3600 CY 40 $400.00 $16,000.00 41 3125.0101 SWPPP z 1 Acre 31 25 00 LS 1 $10,000.00 $10,000.00 42 0241.2201 Remove 4'Sewer Manhole 0241 14 EA 1 $500.00 $500.00 43 0241.2103 8"Sewer Abandonment Plug 0241 14 EA 1 $100.00 $100.00 44 Licensed Technicians Services to maintain Irrigation&Electric Lines on Parcel 1, 00 00 00 LS 1 KD&G Consolidated LLC Sta 3+33,Line A $5,000.00 $5,000.00 45 Construction Survey 0171 23 LS 1 $2,000.00 $2,000.00 46 Construction Staking 0171 23 LS 1 $2,000.00 $2000.00 47 3305.0103 Exploratory Excavation of Existing Utilities _ 33 05 30 EA 6 $1,000,00 S6,000.00 48 13292.0100 Block Sod Placement 3292 13 SY 100 $7,10 $700,00 49 Construction Allowance 99 99 99 LS 1 $275,000.00 $275 000.00 TOTAL AMOUNT BID,UNIT 1,BIG FOSSIL CREEK PARALLEL RELIEF SANITARY SEWER,PHASE 1= $6 217 747.00 Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I CITY OF FORT WORTH Haltom City Meter Station and Sewer Outfall STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01303 Form Revised 20110627 Addendum 3,Page 1 of 4 00 42 43 BID PROPOSAL Page 2 of 4 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Description Specification Unit of Bid Quantity Unit Price Bid Value No. Section No. Measure UNIT 2-HALTOM CITY METER STATIO N 1 3339.2001 CIP Sewer Junction Structure for Meter Station 33 39 10, EA 1 33 39 20 $40,000.00 $40,000.001 2 2605.0101 Electrical Facilities for Meter Station 26 05 00 LS 1 $100,000.00 $100,000.00 3 9999.0001 8"Gravel Surface Course Repair 99 99 00 CY 6 $30.00 $180.00 4 3331.4401 30"PVC Sewer Pipe 33 31 21 LF 54 $300.00 $16,200.00 3311 12, 5 3331.4208 12"Sewer Pipe 3311 12, LF 20 3331 20 $70.00 $1,400.00 3311 10, 6 3331.4228 18"Sewer Force Main 3311 12, LF 30 3331 15 $150.00 $4,500.00 7 3231.0113 6'Chain Link Fence,Steel W/Barb wire mounting 3231 13 LF 108 $40.00 $4,320.00 8 3231.0305 12'Gate,Steel 3331 26 EA 1 $5,000.00 $5,000.00 9 3305.0104 Ground Water Control 33 05 10 LS 1 $3,000.00 $3,000.00 10 3339.1101 5'Manhole 333910. EA 3 33 39 20 $3,500.00 $10,500.00 11 3301.0002 Post-CCTV Inspection 3301 31 LF 104 $1.00 $10400 12 3339.0002 Epoxy Structure Liner 33 39 60 SF 1,100 $10.00 $11,000.00 13 3305.0109 Trench Safety 33 05 10 LF 104 $1.00 $104.00 14 3301.0101 Manhole Vacuum Testing 3301 30 EA 3 $200.00 $600.00 15 3305.0110 UtilitV Markers 33 05 26 LS 1 $200.00 $200.00 16 3305.0112 Concrete Collar 33 05 17 EA 3 $100.00 $300.00 17 3331.3401 Ductile Iron Sewer Fittings 3311 11 TON 1 $2,000.00 $2,000.00 18 3339.0001 Epoxy Manhole Liner 33 39 60 VF 29 $200.00 $5,800.00 19 3339.1103 5'Dia.Precast Sanitary Sewer M.H.,Extra Depth 333910' VF 16 33 39 20 $200.00 $3,200.00 20 Construction Survey 01 71 23 LS 1 $1,000.00 $1,000m 21 Construction Staking 01 71 23 L-- 1 $1,000.00 $1,000.00 22 3471.0001 Traffic Control 3471 13 MO 3 1 $1,000.00 $3,000.00 23 Construction Allowance 99 99 99 LS 1 $50,000.00 $50000.00 TOTAL AMOUNT BID,UNIT 2,HALTOM CITY METER STATION= $263,408.00 Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I CITY OF FORT WORTH Haltom City Meter Station and Sewer Outfall STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01303 Form Revised 20110627 Addendum 3,Page 2 of 4 00 42 43 BID PROPOSAL Pane 3 oN SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal Bidlist Item Specification Unit of Description Bid Quantity Unit Price Bid Value No. Section No. Measure UNIT 3-HALTOM CITY SEWER OUTFALL 1 3331.4401 30"diameter Sewer Pipe by Open Cut 3331 20, LF 1,450 3331 13 $325.00 $471,250.00 2 3341.0301 30"Double Containment HDPE Pipe with CLSM embedment as shown 33 31 15 LF 1,255 on the drawings $350.00 $439,250.00 3 Management and Disposal of Non-Hazardous Soil Material 31 9902 CY 20,150 $10.00 S201,500.00 4 Test,Load and Dispose of Contaminated Fluids 31 99 02 GALLON 250,000 $0.10 $25 000.00 5 3339.1101 5'Manhole 33 39 10, EA 7 33 39 20 $3,500.00 $24.500.00 6 3339.1105 5'Type A Manhole 33 39 10, EA 1 33 39 20 $4,000.00 S4,000.00 7 9999.0001 8"Gravel Surface Course Repair 99 99 00 CY 541 $27.00 $14,607.00 8 0241.2001 21"Sanitary Line Grouting 02 41 M CY 1,100 $40,00 S"'000.00 9 3305.0109 Trench Safety 33 05 10 LF 2,667 $1,00 $2,667.00 10 0241.2020 Remove 21"Sewer Line 0241 14 LF 280 $10.00 $2,800.00 11 0241.2301 Remove Sewer Junction Structure-Meter Station 0241 14 EA 1 $2,000.00 $2,000.0 12 0241.2301 Remove Sewer Structure-Aerial Crossing Piers 0241 14 EA 7 $500.00 $3,500.00 13 0241.2201 Remove 4'Sewer Manhole 0241 14 EA 8 $200.00 $1,600.00 14 3201.0134 T Wide Asphalt Pvmt Repair,6"Thick 32 10 117 LF 70 $55.00 $3,850.00 15 3201.0613 8"Conc Pvmt Repair,Arterial/Industrial 32 01 29 SY 85 $70.00 $5,950.00 16 3303.0001 Bypass Pumping 33 03 10 LS 1 $5,000.00 $5,000.00 17 10241.2001 21"Sewer Abandonment Plug 0241 14 EA 10 $100.00 $1,000" 18 3331.3205 6"PVC Private Sewer Service 3331 50 LF 120 $45.00 S5,400.00 19 3231.0113 V Chain Link Fence,Steel,W/Barb wire mounting 3231 13 LF 70 $35.00 $2,450.00 20 3125.0101 SWPPP z 1 Acre 31 25 00 LS 1 $1,000.00 $1,000.00 21 3292.0400 Seeding,Hydromulch 32 92 13 SY 22,000 $0.25 $5,500-00 22 3293.0103 Plant 3"Tree-Crepe Myrtle 32 93 43 EA 6 $500.001 $3,000.00 23 13301.0001 Pre-CCTV Inspection 33 01 31 LF 5,725 $1.00 $5 725.00 24 3301.0002 Post-CCTV Inspection 3301 31 1 LF 2,667 $1.00 $2 667.00 25 3301.0101 Manhole Vacuum Testing 3301 30 EA 8 $200.00 $1 600.00 26 3305.0104 Ground Water Control 33 05 10 LS 1 $200.00 $200.00 27 3305.0110 Utility Markers 33 05 26 LS 1 $100.00 $100.00 28 3305.0112 Concrete Collar 33 05 17 EA 8 $100.00 $800.00 29 3331.3202 6"PVC 2-way Cleanout 3331 50 EA 2 $100.00 $200.00 30 3339.0001 Epoxy Manhole Liner 33 39 60 VF 108 $150.00 $16,200. 31 3339.1103 5'Extra Depth Manhole 333910. VF 58 33 39 20 $200.00 $11,600.00 32 3471.0001 Traffic Control 3471 13 MO 5 $1,000.00 S5,000.00 33 Construction Survey 01 71 23 LS 1 $1,500.00 $1,500.00 34 Construction Staking 01 71 23 LS 1 $150.00 5150.00 35 3311.0261 8"PVC Water Pie 3311 12 LF 20 $100.00 S2,000. 36 Construction Allowance 99 99 99 LS 1 1 5,000.00 $175,000.00 TOTAL AMOUNT BID,UNIT3,HALTOM CITY SEWER OUTFALL= $1,492,566.00 Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I CITY OF FORT WORTH Haltom City Meter Station and Sewer Outfall STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01303 Form Revised 20110627 Addendum 3,Page 3 of 4 W 42 43 BID PROPOSAL Page 4 of 4 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal BidN Item Specification Unit of-7 No. Description Section No. Measure Bid Quantity Unit Price Bid Value Bid Summary UNIT 1,BIG FOSSIL PARALLEL RELIEF SANITARY SEWER,PHASE 1= $6,217,747.00 UNIT 2,HALTOM CITY METER STATION,PHASE 3= $263,408.00 UNIT 3,HALTOM CITY SEWER OUTFALL,PHASE 3= $1,492,566.00 Total Bid= $7,973,721.00 END OF SECTION Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I CITY OF FORT WORTH Haltom City Meter Station and Sewer Outfall STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01303 Form Revised 20110627 Addendum 3,Page 4 of 4 BID :BOND KNOW ALL MEN BY THESE PRESENTS: That we, Oscar Renda Contracting,Inc. as Principal,(hereinafter called the"Principal"),and Zurich American Insurance Company ,a corporation duly organized under the laws of the State of New York ,as Surety,(hereinafter called the"Surety"),are held and firmly bound unto City of Fort Worth as Obligee,(hereinafter called the"Obligee"),in the sum of Five(5%)Percent of the Greatest Amount Bid Dollars($ 5%GAB ),for the payment of which sum well and truly to be made,the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these presents. WHEREAS,the Principal has submitted a bid for BIG FOSSIL CREEK PARALLEL RELIEF SANITARY SEWER M-402A,PHASE 1 &HALTOM CITY METER STATION AND SEWER OUTFALL,PHASE 3 CITY PROJECT NO.01303 NOW,THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with the terms of such bid and give such bond or bonds as may be specified in the bidding or contract documents with good and sufficient surety for the faithful performance of such contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter into such contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid,then this obligation shall be null and void,otherwise to remain in full force and effect. Signed and sealed this 28th day of January A.D., 2016 ax Oscar Renda Contracting,Inc. P incipal Witness (SEAL) / v Zurich American Insurance C mpany _ SItely By (SEAL) Holly Oravenor Witness Linda K.Edwards Attorney-in-Fact Printed in cooperation with the American Institute of Architects(AIA)by Zurich American Insurance Company Zurich American Insurance Company vouches that the language in the document conforms exactly to the language used in AIA Document A-310,February 1970 Edition. BID70000ZZ0701f ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That the ZURICH AMERICAN INSURANCE COMPANY,a corporation of the State of New York,the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Maryland,and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by GERALD F.HALEY,Vice President,in pursuance of authority granted by Article V, Section 8,of the By-Laws of said Companies,which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint Steven B.SIDDONS, Holly A.GRAVENOR,Lorrie SCOTT,Shirong CHEN and Linda K.EDWARDS,all of Fort Worth, Texas, EACH its true and lawful agent and Attorney-in-Fact, to make, execute, seal and deliver, for, and on its behalf as surety,and as its act and deed: any and all bonds and undertakings, EXCEPT bonds on behalf of Independent Executors,Community Survivors and Community Guardians. and the execution of such bonds or undertakings in pursuance of these presents,shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York,New York.,the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8,of the By-Laws of said Companies,and is now in force. IN WITNESS WHEREOF, the said Vice-President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND,this 1 st day of December,A.D. 2014. ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND w. O : I :a :i�i'ga�rr tfi4 i SEAL s "• —•—°`�; 7 ° fIM i ESL s, t0Ge cir AAA O.,n. � •y�'... _,.+�.�_S BY Secretary Vice President Eric D.Barnes Gerald F.Haley State of Maryland County of Baltimore On this 1st day of December,A.D.2014,before the subscriber,a Notary Public of the State of Maryland,duly commissioned and qualified,GERALD F. HALEY,Vice President,and ERIC D.BARNES,Secretary, of the Companies,to me personally known to be the individuals and officers described in and who executed the preceding instrument,and acknowledged the execution of same,and being by me duly sworn,deposeth and saith,that he/she is the said officer of the Company aforesaid,and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies,and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed my Official Seal the day and year first above written. Constance A.Dunn,Notary Public My Commission Expires:July 14,2019 POA-F 168-0078C EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V,Section 8,Attorneys-in-Fact. The Chief Executive Officer,the President,or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attomeys-in-fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney-in-fact to affix the corporate seal thereto;and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate;and I do further certify that Article V,Section 8,of the By-Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney...Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President,Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company,shall be valid and binding upon the Company with the same force and effect as though manually affixed. 'IN,TESTIMO . WHEREOF,I have h eunto subscribed my name and affixed the corporate seals of the said Companies, this a? uy of 20 j_ a NMn•+y�1 a '02 SIBAL F& -u. t Michael Bond,Vice President Fidelity and Deposit Companies Home 0rice: 30110 Kesiivick Road Baltimore:14D 21211 IMPORTANT NOTICE To obtain izlfoz?rzation or make a complaint: You may call the Fidelity and Deposit Company of Maryland, Colonial ?snericari Casualty and Surety Coripany, and/or Zurich A-merican _Insurance Company's toll-fee telephone number for information or to make a complaint at: 1-0800-654-5155 `r'ou r:av contact the Texas Department of Insurance to obtain information on companies, coverages, rights, or complaints at: 1-800-252-3439 You may ,,;-rite the Texas Department of insurance: P.O. Box 149104 Austin, TX 78714-9104 FAX 47 (512) 475-1771 PRENHUNI OR CL:L1°.'Y DISPUTES: Should you have a dispute conceim rza the premium or about a claim, you should first contact Fidelity and Deposit Company of Maryland or Colonial _American Casualty and Surety Company. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATT-l"ICH THIS NOTICE To s-CLTa POLICY: This notice is for information only and does not become a part or condition or the attached document_ ss,43 TX,;cs;0 004511-1 BIDDERS PREQUALIFICATIONS Page 1 of 3 1 SECTION 00 4511 2 BIDDERS PREQUALIFICATIONS 3 4 1. Summary.All contractors are required to be prequalified by the City prior to submitting 5 bids.To be eligible to bid the contractor must submit Section 00 45 12,Prequalification 6 Statement for the work type(s)listed with their Bid. Any contractor or subcontractor who is 7 not prequalified for the work type(s)listed must submit Section 00 45 13,Bidder 8 Prequalification Application in accordance with the requirements below. 9 10 The prequalification process will establish a bid limit based on a technical evaluation and 11 financial analysis of the contractor.The information must be submitted seven (7)days prior 12 to the date of the opening of bids.For example,a contractor wishing to submit bids on 13 projects to be opened on the 7th of April must file the information by the 31st day of March 14 in order to bid on these projects.In order to expedite and facilitate the approval of a Bidder's 15 Prequalification Application,the following must accompany the submission. 16 a. A complete set of audited or reviewed financial statements. 17 (1) Classified Balance Sheet 18 (2) Income Statement 19 (3) Statement of Cash Flows 20 (4) Statement of Retained Earnings 21 (5) Notes to the Financial Statements,if any 22 b. A certified copy of the firm's organizational documents(Corporate Charter, Articles 23 of Incorporation,Articles of Organization,Certificate of Formation,LLC 24 Regulations,Certificate of Limited Partnership Agreement). 25 c. A completed Bidder Prequalification Application. 26 (1) The firm's Texas Taxpayer Identification Number as issued by the Texas 27 Comptroller of Public Accounts.To obtain a Texas Taxpayer Identification 28 number visit the Texas Comptroller of Public Accounts online at the 29 following web address www.window.state.tx.us/taxpennit/and fill out the 30 application to apply for your Texas tax ID. 31 (2) The firm's e-mail address and fax number. 32 (3) The firm's DUNS number as issued by Dun&Bradstreet.This number 33 is used by the City for required reporting on Federal Aid projects.The DUNS 34 number may be obtained at www.dnb.com. 35 d. Resumes reflecting the construction experience of the principles of the firm for firms 36 submitting their initial prequalification.These resumes should include the size and 37 scope of the work performed. 38 e. Other information as requested by the City. 39 40 2. Prequalification Requirements 41 a. Financial Statements.Financial statement submission must be provided in 42 accordance with the following: 43 (1) The City requires that the original Financial Statement or a certified copy 44 be submitted for consideration. CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall Revised July 1,2011 City Project No.01303 004511-2 BIDDERS PREQUALIFICATIONS Page 2 of 3 1 (2) To be satisfactory,the financial statements must be audited or reviewed 2 by an independent,certified public accounting firm registered and in 3 good standing in any state.Current Texas statues also require that 4 accounting firms performing audits or reviews on business entities within 5 the State of Texas be properly licensed or registered with the Texas State 6 Board of Public Accountancy. 7 (3) The accounting firm should state in the audit report or review whether 8 the contractor is an individual,corporation,or limited liability company. 9 (4) Financial Statements must be presented in U.S. dollars at the current rate 10 of exchange of the Balance Sheet date. 11 (5) The City will not recognize any certified public accountant as 12 independent who is not,in fact,independent. 13 (6) The accountant's opinion on the financial statements of the contracting 14 company should state that the audit or review has been conducted in 15 accordance with auditing standards generally accepted in the United 16 States of America.This must be stated in the accounting firm's opinion. 17 It should: (1)express an unqualified opinion,or(2)express a qualified 18 opinion on the statements taken as a whole. 19 (7) The City reserves the right to require a new statement at any time. 20 (8) The financial statement must be prepared as of the last day of any month, 21 not more than one year old and must be on file with the City 16 months 22 thereafter,in accordance with Paragraph 1. 23 (9) The City will determine a contractor's bidding capacity for the purposes 24 of awarding contracts.Bidding capacity is determined by multiplying the 25 positive net working capital(working capital=current assets—current 26 liabilities)by a factor of 10.Only those statements reflecting a positive 27 net working capital position will be considered satisfactory for 28 prequalification purposes. 29 (10) In the case that a bidding date falls within the time a new financial 30 statement is being prepared,the previous statement shall be updated with 31 proper verification. 32 b. Bidder Prequalification Application. A Bidder Prequalification Application must be 33 submitted along with audited or reviewed financial statements by firms wishing to be 34 eligible to bid on all classes of construction and maintenance projects.Incomplete 35 Applications will be rejected. 36 (1) In those schedules where there is nothing to report,the notation of 37 "None"or"N/A"should be inserted. 38 (2) A minimum of five(5)references of related work must be provided. 39 (3) Submission of an equipment schedule which indicates equipment under 40 the control of the Contractor and which is related to the type of work for 41 which the Contactor is seeking prequalification. The schedule must 42 include the manufacturer,model and general common description of 43 each piece of equipment.Abbreviations or means of describing 44 equipment other than provided above will not be accepted. 45 46 3. Eligibility to Bid 47 a. The City shall be the sole judge as to a contractor's prequalification. 48 b. The City may reject,suspend,or modify any prequalification for failure by the 49 contractor to demonstrate acceptable financial ability or performance. CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall Revised July 1,2011 City Project No.01303 004511-3 BIDDERS PREQUALIFICATIONS Page 3 of 3 1 c. The City will issue a letter as to the status of the prequalification approval. 2 d. If a contractor has a valid prequalification letter,the contractor will be eligible to bid 3 the prequalified work types until the expiration date stated in the letter. 4 5 6 7 8 9 END OF SECTION 10 CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall Revised July 1,2011 City Project No.01303 THIS PAGE INTENTAII.LY LEFT BLANK 0045 12-1 PREQUALIFICATION STATEMENT Page 1 of 1 1 SECTION 00 4512 2 PREQUALIFICATION STATEMENT 3 Each Bidder for a City procurement is required to complete the information below by identifying 4 the prequalified contractors and/or subcontractors whom they intend to utilize for the major work 5 type(s)listed. 6 Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date Large diameter Oscar Renda Contracting Inc. February 29, 2016 sanitary sewer main (66"or greater) Construction,siphon installation Meter Station 70mol y fl__1_lC �C A)14- Construction t�i� including electric%[ectronic equipment installation Handling. Eak 4k haw IeFS 5�l F NIA Management and proper disposal of Pert/M contaminated materials Construction of Oscar Renda Contracting Inc. concrete junction February 29, 2016 structures and vaults Bypass pumping of Oscar Renda Contracting Inc. large volumes of February 29, 2016 sanitary sewer flows 7 8 9 The undersigned hereby certifies that the contractors and/or subcontractors described in 10 the table above are currently prequaliEed for the work types listed. 11 12 BIDDER: 13 14 Oscar Renda Contracting Inc. By: Janie Rodriguez 15 Company (Please Print) 16 17 608 Henrietta Creek Road Signature: ` 18 Address 19 20 Roanoke, TX 76262 Title: Assistant Corporate Secretar __ 21 City/State/Zip (Please Print) 22 23 Date: January 28, 2016 '24 END OF SECTION CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall Revised July 1,2011 City Project No.01303 FORTWORTH SECTION 00 4513 BIDDER PREQUALIFICATION APPLICATION Date of Balance Sheet Mark only one: Individual Limited Partnership Name under which you wish to qualify General Partnership Corporation Limited Liability Company Post Office Box City 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 76102-6311 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 firm: (Check the block(s)which are applicable—Block 3 is to be left 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 Government 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-Inches—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 Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall Revisod December 20,2012 City Project No.01303 004513-3 BIDDER PREQUAL.IFICATION 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-inches 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 less 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 Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall Revised December 20,2012 City Project No.01303 004513-4 BIDDER PREQUALWICATION APPLICATION Page 4 of S 1. List equipment you do not own but which is available by renting DESCRIPTION OF EQUIPMENT NAME AND DETAILED ADDRESS OF OWNER 2. 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 construction work has your organization had: (a) As a General Contractor: (b)As a Sub-Contractor: 4. *What projects has your organization completed in Texas and elsewhere? CLASS LOCATION NAME AND DETAILED CONTRACT OF DATE CITY-COUNTY- ADDRESS OF OFFICIAL TO AMOUNT WORK COMPLETED STATE 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 reason. 7.Has 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 reason. CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall Revised December 20,2012 City Project No.01303 004513-5 BIDDER PREQUALIFICATION APPLICATION Page 5 of 8 8. In what other lines of business are you financially interested? 9. Have you ever performed any work for the City? If so,when and to whom do you refer? 10. State names and detailed addresses of all producers from whom you have purchased principal materials during the last three years. NAME OF FIRM OR COMPANY DETAILED ADDRESS 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? PRESENT MAGNTIUUDE POSITION OR YEARS OF AND TYPE OF IN WHAT NAME OFFICE EXPERIENCE WORK 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 same 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 Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS do Haltom City Meter Station and Sewer Outfall Revised December 20,2012 City Project No.01303 004513-6 BIDDER PREQUALIFICATION APPLICATION Page 6 of 8 CORPORATION BLOCK PARTNERSHIP BLOCK If a corporation: If a partnership: Date of Incorporation State of Organization Charter/File No. Date of organization President Is partnership general,limited,or registered limited liability partnership? Vice Presidents File No.(if Limited Partnership) General Partners/Officers Secretary Limited Partners(if applicable) Treasurer LU*HTED LIABILITY COMPANY BLOCK If a corporation: State of Incorporation Date of organization File No. Individuals authorized to sign for Partnership Officers or Managers(with titles,if any) 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 Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall Revised December 20,2012 City Project No.01303 004513-7 BIDDER PREQUALIFICATION APPLICATION Page 7 of 8 14. Equipment $ TOTAL BALANCESHEET ITEM QUANTITY ITEM DESCRIPTION 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 types of equipment may be lumped together.If your firm has more than 30 types of equipment, 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 Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Ourfall Revised December 20,2012 City Project No.01303 004513-8 BIDDER PREQUALIFICATION APPLICATION Page 8 of 8 BIDDER 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 whom 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 named 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 Name: Signature: Sworn to before me this day of Notary Public Notary Public must not be an officer,director,or stockholder or relative thereof. CrFY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall Revised December 20,2012 City Project No.01303 004526-1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of 1 1 SECTION 00 45 26 2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 3 Pursuant to Texas Labor Code Section 406,096(a),as amended,Contractor certifies that it 4 provides worker's compensation insurance coverage for all of its employees employed on City 5 Project No,01303. Contractor further certifies that,pursuant to Texas Labor Code,Section 6 406.096(b),as amended,it will provide to City its subcontractor's certificates of compliance with 7 worker's compensation coverage. 8 9 CONTRACTOR: 10 it Oscar Renda Contracting Inc. By: Janie Rodriguez 12 Company (Please Print) 13 ` 14 608 Henrietta Creek Road Signature: / 15 Address 16 17 Roanoke,TX 76262 Tide: Assistant Corporate Secretary 18 City/State/Zip (Please Print) 19 20 21 THE STATE OF TEXAS § 22 23 COUNTY OF TARRANT § 24 25 BEFORE ME,thr undersigned authority,on this day personally appeared 26 — ,known to me to be the person whose name is 27 subscribed to the forego" in tru ent,and ackpowledged ty me,that he/she executed the same as 28 the act and deed of iS r r4o :Sf r'.ftfCngor the purposes and 29 consideration therein expressed and in the capacity therein stated 30 31 GIVEN UM MY HAND AND SEAL OF OFFICE this dap of 32 20-k!o 33 34 35 36 Notary bli in and for the State o'Te Was 37 38 END OF SECTION CRYSTAL ARLENE.GAGNON. 39 ,r�i a.°.,°c'�. .. 5`� Notary Public,State of Texas My Commission Expires 40 March 31, 2019 oiW3.. CITY OF FORT WORTH Big Fossil Creek Parallel Rellgf San lrary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS do Aalrom City Meter Station and Sewer OurfaU Reybed July 1,2011 City Project No.01303 004540-1 Minority Business Enterprise Specifications Page 1 of 2 1 SECTION 00 45 40 2 Minority Business Enterprise Specifications 3 4 APPLICATION OF POLICY 5 If the total dollar value of the contract is greater than $50,000, then a MBE subcontracting goal is 6 applicable. 7 8 POLICY STATEMENT 9 It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority 10 Business Enterprises (MBE) in the procurement of all goods and services. All requirements and 11 regulations stated in the City's current Business Diversity Enterprise Ordinance apply to this bid. 12 13 MBE PROJECT GOALS 14 The City's MBE goal on this project is 10 %of the total bid value of the contract (Base bid applies to 15 Parks and Community Services). 16 17 Note: If both MBE and SBE subcontracting goals are established for this project, then an Offeror 18 must submit both a MBE Utilization Form and a SBE Utilization Form to be deemed responsive. 19 20 COMPLIANCE TO BID SPECIFICATIONS 21 On City contracts $50,000 or more where a MBE subcontracting goal is applied, Offerors are required to 22 comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the following: 23 1. Meet or exceed the above stated MBE goal through MBE subcontracting participation,or 24 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation,or 25 3. Good Faith Effort documentation,or; 26 4. Prime Waiver documentation. 27 28 SUBMITTAL OF REQUIRED DOCUMENTATION 29 The applicable documents must be received by the Purchasing Division, within the following times 30 allocated, in order for the entire bid to be considered responsive to the specifications. The Offeror shall 31 deliver the MBE documentation in person to the appropriate employee of the purchasing division and 32 obtain a dateAime receipt. Such receipt shall be evidence that the City received the documentation in the 33 time allocated. A faxed and/or emailed copy will not be accepted. 34 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 stated goal: 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 contractin su lier work: date. 35 CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Revised June 9,2015 004540-2 Minority Business Enterprise Specifications Page 2 of 2 1 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. z FAILURE TO COMPLY WITH THE CITY'S BUSINESS DIVERSITY ENTERPRISE ORDINANCE 3 WILL RESULT IN THE BID BEING CONSIDERED NON-RESONSIVE TO SPECIFICATIONS. 4 FAILURE TO SUBMIT THE REQUIRED MBE DOCUMENTATION WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE.A SECOND FAILURE WILL RESULT IN THE OFFEROR 5 BEING DISQUALIFIED FOR A PERIOD OF ONE YEAR.THREE FAILURES IN A FIVE YEAR PERIOD WILL RESULT IN A DISQUALIFICAITON PERIOD OF THREE YEARS. 6 7 Any Questions,Please Contact The MIWBE Office at(817)212-2674. 8 END OF SECTION 9 10 11 CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ik Haltom City Meter Station and Sewer Revised June 9,2015 00 52 43- t Agreement Page 1 of 4 I SECTION 00 52 43 2 AGREEMENT 3 THIS AGREEMENT, authorized on June 28,2016 is made by and between the City of Fort 4 Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager, 5 ("City"), and Oscar Renda Contracting Inc., authorized to do business in Texas, acting by and 6 through its duly authorized representative, ("Contractor"). 7 City and Contractor, in consideration of the mutual covenants hereinafter set forth,agree as follows: 8 Article 1. WORK 9 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 10 Project identified herein. 11 Article 2. PROJECT 12 The project for which the Work under the Contract Documents may be the whole or only a part is 13 generally described as follows: 14 Big Fossil Creek Parallel Relief Sanitary Sewer M-402A,Phase 1 & Haltom City Meter 15 Station and Sewer Outfall Phase 3,DOE NO.3347 Project No. 01303 16 Article 3. CONTRACT TIME 17 3.1 Time is of the essence. 18 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract 19 Documents are of the essence to this Contract. 20 3.2 Final Acceptance. 21 The Work will be complete for Final Acceptance within 330 Calendar days after the date 22 when the Contract Time commences to run as provided in Paragraph 2.03 of the General 23 Conditions. 24 3.3 Liquidated damages 25 Contractor recognizes that time is of the essence of this Agreement and that City will suffer 26 financial loss if the Work is not completed within the times specified in Paragraph 3.2 27 above, plus any extension thereof allowed in accordance with Article 12 of the General 28 Conditions. The Contractor also recognizes the delays, expense and difficulties involved 29 in proving in a legal proceeding the actual loss suffered by the City if the Work is not 30 completed on time. Accordingly, instead of requiring any such proof, Contractor agrees 31 that as liquidated damages for delay (but not as a penalty), Contractor shall pay City One 32 Thousand Two Hundred and Fifty Dollars ($1,250.00) for each day that expires after 33 the time specified in Paragraph 3.2 for Final Acceptance until the City issues the Final 34 Letter of Acceptance. CITY OF FORT WORTH Big Fossil Creek Parallel Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Haltom City Meter Station and Sewer Outfall Phase 3 Revised June 4,2012 City Project No.01303 00 52 43-2 Agreement Page 2 of 4 35 Article 4. CONTRACT PRICE 36 City agrees to pay Contractor for performance of the Work in accordance with the Contract 37 Documents an amount in current funds of SEVEN MILLION NINE HUNDRED SEVENTY 38 THREE THOUSAND SEVEN HUNDRED AND TWENTY'ONE DOLLARS AND NO 39 CENTS (57,973,721.00). 40 Article 5. CONTRACT DOCUMENTS 41 5.1 CONTENTS: 42 A.The Contract Documents which comprise the entire agreement between City and 43 Contractor concerning the Work consist of the following: 44 1. This Agreement. 45 2. Attachments to this Agreement: 46 a. Bid Form 47 1) Proposal Form 48 2) Vendor Compliance to State Law Non-Resident Bidder 49 3) Prequalification Statement 50 4) State and Federal documents(project specific) 51 b. Current Prevailing Wage Rate Table 52 c. Insurance ACORD Form(s) 53 d. Payment Bond 54 e. Performance Bond 55 f. Maintenance Bond 56 g. Power of Attorney for the Bonds 57 h. Worker's Compensation Affidavit 58 i. MWBE Commitment Form 59 3. General Conditions. 60 4. Supplementary Conditions. 61 5. Specifications specifically made a part of the Contract Documents by attachment or, 62 if not attached, as incorporated by reference and described in the Table of Contents 63 of the Project's Contract Documents. 64 6. Drawings. 65 7. Addenda. 66 8. Documentation submitted by Contractor prior to Notice of Award. 67 9. The following which may be delivered or issued after the Effective Date of the 68 Agreement and, if issued, become an incorporated part of the Contract Documents: 69 a. Notice to Proceed. 70 b. Field Orders. 71 c. Change Orders. 72 d. Letter of Final Acceptance. 73 74 CITY OF FORT WORTH Big Fossil Creek Parallel Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Haltom City Meter Station and Sewer Outfall Phase 3 Revised June 4,2012 City Project No.01303 005243-3 Agreement Page 3 of 4 75 Article 6. INDEMNIFICATION 76 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 77 expense, the city, its officers, servants and employees, from and against any and all 78 claims arising out of, or alleged to arise out of, the work and services to be performed 79 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 80 under this contract. This indemnification provision is specifically intended to operate 81 and be effective even if it is alleged or proven that all or some of the damages being 82 sought were caused, in whole or in part, by any act, omission or negligence of the city. 83 This indemnity provision is intended to include,without limitation,indemnity for costs, 84 expenses and legal fees incurred by the city in defending against such claims and causes 85 of actions. 86 87 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 88 the city,its officers,servants and employees,from and against any and all loss,damage 89 or destruction of property of the city,arising out of,or alleged to arise out of,the work 90 and services to be performed by the contractor, its officers, agents, employees, 91 subcontractors,licensees or invitees under this contract. This indemnification provision 92 is specifically intended to operate and be effective even if it is alleged or proven that all 93 or some of the damages being sought were caused, in whole or in part, by any act, 94 omission or negligence of the city. 95 96 Article 7. MISCELLANEOUS 97 7.1 Terms. 98 Terms used in this Agreement which are defined in Article 1 of the General Conditions will 99 have the meanings indicated in the General Conditions. 100 7.2 Assignment of Contract. 101 This Agreement, including all of the Contract Documents may not be assigned by the 102 Contractor without the advanced express written consent of the City. 103 7.3 Successors and Assigns. 104 City and Contractor each binds itself, its partners, successors, assigns and legal 105 representatives to the other party hereto, in respect to all covenants, agreements and 106 obligations contained in the Contract Documents. 107 7.4 Severability. 108 Any provision or part of the Contract Documents held to be unconstitutional, void or 109 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 110 remaining provisions shall continue to be valid and binding upon CITY and 111 CONTRACTOR. 112 7.5 Governing Law and Venue. 113 This Agreement, including all of the Contract Documents is performable in the State of 114 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 115 Northern District of Texas, Fort Worth Division. CITY OF FORT WORTH Big Fossil Creek Parallel Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Haltom City Meter Station and Sewer Outfall Phase 3 Revised June 4,2012 City Project No.01303 005243-4 Agreement Page 4 of 4 116 7.6 Other Provisions. 117 The Contractor agrees to pay at least minimum wage per hour for all labor as the same is 118 classified, promulgated and set out by the City, a copy of which is attached hereto and made 119 a part hereof the same as if it were copied verbatim herein. 120 7.7 Authority to Sign. 121 Contractor shall attach evidence of authority to sign Agreement, if other than duly authorized 122 signatory of the Contractor. 123 124 IN WITNESS WHEREOF, City and Contractor have executed this Agreement in multiple 125 counterparts. 126 127 This Agreement is effective as of the last date signed by the Parties 128 Contractor: City of Fort orth Oscar Renda Contracting,Inc. � Jesus J. Chapa BY, -'1-4-- Assistant City e�® (Signature) Date )*a4/e 1? 24- %0 0 Attest: RQ ° (Printed Name) Mary J. y o City Se �Q Bi (Seal) ,�;� Title: -Aesa ,-1 Address: 08 k lew M&Ce- 2873 Date: 16. 74- 140 City/State/Zip: Approved as to Form and Legality: C96 6L, Date ouglas .Black Assistant City Attorney 129 130 131 APPROVAL RECOMMENDED: 132 �/ 133 134 L� 135 Chris Harder,PE OFFICIAL RECORD 136 Acting Assistant Director CITY So ETpRY 137 Water Department 138 FT. WORTH,TX CITY OF FORT WORTH Big Fossil Creek Parallel Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Haltom City Meter Station and Sewer Outfall Phase 3 Revised June 4,2012 City Project No.01303 0061 13-1 PERFOR.M.4�iCE BOND Face l of 2 1 SECTION 00 6113 2 PERFORMANCE BOND 3 PRF#9215855 TF..STATE OF TEXAS § 5 § IQ'OW ALL BY THESE PRESENTS: 6 COUNTY OF T ARRA-NT § 7 That we,Oscar Renda Contractin6.Inc., known as'`Principal"herein and Zurich American 8 Insurance Company a corporate surety(sureties, if more than one)duly authorized to do business in 9 the State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound 10 unto the City of Fort Worth, a municipal corporation created pursuant to the laws of Texas, I 1 known as"City'herein, in the penal sum of, SEVEN TMILLION NJN1E HUNDRED SE'VTNTY 12 THREE THOUS-AND SEVEN HUNDRED AND TWENTY Or-E DOLLARS ACID NO 13 CENTS ($7,973,721.00).lawful money of the United States,to be paid in Fort Worth;Tarrant 14 County,Texas for the payment of which sum well and truly to be made,we bind ourselves; our 15 heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these 16 presents. 17 WHEREAS, the Principal has entered into a certain written contract with the City 18 awarded the 28 day of JUNIE.2016.which Contract is hereby referred to and made a part hereof 19 for all purposes as if fully set forth herein, to furnish all materials, equipment labor and other 20 accessories defined by law, in the prosecution of the Work, including any Change Orders, as 21 provided for in said Contract designated as BiLy Fossil Creek Parallel Relief Sanitan' Sewer 'M- 22 402A,Phase 1 &Haltom City Meter Station and Sewer Outfall Phase 3,DOE NO. 3347 23 Proiect No. 01303 24 NOW,THEREFORE,the condition of this obligation is such that if the said Principal 25 shall faithfully perform it obligations under the Contract and shall in all respects duly and 26 faithfully perform the Work, including Change Orders, under the Contract, according to the plans, 27 specifications, and contract documents therein referred to,and as well during any period of 28 extension of the Contract that may be granted on the part of the City, then this obligation shall be 29 and become null and void, otherwise to remain in full force and effect. 30 PROVIDED FURTHER,that if any legal action be filed on this Bond,venue shall lie in 31 Tarrant County,Texas or the United States District Court for the Northern District of Texas,Fort 32 Worth Division. CITY OF FORT NORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase i STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &-,Haltom City Meter Station and Sewer Outfall Phase 3 Revised July 1,2011 City Project No.01303 0061 13-2 PERFORMANCE BOND Page 2 of 2 I This bond is made and executed in compliance with the provisions of Chapter 225') 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 the20th day of July .2016. 6 PRINCIPAL: 7 Oscar Renda Contracting,Inc. 8 9 10 BY: 11 Signature 12 ATTEST: 13 14 �— Frank Renda,_President 15 (Principllty9ecretary Name and Title 16 17 Address: 608 Henrietta Creek Rd. 18 Roanoke,TX 76262 19 20 21 W ess as to Principa 22 SURETY: 23 Zurich American Insurance CgWM 24 _ 25 26 BY: c _ 27 Signature 28 29 Linda IC Edwards,Attorney--m-Fact 30 Name and Title 31 32 Address: 15303 Dallas Parkway,Suite 800 33 Addison,TX 75001 34 35 36 Witne to Surety Holly A.Gravenor Telephone Number: 800-538-5011 37 38 39 40 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 41 from the by-laws showing that this person has authority to sign such obligation. If 42 Surety's physical address is different from its mailing address, both must be provided. 43 The date of the bond shall not be prior to the date the Contract is awarded. OFFICIAL RECORD 44 CITY SECRETARY FT. WORTH, TX CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Seger,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall Phase 3 Revised July 1,2011 City Project No.0130', 0061 i-I- 1 PAYNLNT BOND Page 1 of 2 1 SECTION 00 6114 Bond#PRF9215855 PAYMENT BOND 3 4 THE STATE OF TEXAS 5 j �ria0[t� �T.T ?QV'TIMSE PI RESENTS: 6 COUNTY OF TARRANT § 7 That we, Oscar Renda Contracting. Inc., known as "Principal" herein, and 8 Zurich American Insurance Company a corporate surety 9 (sureties), duly authorized to du business in the258- State of Texas, known as "Surety" herein 10 (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal 1 1 corporation created pursuant to the laws of the State of Texas, known as"City'herein, in the penal 12 sum of SEVEN VHLLION NINE HUNDRED SEVENTY THREE THOUSAND SEVEN 13 HUNDRED AND TWENTY ONE DOLLARS AND NO CENTS (57.973,721.00 ), lawful 14 money of the united States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of 15 which sum well and truly be made, we bind ourselves, our heirs, executors, administrators. 16 successors and assigrts,jointly and severally, firmly by these presents: 17 WIIEREAS,Principal has entered into a certain written Contract with City, awarded the 28 18 day of JUNE.2016 which Contract is hereby referred to and made a part hereof for all purposes 19 as if fully set forth herein; to furnish all materials,equipment, labor and other accessories as 20 defined by law, in the prosecution of the Work as provided for in said Contract and designated as 21 Bib Fossil Creek Parallel Relief Sanitary Sewer 1-402A,Phase 1 &Haltom City-Meter 22 Station and Sewer Outfali Phase 3,DOE NO.3347 Project No. 01303. 23 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 24 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 25 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 26 the Contract, then this obligation shall be and become null and void, otherwise to remain in frill 27 force and effect. 28 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 29 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 30 accordance with the provisions of said statute. 31 CITY OF FORT NORTH Bi-,Fossil Creek Parallel Sanitary Sewer,Phase I STavD_ARD CONSTRUCTION SPECIFICATION DOCUMENTS R Haltom City Meter Station and Sewer Outfall Phase 3 Revised July 1,2011 City Project No.01303 0061 14-2 PAYMENT BOW Page 2 of 2 1 IN T WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED 2 this instrument by duly authorized agents and officers on this the 20th day of July,2016 3 PRINCIPAL: Oscar Renda Contracting,Inc. ATTEST: BY: Signature Ll:�3� Frank Renda,President (Principal)Secretary Name and Title Address: 608 Henrietta Creek Rd. Roanoke,TX 76262 Wi s as to Principal SURETY: Zurich American Insurance Company ATTEST: BY: p Sinnature Linda K.Edwards,Attorney-in-Fact (Surety)Secreta Tina Payne Name and Title Address: 15303 Dallas Parkway,Suite 800 Addison,TX 75001 Witne S to Surety Holly A.Gravenor Telephone dumber: 800-538-5011 4 5 Note: If signed by an officer of the Surety,there must be on file a certified e\tract from the bylaws 6 showing that this person has authority to sign such obligation. If Surety's physical address is 7 different from its mailing address, both must be provided. 8 9 The date of the bond shall not be prior to the date the Contract is awarded. 10 END OF SECTION 11 CITY OF FORT WORTH Big Fossil Creek Parallel Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall Phase 3 Revised July 1,2011 City Project No.01303 0061 19- 1 \1AR\7EN.A.vCE BOND Page I of 3 1 SECTION 00 61 19 2 PRF9215855 NLA-I TENANCE BOND 3 4 THE STATE OF TEXAS § 5 S KNOW ALL BY THESE PRESENTS: 6 COUNT TY OF TARRANT § 7 That we, Oscar Renda Contracting,inc.,known as"Principal"herein and Zurich American s Insurance Company a corporate surety(sureties, if more than one)duly authorized to do :., 9 business in the State of Texas; known as"Surety"herein(whether one or more), are held and 10 firmly bound unto the City of Fort Worth,a municipal corporation created pursuant to the laws of I 1 the State of Texas; known as"City" herein, in the sum of SEVEN NULLION NLiyZ 12 IRTIN 4 D SEVENTY THREE THOUSAN SEVEN IitTNDRED A`D TWENTY ONE 13 DOLLARS AND NO CENTS (57.973,721,00), lawful money of the United States, to be paid in 14 Fort Worth,Tarrant County,Texas,for payment of which sum well and truly be made unto the 15 City and its successors,we bind ourselves,our heirs,executors,administrators, successors and 16 assigns,jointly and severally,firmly by these presents. 17 Is WHEREAS, the Principal has entered into a certain written contract with the City awarded the 19 23 day of JUNE.2016, which Contract is hereby referred to and a made part hereof for all 20 purposes as if fully set forth herein, to furnish all materials, equipment labor and other accessories 21 as defined by law, in the prosecution of the Work, including any Work resulting from a duly 22 authorized Change Order(collectively herein, the'Work") as provided for in said contract and 23 designated as Big Fossil Creek Parallel Relief Sanitary Server NI-402A,Phase 1 & Haltom 24 City Meter Station and Sewer Outfall Phase 3,DOE NO.3347 Project No. 01303: 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 23 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 Biz Fossil Crock Parallel Sanitan•Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Haltom City\Teter Station and Sewer Outfall Phase 3 Revised July 1,2011 City Project No.01303 0061 19-2 %1-kNTENANCE 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 PROVIDED,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 3 be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and 9 the Surety under this Maintenance bond: and l0 11 PROVED 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 FURTHER,that this obligation shall be continuous in nature and 16 successive recoveries may be had hereon for successive breaches. 17 13 19 CITY Of FORT WORTH Big Fossil Creek Parallel sanitary Sewer,Plisse 1 STAIIDr%RD CONSTRUCTION SPECIFICATION DOCUMENTS Halton Cite deter Station and Sewer Outfall Phase 3 Revised July 1,2011 City Project No.01303 0061 19-3 ivLk NTENANCE BOND Page 3 of 3 1 IN WITNESS WHEREOF,the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the20thlav of Jaly .2016. 4 PRINCIPAL: 5 Oscar Rend&Contracting,Inc. 6 7 8 BY: 9 Signature 10 ATTEST: 11 12 Frank Rends.President 13 (P4gpi11a5lA6cr&9iy Name and Title 14 15 Address: 60$Henrietta Creek Rd. 16 Roanoke,TX 76262 17 18 19 C7iess as to Princip 20 SURETY: 21 Zurich American Insurance Co Many 22 23 — 24 BYZ1*_J—AN A6,_,arls 25 Signature 1.. 26 27 Linda K Edwards,Attorney-in-Fact 28 ATTEST: Name and Title 29 30 Address: 15303 Dallas Parkway,Suite 800 31 (Surety)Secretary 1Aa Payne Addison.TX 75001 33 33 34 Witne 1:6 Surety Holly A.Gravenor Telephone Number: 800-538-5011 35 36 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 37 from the by-laws showing that this person has authority to sign such obligation. If 38 Surety's physical address is different from its mailing address, both must be provided. 39 The date of the bond shall not be prior to the date the Contract is awarded. 40 CITY OF FORT WORTH Big Fossil Creek Parallel Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Haltom City Meter Station and Sewer Outfall Phase 3 Revised July 1,2011 City Project No.01303 ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY,a corporation of the State of New York,the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,a corporation of the State of Maryland,and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by GERALD F.HALEY,Vice President,in pursuance of authority granted by Article V,Section 8,of the By-Laws of said Companies,which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute,and appoint Steven B.SIDDONS,Holly A. GRAVENOR,Lorrie SCOTT,Shirong CHEN and Linda K. EDWARDS,all of Fort Worth, Texas, EACH its true and lawful agent and Attorney-in-Fact, to make, execute, seal and deliver, for, and on its behalf as surety,and as its act and deed: any and all bonds and undertakings,EXCEPT bonds on behalf of Independent Executors,Community Survivors and Community Guardians. and the execution of such bonds or undertakings in pursuance of these presents,shall be as binding upon said Companies, as fully and amply,to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York,New York.,the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V,Section 8,of the By-Laws of said Companies,and is now in force. IN WITNESS WHEREOF, the said Vice-President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND,this 1 st day of December,A.D.2014. ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND 11;AL �- �,.�•: tows 'a� A) B Secretary Vice President Eric D.Barnes Gerald F.Haley State of Maryland County of Baltimore On this 1 st day of December,A.D.2014,before the subscriber,a Notary Public of the State of Maryland,duly commissioned and qualified,GERALD F. HALEY,Vice President,and ERIC D.BARNES,Secretary,of the Companies,to me personally known to be the individuals and officers described in and who executed the preceding instrument,and acknowledged the execution of same,and being by me duly sworn,deposeth and saith,that he/she is the said officer of the Company aforesaid,and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies,and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed my Official Seal the day and year first above written. i Constance A.Dunn,Notary Public My Commission Expires:July 14,2019 POA-F 168-0078C EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V,Section 8,Attorneys-in-Fact. The Chief Executive Officer,the President,or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorneys-in-fact with authority to execute bonds, policies, recognizances, stipulations,undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attomey-in-fact to affix the corporate seal thereto;and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND,do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate;and I do further certify that Article V,Section 8,of the By-Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney...Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994,and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President, Secretary,or Assistant Secretary of the Company,whether made heretofore or hereafter,wherever appearing upon a certified copy of any power of attorney issued by the Company,shall be valid and binding upon the Company with the same force and effect as though manually affixed. IWTESjV'dPNY WHEREOF,I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this d"ay'�� 20AIg . ` V 'p0 OtI6j� Y S 4* ia; 86AL INS f Michael Bond,Vice President ru *deIity and ll,/ I ;ompanies Homt Office: 3910 Keswick Road Baltimore,MD 2i21 IMPORTANT NOTICE To obtain information or make a complaint: You may call the Fidelity and Deposit Company of Maryland, Colonial American Casualty and Surety Company, and/or Zurich American Insurance Company's toll-free telephone number for siformation or to make a complaint at: 1-800-654-5155 You may contact the Texas Department of Insurance to obtain information on companies, coverages,righis, or complaints at: 1-800-252-3439 You may write the Texas Department of insurance: P.O. Boa 149104 Austin, TX 78714-9104 F�4 (512) 475-1771 PREINHUM OR CL_AiLM DISPUTES: Should you have a dispute concerning the premium or about a claim,you should first contact Fidelity and Deposit Company of Maryland or. Colonial Am Casualty and Surety Company. if the dispute is not resolved, you may contact the Texas Department of insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for inforima-don only and does not become a part or condition of the attached document. sssA_ ; ?:)(0 8;01) ACORO® DATE(MWDDNYYY) CERTIFICATE OF LIABILITY INSURANCE 7/20/2016 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies)must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Holly ravenor NAME: y Frank Siddons Insurance Agency Fort Worth, Inc. PHONE t (817)737-4943 FaxNu: (e17)797-4947 Member: K 6 S Group ADDRIESS,Holly @fsifw.com 2900 Marquita Drive INSURERS AFFORDING COVERAGE NAIC# Fort Worth TX 76116-4016 INSURER A:Liberty Insurance Corporation 42404 INSURED INSURER B:Great American Ins. Com anies 16691 Oscar Renda Contracting, Inc. INSURERC:Hanover Insurance Company 22292 608 Henrietta Creek INSURER D: INSURER E: Roanoke TX 76262-6339 INSURER F: COVERAGES CERTIFICATE NUMBER:ORC ALOB 15-16 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER POLICY EFP POLICY EXP Limirs LTR X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 NTED D GE To A CLAIMS-MADE OCCUR PREMSES EaE occurrence) $ 300,000 • I= TB7-Z91-463238-025GL 11/1/2015 11/1/2016 MED EXP(Any one person) $ 5,000 • Contractual PERSONAL&ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY JE°T LOC PRODUCTS-COMP/OPAGG $ 2,000,000 OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident $ 1,000,0001 A X ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED AS2-Z91-463238-014AUTO 11/1/2015 11/1/2016 BODILY INJURY(Per accident) $ AUTOS AUTOS X HIRED AUTOS X NON-OWNED PROPERTY DAMAGE $ AUTOS APer accident S X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 25,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $ 25,000,000 DED I X I RETENTION$ 10,000 TUU 5-57-81-22-10 UMB 11/1/2015 11/1/2016 $ WORKERS COMPENSATION X PER OTH- AND EMPLOYERS'LIABILITY STAT T ER YIN ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ 11000,000 OFFICER/MEMBER EXCLUDED? i N r N/A A (Mandatory in NH) WC7-Z91-463238 @034 11/1/2015 11/1/2016 E.L.DISEASE-EA EMPLOYEd$ 1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT I$ 11000,000 C Contractor's Equipment IHD 8163047-IOEO 11/1/2015 11/1/2016 All Risk subject to policy limitations&esclusions DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached If more apace Is required) Big Fossil Creek Parallel Relief Sanitary Sewer M-402A, Phase 1 6 Haltom City Meter Station 6 Sewer Outfall Phase 3, DOE No. 3347, Proj # 01303. The general liability and auto policies include blanket automatic additional insured endorsements that provide additional insured status on a primary 6 noncontributory basis to the certificate holder only when there is a written contract between the named insured and the certificate holder that requires such status. The general liability, auto 6 workers comp. policies include blanket automatic waiver of subrogation endorsements that provide this feature only when there is a written contract between the named insured and the certificate_ holder that re ices it. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Fort Worth THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 1900 Throckmorton Street ACCORDANCE WITH THE POLICY PROVISIONS. Ft. Worth, TX 76102-6311 AUTHORIZED REPRESENTATIVE Steven Siddons/HGRAVE ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD INS025(2o14o1) STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December 21,2012 THIS PAGE INTENTAILLY LEFT BLANK STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article 1 —Definitions and Terminology.......................................................................................................... 1 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..............................................................................................................................8 2.07 Initial Acceptance of Schedules....................................................................................................8 Article 3—Contract Documents: Intent, Amending, Reuse............................................................................8 3.01 Intent..............................................................................................................................................8 3.02 Reference Standards......................................................................................................................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............................................................................................................................ 1 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 Article5—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 SPECIFCATION DOCUMENTS Revision:Decernber2l,2012 6.02 Labor;Working Hours................................................................................................................20 6.03 Services,Materials, and Equipment...........................................................................................20 6.04 Project Schedule..........................................................................................................................21 6.05 Substitutes and"Or-Equals".......................................................................................................21 6.06 Concerning Subcontractors, Suppliers,and Others....................................................................24 6.07 Wage Rates..................................................................................................................................25 6.08 Patent Fees and Royalties...........................................................................................................26 6.09 Permits and Utilities....................................................................................................................27 6.10 Laws and Regulations.................................................................................................................27 6.11 Taxes ...........................................................................................................................................28 6.12 Use of Site and Other Areas.......................................................................................................28 6.13 Record Documents......................................................................................................................29 6.14 Safety and Protection..................................................................................................................29 6.15 Safety Representative..................................................................................................................30 6.16 Hazard Communication Programs .............................................................................................30 6.17 Emergencies and/or Rectification...............................................................................................30 6.18 Submittals....................................................................................................................................31 6.19 Continuing the Work...................................................................................................................32 6.20 Contractor's General Warranty and Guarantee..........................................................................32 6.21 Indemnification.........................................................................................................................33 6.22 Delegation of Professional Design Services..............................................................................34 6.23 Right to Audit..............................................................................................................................34 6.24 Nondiscrimination.......................................................................................................................35 Article7-Other Work at the Site............................................................a......................................................35 7.01 Related Work at Site...................................................................................................................35 7.02 Coordination................................................................................................................................36 Article 8-City's Responsibilities...................................................................................................................36 8.01 Communications to Contractor...................................................................................................36 8.02 Furnish Data................................................................................................................................36 8.03 Pay When Due ............................................................................................................................36 8.04 Lands and Easements;Reports and Tests...................................................................................36 8.05 Change Orders........................................................................................._...................................36 8.06 Inspections,Tests, and Approvals..............................................................................................36 8.07 Limitations on City's Responsibilities.......................................................................................37 8.08 Undisclosed Hazardous Environmental Condition....................................................................37 8.09 Compliance with Safety Program...............................................................................................37 Article 9-City's Observation Status During Construction...........................................................................37 9.01 City's Project Representative.....................................................................................................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 SPECIFCATION DOCUMENTS Revision:December 21,2012 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........................................................................................57 15.01 City May Suspend Work.............................................................................................................57 15.02 City May Terminate for Cause...................................................................................................58 15.03 City May Terminate For Convenience.......................................................................................60 Article16-Dispute Resolution......................................................................................................................61 16.01 Methods and Procedures.............................................................................................................61 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December 21,2012 Article17—Miscellaneous.............................................................................................................................62 17.01 Giving Notice....................... .. ..................................................... ................x............................62 17.02 Computation of Times................................................................................................................62 17.03 Cumulative Remedies...................................................................................... 62 ........................... 17.04 Survival of Obligations...............................................................................................................63 17.05 Headings.................................................... .................................................................................63 CM OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:DeoaNxr21,2012 007200-1 General Conditions Page 1 of 63 ARTICLE 1 —DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed-defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. 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 final 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 levels 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. 8. 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. Buzzsaw–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 FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December 21.2012 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 Time--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 SPECIFCATION DOCUMENTS Revision:December 21,2012 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 Fort 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 shows 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 SPECIFCATION DOCUMENTS Revision:December2l,2012 007200-1 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 1 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 fixing 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 SPECIFCATION DOCUMENTS Revision:Deemnber21,2012 007200-1 General Conditions 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 Representative—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 Material—Source, 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. Samples—Physical examples of materials, equipment, or workmanship than 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 Submittals—A 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 SPECIFCATION DOCUMENTS Revision:Dacenba21,2012 00 7200-1 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 1.023 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 SPECIFCATION DOCUMENTS Revision:Deoxnber2l,2012 007200-1 General Conditions Page 7 of 63 1. 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. Furnish, Install, Perform, Provide: 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. 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—PRELIMINARY 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 commence 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Decetnber2l,2012 007200-1 General Conditions Page S n k 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 Initial Acceptance 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," "in 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 WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December 21,2012 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: 1. Contractor's 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 WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December 21,2012 007200-1 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 6.18.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 WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December 21,2012 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. B. When transferring documents in electronic media format, the transferring party 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; REFERENCE 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 SPECIFCATION DOCUMENTS Revision:Dwember21,2012 007200-1 General Conditions Page 12 of 63 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 SPECIFCATION DOCUMENTS Revision:December 21,2012 007200-1 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. Possible 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 SPECIFCATION DOCUMENTS Revision:December2l,2012 00 7200-1 General Conditions Page 14 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 line 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 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 CrTY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Deaember21,2012 007200-1 General Conditions 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 whom 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 shall 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 SPECIFCATION DOCUMENTS Revision:December 21,2012 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 furnish maintenance bonds in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney-in-fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney-in-fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 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 of Insurance 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 SPECIFCATION DOCUMENTS Revision:December2l,2012 007200-1 General Conditions Page 17 of 63 2. The Contractor's general liability insurance shall include a, "per project" or "per location", endorsement, which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property&Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in 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 SPECIFCATION DOCUMENTS Revision:December2l,2012 007200-1 General Conditions Page 18 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. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. 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 SPECIFCATION DOCUMENTS Revision:Deoenter2l,2012 007200-1 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 SPECIFCATION DOCUMENTS Revision:Doxrnber2l,2012 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 communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 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 Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 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, start-up,and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source,kind,and quality of materials and equipment. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Dexn ball,2012 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 0132 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 SPECIFCATION DOCUMENTS Revision:Dwember2l,2012 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 0125 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 FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:De=mber2l,2012 007200-1 General Conditions Page 23 of 63 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) available 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. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 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 6.05.13. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or-equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an "or-equal."City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed Or submitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6.05.13. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents (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 STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 007200-1 General Conditions Page 24 of 63 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. Business Diversity Enterprise Ordinance Compliance: It is City policy to ensure the full and equitable participation by Minority and Small Business Enterprises (MBE)(SBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MBE and/or SBE goal, Contractor is required to comply with the intent of the City's Business Diversity Ordinance(as amended)by the following: 1. Contractor shall, upon request by the City, provide complete and accurate information regarding actual work performed by a MBE and/or SBE 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 and/or SBE. Material misrepresentation of any nature may 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 CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Decwber2l,2012 007200-1 Genera]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 less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs,pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31 st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Decen ber2l,2012 007200-1 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 Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 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 CnY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Daoenber21,2012 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 SPECIFCATION DOCUMENTS Revision:De=nba2l,2012 00 7200-1 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. hM://www.window.state.tx.us/taxinfo/taxforms/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 SPECIHCATION DOCUMENTS Revision:Deoemler21,2012 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 621, 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 SPEC IFCATION DOCUMENTS Revision:Decemlxr2l,2012 00 7200-1 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 Safety 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 SPECIFCATION DOCUMENTS Revision:December21,2012 007200-1 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 Submittals 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 6.18.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For-Information-Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 6.18.C. CrI-Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Dewrnber2l,2012 00 7200-1 General Conditions Page 32 of 63 B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City's Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 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 CnY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Deceniber21,2012 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; 6. 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 furnish a good and sufficient maintenance bond, complying with the requirements of Article 5.02.13. 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. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE. AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED. IN WHOLE OR IN PART, BY ANY ACT. OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS MEMNNICATION PROVISION IS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Deoember2l,2012 007200-1 General Conditions Page 34 of 63 SPECIFICALLY INTENDED TO OPERATE. AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED. IN WHOLE OR IN PART. BY ANY ACT. OMISSION OR NEGLIGENCE OF THE CITY. 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 6.18.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 CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Deom ber21,2012 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 THE 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 cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December 21,2012 00 7200-1 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 3. 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 easements 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 FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Dember21,2012 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 Hazardous 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 Representative City will provide one or more Project Representative(s) during the construction period. The duties and responsibilities and the limitations of authority of City's representative during construction are set forth in the Contract Documents. The Project Representative(s) will be as provided in the Supplementary Conditions. 9.02 Visits to Site A. City's Project Representative will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, City's Project Representative will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Representative will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City's Project Representative's efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City's Project Representative's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents including those set forth in Paragraph 8.07. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December 21,2012 007200-1 General Conditions Page 38 of 63 9.03 Authorized Variations in Work City's Project Representative may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City 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 Representative believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 13, whether or not the Work is fabricated, installed, or completed. 9.05 Determinations for Work Per Contractor will determine the actual quantities and classifications of Work performed. City's Project Representative will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City's written decision will be final (except as modified to reflect changed factual conditions or more accurate data). 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 10.06. ARTICLE 10—CHANGES IN THE WORK; 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 SPECIFCATION DOCUMENTS Revision:Dxeniba21,2012 00 7200-1 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 Work actually performed. 10.04 Extra Work 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 SPECIFCATION DOCUMENTS Revision:Dmember2l,2012 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 days 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December 21,2012 007200-1 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 MEASUREMENT 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 11.01.B, 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 11.01.B, and shall include but not be limited to the following items: 1. 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, loading, 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 FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 00 7200-1 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. CnY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December 21,2012 007200-1 General Conditions Page 43 of 63 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 11.01.A.1 or specifically covered by Paragraph 11.0I.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 11.01.13, 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: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December 21,2012 007200-1 General Conditions Page 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 Work 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 if: 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. 1. 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. CrrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Deeunber21,2012 007200-1 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%. 6. 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 SPECIFCATION DOCUMENTS Revision:December 21,2012 00 7200-1 General Conditions Page 46 of 63 E. For callout work or non-site specific Contracts, the plans quantity measurement requirements are not applicable. ARTICLE 12—CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 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 involved 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 12.0l.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 12.01.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 12.01.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 SPECIFCATION DOCUMENTS Revision:Decentw2l,2012 007200-1 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 case 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 11.01.13; 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 Work 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 SPECIFCATION DOCUMENTS Revision:Deoember2l,2012 00 7200-1 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 laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 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, re-tests, or approvals required for City's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re-tests, or approvals shall be performed by organizations 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 SPECIFCATION DOCUMENTS Revision:December 21,2012 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. 1. 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 FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December21,2012 00 7200-1 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 SPECIFCATION DOCUMENTS Revision:December 21,2012 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 CrrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December 21,2012 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 SPECIFCATION DOCUMENTS Revision:Decernber2l,2012 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 FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December 21,2012 007200-1 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: 1. 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. CnY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Deoember2l,2012 007200-1 General Conditions Page 55 of 63 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 Final Inspection 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 FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December 21,2012 00 7200-1 General Conditions Page 56 of 63 14.07 Final Payment A. Application 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 limited 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 SPECIFCATION DOCUMENTS Revision:December 21,2012 007200-1 General Conditions Page 57 of 63 portion of the Work 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 stand-by 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 WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December 21,2012 007200-1 General Conditions Page 58 of 63 15.02 City May Terminate 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: 1. 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 #20020-12-2011 established 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 5. 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 8. 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 CrrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Deaember21,2012 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 Work, and all materials and equipment incorporated into the Work stored at the Site or for which City has paid Contractor or Surety but which are stored elsewhere, and finish the Work as City may deem expedient. 3. 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 Work, 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 Work 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. 6. 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 SPECIFCATION DOCUMENTS Revision:December 21,2012 00 72 00-1 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 States 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 FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Decenba21,2012 00 7200-1 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. In 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 Work; 2. expenses sustained prior to the effective date of termination in performing services and furnishing labor, 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 10.06.13 shall become final and binding 30 days after termination of the mediation unless,within that time period,City or Contractor: CrrY OF FORT WORTH STANDARD CONSTRUCTION SPF.CIFCATION DOCUMENTS Revision:Demrba2l,2012 007200-1 General Conditions Page 62 of 63 1. elects in writing to invoke 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—MISCELLANEOUS 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 SPECIFCATION DOCUMENTS Revision:Decen ber2l,2012 007200-1 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 CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December 21,2012 THIS PAGE INTENTAILLY LEFT BLANK 007300-1 SUPPLEMENTARY CONDITIONS Page 1 of 5 1 SECTION 00 73 00 2 SUPPLEMENTARY CONDITIONS 3 TO 4 GENERAL CONDITIONS 5 6 Supplementary Conditions 7 8 These Supplementary Conditions modify and supplement Section 00 72 00-General Conditions,and other 9 provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are 10 modified or supplemented remain in full force and effect as so modified or supplemented. All provisions 11 of the General Conditions which are not so modified or supplemented remain in full force and effect. 12 13 Defined Terms 14 15 The terms used in these Supplementary Conditions which are defined in the General Conditions have the 16 meaning assigned to them in the General Conditions,unless specifically noted herein. 17 18 Modifications and Supplements 19 20 The following are instructions that modify or supplement specific paragraphs in the General Conditions and 21 other Contract Documents. 22 23 SC-3.03B.2,"Resolving Discrepancies" 24 25 Plans govern over Specifications. 26 27 SC-4.01A 28 29 Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. 30 Upon receiving the final easements descriptions,Contractor shall compare them to the lines shown on the 31 Contract Drawings. 32 33 SC-4.01A.1.,"Availability of Lands" 34 35 The following is a list of known outstanding right-of-way,and/or easements to be acquired,if any as of 36 July 17, 2015 37 38 Outstanding Right-Of-Way,and/or Easements to Be Acquired PARCEL OWNER TARGET DATE NUMBER OF POSSESSION None. 39 The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, 40 and do not bind the City. 41 42 If Contractor considers the final easements provided to differ materially from the representations on the 43 Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work, 44 notify City in writing associated with the differing easement line locations. 45 46 47 CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall Revised April 1,2013 City Project No.01303 007300-2 SUPPLEMENTARY CONDITIONS Page 2 of 5 1 SC-4.01A.2,"Availability of Lands" 2 3 Utilities or obstructions to be removed,adjusted,and/or relocated 4 5 The following is list of utilities and/or obstructions that have not been removed,adjusted,and/or relocated 6 as of July 17,2015 7 EXPECTED UTILITY AND LOCATION TARGET DATE OF OWNER ADJUSTMENT None 8 The Contractor understands and agrees that the dates listed above are estimates only,are not guaranteed, 9 and do not bind the City. 10 11 SC-4.02A.,"Subsurface and Physical Conditions" 12 13 The following are reports of explorations and tests of subsurface conditions at the site of the Work: 14 15 A Geotechnical Study,Report No.DG-07-17480,dated August 14,2013,prepared by HVJ Associates,Inc. 16 a sub-consultant of URS Corporation, a consultant of the City,providing additional information on 17 Geoteehnical investigation of the site. 18 19 The following are drawings of physical conditions in or relating to existing surface and subsurface 20 structures(except Underground Facilities)which are at or contiguous to the site of the Work: 21 Bore Hole Data on Plan&Profile sheets,Special Site Conditions illustrated on Bore Hole Layout Sheet, 22 MSW Characteristics Sheet. 23 24 SC-4.06A.,"Hazardous Environmental Conditions at Site" 25 26 The following are reports and drawings of existing hazardous environmental conditions known to the City: 27 Non Hazardous Municipal Solid Waste along the Haltom City Sewer Outfall from Bore Hole location 14 28 through 16.Refer to the Engineering Drawing sheets,Bore Hole Layout Sheet and MSW Characteristics 29 Sheet. 30 31 SC-5.03A.,"Certificates of Insurance" 32 33 The entities listed below are"additional insureds as their interest may appear"including their respective 34 officers,directors,agents and employees. 35 36 (1) City of Fort Worth 37 (2) Consultant: URS Corporation(AECOM) 38 (3) Newell Enterprises 39 (4) Allied Waste Systems,Inc. 40 41 SC-5.04A.,"Contractor's Insurance" 42 43 The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following 44 coverages for not less than the following amounts or greater where required by laws and regulations: 45 46 5.04A.Workers'Compensation,under Paragraph GC-5.04A. 47 48 Statutory limits 49 Employer's liability CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCITON SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Owfall Revised April 1,2013 City Project No.01303 0073(0-3 SUPPLEMENTARY CONDITIONS Page 31 of 5 1 $100,000 each accident/occurrence 2 $100,000 Disease-each employee 3 $500,000 Disease-policy limit 4 5 SC-5.04B.,"Contractor's Insurance" 6 7 5.04B.Commercial General Liability,under Paragraph GC-5.04B.Contractor's Liability Insurance 8 under Paragraph GC-5.04B.,which shall be on a per project basis covering the Contractor with 9 minimum limits of: 10 11 $1,000,000 each occurrence 12 $2,000,000 aggregate limit 13 14 The policy must have an endorsement(Amendment—Aggregate Limits of Insurance)making the 15 General Aggregate Limits apply separately to each job site. 16 17 The Commercial General Liability Insurance policies shall provide"X","C",and"U"coverage's. 18 Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. 19 20 SC 5.04C.,"Contractor's Insurance" 21 5.04C. Automobile Liability,under Paragraph GC-5.04C.Contractor's Liability Insurance under 22 Paragraph GC-5.04C.,which shall be in an amount not less than the following amounts: 23 24 (1) Automobile Liability-a commercial business policy shall provide coverage on"Any Auto", 25 defined as autos owned,hired and non-owned. 26 27 $1,000,000 each accident on a combined single limit basis.Split limits are acceptable if limits are at 28 least: 29 30 $250,000 Bodily Injury per person/ 31 $500,000 Bodily Injury per accident/ 32 $100,000 Property Damage 33 34 SC-5.04D.,"Contractor's Insurance" 35 36 The Contractor's construction activities will require its employees,agents,subcontractors,equipment,and 37 material deliveries to cross railroad properties and tracks of Trinity Railway Express(TRE) 38 39 The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, 40 hinder,or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains 41 or other property. Such operations on railroad properties may require that Contractor to execute a"Right of 42 Entry Agreement"with the particular railroad company or companies involved,and to this end the 43 Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute 44 the right-of-entry(if any)required by a railroad company.The requirements specified herein likewise relate 45 to the Contractor's use of private and/or construction access roads crossing said railroad company's 46 properties. 47 48 The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide 49 coverage for not less than the following amounts,issued by companies satisfactory to the City and to the 50 Railroad Company for a term that continues for so long as the Contractor's operations and work cross, 51 occupy,or touch railroad property: 52 53 (1) General Aggregate: $2.000,000 54 55 (2) Each Occurrence: $1,000,000 CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall Revised April 1,2013 City Project No.01303 007300-4 SUPPLEMENTARY CONDITIONS Page 4 of 5 1 2 X Required for this Contract _Not required for this Contract 3 4 5 With respect to the above outlined insurance requirements,the following shall govern: 6 7 1. Where a single railroad company is involved,the Contractor shall provide one insurance policy in 8 the name of the railroad company. However, if more than one grade separation or at-grade 9 crossing is affected by the Project at entirely separate locations on the line or lines of the same 10 railroad company,separate coverage may be required,each in the amount stated above. 11 12 2. Where more than one railroad company is operating on the same right-of-way or where several 13 railroad companies are involved and operated on their own separate rights-of-way,the Contractor 14 may be required to provide separate insurance policies in the name of each railroad company. 15 16 3. If,in addition to a grade separation or an at-grade crossing,other work or activity is proposed on a 17 railroad company's right-of-way at a location entirely separate from the grade separation or at- 18 grade crossing,insurance coverage for this work must be included in the policy covering the grade 19 separation. 20 21 4. If no grade separation is involved but other work is proposed on a railroad company's right-of- 22 way,all such other work may be covered in a single policy for that railroad,even though the work 23 may be at two or more separate locations. 24 25 No work or activities on a railroad company's property to be performed by the Contractor shall be 26 commenced until the Contractor has furnished the City with an original policy or policies of the insurance 27 for each railroad company named,as required above. All such insurance must be approved by the City and 28 each affected Railroad Company prior to the Contractor's beginning work. 29 30 The insurance specified above must be carried until all Work to be performed on the railroad right-of-way 31 has been completed and the grade crossing,if any,is no longer used by the Contractor. In addition, 32 insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. 33 Such insurance must name the railroad company as the insured,together with any tenant or lessee of the 34 railroad company operating over tracks involved in the Project. 35 36 SC-6.04.,"Project Schedule" 37 38 Project schedule shall be tier 4 for the project. 39 40 SC-6.07.,"Wage Rates" 41 42 The following is the prevailing wage rate table(s)applicable to this project and is provided in the 43 Appendixes: 44 45 The Davis-Bacon Act Prevailing wage rates for Heavy and Highway Construction Projects,September 46 2013. 47 48 49 SC-6.09.,"Permits and Utilities" 50 51 SC-6.09A.,"Contractor obtained permits and licenses" 52 The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: 53 1. Manifests for Municipal Solid Waste Disposal 54 2. Permit to discharge ground water in to City Sewage system 55 CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Please I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall Revised April 1,2013 City Project No.01303 007300-5 SUPPLEMENTARY CONDITIONS Page 5 of 5 1 SC-6.09B."City obtained permits and licenses" 2 The following are known permits and/or licenses required by the Contract to be acquired by the City: 3 4 SC-6.09C."Outstanding permits and licenses" 5 6 The following is a list of known outstanding permits and/or licenses to be acquired,if any as of June 17, 7 0215 8 1. City of Fort Worth Floodplain development permit 9 10 Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION City of Fort Worth Floodplain Development Permit 09/03/2015 11 12 SC-7.02.,"Coordination" 13 14 The individuals or entities listed below have contracts with the City for the performance of other work at 15 the Site: 16 Vendor Sco a of Work Coordination Authority None 17 18 SC-8.01,"Communications to Contractor" 19 20 1. Coordinate with City of Fort Worth Water Department for salvaging the existing Haltom.City 21 Meter Station equipment. 22 2. Coordinate with Terry Kaiser,Newell Enterprises, Phone No:817-822-3372 for construction 23 activities on Parcels 1 thru 3 24 3. Coordinate with Ms. Jane Berry, Republic Services, Phone No:817-701-9969 for construction 25 activities on closed Municipal Solid Waste Landfill. 26 27 SC-9.01.,"City's Project Representative" 28 29 The following firm is a consultant to the City responsible for construction management of this Project: 30 None 31 32 SC-13.03C.,"Tests and Inspections" 33 34 None 35 36 SC-16.01C.1,"Methods and Procedures" 37 38 None 39 40 41 42 END OF SECTION CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall Revised April 1,2013 City Project No.01303 THIS PAGE INTENTAILLY LEFT BLANK 007301-1 SUPPLEMENTARY CONDITIONS-'TWDB Page 1 of 11 1 SECTION 00 73 01 2 TEXAS WATER DEVELOPMENT BOARD(TWDB) 3 SUPPLEMENTAL CONDITIONS 4 5 6 Supplemental Conditions 7 8 1.PRIVITY OF CONTRACT 9 Funding for this project is expected to be provided in part by the Texas Water Development 10 Board.Neither the State of Texas,nor any of its departments,agencies or employees is,or will 11 be,a party to this contract or any lower tier contract.This contract is subject to applicable 12 provisions 31 TAC Chapters 363 and 375 in effect on the date of the assistance award for this 13 project. 14 15 2.DEFINITIONS 16 (a)The term Owner means the local entity contracting for the construction services,The City of 17 Fort Worth. 18 (b)The term "TWDB" means the Executive Administrator of the Texas Water Development 19 Board, or other person who may be at the time acting in the capacity or authorized to perform the 20 functions of such Administrator,or the authorized representative thereof. 21 22 3.LAWS TO BE OBSERVED 23 In the execution of the Contract,the Contractor must comply with all applicable Local, State and 24 Federal laws,including but not limited to laws concerned with labor,safety,minimum wages, and 25 the environment.The Contractor shall make himself familiar with and at all times shall observe 26 and comply with all Federal, State,and Local laws,ordinances and regulations which in any 27 manner affect the conduct of the work, and shall indemnify and save harmless the Owner,Texas 28 Water Development Board,and their representatives against any claim arising from violation of 29 any such law,ordinance or regulation by himself or by his subcontractor or his employees. 30 31 4.REVIEW'BY OWNER and TWDB 32 (a)The Owner,authorized representatives and agents of the Owner,and TWDB shall,at all times 33 have access to and be permitted to observe and review all work,materials,equipment,payrolls, 34 personnel records,employment conditions,material invoices, and other relevant data and records 35 pertaining to this Contract,provided,however that all instructions and approval with respect to 36 the work will be given to the Contractor only by the Owner through authorized representatives or 37 agents. 38 39 (b)Any such inspection or review by the TWDB shall not subject the State of Texas to any action 40 for damages. 41 42 5.PERFORMANCE AND PAYMENT BONDS 43 Each contractor awarded a construction contract furnish performance and payment bonds: 44 (a) the performance bond shall include without limitation guarantees that work done under the 45 contract will be completed and performed according to approved plans and specifications and in 46 accordance with sound construction principles and practices; and Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I &Haltom City Meter Station and Sewer Outfall,Phase 3 City Project No.01303 007301-2 SUPPLEMENTARY CONDITIONS-TwDB Page 2 of 11 1 (b)the performance and payment bonds shall be in a penal sum of not less than 100 percent of the 2 contract price and remain in effect for one year beyond the date of approval by the engineer of the 3 political subdivision. 4 (c)The contractor shall utilize a surety company which is authorized to do business in Texas in 5 accordance with Art.7.19-1.Bond of Surety Company;Chapter 7 of the Insurance Code. 6 7 6.PROGRESS PAYMENTS AND PAYMENT SCHEDULE 8 (a)The Contractor shall submit for approval immediately after execution of the Agreement, a 9 carefully prepared Progress Schedule,showing the proposed dates of starting and completing 10 each of the various sections of the work,the anticipated monthly payments to become due the 11 Contractor,and the accumulated percent of progress each month. 12 13 (b)The following paragraph applies only to contracts awarded on a lump sum contract price: 14 COST BREAKDOWN-The Contractor shall submit to the Owner a detailed breakdown of his 15 estimated cost of all work to be accomplished under the contract,so arranged and itemized as to 16 meet the approval of the Owner or funding agencies.This breakdown shall be submitted promptly 17 after execution of the agreement and before any payment is made to the Contractor for the work 18 performed under the Contract.After approval by the Owner the unit prices established in the 19 breakdown shall be used in estimating the amount of partial payments to be made to the 20 Contractor. 21 22 (c)Progress Payments 23 (1)The Contractor shall prepare his requisition for progress payment as of the last day of 24 the payment month and submit it,with the required number of copies,to the Engineer for 25 his review.Except as provided in Paragraph(3)of this subsection,the amount of the 26 payment due the Contractor shall be determined by adding to the total value of work 27 completed to date,the value of materials properly stored on the site and deducting(1) 28 five percent(5%)minimum of the total amount,as a retainage and(2)the amount of all 29 previous payments.The total value of work completed to date shall be based on the actual 30 or estimated quantities of work completed and on the unit prices contained in the 31 agreement(or cost breakdown approved pursuant to section 6.b relating to lump sum 32 bids)and adjusted by approved change orders.The value of materials properly stored on 33 the site shall be based upon the estimated quantities of such materials and the invoice. 34 prices.Copies of all invoices shall be available for inspection by the Engineer. 35 36 (2)The Contractor shall be responsible for the care and protection of all materials and 37 work upon which payments have been made until final acceptance of such work and 38 materials by the Owner. Such payments shall not constitute a waiver of the right of the 39 Owner to require the fulfillment of all terms of the Contract and the delivery of all 40 improvements embraced in this Contract complete and satisfactory to the Owner in all 41 details. 42 43 (3)This clause applies to contracts when the Owner is a Municipal Utility District,or 44 Water Control and Improvement District.The retainage shall be ten percent minimum of 45 the amount otherwise due until at least fifty percent of the work has been completed. 46 After the project is fifty percent completed,the District may reduce the retainage from 47 ten percent to no less than five percent. 48 Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 &Haltom City Meter Station and Sewer Outfall,Phase 3 City Project No.01303 007301-3 SUPPLEMENTARY coNDrrloNs-TWDB Page 3 of 11 1 (4)The five percent (5%)minimum retainage of the progress payments due to the 2 Contractor may not be reduced until the building of the project is substantially complete 3 and a reduction in the retainage has been authorized by the TWDB. 4 5 (5)The following clause applies only to contracts where the total price at the time of 6 execution is$400,000 or greater and the retainage is greater than 5% and the Owner is 7 not legally exempted from the condition(i.e. certain types of water districts). 8 9 The Owner shall deposit the retainage in an interest-bearing account, and the interest earned on 10 such retainage funds shall be paid to the Contractor after completion of the contract and final 11 acceptance of the project by the Owner. 12 13 (d)Withholding Payments.The Owner may withhold from any payment otherwise due the 14 Contractor so much as may be necessary to protect the Owner and if so elects may also withhold 15 any amounts due from the Contractor to any subcontractors or material dealers,for work 16 performed or material furnished by them. The foregoing provisions shall be construed solely for 17 the benefit of the Owner and will not require the Owner to determine or adjust any claims or 18 disputes between the Contractor and his subcontractors or Material dealers,or to witht;iold any 19 moneys for their protection unless the Owner elects to do so.The failure or refusal of the Owner 20 to withhold any moneys from the Contractor shall in no way impair the obligations of any surety 21 or sureties under any bond or bonds furnished under this Contract. 22 23 (e)Payments Subject to Submission of Certificates.Each payment to the Contractor by the 24 Owner shall be made subject to submission by the Contractor of all written certifications required 25 of him and his subcontractors by Section 3 hereof(relating to labor standards) and other general 26 and special conditions elsewhere in this contract. 27 28 (f)Final Payment. 29 (1)Upon satisfactory completion of the work performed under this contract, as a 30 condition before final payment under this contract or as a termination settlement under 31 this contract the contractor shall execute and deliver to the Owner a release of all claims 32 against the Owner arising under,or by virtue of,this contract,except claims which are 33 specifically exempted by the contractor to be set forth therein. Unless otherwise provided in 34 this contract,by State law or otherwise expressly agreed to by the parties to this contract, 35 final payment under this contract or settlement upon termination of this contract shall not 36 constitute a waiver of the Owner's claims against the contractor or his sureties under this 37 contract or applicable performance and payment bonds. 38 39 (2)After final inspection and acceptance by the Owner of all work tender the Contract,the 40 Contractor shall prepare his requisition for final payment which shall be based upon the carefully 41 measured or computed quantity of each item of work at the applicable unit prices stipulated in the 42 Agreement or cost breakdown(if lump sum),as adjusted by approved change orders.The total 43 amount of the final payment due the Contractor under this contract shall be the amount computed 44 as described above less all previous payments. 45 46 (3)The retainage and its interest earnings,if any, shall not be paid to the Contractor until the 47 TWDB has authorized a reduction in,or release of,retainage on the contract work. 48 49 (4)Withholding of any amount due the Owner,under general and/or special conditions regarding 50 "Liquidated Damages," shall be deducted from the final payment due the Contractor. Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I &Haltom City Meter Station and Sewer Outfall,Phase 3 City Project No.01303 007301-4 SUPPLEMENTARY CONDITIONS-TWDB Page 4 of 11 1 2 7.WORKMAN'S COMPENSATION INSURANCE COVERAGE 3 (a)The contractor shall certify in writing that the contractor provides workers' 4 compensation insurance coverage for each employee of the contractor employed on the 5 public project. 6 (b)Each subcontractor on the public project shall provide such a certificate relating to 7 coverage of the subcontractor's employees to the general contractor,who shall provide 8 the subcontractor's certificate to the governmental entity. 9 (c)A contractor who has a contract that requires workers'compensation insurance 10 coverage may provide the coverage through a group plan or other method satisfactory to 11 the governing body of the governmental entity. 12 (d)The employment of a maintenance employee by an employer who is not engaging in 13 building or construction as the employer's primary business does not constitute engaging 14 in building or construction. 15 (e)In this section: 16 (1) "Building or construction"includes: 17 (A)erecting or preparing to erect a structure,including a building, 18 bridge,roadway,public utility facility,or related appurtenance; 19 (B)remodeling,extending,repairing, or demolishing a structure;or 20 (C)otherwise improving real property or an appurtenance to real 21 property through similar activities. 22 (2) "Governmental entity"means this state or a political subdivision of this state. 23 The term includes a municipality. 24 25 26 S.CHANGES 27 (a)The Owner may at any time,without notice to any surety,by written order,make any 28 change in the work within the general scope of the contract,including but not limited to 29 changes: 30 (1)In the specifications(including drawings and designs); 31 (2)In the time,method or manner of performance of the work; 32 (3)In the Owner-furnished facilities,equipment,materials,services or site,or 33 (4)Directing acceleration in the performance of the work. 34 (5)The original contract price may not be increased under this section by more 35 than 25 percent.The original contract price may not be decreased under this 36 section by more than 25 percent without the consent of the contractor. (Local 37 Government Code 271.060) 38 (b)A change order shall also be any other written order(including direction,instruction, 39 interpretation or determination)from the Owner which causes any change,provided the 40 contractor gives the Owner written notice stating the date,circumstances and source of 41 the order and that the contractor regards the order as a change order. 42 (c)Except as provided in this clause,no order,statement or conduct of the Owner shall 43 be treated as a change under this clause or entitle the contractor to an equitable 44 adjustment. Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 &Haltom City Meter Station and Sewer Outfall,Phase 3 City Project No.01303 007301-5 SUPPLEMENTARY CONDITIONS-TWDB Page 5 of 11 1 (d)If any change under this clause causes an increase or decrease in the contractor's cost 2 or the time required to perform any part of the work under this contract, whether or not 3 changed by any order,the Owner shall make an equitable adjustment and modify the 4 contract in writing.Except for claims based on defective specifications, no claim for any 5 change under paragraph(a)(2) above shall be allowed for any costs incurred more than 20 6 days before the contractor gives written notice as required in paragraph(a)(2).In the case 7 of defective specifications for which the Owner is responsible,the equitable adjustment 8 shall include any increased cost the contractor reasonably incurred in attempting to 9 comply with those defective specifications. 10 (e)If the contractor intends to assert a claim for an equitable adjustment under this 11 clause,the contractor must, within 30 days after receipt of a written change order under 12 paragraph(a) (1)or the furnishing of a written notice under paragraph(a)(2),submit a 13 written statement to the Owner setting forth the general nature and monetary extent of 14 such claim The Owner may extend the 30-day period.The contractor may include the 15 statement of claim in the notice under paragraph (2)of this changes clause. 16 (f)No claim by the contractor for an equitable adjustment shall be allowed if made after 17 final payment under this contract. 18 (g)Changes that involve an increase in price will be supported by documentation of the 19 costs components in a format acceptable to the Owner. 20 21 22 9.PREVAILING WAGE RATES 23 24 The Davis-Bacon Act prevailing wage rates shown for Heavy and Highway construction projects 25 were determined by the United States Department of Labor and current as of September 2013. 26 The titles and descriptions for the classifications listed are detailed in the AGC of Texas' 27 Standard Job Classifications and Descriptions for Highway,Heavy,Utilities, and Industrial 28 Construction in Texas. 29 30 See the next page for wage rates. 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 &Haltom City Meter Station and Sewer Outfall,Phase 3 City Project No.01303 2013 PREVAILING WAGE RATES (Heavy and Highway Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate Asphalt Distributor Operator $ 15.32 Asphalt Paving Machine Operator $ 13.99 Asphalt Raker $ 12.69 Broom or Sweeper Operator $ 11.74 Concrete Finisher,Paving and Structures $ 14.12 Concrete Pavement Finishing Machine Operator $ 16.05 Concrete Saw Operator $ 14.48 Crane Operator,Hydraulic 80 tons or less $ 18.12 Crane Operator,Lattice Boom 80 Tons or Less $ 17.27 Crane Operator,Lattice Boom Over 80 Tons $ 20.52 Crawler Tractor Operator $ 14.07 Electrician $ 19.80 Excavator Operator,50,000 pounds or less $ 17.19 Excavator Operator,Over 50,000 pounds $ 16.99 Flagger $ 10.06 Form Builder/Setter,Structures $ 13.84 Form Setter,Paving&Curb $ 13.16 Foundation Drill Operator,Crawler Mounted $ 17.99 Foundation Drill Operator,Truck Mounted $ 21.07 Front End Loader Operator,3 CY or Less $ 13.69 Front End Loader Operator,Over 3 CY $ 14.72 Laborer,Common $ 10.72 Laborer,Utility $ 12.32 Loader/Backhoe Operator $ 15.18 Mechanic $ 17.68 Milling Machine Operator $ 14.32 Motor Grader Operator,Fine Grade $ 17.19 Motor Grader Operator,Rough $ 16.02 Off Road Hauler $ 12.25 Pavement Marking Machine Operator $ 13.63 Pipelayer $ 13.24 Reciaimer/Pulverizer Operator $ 11.01 Reinforcing Steel Worker $ 16.18 Roller Operator,Asphalt $ 13.08 Roller Operator,Other $ 11.51 Scraper Operator $ 12.96 Servicer $ 14.58 Small Slipform Machine Operator $ 15.96 Spreader Box Operator $ 14.73 Truck Driver Lowboy-Float $ 16.24 Truck Driver Transit-Mix $ 14.14 Truck Driver,Single Axle $ 12.31 Truck Driver,Single or Tandem Axle Dump Truck $ 12.62 Truck Driver,Tandem Axle Tractor with Semi Trailer $ 12.86 Welder $ 14.84 Work Zone Barricade Servicer $ 11.68 The Davis-Bacon Act prevailing wage rates shown for Heavy and Highway construction projects were determined by the United States Department of Labor and current as of September 2013. The titles and descriptions for the classifications listed are detailed in the AGC of Texas'Standard Job Classifications and Descriptions for Highway, Heavy,Utilities,and Industrial Construction in Texas. Page 1 of 1 007301-7 SUPPLEMENTARY CONDMONS-TWDB Page 7 of 11 1 10.Davis-Bacon Requirements 2 In accordance with Title 29 CFR Part 5.5(a)(3)(ii),each weekly payroll must be accompanied by 3 a Statement of Compliance Certification executed by each contractor/subcontractor employing 4 mechanics and laborers at the work site in which the federal government is to participate. 5 Contractors may choose to use the DOL Form W R-347 payroll with the accompanying statement 6 of compliance located on the back of Form WH-347 OR provide contractor's own payroll form 7 using this TWDB Statement of Compliance Certification,DB-0155.Forms are provided at the 8 end of this section. 9 10 11.EQUAL EMPLOYMENT OPPORTUNITY AND AFFIRMATIVE ACTION 11 12 During the performance of this contract,the Contractor agrees as follows: 13 (a)The Contractor will not discriminate against any employee or applicant for employment 14 because of race,color,religion, sex,age,handicap,or national origin.The Contractor will take 15 affirmative action to ensure that applicants are employed,and that employees are treated during 16 employment without regard to their race,color,religion,sex,age,handicap,or national origin. 17 Such action shall include,but not be limited to the following:Employment,upgrading,demotion, 18 or transfer;recruitment or recruitment advertising;layoff or termination;rates of pay or other 19 forms of compensation;and selection for training,including apprenticeship.The Contractor 20 agrees to post in conspicuous places,available to employees and applicants for employment, 21 notices to be provided setting forth the provisions of this nondiscrimination clause. 22 (b)The Contractor will,in all solicitations or advertisements for employees placed by or on 23 behalf of the Contractor, state that all qualified applicants will receive considerations for 24 employment without regard to race,color,religion, sex,age,handicap,or national origin. 25 (c)The Contractor will send to each labor union or representative of workers with which he has a 26 collective bargaining agreement or other contract or understanding, a notice to be provided 27 advising the said labor union or workers'representatives of the Contractor's commitments under 28 this section,and shall post copies of the notice in conspicuous places available to employees and 29 applicants for employment. 30 (d)The Contractor will comply with all provisions of Executive Order 11246 of September 24, 31 1965,the Age Discrimination in Employment Act of 1967,29 U.S.C.A. 621 (1985),Executive 32 Order 12250 of November 2, 1980,the Rehabilitation Act of 1973,29 U.S.C.A. 701 et seq. 33 (1985), and of the rules,regulations,and relevant orders of the Secretary of Labor. 34 (e)The Contractor will furnish all information and reports required by Executive Order 11246 of 35 September 24, 1965,and by rules,regulations,and orders of the Secretary of Labor,or pursuant 36 thereto,and will permit access to his books,records,and accounts by the administering agency 37 and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, 38 regulations,and orders. 39 (f)In the event of the Contractor's noncompliance with the nondiscrimination clauses of this 40 contract or with any of the said rules,regulations,or orders,this contract may be canceled, 41 terminated,or suspended in whole or in part and the Contractor may be declared ineligible for 42 further Government contracts or federally assisted construction contracts in accordance with 43 procedures authorized in Executive Order 11246 of September 24, 1965,and such other sanctions 44 may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 45 1965,or by rule,regulation, or order of the Secretary of Labor,or as otherwise provided by law. 46 Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I &Haltom City Meter Station and Sewer Outfall,Phase 3 City Project No.01303 007301-8 SUPPLEMENTARY CONDMONS-TWDB Page 8 of 11 1 (g)The Contractor will include the portion of the sentence immediately preceding paragraph(a) 2 and the provisions of paragraphs(a)through(g)in every subcontract or purchase order unless 3 exempted by rules,regulations,or orders of the Secretary of Labor issued pursuant to section 204 4 of Executive Order 11246 of September 24, 1965,so that such provisions will be binding upon 5 each subcontractor or vendor.The Contractor will take such action with respect to any 6 subcontract or purchase order as the administering agency may direct as a means of enforcing 7 such provisions,including sanctions for noncompliance:PROVIDED,HOWEVER,That in the 8 event a Contractor becomes involved in,or is threatened with,litigation with a subcontractor or 9 vendor as a result of such direction by the administering agency the Contractor may request the 10 United States to enter into such litigation to protect the interest of the United States. 11 (h)The Contractor will comply with Executive Order 11246 based on its implementation of the 12 Equal Opportunity Clause,specific affirmative action obligations required by the Standard 13 Federal Equal Employment Opportunity Construction Contract Specifications,as set forth in 41 14 CFR Part 60-4 and its efforts to meet the goals established for the geographical area where the 15 Contract is to be performed.The hours of minority and female employment and training must be 16 substantially uniform throughout the length of the Contract,and in each trade,and the Contractor 17 shall make a good faith effort to employ minorities and women evenly on each of its projects.The 18 transfer of minority or female employees or trainees from Contractor to Contractor or from 19 project to project for the sole purpose of meeting the Contractor's goals shall be a violation of the 20 Contract,the Executive Order,and the regulations in 41 CFR Part 60-4.The goals are expressed 21 as percentages of the total hours of employment and training of minority and female utilization 22 the Contractor should reasonably be able to achieve in each construction trade in which it has 23 employees in the covered area.Goals are published periodically in the Federal Register in notice 24 form,and such notices may be obtained from any office of federal contract compliance programs 25 office or from federal procurement contracting officers(512)229-5835.The Contractor is 26 expected to make substantially uniform progress toward its goal in each craft during the period 27 specified. 28 29 Whenever the Contractor,or any subcontractor at any tier,subcontracts a portion of the work 30 involving any construction trade,it shall physically include in each subcontract in excess of 31 $10,000 the provisions of these specifications and the notice which contains the applicable goals 32 set for minority and female participation and which is set forth in the solicitations from which this 33 contract resulted. 34 35 12.ARCHEOLOGICAL DISCOVERIES AND CULTURAL RESOURCES 36 No activity which may affect properties listed or properties eligible for listing in the National 37 Register of Historic Places,or eligible for designation as a State Archeological Landmark is 38 authorized until the Owner has complied with the provisions of the National Historic Preservation 39 Act and the Antiquities Code of Texas.The Owner has previously coordinated with the 40 appropriate agencies and impacts to known cultural or archeological deposits have been avoided 41 or mitigated.However,the Contractor may encounter unanticipated cultural or archeological 42 deposits during construction. 43 If archeological sites or historic structures which may qualify for designation as a State 44 Archeological Landmark according to the criteria in 13 TAC 41.6-41.10,or that may be eligible 45 for listing on the National Register of Historic Places in accordance with 36 CFR Part 800,are 46 discovered after construction operations are begun,the Contractor shall immediately cease 47 operations in that particular area and notify the Owner,the TWDB,and the Texas Antiquities 48 Committee,P.O.Box 12276,Capitol Station,Austin,Texas 78711-2276.The Contractor shall 49 take reasonable steps to protect and preserve the discoveries until they have been inspected by the Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 &Haltom City Meter Station and Sewer Outfall,Phase 3 City Project No.01303 007301 -9 SUPPLEMENTARY CONDITIONS-TWDB Page 9 of l 1 1 Owner's representative and the TWDB.The Owner will promptly coordinate with the State 2 Historic Preservation Officer and any other appropriate agencies to obtain any necessary 3 approvals or permits to enable the work to continue.The Contractor shall not resume work in the 4 area of the discovery until authorized to do so by the Owner. 5 6 13.ENDANGERED SPECIES 7 No activity is authorized that is likely to jeopardize the continued existence of a threatened or 8 endangered species as listed or proposed for listing under the Federal Endangered Species Act 9 (ESA), and/or the State of Texas Parks and Wildlife Code on Endangered Species,or to destroy 10 or adversely modify the habitat of such species. 11 If a threatened or endangered species is encountered during construction,the Contractor shall 12 immediately cease work in the area of the encounter and notify the Owner,who will immediately 13 implement actions in accordance with the ESA and applicable State statutes. These actions shall 14 include reporting the encounter to the TWDB,the U. S.Fish and Wildlife Service,and the Texas 15 Parks and Wildlife Department,obtaining any necessary approvals or permits to enable the work 16 to continue,or implement other mitigation actions.The Contractor shall not resume construction 17 in the area of the encounter until authorized to do so by the Owner. 18 19 14.HAZARDOUS MATERIALS 20 Materials utilized in the project shall be free of any hazardous materials, except as may be 21 specifically provided for in the specifications. 22 23 If the Contractor encounters existing material on sites owned or controlled by the Owner or in 24 material sources that are suspected by visual observation or smell to contain hazardous materials, 25 the Contractor shall immediately notify the Engineer and the Owner. 26 27 With the exception of the work on the closed Municipal Landfill site,The Owner will be 28 responsible for the testing for and removal or disposition of hazardous materials on sites owned 29 or controlled by the Owner.The Owner may suspend the work,wholly or in part during the 30 testing,removal or disposition of hazardous materials on sites owned or controlled by the Owner. 31 Contractor shall follow Section 3199 02 for the work to be performed on closed Municipal 32 Landfill site. 33 34 15.PROJECT SIGN 35 A project IDENTIFICATION SIGN will be provided to the contractor.The contractor shall erect 36 the sign in a prominent location at the construction project site or along a major thoroughfare 37 within the community as directed by the Owner. 38 39 16.OPERATION AND MAINTENANCE MANUALS AND TRAINING 40 (a)The Contractor shall obtain installation,operation,and maintenance manuals from 41 manufacturers and suppliers for equipment furnished under the contract.The Contractor 42 shall submit three copies of each complete manual to the Engineer within 90 days after 43 approval of shop drawings,product data,and samples,and not later than the date of 44 shipment of each item of equipment to the project site or storage location. 45 46 (b)The Owner shall require the Engineer to promptly review each manual submitted, 47 noting necessary corrections and revisions.If the Engineer rejects the manual,the 48 Contractor shall correct and resubmit the manual until it is acceptable to Engineer as 49 being in conformance with design concept of project and for compliance with 50 information given in the Contract Documents. Owner may assess Contractor a charge for Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 &Haltom City Meter Station and Sewer Outfall,Phase 3 City Project No.01303 00 73 01-10 SUPPLEMENTARY CONDITIONS-TWDB Page 10 of 11 1 reviews of same items in excess of three(3)times.Such procedure shall not be 2 considered cause for delay.Acceptance of manuals by Engineer does not relieve 3 Contractor of any requirements of terms of Contract. 4 (c)The Contractor shall provide the services of trained,qualified technicians to check 5 final equipment installation,to assist as required in placing same in operation, and to 6 instruct operating personnel in the proper manner of performing routine operation and 7 maintenance of the equipment. 8 (d)Operations and maintenance manuals specified hereinafter are in addition to any 9 operation,maintenance,or installation instructions required by the Contractor to install, 10 test,and start-up the equipment. 11 (e)Each manual to be bound in a folder and labeled to identify the contents and project to 12 which it applies.The manual shall contain the following applicable items: 13 (1)A listing of the manufacturer's identification,including order number,model, 14 serial number, and location of parts and service centers. 15 (2)A list of recommended stock of parts,including part number and quantity. 16 (3)Complete replacement parts list. 17 (4)Performance data and rating tables. 18 (5)Specific instructions for installation,operation,adjustment,and maintenance. 19 (6)Exploded view drawings for major equipment items. 20 (7)Lubrication requirements. 21 (8)Complete equipment wiring diagrams and control schematics with terminal 22 identification. 23 24 17.AS-BUILT DIMENSIONS AND DRAWINGS 25 (a)Contractor shall make appropriate daily measurements of facilities constructed and 26 keep accurate records of location(horizontal and vertical)of all facilities. 27 28 (b)Upon completion of each facility,the Contractor shall furnish Owner with one set of 29 direct prints,marked with red pencil,to show as-built dimensions and locations of all 30 work constructed.As a minimum,the final drawings shall include the following: 31 32 (1)Horizontal and vertical locations of work. 33 (2)Changes in equipment and dimensions due to substitutions. 34 (3)"Nameplate"data on all installed equipment. 35 (4)Deletions,additions,and changes 36 (5)Any other changes made. 37 38 18.AMERICAN IRON AND STEEL(AIS)PROVISIONS 39 The Contractor acknowledges to and for the benefit of the Applicant("Purchaser")and the Texas 40 Water Development Board(TWDB)that it understands the goods and services under this 41 Agreement are being funded with monies made available by the Clean Water State Revolving 42 Fund and/or Drinking Water State Revolving Fund that have statutory requirements commonly 43 known as"American Iron and Steel;"that requires all of the iron and steel products used in the 44 project to be produced in the United States("American Iron and Steel Requirement')including 45 iron and steel products provided by the Contactor pursuant to this Agreement.The Contractor 46 hereby represents and warrants to and for the benefit of the Purchaser and the TWDB that(a)the 47 Contractor has reviewed and understands the American Iron and Steel Requirement,(b)all of the 48 iron and steel products used in the project will be and/or have been produced in the United States 49 in a manner that complies with the American Iron and Steel Requirement,unless a waiver of the 50 requirement is approved,and(c)the Contractor will provide any further verified information, Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 &Haltom City Meter Station and Sewer Outfall,Phase 3 City Project No.01303 007301-11 SUPPLEMENTARY CONDrrioNs-TWDB Page 11 of 11 1 certification or assurance of compliance with this paragraph, or information necessary to support 2 a waiver of the American Iron and Steel Requirement,as may be requested by the Purchaser or 3 the TWDB.Notwithstanding any other provision of this Agreement,any failure to comply with 4 this paragraph by the Contractor shall permit the Purchaser to enforce this Agreement and recover 5 as damages against the Contractor any loss,expense,or cost(including without limitation 6 attorney's fees)incurred by the Purchaser resulting from any such failure(including without 7 limitation any impairment or loss of funding,whether in whole or in part,from the TWDB or any 8 damages owed to the TWDB by the Purchaser).While the Contractor has no direct contractual 9 privity with the TWDB, as a lender to the Purchaser for the funding of its project,the Purchaser 10 and the Contractor agree that the TWDB is a third-party beneficiary and neither this paragraph 11 (nor any other provision of this Agreement necessary to give this paragraph force or effect) shall 12 be amended or waived without the prior written consent of the TWDB. 13 The prime construction contractor shall maintain a certification file, approved waivers, 14 and De Minimis log that must be available for review by TWDB representatives. Sample 15 Certification letters, step certification log, and De Minimis Log are included as 16 attachments at the end of this section. 17 AIS Certification must document the location of the manufacturing process involved with 18 the production of steel and iron materials. Each handler(supplier,fabricator, 19 manufacturer,processor, etc.) of the iron and steel products and their step in the process 20 must be recorded and certified as domestically performed. 21 22 The Contractor may utilize either 23 (1) a Final Manufacturer Certification process,in which the final manufacturer 24 that delivers the iron or steel product to the worksite, vendor, or contractor,may 25 provide a certification identifying all handlers of the iron or steel product, and 26 asserting that all manufacturing processes occurred in the US; or 27 (2) a Step Certification process in which each handler of the iron or steel product 28 provides a separate certification letter certifying that their step in the process was 29 domestically performed. 30 31 32 33 19.ATTACHMENTS 34 1. Contractor's act of Assurance(ED-103) 35 2. Contractor's Resolution on Authorized Representative(ED-104) 36 3.Bidder's Certification (WRD-255) 37 4. Vendor Compliance with Reciprocity on Non-Resident Bidders (TWDB-0459) 38 5.TWDB Statement of Compliance Certification,DB-0155. 39 6.DOL Payroll Form WH-347 40 7.Davis Bacon Poster,WH-1321 41 8.American Iron & Steel—Sample Final Manufacturer Certification 42 9.American Iron& Steel—Sample Step Certification Sample 43 10.American Iron&Steel—Sample De Minimis Log 44 45 END OF SECTION Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 &Haltom City Meter Station and Sewer Outfall,Phase 3 City Project No.01303 THIS PAGE INTENTAILLY LEFT' BLANK DIVISION 01 GENERAL REQUIREMENTS THIS PAGE INTENTAILLY LEFT BLANK 011100-1 SUMMARY OF WORK Page 1 of 3 1 SECTION 011100 2 SUMMARY OF WORK 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Summary of Work to be performed in accordance with the Contract Documents 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0-Bidding Requirements, Contract Forms, and Conditions of the Contract 11 2. Division 1 -General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Work Covered by Contract Documents 19 1. Work is to include furnishing all labor,materials, and equipment,and performing 20 all Work necessary for this construction project as detailed in the Drawings and 21 Specifications. 22 B. Subsidiary Work 23 1. Any and all Work specifically governed by documentary requirements for the 24 project, such as conditions imposed by the Drawings or Contract Documents in 25 which no specific item for bid has been provided for in the Proposal and the item is 26 not a typical unit bid item included on the standard bid item list,then the item shall 27 be considered as a subsidiary item of Work,the cost of which shall be included in 28 the price bid in the Proposal for various bid items. 29 C. Use of Premises 30 1. Coordinate uses of premises under direction of the City. 31 2. Assume full responsibility for protection and safekeeping of materials and 32 equipment stored on the Site. 33 3. Use and occupy only portions of the public streets and alleys,or other public places 34 or other rights-of-way as provided for in the ordinances of the City, as shown in the 35 Contract Documents,or as may be specifically authorized in writing by the City. 36 a. A reasonable amount of tools,materials,and equipment for construction 37 purposes may be stored in such space,but no more than is necessary to avoid 38 delay in the construction operations. Cr fY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall Revised December 20,2012 011100-2 SUMMARY OF WORK Page 2 of 3 1 b. Excavated and waste materials shall be stored in such a way as not to interfere 2 with the use of spaces that may be designated to be left free and unobstructed 3 and so as not to inconvenience occupants of adjacent property. 4 c. If the street is occupied by railroad tracks,the Work shall be carried on in such 5 manner as not to interfere with the operation of the railroad. 6 1) All Work shall be in accordance with railroad requirements set forth in 7 Division 0 as well as the railroad permit. 8 D. Work within Easements 9 1. Do not enter upon private property for any purpose without having previously 10 obtained permission from the owner of such property. 11 2. Do not store equipment or material on private property unless and until the 12 specified approval of the property owner has been secured in writing by the 13 Contractor and a copy furnished to the City. 14 3. Unless specifically provided otherwise,clear all rights-of-way or easements of 15 obstructions which must be removed to make possible proper prosecution of the 16 Work as a part of the project construction operations. 17 4. Preserve and use every precaution to prevent damage to,all trees,shrubbery,plants, 18 lawns,fences,culverts,curbing,and all other types of structures or improvements, 19 to all water,sewer,and gas lines,to all conduits,overhead pole lines,or 20 appurtenances thereof,including the construction of temporary fences and to all 21 other public or private property adjacent to the Work. 22 5. Notify the proper representatives of the owners or occupants of the public or private 23 lands of interest in lands which might be affected by the Work. 24 a. Such notice shall be made at least 48 hours in advance of the beginning of the 25 Work. 26 b. Notices shall be applicable to both public and private utility companies and any 27 corporation,company,individual,or other,either as owners or occupants, 28 whose land or interest in land might be affected by the Work. 29 c. Be responsible for all damage or injury to property of any character resulting 30 from any act,omission,neglect,or misconduct in the manner or method or 31 execution of the Work,or at any time due to defective work,material,or 32 equipment. 33 6. Fence 34 a. Restore all fences encountered and removed during construction of the Project 35 to the original or a better than original condition. 36 b. Erect temporary fencing in place of the fencing removed whenever the Work is 37 not in progress and when the site is vacated overnight,and/or at all times to 38 provide site security. 39 c. The cost for all fence work within easements,including removal,temporary 40 closures and replacement,shall be subsidiary to the various items bid in the 41 project proposal,unless a bid item is specifically provided in the proposal. CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCITON SPECIFICATION DOCUMENTS Ik Haltom City Meter Station and Sewer Outfall Revised December 20,2012 01 11 00-3 SUMMARY OF WORK Page 3 of 3 1 1.5 SUBMITTALS[NOT USED] 2 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2- PRODUCTS [NOT USED] 10 PART 3 - EXECUTION[NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall Revised December 20,2012 THIS PAGE INTENTAI LLY LEFT BLANK 01 25 00-1 SUBSTITUTION PROCEDURES Page 1 of 4 1 SECTION 0125 00 2 SUBSTITUTION PROCEDURES 3 PART1 - GENERAL 4 1.1 SUMMARY 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 11 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 USED] 24 1.4 ADMIMSTRATIVE REQUIREMENTS 25 A. Request for Substitution-General 26 1. Within 30 days after award of Contract(unless noted otherwise),the City will 27 consider formal requests from Contractor for substitution of products in place of 28 those specified. 29 2. Certain types of equipment and kinds of material are described in Specifications by 30 means of references to names of manufacturers and vendors,trade names, or 31 catalog numbers. 32 a. When this method of specifying is used, it is not intended to exclude from 33 consideration other products bearing other manufacturer's or vendor's names, 34 trade names,or catalog numbers, provided said products are "or-equals," as 35 determined by City. 36 3. Other types of equipment and kinds of material may be acceptable substitutions 37 under the following conditions: 38 a. Or-equals are unavailable due to strike, discontinued production of products 39 meeting specified requirements,or other factors beyond control of Contractor; 40 or, CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ]Insert Project Number] Revised July 1,2011 012500-2 SUBSTITUTION PROCEDURES Page 2 of 4 1 b. Contractor proposes a cost and/or time reduction incentive to the City. 2 1.5 SUBMITTALS 3 A. See Request for Substitution Form(attached) 4 B. Procedure for Requesting Substitution 5 1. Substitution shall be considered only: 6 a. After award of Contract 7 b. Under the conditions stated herein 8 2. Submit 3 copies of each written request for substitution,including: 9 a. Documentation 10 1) Complete data substantiating compliance of proposed substitution with 11 Contract Documents 12 2) Data relating to changes in construction schedule,when a reduction is 13 proposed 14 3) Data relating to changes in cost 15 b. For products 16 1) Product identification 17 a) Manufacturer's name 18 b) Telephone number and representative contact name 19 c) Specification Section or Drawing reference of originally specified 20 product,including discrete name or tag number assigned to original 21 product in the Contract Documents 22 2) Manufacturer's literature clearly marked to show compliance of proposed 23 product with Contract Documents 24 3) Itemized comparison of original and proposed product addressing product 25 characteristics including,but not necessarily limited to: 26 a) Size 27 b) Composition or materials of construction 28 c) Weight 29 d) Electrical or mechanical requirements 30 4) Product experience 31 a) Location of past projects utilizing product 32 b) Name and telephone number of persons associated with referenced 33 projects knowledgeable concerning proposed product 34 c) Available field data and reports associated with proposed product 35 5) Samples 36 a) Provide at request of City. 37 b) Samples become the property of the City. 38 c. For construction methods: 39 1) Detailed description of proposed method 40 2) Illustration drawings 41 C. Approval or Rejection 42 1. Written approval or rejection of substitution given by the City 43 2. City reserves the right to require proposed product to comply with color and pattern 44 of specified product if necessary to secure design intent. 45 3. In the event the substitution is approved,the resulting cost and/or time reduction 46 will be documented by Change Order in accordance with the General Conditions. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1,2011 012500-3 SUBSTITUTION PROCEDURES Page 3 of 4 1 4. No additional contract time will be given for substitution. 2 5. Substitution will be rejected if- 3 a. Submittal is not through the Contractor with his stamp of approval 4 b. Request is not made in accordance with this Specification Section 5 c. In the City's opinion,acceptance will require substantial revision of the original 6 design 7 d. In the City's opinion,substitution will not perform adequately the function 8 consistent with the design intent 9 1.6 ACTION SUBMITTALSAMORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE 13 A. In making request for substitution or in using an approved product,the Contractor 14 represents that the Contractor: 15 1. Has investigated proposed product,and has determined that it is adequate or 16 superior in all respects to that specified,and that it will perform function for which 17 it is intended 18 2. Will provide same guarantee for substitute item as for product specified 19 3. Will coordinate installation of accepted substitution into Work,to include building 20 modifications if necessary,making such changes as may be required for Work to be 21 complete in all respects 22 4. Waives all claims for additional costs related to substitution which subsequently 23 arise 24 1.10 DELIVERY,STORAGE,AND HANDLING[NOT USED] 25 1.11 FIELD[SITE] CONDITIONS [NOT USED] 26 1.12 WARRANTY[NOT USED] 27 PART 2- PRODUCTS [NOT USED] 28 PART 3- EXECUTION[NOT USED] 29 END OF SECTION 30 Revision Log DATE NAME SUMMARY OF CHANGE 31 CrrY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1,2011 012500-4 SUBSTITUTION PROCEDURES Page 4 of 4 1 EXHIBIT A 2 REQUEST FOR SUBSTITUTION FORM: 3 4 TO: 5 PROJECT: DATE: 6 We hereby submit for your consideration the following product instead of the specified item for 7 the above project: 8 SECTION PARAGRAPH SPECIFIED FFEM 9 10 11 Proposed Substitution: 12 Reason for Substitution: 13 Include complete information on changes to Drawings and/or Specifications which proposed 14 substitution will require for its proper installation. 15 16 Fill in Blanks Below: 17 A. Will the undersigned contractor pay for changes to the building design,including engineering 18 and detailing costs caused by the requested substitution? 19 20 21 B. What effect does substitution have on other trades? 22 23 24 C. Differences between proposed substitution and specified item? 25 26 27 D. Differences in product cost or product delivery time? 28 29 30 E. Manufacturer's guarantees of the proposed and specified items are: 31 32 Equal Better(explain on attachment) 33 The undersigned states that the function, appearance and quality are equivalent or superior to the 34 specified item. 35 Submitted By: For Use by City 36 37 Signature —Recommended _Recommended 38 as noted 39 40 Firm _Not recommended _Received late 41 Address By 42 Date 43 Date Remarks 44 Telephone 45 46 For Use by City: 47 48 Approved Rejected 49 City Date CrrY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1,2011 013119-1 PRECONSTRUCTION MEETING Page 1 of 3 1 SECTION 013119 2 PRECONSTRUCTION MEETING 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provisions for the preconstruction meeting to be held prior to the start of Work to 7 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 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 bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Coordination 20 1. Attend preconstruction meeting. 21 2. Representatives of Contractor, subcontractors and suppliers attending meetings 22 shall be qualified and authorized to act on behalf of the entity each represents. 23 3. Meeting administered by City may be tape recorded. 24 a. If recorded,tapes will be used to prepare minutes and retained by City for 25 future reference. 26 B. Preconstruction Meeting 27 1. A preconstruction meeting will be held within 14 days after the execution of the 28 Agreement and before Work is started. 29 a. The meeting will be scheduled and administered by the City. 30 2. The Project Representative will preside at the meeting,prepare the notes of the 31 meeting and distribute copies of same to all participants who so request by fully 32 completing the attendance form to be circulated at the beginning of the meeting. 33 3. Attendance shall include: 34 a. Project Representative 35 b. Contractor's project manager 36 c. Contractor's superintendent 37 d. Any subcontractor or supplier representatives whom the Contractor may desire 38 to invite or the City may request CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Oulfall Revised December 20,2012 013119-2 PRECONSTRUCTION MEETING Page 2 of 3 1 e. Other City representatives 2 f. Others as appropriate 3 4. Construction Schedule 4 a. Prepare baseline construction schedule in accordance with Section 0132 16 and 5 provide at Preconstruction Meeting. 6 b. City will notify Contractor of any schedule changes upon Notice of 7 Preconstruction Meeting. 8 5. Preliminary Agenda may include: 9 a. Introduction of Project Personnel 10 b. General Description of Project 11 c. Status of right-of-way,utility clearances,easements or other pertinent permits 12 d. Contractor's work plan and schedule 13 e. Contract Time 14 f. Notice to Proceed 15 g. Construction Staking 16 h. Progress Payments 17 i. Extra Work and Change Order Procedures 18 j. Field Orders 19 k. Disposal Site Letter for Waste Material 20 1. Insurance Renewals 21 m. Payroll Certification 22 n. Material Certifications and Quality Control Testing 23 o. Public Safety and Convenience 24 p. Documentation of Pre-Construction Conditions 25 q. Weekend Work Notification 26 r. Legal Holidays 27 s. Trench Safety Plans 28 t. Confined Space Entry Standards 29 u. Coordination with the City's representative for operations of existing water 30 systems 31 v. Storm Water Pollution Prevention Plan 32 w. Coordination with other Contractors 33 x. Early Warning System 34 y. Contractor Evaluation 35 z. Special Conditions applicable to the project 36 aa. Damages Claims 37 bb. Submittal Procedures 38 cc. Substitution Procedures 39 dd. Correspondence Routing 40 ee. Record Drawings 41 ff. Temporary construction facilities 42 gg. M/WBE or MBE/SBE procedures 43 hh. Final Acceptance 44 ii. Final Payment 45 jj. Questions or Comments CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall Revised December 20,2012 013119-3 PRECONSTRUCTION MEETING Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE[NOT USED] 6 1.10 DELIVERY,STORAGE,AND HANDLING[NOT USED] 7 1.11 FIELD [SITE] CONDITIONS[NOT USED] 8 1.12 WARRANTY[NOT USED] 9 PART 2- PRODUCTS [NOT USED] 10 PART 3- EXECUTION[NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S &Haltom City Meter Station and Sewer Outfall Revised December 20,2012 THIS PAGE INTENTAILLY LEFT BLANK 013120-1 PROJECT'MEETINGS Page 1 of 4 1 SECTION 013120 2 PROJECT MEETINGS 3 PART1 - 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 Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include,but are not necessarily limited to: 12 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 13 2. Division 1 —General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. 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 Work. 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 CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall Revised July 1,2011 City Project No.01303 013120-2 PROJECT MEETINGS Page 2 of 4 1 a. Contractor 2 b. Project Representative 3 c. Other City representatives 4 4. Meeting Schedule 5 a. In general,the neighborhood meeting will occur within the 2 weeks following 6 the pre-construction conference. 7 b. In no case will construction be allowed to begin until this meeting is held. 8 C. Progress Meetings 9 1. Formal project coordination meetings will be held periodically. Meetings will be 10 scheduled and administered by Project Representative. 11 2. Additional progress meetings to discuss specific topics will be conducted on an as- 12 needed basis. Such additional meetings shall include,but not be limited to: 13 a. Coordinating shutdowns 14 b. Installation of piping and equipment 15 c. Coordination between other construction projects 16 d. Resolution of construction issues 17 e. Equipment approval 18 3. The Project Representative will preside at progress meetings,prepare the notes of 19 the meeting and distribute copies of the same to all participants who so request by 20 fully completing the attendance form to be circulated at the beginning of each 21 meeting. 22 4. Attendance shall include: 23 a. Contractor's project manager 24 b. Contractor's superintendent 25 c. Any subcontractor or supplier representatives whom the Contractor may desire 26 to invite or the City may request 27 d. Engineer's representatives 28 e. City's representatives 29 f. Others,as requested by the Project Representative 30 5. Preliminary Agenda may include: 31 a. Review of Work progress since previous meeting 32 b. Field observations,problems,conflicts 33 c. Items which impede construction schedule 34 d. Review of off-site fabrication,delivery schedules 35 e. Review of construction interfacing and sequencing requirements with other 36 construction contracts 37 f. Corrective measures and procedures to regain projected schedule 38 g. Revisions to construction schedule 39 h. Progress,schedule,during succeeding Work period 40 i. Coordination of schedules 41 j. Review submittal schedules 42 k. Maintenance of quality standards 43 1. Pending changes and substitutions 44 m. Review proposed changes for: 45 1) Effect on construction schedule and on completion date 46 2) Effect on other contracts of the Project 47 n. Review Record Documents CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS do Haltom City Meter Station and Sewer Oatfall Revised July 1,2011 City Project No.01303 013120-3 PROJECT MEETINGS Page 3 of 4 1 o. Review monthly pay request 2 p. Review status of Requests for Information 3 6. Meeting Schedule 4 a. Progress meetings will be held periodically as determined by the Project 5 Representative. 6 1) Additional meetings may be held at the request of the: 7 a) City 8 b) Engineer 9 c) Contractor 10 7. Meeting Location 11 a. The City will establish a meeting location. 12 1) To the extent practicable,meetings will be held at the Site. 13 1.5 SUBMITTALS[NOT USED] 14 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 15 1.7 CLOSEOUT SUBMITTALS[NOT USED] 16 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 17 1.9 QUALITY ASSURANCE[NOT USED] 18 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 19 1.11 FIELD[SITE]CONDITIONS [NOT USED] 20 1.12 WARRANTY[NOT USED] 21 PART 2- PRODUCTS [NOT USED] 22 PART 3- EXECUTION[NOT USED] 23 END OF SECTION 24 Revision Log DATE NAME SUMMARY OF CHANGE 25 26 CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall Revised July 1,2011 City Project No.01303 013120-4 PROJECT MEETINGS Page 4 of 4 1 2 3 4 5 6 7 8 9 10 11 12 (THIS PAGE INTENTIONALLY LEFT BLANK) 13 CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meier Station and Sewer Outfall Revised July 1,2011 City Project No.01303 01 3216-1 CONSTRUCTION PROGRESS SCHEDULE Page 1 of 5 1 SECTION 0132 16 2 CONSTRUCTION PROGRESS SCHEDULE 3 PART1 - 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. CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I ;STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Ouifall Revised July 1,2011 City Project No.01303 013216-2 CONSTRUCTION PROGRESS SCHEDULE Page 2 of 5 1 3. Progress Schedule-Monthly submittal of a progress schedule documenting 2 progress on the project and any changes anticipated. 3 4. Schedule Narrative-Concise narrative of the schedule including schedule 4 changes,expected delays,key schedule issues,critical path items,etc 5 B. Reference Standards 6 1. City of Fort Worth Schedule Guidance Document 7 1.4 ADMIMSTRATIVE REQUIREMENTS 8 A. Baseline Schedule 9 1. General 10 a. Prepare a cost-loaded baseline Schedule using approved software and the 11 Critical Path Method(CPM)as required in the City of Fort Worth Schedule 12 Guidance Document. 13 b. Review the draft cost-loaded baseline Schedule with the City to demonstrate 14 understanding of the work to be performed and known issues and constraints 15 related to the schedule. 16 c. Designate an authorized representative(Project Scheduler)responsible for 17 developing and updating the schedule and preparing reports. 18 B. Progress Schedule 19 1. Update the progress Schedule monthly as required in the City of Fort Worth 20 Schedule Guidance Document. 21 2. Prepare the Schedule Narrative to accompany the monthly progress Schedule. 22 3. Change Orders 23 a. Incorporate approved change orders,resulting in a change of contract time,in 24 the baseline Schedule in accordance with City of Fort Worth Schedule 25 Guidance Document. 26 C. Responsibility for Schedule Compliance 27 1. Whenever it becomes apparent from the current progress Schedule and CPM Status 28 Report that delays to the critical path have resulted and the Contract completion 29 date will not be met,or when so directed by the City,make some or all of the 30 following actions at no additional cost to the City 31 a. Submit a Recovery Plan to the City for approval revised baseline Schedule 32 outlining: 33 1) A written statement of the steps intended to take to remove or arrest the 34 delay to the critical path in the approved schedule 35 2) Increase construction manpower in such quantities and crafts as will 36 substantially eliminate the backlog of work and return current Schedule to 37 meet projected baseline completion dates 38 3) Increase the number of working hours per shift,shifts per day,working 39 days per week,the amount of construction equipment,or any combination 40 of the foregoing,sufficiently to substantially eliminate the backlog of work 41 4) Reschedule activities to achieve maximum practical concurrency of 42 accomplishment of activities,and comply with the revised schedule CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Ouifall Revised July 1,2011 City Project No.01303 013216-3 CONSTRUCTION PROGRESS SCHEDULE Page 3 of 5 1 2. If no written statement of the steps intended to take is submitted when so requested 2 by the City, the City may direct the Contractor to increase the level of effort in 3 manpower(trades),equipment and work schedule(overtime, weekend and holiday 4 work,etc.)to be employed by the Contractor in order to remove or arrest the delay 5 to the critical path in the approved schedule. 6 a. No additional cost for such work will be considered. 7 D. The Contract completion time will be adjusted only for causes specified in this 8 Contract. 9 a. Requests for an extension of any Contract completion date must be 10 supplemented with the following: 11 1) Furnish justification and supporting evidence as the City may deem 12 necessary to determine whether the requested extension of time is entitled 13 under the provisions of this Contract. 14 a) The City will,after receipt of such justification and supporting 15 evidence, make findings of fact and will advise the Contractor,in 16 writing thereof. 17 2) If the City finds that the requested extension of time is entitled, the City's 18 determination as to the total number of days allowed for the extensions 19 shall be based upon the approved total baseline schedule and on all data 20 relevant to the extension. 21 a) Such data shall be included in the next updating of the Progress 22 schedule. 23 b) Actual delays in activities which, according to the Baseline schedule, 24 do not affect any Contract completion date shown by the critical path in 25 the network will not be the basis for a change therein. 26 2. Submit each request for change in Contract completion date to the City within 30 27 days after the beginning of the delay for which a time extension is requested but 28 before the date of final payment under this Contract. 29 a. No time extension will be granted for requests which are not submitted within 30 the foregoing time limit. 31 b. From time to time, it may be necessary for the Contract schedule or completion 32 time to be adjusted by the City to reflect the effects of job conditions,weather, 33 technical difficulties, strikes, unavoidable delays on the part of the City or its 34 representatives, and other unforeseeable conditions which may indicate 35 schedule adjustments or completion time extensions. 36 1) Under such conditions,the City will direct the Contractor to reschedule the 37 work or Contract completion time to reflect the changed conditions and the 38 Contractor shall revise his schedule accordingly. 39 a) No additional compensation will be made to the Contractor for such 40 schedule changes except for unavoidable overall contract time 41 extensions beyond the actual completion of unaffected work,in which 42 case the Contractor shall take all possible action to minimize any time 43 extension and any additional cost to the City. 44 b) Available float time in the Baseline schedule may be used by the City 45 as well as by the Contractor. 46 3. Float or slack time is defined as the amount of time between the earliest start date 47 and the latest start date or between the earliest finish date and the latest finish date 48 of a chain of activities on the Baseline Schedule. CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall Revised July 1,2011 City Project No.01303 013216-4 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 5 1 a. Float or slack time is not for the exclusive use or benefit of either the 2 Contractor or the City. 3 b. Proceed with work according to early start dates,and the City shall have the 4 right to reserve and apportion float time according to the needs of the project. 5 c. Acknowledge and agree that actual delays,affecting paths of activities 6 containing float time,will not have any effect upon contract completion times, 7 providing that the actual delay does not exceed the float time associated with 8 those activities. 9 E. Coordinating Schedule with Other Contract Schedules 10 1. Where work is to be performed under this Contract concurrently with or contingent 11 upon work performed on the same facilities or area under other contracts,the 12 Baseline Schedule shall be coordinated with the schedules of the other contracts. 13 a. Obtain the schedules of the other appropriate contracts from the City for the 14 preparation and updating of Baseline schedule and make the required changes 15 in his schedule when indicated by changes in corresponding schedules. 16 2. In case of interference between the operations of different contractors,the City will 17 determine the work priority of each contractor and the sequence of work necessary 18 to expedite the completion of the entire Project. 19 a. In such cases,the decision of the City shall be accepted as final. 20 b. The temporary delay of any work due to such circumstances shall not be 21 considered as justification for claims for additional compensation. 22 1.5 SUBMITTALS 23 A. Baseline Schedule 24 1. Submit Schedule in native file format and pdf format as required in the City of Fort 25 Worth Schedule Guidance Document. 26 a. Native file format includes: 27 1) Primavera(P6 or Primavera Contractor) 28 2. Submit draft baseline Schedule to City prior to the pre-construction meeting and 29 bring in hard copy to the meeting for review and discussion. 30 B. Progress Schedule 31 1. Submit progress Schedule in native file format and pdf format as required in the 32 City of Fort Worth Schedule Guidance Document. 33 2. Submit progress Schedule monthly no later than the last day of the month. 34 C. Schedule Narrative 35 1. Submit the schedule narrative in pdf format as required in the City of Fort Worth 36 Schedule Guidance Document. 37 2. Submit schedule narrative monthly no later than the last day of the month. 38 D. Submittal Process 39 1. The City administers and manages schedules through Buzzsaw. 40 2. Contractor shall submit documents as required in the City of Fort Worth Schedule 41 Guidance Document. 42 3. Once the project has been completed and Final Acceptance has been issued by the 43 City,no further progress schedules are required. CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall Revised July 1,2011 City Project No.01303 013216-5 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 5 1 1.6 ACTION SUBMITTALSANFORMATIONAL 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 USED] 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 END OF SECTION 17 Revision Log DATE NAME SUMMARY OF CHANGE 18 19 20 CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall Revised July 1,2011 City Project No.01303 THIS PAGE INTENTAILLY LEFT BLANK 013233-1 PRECONSTRUCTION VIDEO Page 1 of 2 1 SECTION 0132 33 2 PRECONSTRUCTION VIDEO 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Administrative and procedural requirements for: 7 a. Preconstruction Videos 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include,but are not necessarily limited to: 11 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 12 2. Division 1 —General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Preconstruction Video 20 1. Produce a preconstruction video of the site/alignment, including all areas in the 21 vicinity of and to be affected by construction. 22 a. Provide digital copy of video upon request by the City. 23 2. Retain a copy of the preconstruction video until the end of the maintenance surety 24 period. 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 1.11 FIELD [SITE] CONDITIONS [NOT USED] 32 1.12 WARRANTY [NOT USED] 33 PART 2- PRODUCTS [NOT USED] CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station Sewer Outfall Revised July 1,2011 City Project No.01303 013233-2 PRECONSTRUCTION VIDEO Page 2 of 2 1 PART 3- EXECUTION[NOT USED] 2 END OF SECTION 3 Revision Log DATE NAME SUMMARY OF CHANGE 4 CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station Sewer Ou fall Revised July 1,2011 City Project No.01303 013300-1 SUBMITTALS Page I of 8 1 SECTION 0133 00 2 SUBMITTALS 3 PART1 - GENERAL 4 1.1 SUMMARY 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 Contract 16 2. Division 1 —General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMI.NISTRATIVE REQUIREMENTS 23 A. Coordination 24 1. Notify the City in writing, at the time of submittal,of any deviations in the 25 submittals from the requirements of the Contract Documents. 26 2. Coordination of Submittal Times 27 a. Prepare,prioritize and transmit each submittal sufficiently in advance of 28 performing the related Work or other applicable activities, or within the time 29 specified in the individual Work Sections, of the Specifications. 30 b. Contractor is responsible such that the installation will not be delayed by 31 processing times including,but not limited to: 32 a) Disapproval and resubmittal(if required) 33 b) Coordination with other submittals 34 c) Testing 35 d) Purchasing 36 e) Fabrication 37 f) Delivery 38 g) Similar sequenced activities CrrY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall Revised December 20,2012 013300-2 SUBMTITALS Page 2 of 8 1 c. No extension of time will be authorized because of the Contractor's failure to 2 transmit submittals sufficiently in advance of the Work. 3 d. Make submittals promptly in accordance with approved schedule,and in such 4 sequence as to cause no delay in the Work or in the work of any other 5 contractor. 6 B. Submittal Numbering 7 1. When submitting shop drawings or samples,utilize a 9-character submittal cross- 8 reference identification numbering system in the following manner: 9 a. Use the first 6 digits of the applicable Specification Section Number. 10 b. For the next 2 digits number use numbers 01-99 to sequentially number each 11 initial separate item or drawing submitted under each specific Section number. 12 c. Last use a letter,A-Z,indicating the resubmission of the same drawing(i.e. 13 A=2nd submission,B=3rd submission,C=4th submission,etc.). A typical 14 submittal number would be as follows: 15 16 03 30 00-08-B 17 18 1) 03 30 00 is the Specification Section for Concrete 19 2) 08 is the eighth initial submittal under this Specification Section 20 3) B is the third submission(second resubmission)of that particular shop 21 drawing 22 C. Contractor Certification 23 1. Review shop drawings,product data and samples,including those by 24 subcontractors,prior to submission to determine and verify the following: 25 a. Field measurements 26 b. Field construction criteria 27 c. Catalog numbers and similar data 28 d. Conformance with the Contract Documents 29 2. Provide each shop drawing,sample and product data submitted by the Contractor 30 with a Certification Statement affixed including: 31 a. The Contractor's Company name 32 b. Signature of submittal reviewer 33 c. Certification Statement 34 1) `By this submittal,I hereby represent that I have determined and verified 35 field measurements,field construction criteria,materials,dimensions, 36 catalog numbers and similar data and I have checked and coordinated each 37 item with other applicable approved shop drawings." 38 D. Submittal Format 39 1. Fold shop drawings larger than 81/2 inches x 11 inches to 8 Sh inches x 1 linches. 40 2. Bind shop drawings and product data sheets together. 41 3. Order 42 a. Cover Sheet 43 1) Description of Packet 44 2) Contractor Certification 45 b. List of items/Table of Contents 46 c. Product Data/Shop Drawings/Samples/Calculations 47 E. Submittal Content CrrY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall Revised December 20,2012 013300-3 SUBN=ALS Page 3 of 8 1 1. The date of submission and the dates of any previous submissions 2 2. The Project title and number 3 3. Contractor identification 4 4. The names of: 5 a. Contractor 6 b. Supplier 7 c. Manufacturer 8 5. Identification of the product, with the Specification Section number,page and 9 paragraph(s) 10 6. Field dimensions, clearly identified as such 11 7. Relation to adjacent or critical features of the Work or materials 12 8. Applicable standards, such as ASTM or Federal Specification numbers 13 9. Identification by highlighting of deviations from Contract Documents 14 10. Identification by highlighting of revisions on resubmittals 15 11. An 8-inch x 3-inch blank space for Contractor and City stamps 16 F. Shop Drawings 17 1. As specified in individual Work Sections includes,but is not necessarily limited to: 18 a. Custom-prepared data such as fabrication and erection/installation(working) 19 drawings 20 b. Scheduled information 21 c. Setting diagrams 22 d. Actual shopwork manufacturing instructions 23 e. Custom templates 24 f. Special wiring diagrams 25 g. Coordination drawings 26 h. Individual system or equipment inspection and test reports including: 27 1) Performance curves and certifications 28 i. As applicable to the Work 29 2. Details 30 a. Relation of the various parts to the main members and lines of the structure 31 b. Where correct fabrication of the Work depends upon field measurements 32 1) Provide such measurements and note on the drawings prior to submitting 33 for approval. 34 G. Product Data 35 1. For submittals of product data for products included on the City's Standard Product 36 List,clearly identify each item selected for use on the Project. 37 2. For submittals of product data for products not included on the City's Standard 38 Product List,submittal data may include,but is not necessarily limited to: 39 a. Standard prepared data for manufactured products (sometimes referred to as 40 catalog data) 41 1) Such as the manufacturer's product specification and installation 42 instructions 43 2) Availability of colors and patterns 44 3) Manufacturer's printed statements of compliances and applicability 45 4) Roughing-in diagrams and templates CI ;OF FORT WO_.— Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &h1altom City Meter Station and Sewer Outfall Revised December 20,2012 013300-4 SUBMITTALS Page 4 of 8 1 5) Catalog cuts 2 6) Product photographs 3 7) Standard wiring diagrams 4 8) Printed performance curves and operational-range diagrams 5 9) Production or quality control inspection and test reports and certifications 6 10)Mill reports 7 11) Product operating and maintenance instructions and recommended 8 spare-parts listing and printed product warranties 9 12)As applicable to the Work 10 H. Samples 11 1. As specified in individual Sections,include,but are not necessarily limited to: 12 a. Physical examples of the Work such as: 13 1) Sections of manufactured or fabricated Work 14 2) Small cuts or containers of materials 15 3) Complete units of repetitively used products color/texture/pattern swatches 16 and range sets 17 4) Specimens for coordination of visual effect 18 5) Graphic symbols and units of Work to be used by the City for independent 19 inspection and testing,as applicable to the Work 20 I. Do not start Work requiring a shop drawing,sample or product data nor any material to 21 be fabricated or installed prior to the approval or qualified approval of such item. 22 1. Fabrication performed,materials purchased or on-site construction accomplished 23 which does not conform to approved shop drawings and data is at the Contractor's 24 risk. 25 2. The City will not be liable for any expense or delay due to corrections or remedies 26 required to accomplish conformity. 27 3. Complete project Work,materials,fabrication,and installations in conformance 28 with approved shop drawings,applicable samples, and product data. 29 J. Submittal Distribution 30 1. Electronic Distribution 31 a. Confirm development of Project directory for electronic submittals to be 32 uploaded to City's Buzzsaw site,or another external FTP site approved by the 33 City. 34 b. Shop Drawings 35 1) Upload submittal to designated project directory and notify appropriate 36 City representatives via email of submittal posting. 37 2) Hard Copies 38 a) 3 copies for all submittals 39 b) If Contractor requires more than 1 hard copy of Shop Drawings 40 returned,Contractor shall submit more than the number of copies listed 41 above. 42 c. Product Data 43 1) Upload submittal to designated project directory and notify appropriate 44 City representatives via email of submittal posting. 45 2) Hard Copies 46 a) 3 copies for all submittals 47 d. Samples CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall Revised December 20,2012 013300-5 SUEimn-rALS Page 5 of 8 1 1) Distributed to the Project Representative 2 2. Hard Copy Distribution (if required in lieu of electronic distribution) 3 a. Shop Drawings 4 1) Distributed to the City 5 2) Copies 6 a) 8 copies for mechanical submittals 7 b) 7 copies for all other submittals 8 c) If Contractor requires more than 3 copies of Shop Drawings returned, 9 Contractor shall submit more than the number of copies listed above. 10 b. Product Data 11 1) Distributed to the City 12 2) Copies 13 a) 4 copies 14 c. Samples 15 1) Distributed to the Project Representative 16 2) Copies 17 a) Submit the number stated in the respective Specification Sections. 18 3. Distribute reproductions of approved shop drawings and copies of approved 19 product data and samples, where required, to the job site file and elsewhere as 20 directed by the City. 21 a. Provide number of copies as directed by the City but not exceeding the number 22 previously specified. 23 K. Submittal Review 24 1. The review of shop drawings,data and samples will be for general conformance 25 with the design concept and Contract Documents. This is not to be construed as: 26 a. Permitting any departure from the Contract requirements 27 b. Relieving the Contractor of responsibility for any errors,including details, 28 dimensions, and materials 29 c. Approving departures from details furnished by the City,except as otherwise 30 provided herein 31 2. The review and approval of shop drawings, samples or product data by the City 32 does not relieve the Contractor from his/her responsibility with regard to the 33 fulfillment of the terms of the Contract. 34 a. All risks of error and omission are assumed by the Contractor, and the City will 35 have no responsibility therefore. 36 3. The Contractor remains responsible for details and accuracy, for coordinating the 37 Work with all other associated work and trades,for selecting fabrication processes, 38 for techniques of assembly and for performing Work in a safe manner. 39 4. If the shop drawings, data or samples as submitted describe variations and show a 40 departure from the Contract requirements which City finds to be in the interest of 41 the City and to be so minor as not to involve a change in Contract Price or time for 42 performance, the City may return the reviewed drawings without noting an 43 exception. 44 5. Submittals will be returned to the Contractor under 1 of the following codes: 45 a. Code 1 46 1) "NO EXCEPTIONS TAKEN' is assigned when there are no notations or 47 comments on the submittal. CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall Revised December 20,2012 013300-6 SUBMITTALS Page 6 of 8 1 a) When returned under this code the Contractor may release the 2 equipment and/or material for manufacture. 3 b. Code 2 4 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of 5 the notations and comments IS NOT required by the Contractor. 6 a) The Contractor may release the equipment or material for manufacture; 7 however,all notations and comments must be incorporated into the 8 final product. 9 c. Code 3 10 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is 11 assigned when notations and comments are extensive enough to require a 12 resubmittal of the package. 13 a) The Contractor may release the equipment or material for manufacture; 14 however,all notations and comments must be incorporated into the 15 final product. 16 b) This resubmittal is to address all comments,omissions and 17 non-conforming items that were noted. 18 c) Resubmittal is to be received by the City within 15 Calendar Days of 19 the date of the City's transmittal requiring the resubmittal. 20 d. Code 4 21 1) "NOT APPROVED"is assigned when the submittal does not meet the 22 intent of the Contract Documents. 23 a) The Contractor must resubmit the entire package revised to bring the 24 submittal into conformance. 25 b) It may be necessary to resubmit using a different manufacturer/vendor 26 to meet the Contract Documents. 27 6. Resubmittals 28 a. Handled in the same manner as first submittals 29 1) Corrections other than requested by the City 30 2) Marked with revision triangle or other similar method 31 a) At Contractor's risk if not marked 32 b. Submittals for each item will be reviewed no more than twice at the City's 33 expense. 34 1) All subsequent reviews will be performed at times convenient to the City 35 and at the Contractor's expense,based on the City's or City 36 Representative's then prevailing rates. 37 2) Provide Contractor reimbursement to the City within 30 Calendar Days for 38 all such fees invoiced by the City. 39 c. The need for more than 1 resubmission or any other delay in obtaining City's 40 review of submittals,will not entitle the Contractor to an extension of Contract 41 Time. 42 7. Partial Submittals 43 a. City reserves the right to not review submittals deemed partial,at the City's 44 discretion. 45 b. Submittals deemed by the City to be not complete will be returned to the 46 Contractor,and will be considered"Not Approved"until resubmitted. 47 c. The City may at its option provide a list or mark the submittal directing the 48 Contractor to the areas that are incomplete. CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall Revised December 20,2012 013300-7 SUBMITTALS Page 7 of 8 1 8. If the Contractor considers any correction indicated on the shop drawings to 2 constitute a change to the Contract Documents,then written notice must be 3 provided thereof to the City at least 7 Calendar Days prior to release for 4 manufacture. 5 9. When the shop drawings have been completed to the satisfaction of the City,the 6 Contractor may carry out the construction in accordance therewith and no further 7 changes therein except upon written instructions from the City. 8 10. Each submittal, appropriately coded,will be returned within 30 Calendar Days 9 following receipt of submittal by the City. 10 L. Mock ups 11 1. Mock Up units as specified in individual Sections,include,but are not necessarily 12 limited to, complete units of the standard of acceptance for that type of Work to be 13 used on the Project. Remove at the completion of the Work or when directed. 14 M. Qualifications 15 1. If specifically required in other Sections of these Specifications, submit a P.E. 16 Certification for each item required. 17 N. Request for Information(RFI) 18 1. Contractor Request for additional information 19 a. Clarification or interpretation of the contract documents 20 b. When the Contractor believes there is a conflict between Contract Documents 21 c. When the Contractor believes there is a conflict between the Drawings and 22 Specifications 23 1) Identify the conflict and request clarification 24 2, Use the Request for Information(RFI)form provided by the City. 25 3. Numbering of RFI 26 a. Prefix with"RFI"followed by series number, "-xxx",beginning with"01"and 27 increasing sequentially with each additional transmittal. 28 4. Sufficient information shall be attached to permit a written response without further 29 information. 30 5. The City will log each request and will review the request. 31 a. If review of the project information request indicates that a change to the 32 Contract Documents is required,the City will issue a Field Order or Change 33 Order,as appropriate. 34 1.5 SUBMITTALS[NOT USED] 35 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 36 1.7 CLOSEOUT SUBMITTALS [NOT USED] 37 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 38 1.9 QUALITY ASSURANCE[NOT USED] 39 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 40 1.11 FIELD [SITE] CONDITIONS [NOT USED] 41 1.12 WARRANTY[NOT USED] CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase l STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall Revised December 20,2012 013300-8 SUBMITTALS Page 8 of 8 1 PART 2- PRODUCTS[NOT USED] 2 PART 3- EXECUTION[NOT USED] 3 END OF SECTION 4 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 1.4.K.8.Working Days modified to Calendar Days 5 CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall Revised December 20,2012 013513-1 SPECIAL PROJECT PROCEDURES Page 1 of 8 1 SECTION 013513 2 SPECIAL PROJECT PROCEDURES 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedures for special project circumstances that includes,but is not limited to: 7 a. Coordination with the Texas Department of Transportation 8 b. Work near High Voltage Lines 9 c. Confined Space Entry Program 10 d. Air Pollution Watch Days 11 e. Use of Explosives, Drop Weight,Etc. 12 f. Water Department Notification 13 g. Public Notification Prior to Beginning Construction 14 h. Coordination with United States Army Corps of Engineers 15 i. Coordination within Railroad permits areas 16 j. Dust Control 17 k. Employee Parking 18 B. Deviations from this City of Fort Worth Standard Specification 19 1. None. 20 C. Related Specification Sections include,but are not necessarily limited to: 21 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 22 2. Division 1 —General Requirements 23 3. Section 33 12 25—Connection to Existing Water Mains 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment 26 1. Coordination within Railroad permit areas 27 a. Measurement 28 1) Measurement for this Item will be by lump sum. 29 b. Payment 30 1) The work performed and materials furnished in accordance with this Item 31 will be paid for at the lump sum price bid for Railroad Coordination. 32 c. The price bid shall include: 33 1) Mobilization 34 2) Inspection 35 3) Safety training 36 4) Additional Insurance 37 5) Insurance Certificates 38 6) Other requirements associated with general coordination with Railroad, 39 including additional employees required to protect the right-of-way and 40 property of the Railroad from damage arising out of and/or from the 41 construction of the Project. CITY OF FORT WORTH Big Fossil Creek Parallel°el Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMEN'T'S &Haltom City Meter Station and Sewer Outfall Revised December 20,2012 013513-2 SPECIAL PROJECT PROCEDURES Page 2 of 8 1 2. Railroad Flagmen 2 a. Measurement 3 1) Measurement for this Item will be per working day. 4 b. Payment 5 1) The work performed and materials furnished in accordance with this Item 6 will be paid for each working day that Railroad Flagmen are present at the 7 Site. 8 c. The price bid shall include: 9 1) Coordination for scheduling flagmen 10 2) Flagmen 11 3) Other requirements associated with Railroad 12 3. All other items 13 a. Work associated with these Items is considered subsidiary to the various Items 14 bid. No separate payment will be allowed for this Item. 15 1.3 REFERENCES 16 A. Reference Standards 17 1. Reference standards cited in this Specification refer to the current reference 18 standard published at the time of the latest revision date logged at the end of this 19 Specification,unless a date is specifically cited. 20 2. Health and Safety Code,Title 9.Safety,Subtitle A.Public Safety,Chapter 752. 21 High Voltage Overhead Lines. 22 3. North Central Texas Council of Governments(NCTCOG)—Clean Construction 23 Specification 24 1.4 ADMINISTRATIVE REQUIREMENTS 25 A. Coordination with the Texas Department of Transportation 26 1. When work in the right-of-way which is under the jurisdiction of the Texas 27 Department of Transportation(TxDOT): 28 a. Notify the Texas Department of Transportation prior to commencing any work 29 therein in accordance with the provisions of the permit 30 b. All work performed in the TxDOT right-of-way shall be performed in 31 compliance with and subject to approval from the Texas Department of 32 Transportation 33 B. Work near High Voltage Lines 34 1. Regulatory Requirements 35 a. All Work near High Voltage Lines(more than 600 volts measured between 36 conductors or between a conductor and the ground) shall be in accordance with 37 Health and Safety Code,Title 9,Subtitle A,Chapter 752. 38 2. Warning sign 39 a. Provide sign of sufficient size meeting all OSHA requirements. 40 3. Equipment operating within 10 feet of high voltage lines will require the following 41 safety features 42 a. Insulating cage-type of guard about the boom or arm 43 b. Insulator links on the lift hook connections for back hoes or dippers 44 c. Equipment must meet the safety requirements as set forth by OSHA and the 45 safety requirements of the owner of the high voltage lines CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase l STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall Revised December 20,2012 013513-3 SPECIAL PROJECT PROCEDURES Page 3 of 8 1 4. Work within 6 feet of high voltage electric lines 2 a. Notification shall be given to: 3 1) The power company(example:ONCOR) 4 a) Maintain an accurate log of all such calls to power company and record 5 action taken in each case. 6 b. Coordination with power company 7 1) After notification coordinate with the power company to: 8 a) Erect temporary mechanical barriers,de-energize the lines,or raise or 9 lower the lines 10 c. No personnel may work within 6 feet of a high voltage line before the above 11 requirements have been met. 12 C. Confined Space Entry Program 13 1. Provide and follow approved Confined Space Entry Program in accordance with 14 OSHA requirements. 15 2. Confined Spaces include: 16 a. Manholes 17 b. All other confined spaces in accordance with OSHA's Permit Required for 18 Confined Spaces 19 D. Air Pollution Watch Days 20 1. General 21 a. Observe the following guidelines relating to working on City construction sites 22 on days designated as"AIR POLLUTION WATCH DAYS". 23 b. Typical Ozone Season 24 1) May 1 through October 31. 25 c. Critical Emission Time 26 1) 6:00 a.m.to 10:00 a.m. 27 2. Watch Days 28 a. The Texas Commission on Environmental Quality(TCEQ),in coordination 29 with the National Weather Service,will issue the Air Pollution Watch by 3:00 30 p.m.on the afternoon prior to the WATCH day. 31 b. Requirements 32 1) Begin work after 10:00 a.m.whenever construction phasing requires the 33 use of motorized equipment for periods in excess of 1 hour. 34 2) However,the Contractor may begin work prior to 10:00 a.m.if. 35 a) Use of motorized equipment is less than 1 hour,or 36 b) If equipment is new and certified by EPA as "Low Emitting",or 37 equipment bums Ultra Low Sulfur Diesel(ULSD),diesel emulsions,or 38 alternative fuels such as CNG. 39 E. TCEQ Air Permit 40 1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ. 41 F. Use of Explosives,Drop Weight,Etc. 42 1. When Contract Documents permit on the project the following will apply: 43 a. Public Notification 44 1) Submit notice to City and proof of adequate insurance coverage,24 hours 45 prior to commencing. 46 2) Minimum 24 hour public notification in accordance with Section 0131 13 CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom Cify Meter Station and Sewer Outfall Revised December 20,2012 013513-6 SPECIAL PROJECT PROCEDURES Page 6 of 8 1 N. {Coordination with North Central Texas Council of Governments(NCTCOG)Clean 2 Construction Specification[if required for the project—verify with City] 3 1. Comply with equipment,operational,reporting and enforcement requirements set 4 forth in NCTCOG's Clean Construction Specification.} 5 1.5 SUBMITTALS [NOT USED] 6 1.6 ACTION SUBMITTALSXiFORMATIONAL SUBMITTALS[NOT USED] 7 1.7 CLOSEOUT SUBMITTALS [NOT USED] 8 1.8 MAINTENANCE MATERIAL SUBMITTALS[NOT USED] 9 1.9 QUALITY ASSURANCE[NOT USED] 10 1.10 DELIVERY,STORAGE,AND HANDLING[NOT USED] 11 1.11 FIELD[SITE] CONDITIONS [NOT USED] 12 1.12 WARRANTY[NOT USED] 13 PART 2- PRODUCTS [NOT USED] 14 PART 3- EXECUTION[NOT USED] 15 END OF SECTION 16 Revision Log DATE NAME SUMMARY OF CHANGE 1.4.B—Added requirement of compliance with Health and Safety Code,Title 9. 8/31/2012 D.Johnson Safety,Subtitle A.Public Safety,Chapter 752.High Voltage Overhead Lines. 1.4.E—Added Contractor responsibility for obtaining a TCEQ Air Permit 17 CrrY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 8t Haltom City Meter Station and Sewer Outfall Revised December 20,2012 013513-7 SPECIAL PROJECT PROCEDURES Page 7 of 8 1 EXHIBIT A 2 (To be printed on Contractor's Letterhead) 3 4 5 6 Date: 7 8 CPN No.: 9 Project Name: 10 Mapsco Location: 11 Limits of Construction: 12 13 14 15 16 17 THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT 18 WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR 19 PROPERTY. 20 21 CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE 22 OF THIS NOTICE. 23 24 IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER 25 ISSUE, PLEASE CALL: 26 27 28 Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> 29 30 OR 31 32 Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> 33 34 AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 35 36 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL 37 CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall Revised December 20,2012 013513-8 SPECIAL PROJECT PROCEDURES Page 8 of 8 1 EXHIBIT B 2 FORT WORTH DOE MO.xi= name: NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT-OUT,PLEASE CALL: MR. AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR MR. AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, ,CONTRACTOR 4 CITY OF FORT WORTH, Big Fossil Creek Parallel Relief Sanitary Sewer,Phase l STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall Revised December 20,2012 014523-1 TESTING AND INSPECTION SERVICES Page 1 of 2 1 SECTION 0145 23 2 TESTING AND INSPECTION SERVICES 3 PART1 - 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 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 a. Contractor is responsible for performing,coordinating,and payment of all 17 Quality Control testing. 18 b. City is responsible for performing and payment for first set of Quality 19 Assurance testing. 20 1) If the first Quality Assurance test performed by the City fails,the 21 Contractor is responsible for payment of subsequent Quality Assurance 22 testing until a passing test occurs. 23 a) Final acceptance will not be issued by City until all required payments 24 for testing by Contractor have been paid in full. 25 1.3 REFERENCES [NOT USED] 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Testing 28 1. Complete testing in accordance with the Contract Documents. 29 2. Coordination 30 a. When testing is required to be performed by the City, notify City, sufficiently 31 in advance,when testing is needed. 32 b. When testing is required to be completed by the Contractor,notify City, 33 sufficiently in advance,that testing will be performed. 34 3. Distribution of Testing Reports 35 a. Electronic Distribution 36 1) Confirm development of Project directory for electronic submittals to be 37 uploaded to City's Buzzsaw site,or another external FTP site approved by 38 the City. 39 2) Upload test reports to designated project directory and notify appropriate 40 City representatives via email of submittal posting. CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall Revised July 1,2011 City Project No.01303 014523-2 TESTING AND INSPECTION SERVICES Page 2 of 2 1 3) Hard Copies 2 a) 1 copy for all submittals submitted to the Project Representative 3 b. Hard Copy Distribution(if required in lieu of electronic distribution) 4 1) Tests performed by City 5 a) Distribute 1 hard copy to the Contractor 6 2) Tests performed by the Contractor 7 a) Distribute 3 hard copies to City's Project Representative 8 4. Provide City's Project Representative with trip tickets for each delivered load of 9 Concrete or Lime material including the following information: 10 a. Name of pit 11 b. Date of delivery 12 c. Material delivered 13 B. Inspection 14 1. Inspection or lack of inspection does not relieve the Contractor from obligation to 15 perform work in accordance with the Contract Documents. 16 1.5 SUBMITTALS [NOT USED] 17 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 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 DELIVERY,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[NOT USED] 26 END OF SECTION 27 Revision Log DATE NAME SUMMARY OF CHANGE 28 CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS do Haltom City Meter Station and Sewer Outfall Revised July 1,2011 City Project No.01303 015000-1 TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 1 SECTION 0150 00 2 TEMPORARY FACILITIES AND CONTROLS 3 PART1 - 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 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 bid. 21 No separate payment will be allowed for this Item. 22 1.3 REFERENCES [NOT USED] 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 A. Temporary Utilities 25 1. Obtaining Temporary Service 26 a. Make arrangements with utility service companies for temporary services. 27 b. Abide by rules and regulations of utility service companies or authorities 28 having jurisdiction. 29 c. Be responsible for utility service costs until Work is approved for Final 30 Acceptance. 31 1) Included are fuel,power,light,heat and other utility services necessary for 32 execution,completion,testing and initial operation of Work. 33 2. Water 34 a. Contractor to provide water required for and in connection with Work to be 35 performed and for specified tests of piping,equipment, devices or other use as 36 required for the completion of the Work. 37 b. Provide and maintain adequate supply of potable water for domestic 38 consumption by Contractor personnel and City's Project Representatives. 39 c. Coordination 40 1) Contact City 1 week before water for construction is desired CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall Revised July 1,2011 City Project No.01303 015000-2 TEMPORARY FACILrr1ES AND CONTROLS Page 2 of 4 1 d. Contractor Payment for Construction Water 2 1) Obtain construction water meter from City for payment as billed by City's 3 established rates. 4 3. Electricity and Lighting 5 a. Provide and pay for electric powered service as required for Work,including 6 testing of Work. 7 1) Provide power for lighting,operation of equipment,or other use. 8 b. Electric power service includes temporary power service or generator to 9 maintain operations during scheduled shutdown. 10 4. Telephone 11 a. Provide emergency telephone service at Site for use by Contractor personnel 12 and others performing work or furnishing services at Site. 13 5. Temporary Heat and Ventilation 14 a. Provide temporary heat as necessary for protection or completion of Work. 15 b. Provide temporary heat and ventilation to assure safe working conditions. 16 B. Sanitary Facilities 17 1. Provide and maintain sanitary facilities for persons on Site. 18 a. Comply with regulations of State and local departments of health. 19 2. Enforce use of sanitary facilities by construction personnel at job site. 20 a. Enclose and anchor sanitary facilities. 21 b. No discharge will be allowed from these facilities. 22 c. Collect and store sewage and waste so as not to cause nuisance or health 23 problem. 24 d. Haul sewage and waste off-site at no less than weekly intervals and properly 25 dispose in accordance with applicable regulation. 26 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 27 4. Remove facilities at completion of Project 28 C. Storage Sheds and Buildings 29 1. Provide adequately ventilated,watertight,weatherproof storage facilities with floor 30 above ground level for materials and equipment susceptible to weather damage. 31 2. Storage of materials not susceptible to weather damage may be on blocks off 32 ground. 33 3. Store materials in a neat and orderly manner. 34 a. Place materials and equipment to permit easy access for identification, 35 inspection and inventory. 36 4. Equip building with lockable doors and lighting,and provide electrical service for 37 equipment space heaters and heating or ventilation as necessary to provide storage 38 environments acceptable to specified manufacturers. 39 5. Fill and grade site for temporary structures to provide drainage away from 40 temporary and existing buildings. 41 6. Remove building from site prior to Final Acceptance. 42 D. Temporary Fencing 43 1. Provide and maintain for the duration or construction when required in contract 44 documents 45 E. Dust Control CrrY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall Revised July 1,2011 City Project No.01303 015000-3 TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 1 1. Contractor is responsible for maintaining dust control through the duration of the 2 project. 3 a. Contractor remains on-call at all times 4 b. Must respond in a timely manner 5 F. Temporary Protection of Construction 6 1. Contractor or subcontractors are responsible for protecting Work from damage due 7 to weather. 8 1.5 SUBMITTALS [NOT USED] 9 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE [NOT USED] 13 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 14 1.11 FIELD [SITE] CONDITIONS [NOT USED] 15 1.12 WARRANTY [NOT USED] 16 PART 2- PRODUCTS [NOT USED] 17 PART 3- EXECUTION [NOT USED] 18 3.1 INSTALLERS [NOT USED] 19 3.2 EXAMINATION[NOT USED] 20 3.3 PREPARATION[NOT USED] 21 3.4 INSTALLATION 22 A. Temporary Facilities 23 1. Maintain all temporary facilities for duration of construction activities as needed. 24 3.5 [REPAIR]/[RESTORATION] 25 3.6 RE-INSTALLATION 26 3.7 FIELD[OR] SITE QUALITY CONTROL[NOT USED] 27 3.8 SYSTEM STARTUP[NOT USED] 28 3.9 ADJUSTING[NOT USED] 29 3.10 CLEANING [NOT USED] 30 3.11 CLOSEOUT ACTIVITIES 31 A. Temporary Facilities CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall Revised July 1,2011 City Project No.01303 015000-4 TEMPORARY FACII.rCIES AND CONTROLS Page 4 of 4 1 1. Remove all temporary facilities and restore area after completion of the Work,to a 2 condition equal to or better than prior to start of Work. 3 3.12 PROTECTION[NOT USED] 4 3.13 MAINTENANCE[NOT USED] 5 3.14 ATTACHMENTS[NOT USED] 6 END OF SECTION 7 Revision Log DATE NAME SUMMARY OF CHANGE g CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS do Haltom City Meter Station and Sewer Otttfall Revised July 1,2011 City Project No.01303 015526-1 STREET USE PERMrr AND MODIFICATIONS TO TRAFFIC CONTROL Page 1 of 4 1 SECTION 0155 26 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Administrative procedures for: 7 a. Street Use Permit 8 b. Modification of approved traffic control 9 c. Removal of Street Signs 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include,but are not necessarily limited to: 13 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 14 2. Division 1—General Requirements 15 3. Section 34 71 13—Traffic Control 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES 21 A. Reference Standards 22 1. Reference standards cited in this specification refer to the current reference standard 23 published at the time of the latest revision date logged at the end of this 24 specification,unless a date is specifically cited. 25 2. Texas Manual on Uniform Traffic Control Devices(TMUTCD). 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Traffic Control 28 1. General 29 a. When traffic control plans are included in the Drawings,provide Traffic 30 Control in accordance with Drawings and Section 34 7113. 31 b. When traffic control plans are not included in the Drawings,prepare traffic 32 control plans in accordance with Section 34 71 13 and submit to City for 33 review. 34 1) Allow minimum 10 working days for review of proposed Traffic Control. 35 B. Street Use Permit 36 1. Prior to installation of Traffic Control,a City Street Use Permit is required. 37 a. To obtain Street Use Permit,submit Traffic Control Plans to City 38 Transportation and Public Works Department. CrrY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall Revised July 1,2011 City Project No.01303 015526-2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 4 1 1) Allow a minimum of 5 working days for permit review. 2 2) Contractor's responsibility to coordinate review of Traffic Control plans for 3 Street Use Permit,such that construction is not delayed. 4 C. Modification to Approved Traffic Control 5 1. Prior to installation traffic control: 6 a. Submit revised traffic control plans to City Department Transportation and 7 Public Works Department. 8 1) Revise Traffic Control plans in accordance with Section 34 71 13. 9 2) Allow minimum 5 working days for review of revised Traffic Control. 10 3) It is the Contractor's responsibility to coordinate review of Traffic Control 11 plans for Street Use Permit,such that construction is not delayed. 12 D. Removal of Street Sign 13 1. If it is determined that a street sign must be removed for construction,then contact 14 City Transportation and Public Works Department,Signs and Markings Division to 15 remove the sign. 16 E. Temporary Signage 17 1. In the case of regulatory signs,replace permanent sign with temporary sign meeting 18 requirements of the latest edition of the Texas Manual on Uniform Traffic Control 19 Devices(MUTCD). 20 2. Install temporary sign before the removal of permanent sign. 21 3. When construction is complete,to the extent that the permanent sign can be 22 reinstalled,contact the City Transportation and Public Works Department,Signs 23 and Markings Division,to reinstall the permanent sign. 24 F. Traffic Control Standards 25 1. Traffic Control Standards can be found on the City's Buzzsaw website. 26 1.5 SUBMITTALS [NOT USED] 27 1.6 ACTION SUBMITTALSAMORMATIONAL SUBMITTALS [NOT USED] 28 1.7 CLOSEOUT SUBMITTALS [NOT USED] 29 1.8 MAINTENANCE MATERIAL SUBMITTALS[NOT USED] 30 1.9 QUALITY ASSURANCE[NOT USED] 31 1.10 DELIVERY,STORAGE,AND HANDLING[NOT USED] 32 1.11 FIELD [SITE] CONDITIONS [NOT USED] 33 1.12 WARRANTY [NOT USED] 34 PART 2- PRODUCTS [NOT USED] 35 PART 3- EXECUTION[NOT USED] 36 END OF SECTION CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS do Haltom City Meter Station and Sewer Outfall Revised July 1,2011 City Project No.01303 015526-3 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 4 1 Revision Log DATE NAME SUMMARY OF CHANGE 2 3 CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer OatfaLl Revised July 1,2011 City Project No.01303 015526-4 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 4 of 4 1 2 3 4 5 6 7 8 9 10 11 12 (THIS PAGE INTENTIONALLY LEFT BLANK) 13 CITY OF FORT WORTH Big Fossil Creek Parallel Relief SanUary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall Revised July 1,2011 City Project No.01303 0157 13-1 STORM WATER POLLUTION PREVENTION Page I of 4 1 SECTION 015713 2 STORM WATER POLLUTION PREVENTION 3 PART1 - 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. 1.3.B.3. 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0— Bidding Requirements,Contract Forms and Conditions of the 11 Contract 12 2. Division 1 —General Requirements 13 3. Section 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 1 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 B. Reference Standards 29 1. Reference standards cited in this Specification refer to the current reference 30 standard published at the time of the latest revision date logged at the end of this 31 Specification,unless a date is specifically cited. 32 2. Integrated Storm Management(iSWM)Technical Manual for Construction 33 Controls 34 3. Storm Water Pollution Prevention Plan Prepared by ANA Consultants,LLC. 35 1.4 ADMINISTRATIVE REQUIREMENTS 36 A. General CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall Revised July 1,2011 City Project No.01303 015713-2 STORM WATER POLLUTION PREVENTION Page 2 of 4 1 1. Contractor is responsible for resolution and payment of any fines issued associated 2 with compliance to Stormwater Pollution Prevention Plan. 3 B. Construction Activities resulting in: 4 1. Less than 1 acre of disturbance 5 a. Provide erosion and sediment control in accordance with Section 3125 00 and 6 Drawings. 7 2. 1 to less than 5 acres of disturbance 8 a. Texas Pollutant Discharge Elimination System(TPDES)General Construction 9 Permit is required 10 b. Complete SWPPP in accordance with TCEQ requirements 11 1) TCEQ Small Construction Site Notice Required under general permit 12 TXR150000 13 a) Sign and post at job site 14 b) Prior to Preconstruction Meeting,send 1 copy to City Department of 15 Transportation and Public Works,Environmental Division,(817) 392- 16 6088. 17 2) Provide erosion and sediment control in accordance with: 18 a) Section 3125 00 19 b) The Drawings 20 c) TXR150000 General Permit 21 d) SWPPP 22 e) TCEQ requirements 23 3. 5 acres or more of Disturbance 24 a. Texas Pollutant Discharge Elimination System(TPDES)General Construction 25 Permit is required 26 b. Complete SWPPP in accordance with TCEQ requirements 27 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee 28 a) Sign and post at job site 29 b) Send copy to City Department of Transportation and Public Works, 30 Environmental Division,(817)392-6088. 31 2) TCEQ Notice of Change required if making changes or updates to NOI 32 3) Provide erosion and sediment control in accordance with: 33 a) Section 3125 00 34 b) The Drawings 35 c) TXR150000 General Permit 36 d) SWPPP 37 e) TCEQ requirements 38 4) Once the project has been completed and all the closeout requirements of 39 TCEQ have been met a TCEQ Notice of Termination can be submitted. 40 a) Send copy to City Department of Transportation and Public Works, 41 Environmental Division,(817)392-6088. 42 1.5 SUBMITTALS 43 A. SWPPP 44 1. Submit in accordance with Section 0133 00,except as stated herein. 45 a. Prior to the Preconstruction Meeting,submit a draft copy of SWPPP to the City 46 as follows: 47 1) 1 copy to the City Project Manager CrrY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall Revised July 1,2011 City Project No.01303 015713-3 STORM WATER POLLUTION PREVENTION Page 3 of 4 1 a) City Project Manager will forward to the City Department of 2 Transportation and Public Works,Environmental Division for review 3 B. Modified SWPPP 4 1. If the SWPPP is revised during construction,resubmit modified SWPPP to the City 5 in accordance with Section 01 33 00. 6 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 7 1.7 CLOSEOUT SUBMITTALS [NOT USED] 8 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 9 1.9 QUALITY ASSURANCE [NOT USED] 10 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 11 1.11 FIELD[SITE] CONDITIONS [NOT USED] 12 1.12 WARRANTY [NOT USED] 13 PART 2- PRODUCTS [NOT USED] 14 PART 3- EXECUTION [NOT USED] 15 END OF SECTION 16 Revision Log DATE NAME SUMMARY OF CHANGE 17 18 CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Server,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall Revised July 1,2011 City Project No.01303 015713-4 STORM WATER POLLUTION PREVENTION Page 4 of 4 1 2 3 4 5 6 7 8 9 10 11 12 (THIS PAGE INTENTIONALLY LEFT BLANK) 13 CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall Revised July 1,2011 City Project No.01303 0158 13-1 TEMPORARY PROJECT SIGNAGE Page 1 of 4 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 SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS[NOT USED] 22 1.9 QUALITY ASSURANCE[NOT USED] 23 1.10 DELIVERY,STORAGE,AND HANDLING[NOT USED] 24 1.11 FIELD [SITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 PART 2- PRODUCTS 27 2.1 OWNER-FURNISHED[OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 28 2.2 EQUIPMENT,PRODUCT TYPES,AND MATERIALS 29 A. Design Criteria 30 1. Provide free standing Project Designation Sign in accordance with City's Standard 31 Details for project signs. CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Out/411 Revised July 1,2011 City Project No.01303 015813-2 TEMPORARY PROJECT SIGNAGE Page 2 of 4 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 3.1 INSTALLERS [NOT USED] 8 3.2 EXAMINATION[NOT USED] 9 3.3 PREPARATION[NOT USED] 10 3.4 INSTALLATION 11 A. General 12 1. Provide vertical installation at extents of project. 13 2. Relocate sign as needed,upon request of the City. 14 B. Mounting options 15 a. Skids 16 b. Posts 17 c. Barricade 18 3.5 REPAIR/RESTORATION[NOT USED] 19 3.6 RE-INSTALLATION[NOT USED] 20 3.7 FIELD[OR]SITE QUALITY CONTROL[NOT USED] 21 3.8 SYSTEM STARTUP[NOT USED] 22 3.9 ADJUSTING[NOT USED] 23 3.10 CLEANING[NOT USED] 24 3.11 CLOSEOUT ACTIVITIES[NOT USED] 25 3.12 PROTECTION[NOT USED] 26 3.13 MAINTENANCE 27 A. General 28 1. Maintenance will include painting and repairs as needed or directed by the City. 29 3.14 ATTACHMENTS [NOT USED] 30 END OF SECTION 31 CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall Revised July 1,2011 City Project No.01303 01 58 13-3 TEMPORARY PROJECT SIGNAGE Page 3 of 4 1 Revision Log DATE NAME SUMMARY OF CHANGE 2 3 CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall Revised July 1,2011 City Project No.01303 015813-4 TEMPORARY PROJECT SIGNAGE Page 4 of 4 1 2 3 4 5 6 7 8 9 10 11 12 (THIS PAGE INTENTIONALLY LEFT BLANK) 13 CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall Revised July 1,2011 City Project No.01303 016000-1 PRODUCT REQUIREMENTS Page 1 of 2 1 SECTION 0160 00 2 PRODUCT REQUIREMENTS 3 PART1 - GENERAL 4 1.1 SUMMARY 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 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 [NOT USED] 13 1.3 REFERENCES [NOT USED] 14 1.4 ADMINISTRATIVE REQUIREMENTS 15 A. A list of City approved products for use is located on Buzzsaw as follows: 16 1. Resources\02-Construction Documents\Standard Products List 17 B. Only products specifically included on City's Standard Product List in these Contract 18 Documents shall be allowed for use on the Project. 19 1. Any subsequently approved products will only be allowed for use upon specific 20 approval by the City. 21 C. Any specific product requirements in the Contract Documents supersede similar 22 products included on the City's Standard Product List. 23 1. The City reserves the right to not allow products to be used for certain projects even 24 though the product is listed on the City's Standard Product List. 25 D. Although a specific product is included on City's Standard Product List,not all 26 products from that manufacturer are approved for use,including but not limited to,that 27 manufacturer's standard product. 28 E. See Section 01 33 00 for submittal requirements of Product Data included on City's 29 Standard Product List. 30 1.5 SUBMITTALS [NOT USED] 31 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS[NOT USED] 32 1.7 CLOSEOUT SUBMITTALS [NOT USED] 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 34 1.9 QUALITY ASSURANCE[NOT USED] CITY OF FORT(WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall Revised December 20,2012 016000-2 PRODUCT REQUIREMENTS Page 2 of 2 1 1.10 DELIVERY,STORAGE,AND HANDLING[NOT USED] 2 1.11 FIELD[SITE] CONDITIONS[NOT USED] 3 1.12 WARRANTY[NOT USED] 4 PART 2- PRODUCTS [NOT USED] 5 PART 3- EXECUTION[NOT USED] 6 END OF SECTION 7 Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D.Johnson Modified Location of City's Standard Product List 8 CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase l STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer OuOWI Revised December 20,2012 01 66 00- 1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 1 SECTION 0166 00 2 PRODUCT STORAGE AND HANDLING REQUIREMENTS 3 PART1 - 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 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 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES [NOT USED] 21 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 22 1.5 SUBMITTALS [NOT USED] 23 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 24 1.7 CLOSEOUT SUBMITTALS [NOT USED] 25 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 26 1.9 QUALITY ASSURANCE [NOT USED] 27 1.10 DELIVERY AND HANDLING 28 A. Delivery Requirements 29 1. Schedule delivery of products or equipment as required to allow timely installation 30 and to 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 33 for personnel or equipment to receive the delivery. CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATIO14 DOCUMENTS &Haltom City Meter Station and Sewer Outfall Revised July 1,2011 City Project No.01303 016600-2 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 1 4. Deliver products or equipment in manufacturer's original unbroken cartons or other 2 containers designed and constructed to protect the contents from physical or 3 environmental damage. 4 5. Clearly and fully mark and identify as to manufacturer,item and installation 5 location. 6 6. Provide manufacturer's instructions for storage and handling. 7 B. Handling Requirements 8 1. Handle products or equipment in accordance with these Contract Documents and 9 manufacturer's recommendations and instructions. 10 C. Storage Requirements 11 1. Store materials in accordance with manufacturer's recommendations and 12 requirements of these Specifications. 13 2. Make necessary provisions for safe storage of materials and equipment. 14 a. Place loose soil materials and materials to be incorporated into Work to prevent 15 damage to any part of Work or existing facilities and to maintain free access at 16 all times to all parts of Work and to utility service company installations in 17 vicinity of Work. 18 3. Keep materials and equipment neatly and compactly stored in locations that will 19 cause minimum inconvenience to other contractors,public travel,adjoining owners, 20 tenants and occupants. 21 a. arrange storage to provide easy access for inspection. 22 4. Restrict storage to areas available on construction site for storage of material and 23 equipment as shown on Drawings,or approved by City's Project Representative. 24 5. Provide off-site storage and protection when on-site storage is not adequate. 25 a. Provide addresses of and access to off-site storage locations for inspection by 26 City's Project Representative. 27 6. Do not use lawns,grass plots or other private property for storage purposes without 28 written permission of owner or other person in possession or control of premises. 29 7. Store in manufacturers' unopened containers. 30 8. Neatly,safely and compactly stack materials delivered and stored along line of 31 Work to avoid inconvenience and damage to property owners and general public 32 and maintain at least 3 feet from fire hydrant. 33 9. Keep public and private driveways and street crossings open. 34 10. Repair or replace damaged lawns,sidewalks,streets or other improvements to 35 satisfaction of City's Project Representative. 36 a. Total length which materials may be distributed along route of construction at 37 one time is 1,000 linear feet,unless otherwise approved in writing by City's 38 Project Representative. CrrY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS do Haltom City Meter Station and Sewer autfall Revised July 1,2011 City Project No.01303 016600-3 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY[NOT USED] 3 PART 2- PRODUCTS[NOT USED] 4 PART 3- EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 ERECTION [NOT USED] 9 3.5 REPAIR/RESTORATION [NOT USED] 10 3.6 RE-INSTALLATION [NOT USED] 11 3.7 FIELD[OR] SITE QUALITY CONTROL 12 A. Tests and Inspections 13 1. Inspect all products or equipment delivered to the site prior to unloading. 14 B. Non-Conforming Work 15 1. Reject all products or equipment that are damaged, used or in any other way 16 unsatisfactory for use on the project. 17 3.8 SYSTEM STARTUP [NOT USED] 18 3.9 ADJUSTING[NOT USED] 19 3.10 CLEANING[NOT USED] 20 3.11 CLOSEOUT ACTIVITIES [NOT USED] 21 3.12 PROTECTION 22 A. Protect all products or equipment in accordance with manufacturer's written directions. 23 B. Store products or equipment in location to avoid physical damage to items while in 24 storage. 25 C. Protect equipment from exposure to elements and keep thoroughly dry if required by 26 the manufacturer. 27 3.13 MAINTENANCE [NOT USED] 28 3.14 ATTACHMENTS [NOT USED] 29 END OF SECTION 30 CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall Revised July 1,2011 City Project No.01303 016600-4 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE 1 CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS do Haltom City Meter Station and Sewer Outfall Revised July 1,2011 City Project No.01303 017000-1 MOBILIZATION AND REMOBILIZATION Page 1 of 4 1 SECTION 0170 00 2 MOBILIZATION AND REMOBILIZATION 3 PART1 - 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 supplies 9 to the Site 10 2) Establishment of necessary general facilities for the Contractor's operation 11 at the Site 12 3) Premiums paid for performance and payment bonds 13 4) Transportation of Contractor's personnel,equipment, and operating supplies 14 to another location within the designated Site 15 5) Relocation of necessary general facilities for the Contractor's operation 16 from 1 location to another location on the Site. 17 b. Demobilization 18 1) Transportation of Contractor's personnel,equipment, and operating supplies 19 away from the Site including disassembly 20 2) Site Clean-up 21 3) Removal of all buildings and/or other facilities assembled at the Site for this 22 Contract 23 c. Mobilization and Demobilization do not include activities for specific items of 24 work that are for which payment is provided elsewhere in the contract. 25 2. Remobilization 26 a. Remobilization for Suspension of Work specifically required in the Contract 27 Documents or as required by City includes: 28 1) Demobilization 29 a) Transportation of Contractor's personnel,equipment, and operating 30 supplies from the Site including disassembly or temporarily securing 31 equipment, supplies,and other facilities as designated by the Contract 32 Documents necessary to suspend the Work. 33 b) Site Clean-up as designated in the Contract Documents 34 2) Remobilization 35 a) Transportation of Contractor's personnel, equipment, and operating 36 supplies to the Site necessary to resume the Work. 37 b) Establishment of necessary general facilities for the Contractor's 38 operation at the Site necessary to resume the Work. 39 3) No Payments will be made for: 40 a) Mobilization and Demobilization from one location to another on the 41 Site in the normal progress of performing the Work. 42 b) Stand-by or idle time 43 c) Lost profits 44 3. Mobilizations and Demobilization for Miscellaneous Projects CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall Revised December 20,2012 017000-2 MOBR IZATION AND REMOBMIZATION Page 2 of 4 1 a. Mobilization and Demobilization 2 1) Mobilization shall consist of the activities and cost on a Work Order basis 3 necessary for: 4 a) Transportation of Contractor's personnel,equipment,and operating 5 supplies to the Site for the issued Work Order. 6 b) Establishment of necessary general facilities for the Contractor's 7 operation at the Site for the issued Work Order 8 2) Demobilization shall consist of the activities and cost necessary for: 9 a) Transportation of Contractor's personnel,equipment, and operating 10 supplies from the Site including disassembly for each issued Work 11 Order 12 b) Site Clean-up for each issued Work Order 13 c) Removal of all buildings or other facilities assembled at the Site for 14 each Work Oder 15 b. Mobilization and Demobilization do not include activities for specific items of 16 work for which payment is provided elsewhere in the contract. 17 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects 18 a. A Mobilization for Miscellaneous Projects when directed by the City and the 19 mobilization occurs within 24 hours of the issuance of the Work Order. 20 B. Deviations from this City of Fort Worth Standard Specification 21 1. None. 22 C. Related Specification Sections include,but are not necessarily limited to: 23 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 24 2. Division 1—General Requirements 25 1.2 PRICE AND PAYMENT PROCEDURES 26 A. Measurement and Payment 27 1. Mobilization and Demobilization 28 a. Measure 29 1) This Item is considered subsidiary to the various Items bid. 30 b. Payment 31 1) The work performed and materials furnished in accordance with this Item 32 are subsidiary to the various Items bid and no other compensation will be 33 allowed. 34 2. Remobilization for suspension of Work as specifically required in the Contract 35 Documents 36 a. Measurement 37 1) Measurement for this Item shall be per each remobilization performed. 38 b. Payment 39 1) The work performed and materials furnished in accordance with this Item 40 and measured as provided under"Measurement"will be paid for at the unit 41 price per each"Specified Remobilization"in accordance with Contract 42 Documents. 43 c. The price shall include: 44 1) Demobilization as described in Section 1.1.A.2.a.1) 45 2) Remobilization as described in Section 1.1.A.2.a.2) CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall Revised December 20,2012 017000-3 MOBILIZATION AND REMOBIL17ATION Page 3 of 4 1 d. No payments will be made for standby,idle time, or lost profits associated this 2 Item. 3 3. Remobilization for suspension of Work as required by City 4 a. Measurement and Payment 5 1) This shall be submitted as a Contract Claim in accordance with Article 10 6 of Section 00 72 00. 7 2) No payments will be made for standby,idle time,or lost profits associated 8 with this Item. 9 4. Mobilizations and Demobilizations for Miscellaneous Projects 10 a. Measurement 11 1) Measurement for this Item shall be for each Mobilization and 12 Demobilization required by the Contract Documents 13 b. Payment 14 1) The Work performed and materials furnished in accordance with this Item 15 and measured as provided under"Measurement" will be paid for at the unit 16 price per each "Work Order Mobilization'in accordance with Contract 17 Documents. Demobilization shall be considered subsidiary to mobilization 18 and shall not be paid for separately. 19 c. The price shall include: 20 1) Mobilization as described in Section I.I.A.3.a.1) 21 2) Demobilization as described in Section 1.I.A.3.a.2) 22 d. No payments will be made for standby, idle time, or lost profits associated this 23 Item. 24 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects 25 a. Measurement 26 1) Measurement for this Item shall be for each Mobilization and 27 Demobilization required by the Contract Documents 28 b. Payment 29 1) The Work performed and materials furnished in accordance with this Item 30 and measured as provided under"Measurement'will be paid for at the unit 31 price per each "Work Order Emergency Mobilization'in accordance with 32 Contract Documents. Demobilization shall be considered subsidiary to 33 mobilization and shall not be paid for separately. 34 c. The price shall include 35 1) Mobilization as described in Section 1.1.A.4.a) 36 2) Demobilization as described in Section 1.1.A.3.a.2) 37 d. No payments will be made for standby,idle time, or lost profits associated this 38 Item. 39 1.3 REFERENCES [NOT USED] 40 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 41 1.5 SUBMITTALS [NOT USED] 42 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 43 1.7 CLOSEOUT SUBMITTALS [NOT USED] 44 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall Revised December 20,2012 017000-4 MOBII I7ATION AND REMOBUJ7ATION Page 4 of 4 1 1.9 QUALITY ASSURANCE[NOT USED] 2 1.10 DELIVERY,STORAGE,AND HANDLING[NOT USED] 3 1.11 FIELD [SITE] CONDITIONS [NOT USED] 4 1.12 WARRANTY [NOT USED] 5 PART 2- PRODUCTS[NOT USED] 6 PART 3- EXECUTION[NOT USED] 7 END OF SECTION 8 Revision Log DATE NAME SUMMARY OF CHANGE 9 CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall Revised December 20,2012 017123-1 CONSTRUCTION STAKING AND SURVEY Page 1 of 5 1 SECTION 017123 2 CONSTRUCTION STAKING AND SURVEY 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Requirements for construction staking and construction survey to be provided by 7 the Contractor 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. 1. 1.1A.1-Survey to be provided by the Contractor. 10 2. 1.2.A.l.a.1-Item paid by lump sum. 11 3. 1.2.A.a.b.1-Item paid by lump sum price bid for "Construction Staking". 12 4. 1.2.A.2.a.1-Item paid by lump sum. 13 5. 1.2.A.2.b.1-Item paid by lump sum price bid for "Construction Survey". 14 6. 1.9.A.3.a-Contractor responsible for preserving and maintaining staking. 15 7. 1.9.B.1-Construction Survey performed by Contractor. 16 8. 1.9.B.2.d -Contractor responsible for replacing damaged control data. 17 9. 1.9.B.3.b-Contractor responsible for construction survey. 18 10. 1.9.11.1d -Contractor shall be responsible for verifying control data. 19 11. 1.9.B.3.d.I-5 -Clarified language for contractor to be responsible for verifying 20 benchmark and control data. 21 C. Related Specification Sections include,but are not necessarily limited to: 22 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 23 2. Division 1—General Requirements 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment 26 1. Construction Staking 27 a. Measurement 28 1) Measurement for this item will be by lump sum. 29 b. Payment 30 1) The work performed and the materials furnished in accordance with this 31 Item will be paid for at the lump sum price bid for"Construction 32 Staking". 33 2. Construction Survey 34 a. Measurement 35 1) Measurement for this item will be by lump sum. 36 b. Payment 37 1) The work performed and the materials furnished in accordance with this 38 Item will be paid for at the lump sum price bid for"Construction 39 Survey". CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Oaafall Revised December 20,2012 017123-2 CONSTRUCTION STAKING AND SURVEY Page 2 of 5 1 1.3 REFERENCES[NOT USED] 2 1.4 ADMINISTRATIVE REQUIREMENTS[NOT USED] 3 1.5 SUBMITTALS 4 A. Submittals,if required,shall be in accordance with Section 0133 00. 5 B. All submittals shall be approved by the City prior to delivery. 6 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 7 A. Certificates 8 1. Provide certificate certifying that elevations and locations of improvements are in 9 conformance or non-conformance with requirements of the Contract Documents. 10 a. Certificate must be sealed by a registered professional land surveyor in the 11 State of Texas. 12 B. Field Quality Control Submittals 13 1. Documentation verifying accuracy of field engineering work. 14 1.7 CLOSEOUT SUBMITTALS[NOT USED] 15 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 16 1.9 QUALITY ASSURANCE 17 A. Construction Staking 18 1. Construction staking will be performed by the City. 19 2. Coordination 20 a. Contact City's Project Representative at least 2 weeks in advance for 21 scheduling of Construction Staking. 22 b. It is the Contractor's responsibility to coordinate staking such that construction 23 activities are not delayed or negatively impacted. 24 3. General 25 a. Contractor is responsible for preserving and maintaining staking. 26 b. If in the opinion of the City,a sufficient number of stakes or markings have 27 been lost,destroyed or disturbed,by Contractor's neglect,such that the 28 contracted Work cannot take place,then the Contractor will be required to pay 29 the City for new staking with a 25 percent markup.The cost for staking will be 30 deducted from the payment due to the Contractor for the Project. 31 B. Construction Survey 32 1. Construction Survey will be performed by the Contractor. 33 2. Coordination 34 a. Contractor to verify that control data established in the design survey remains 35 intact. 36 b. Coordinate with the City prior to field investigation to determine which 37 horizontal and vertical control data will be required for construction survey. 38 c. It is the Contractor's responsibility to coordinate Construction Survey such that 39 construction activities are not delayed or negatively impacted. 40 d. Contractor shall restore or replace all necessary control data damaged 38 41 during construction operations. CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall Revised December 20,2012 017123-3 CONSTRUCTION STAKING AND SURVEY Page 3 of 5 1 1) Contractor shall perform replacements and/or restorations. 2 3. General 3 a. Construction survey will be performed in order to maintain complete and 4 accurate logs of control and survey work as it progresses for Project Records. 5 b. The Contractor shall perform construction survey to obtain construction 6 features including,but not limited to,the following: 7 1) All Utility Lines 8 a) Rim and flowline elevations and coordinates for each manhole or 9 junction structure 10 2) Water Lines 11 a) Top of pipe elevations and coordinates for waterlines at the following 12 locations: 13 (1) Every 250 linear feet 14 (2) Horizontal and vertical points of inflection,curvature,etc.(All 15 Fittings) 16 (3) Cathodic protection test stations 17 (4) Sampling stations 18 (5) Meter boxes/vaults(All sizes) 19 (6) Fire lines 20 (7) Fire hydrants 21 (8) Gate valves 22 (9) Plugs,stubouts,dead-end lines 23 (10) Air Release valves(Manhole rim and vent pipe) 24 (11) Blow off valves(Manhole rim and valve lid) 25 (12) Pressure plane valves 26 (13) Cleaning wyes 27 (14) Casing pipe(each end) 28 b) Storm Sewer 29 (1) Top of pipe elevations and coordinates at the following locations: 30 (a) Every 250 linear feet 31 (b) Horizontal and vertical points of inflection, curvature,etc. 32 c) Sanitary Sewer 33 (1) Top of pipe elevations and coordinates for sanitary sewer lines at 34 the following locations: 35 (a) Every 250 linear feet 36 (b) Horizontal and vertical points of inflection, curvature,etc. 37 (c) Cleanouts 38 c. Construction survey will be performed in order to maintain complete and 39 accurate logs of control and survey work associated with meeting or exceeding 40 the line and grade required by these Specifications. 41 d. The Contractor shall perform construction survey and verify control data 42 including,but not limited to,the following: 43 1) Verification that established benchmarks and control are accurate, 44 2) Use of Benchmarks to furnish and maintain all reference lines and 45 grades for tunneling.Lines and grades were used to establish the 46 location of the pipe 47 3) Use of lines and grades to establish the location of the pipe. 48 4) Submit to the City copies offield notes,if requested,used to establish all 49 lines and grades and allow the City to check guidance system setup prior to 50 begimling each tunneling drive. CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Ontfall Revised December 20,2012 017123-4 CONSTRUCTION STAKING AND SURVEY Page 4 of 5 1 5) Provide access for the City,when requested,to verify the guidance system 2 and the line and grade of the carrier pipe on a daily basis. 3 6) The Contractor remains fully responsible for the accuracy of the work and 4 the correction of it,as required. 5 7) Monitor line and grade continuously during construction. 6 8) Record deviation with respect to design line and grade once at each pipe 7 joint and submit daily records to City. 8 9) If the installation does not meet the specified tolerances,immediately notify 9 the City and correct the installation in accordance with the Contract 10 Documents. 11 1.10 DELIVERY,STORAGE,AND HANDLING[NOT USED] 12 1.11 FIELD[SITE] CONDITIONS[NOT USED] 13 1.12 WARRANTY[NOT USED] 14 PART 2- PRODUCTS [NOT USED] 15 PART 3- EXECUTION 16 3.1 INSTALLERS[NOT USED] 17 3.2 EXAMINATION[NOT USED] 18 3.3 PREPARATION[NOT USED] 19 3.4 APPLICATION 20 3.5 REPAIR/RESTORATION[NOT USED] 21 3.6 RE-INSTALLATION[NOT USED] 22 3.7 FIELD[oRl SITE QUALITY CONTROL 23 A. It is the Contractor's responsibility to maintain all stakes and control data placed by the 24 City in accordance with this Specification. 25 B. Do not change or relocate stakes or control data without approval from the City. CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECI RCATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall Revised December 20,2012 017123-5 CONSTRUCTION STAKING AND SURVEY Page 5 of 5 1 3.8 SYSTEM STARTUP[NOT USED] 2 3.9 ADJUSTING[NOT USED] 3 3.10 CLEANING [NOT USED] 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION[NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 END OF SECTION 9 Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D.Johnson 10 CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer OWall Revised December 20,2012 THIS PAGE INTENTAILLY LEFT BLANK 01 7423-1 CLEANING Page I of 4 1 SECTION 0174 23 2 CLEANING 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Intermediate and final cleaning for Work not including special cleaning of closed 7 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 Contract 12 2. Division 1 —General Requirements 13 3. Section 32 92 13—Hydro-Mulching, Seeding and Sodding 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. Scheduling 21 1. Schedule cleaning operations so that dust and other contaminants disturbed by 22 cleaning process will not fall on newly painted surfaces. 23 2. Schedule final cleaning upon completion of Work and immediately prior to final 24 inspection. 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 STORAGE,AND HANDLING 31 A. Storage and Handling Requirements 32 1. Store cleaning products and cleaning wastes in containers specifically designed for 33 those materials. CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Ph:se 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall Revised July 1,2011 City Project No.01303 017423-2 CLEANING Page 2 of 4 1 1.11 FIELD[SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2- PRODUCTS 4 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 5 2.2 MATERIALS 6 A. Cleaning Agents 7 1. Compatible with surface being cleaned 8 2. New and uncontaminated 9 3. For manufactured surfaces 10 a. Material recommended by manufacturer 11 2.3 ACCESSORIES [NOT USED] 12 2.4 SOURCE QUALITY CONTROL [NOT USED] 13 PART 3- EXECUTION 14 3.1 INSTALLERS [NOT USED] 15 3.2 EXAMINATION[NOT USED] 16 3.3 PREPARATION[NOT USED] 17 3.4 APPLICATION[NOT USED] 18 3.5 REPAIR/RESTORATION[NOT USED] 19 3.6 RE-INSTALLATION[NOT USED] 20 3.7 FIELD[OR]SITE QUALITY CONTROL[NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING[NOT USED] 23 3.10 CLEANING 24 A. General 25 1. Prevent accumulation of wastes that create hazardous conditions. 26 2. Conduct cleaning and disposal operations to comply with laws and safety orders of 27 governing authorities. 28 3. Do not dispose of volatile wastes such as mineral spirits,oil or paint thinner in 29 storm or sanitary drains or sewers. 30 4. Dispose of degradable debris at an approved solid waste disposal site. 31 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an 32 alternate manner approved by City and regulatory agencies. CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS do Haltom City Meter Station and Sewer Outfall Revised July 1,2011 City Project No.01303 017423-3 CLEANING Page 3 of 4 1 6. Handle materials in a controlled manner with as few handlings as possible. 2 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with 3 this project. 4 8. Remove all signs of temporary construction and activities incidental to construction 5 of required permanent Work. 6 9. If project is not cleaned to the satisfaction of the City,the City reserves the right to 7 have the cleaning completed at the expense of the Contractor. 8 10. Do not burn on-site. 9 B. Intermediate Cleaning during Construction 10 1. Keep Work areas clean so as not to hinder health, safety or convenience of 11 personnel in existing facility operations. 12 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 13 3. Confine construction debris daily in strategically located container(s): 14 a. Cover to prevent blowing by wind 15 b. Store debris away from construction or operational activities 16 c. Haul from site at a minimum of once per week 17 4. Vacuum clean interior areas when ready to receive finish painting. 18 a. Continue vacuum cleaning on an as-needed basis,until Final Acceptance. 19 5. Prior to storm events,thoroughly clean site of all loose or unsecured items, which 20 may become airborne or transported by flowing water during the storm. 21 C. Interior Final Cleaning 22 1. Remove grease,mastic, adhesives,dust, dirt, stains, fingerprints,labels and other 23 foreign materials from sight-exposed surfaces. 24 2. Wipe all lighting fixture reflectors,lenses, lamps and trims clean. 25 3. Wash and shine glazing and mirrors. 26 4. Polish glossy surfaces to a clear shine. 27 5. Ventilating systems 28 a. Clean permanent filters and replace disposable filters if units were operated 29 during construction. 30 b. Clean ducts, blowers and coils if units were operated without filters during 31 construction. 32 6. Replace all burned out lamps. 33 7. Broom clean process area floors. 34 8. Mop office and control room floors. 35 D. Exterior(Site or Right of Way)Final Cleaning 36 1. Remove trash and debris containers from site. 37 a. Re-seed areas disturbed by location of trash and debris containers in accordance 38 with Section 32 92 13. 39 2. Sweep roadway to remove all rocks,pieces of asphalt,concrete or any other object 40 that may hinder or disrupt the flow of traffic along the roadway. 41 3. Clean any interior areas including,but not limited to,vaults,manholes, structures, 42 junction boxes and inlets. 43 4. If no longer required for maintenance of erosion facilities, and upon approval by 44 City,remove erosion control from site. CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall Revised July 1,2011 City Project No.01303 017423-4 CLEANING Page 4 of 4 1 5. Clean signs,lights,signals,etc. 2 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3 3.12 PROTECTION [NOT USED] 4 3.13 MAINTENANCE[NOT USED] 5 3.14 ATTACHMENTS [NOT USED] 6 END OF SECTION 7 Revision Log DATE NAME SUMMARY OF CHANGE 8 CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall Revised July 1,2011 City Project No.01303 017719-1 CLOSEOUT REQUIREMENTS Page 1 of 4 1 SECTION 0177 19 2 CLOSEOUT REQUIREMENTS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedure for closing out a contract 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Guarantees,Bonds and Affidavits 19 1. No application for final payment will be accepted until all guarantees, bonds, 20 certificates,licenses and affidavits required for Work or equipment as specified are 21 satisfactorily filed with the City. 22 B. Release of Liens or Claims 23 1. No application for final payment will be accepted until satisfactory evidence of 24 release of liens has been submitted to the City. 25 1.5 SUBMITTALS 26 A. Submit all required documentation to City's Project Representative. CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall Revised July 1,2011 City Project No.01303 017719-2 CLOSEOUT REQUIREMENTS Page 2 of 4 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 PREPARATION[NOT USED] 8 3.4 CLOSEOUT PROCEDURE 9 A. Prior to requesting Final Inspection,submit: 10 1. Project Record Documents in accordance with Section 0178 39 11 2. Operation and Maintenance Data,if required,in accordance with Section 0178 23 12 B. Prior to requesting Final Inspection,perform final cleaning in accordance with Section 13 01 74 23. 14 C. Final Inspection 15 1. After final cleaning,provide notice to the City Project Representative that the Work 16 is completed. 17 a. The City will make an initial Final Inspection with the Contractor present. 18 b. Upon completion of this inspection,the City will notify the Contractor,in 19 writing within 10 business days,of any particulars in which this inspection 20 reveals that the Work is defective or incomplete. 21 2. Upon receiving written notice from the City,immediately undertake the Work 22 required to remedy deficiencies and complete the Work to the satisfaction of the 23 City. 24 3. Upon completion of Work associated with the items listed in the City's written 25 notice,inform the City,that the required Work has been completed. Upon receipt 26 of this notice,the City,in the presence of the Contractor,will make a subsequent 27 Final Inspection of the project. 28 4. Provide all special accessories required to place each item of equipment in full 29 operation. These special accessory items include,but are not limited to: 30 a. Specified spare parts 31 b. Adequate oil and grease as required for the first lubrication of the equipment 32 c. Initial fill up of all chemical tanks and fuel tanks 33 d. Light bulbs 34 e. Fuses 35 f. Vault keys 36 g. Handwheels 37 h. Other expendable items as required for initial start-up and operation of all 38 equipment 39 D. Notice of Project Completion CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall Revised July 1,2011 City Project No.01303 017719-3 CLOSEOUT REQUIREMENTS Page 3 of 4 1 1. Once the City Project Representative finds the Work subsequent to Final Inspection 2 to be satisfactory,the City will issue a Notice of Project Completion(Green Sheet). 3 E. Supporting Documentation 4 1. Coordinate with the City Project Representative to complete the following 5 additional forms: 6 a. Final Payment Request 7 b. Statement of Contract Time 8 c. Affidavit of Payment and Release of Liens 9 d. Consent of Surety to Final Payment 10 e. Pipe Report(if required) 11 f. Contractor's Evaluation of City 12 g. Performance Evaluation of Contractor 13 F. Letter of Final Acceptance 14 1. Upon review and acceptance of Notice of Project Completion and Supporting 15 Documentation,in accordance with General Conditions,City will issue Letter of 16 Final Acceptance and release the Final Payment Request for payment. 17 3.5 REPAIR/RESTORATION [NOT USED] 18 3.6 RE-INSTALLATION[NOT USED] 19 3.7 FIELD[OR] SITE QUALITY CONTROL[NOT USED] 20 3.8 SYSTEM STARTUP[NOT USED] 21 3.9 ADJUSTING[NOT USED] 22 3.10 CLEANING[NOT USED] 23 3.11 CLOSEOUT ACTIVITIES [NOT USED] 24 3.12 PROTECTION[NOT USED] 25 3.13 MAINTENANCE[NOT USED] 26 3.14 ATTACHMENTS [NOT USED] 27 END OF SECTION 28 Revision Log DATE NAME SUMMARY OF CHANGE 29 30 CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS do Haltom City,Meter Station and Sewer Outfall Revised July 1,2011 City Project No.01303 01 77 19-4 CLOSEOUT REQUIREMENTS Page 4 of 4 1 2 3 4 5 6 7 8 9 10 11 12 (THIS PAGE INTENTIONALLY LEFT BLANK) 13 CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall Revised July 1,2011 City Project No.01303 017823-1 OPERATION AND MAINTENANCE DATA Page I of 5 1 SECTION 0178 23 2 OPERATION AND MAINTENANCE DATA 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Product data and related information appropriate for City's maintenance and 7 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 Contract 16 2. Division 1 —General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Schedule 24 1. Submit manuals in final form to the City within 30 calendar days of product 25 shipment to the project site. 26 1.5 SUBMITTALS 27 A. Submittals shall be in accordance with Section 01 33 00 . All submittals shall be 28 approved by the City prior to delivery. 29 1.6 INFORMATIONAL SUBMITTALS 30 A. Submittal Form 31 1. Prepare data in form of an instructional manual for use by City personnel. 32 2. Format 33 a. Size: 8 th inches x 11 inches 34 b. Paper 35 1) 40 pound minimum,white,for typed pages 36 2) Holes reinforced with plastic, cloth or metal 37 c. Text: Manufacturer's printed data, or neatly typewritten CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall Revised December 20,2012 017823-2 OPERATION AND MAINTENANCE DATA Page 2 of 5 1 d. Drawings 2 1) Provide reinforced punched binder tab,bind in with text 3 2) Reduce larger drawings and fold to size of text pages. 4 e. Provide fly-leaf for each separate product,or each piece of operating 5 equipment. 6 1) Provide typed description of product,and major component parts of 7 equipment. 8 2) Provide indexed tabs. 9 f. Cover 10 1) Identify each volume with typed or printed title"OPERATING AND 11 MAINTENANCE INSTRUCTIONS". 12 2) List: 13 a) Title of Project 14 b) Identity of separate structure as applicable 15 c) Identity of general subject matter covered in the manual 16 3. Binders 17 a. Commercial quality 3-ring binders with durable and cleanable plastic covers 18 b. When multiple binders are used,correlate the data into related consistent 19 groupings. 20 4. If available,provide an electronic form of the O&M Manual. 21 B. Manual Content 22 1. Neatly typewritten table of contents for each volume,arranged in systematic order 23 a. Contractor, name of responsible principal,address and telephone number 24 b. A list of each product required to be included,indexed to content of the volume 25 c. List,with each product: 26 1) The name,address and telephone number of the subcontractor or installer 27 2) A list of each product required to be included,indexed to content of the 28 volume 29 3) Identify area of responsibility of each 30 4) Local source of supply for parts and replacement 31 d. Identify each product by product name and other identifying symbols as set 32 forth in Contract Documents. 33 2. Product Data 34 a. Include only those sheets which are pertinent to the specific product. 35 b. Annotate each sheet to: 36 1) Clearly identify specific product or part installed 37 2) Clearly identify data applicable to installation 38 3) Delete references to inapplicable information 39 3. Drawings 40 a. Supplement product data with drawings as necessary to clearly illustrate: 41 1) Relations of component parts of equipment and systems 42 2) Control and flow diagrams 43 b. Coordinate drawings with information in Project Record Documents to assure 44 correct illustration of completed installation. 45 c. Do not use Project Record Drawings as maintenance drawings. 46 4. Written text,as required to supplement product data for the particular installation: 47 a. Organize in consistent format under separate headings for different procedures. 48 b. Provide logical sequence of instructions of each procedure. CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall Revised December 20,2012 01 7823-3 OPERATION AND MAINTENANCE DATA Page 3 of 5 1 5. Copy of each warranty,bond and service contract issued 2 a. Provide information sheet for City personnel giving: 3 1) Proper procedures in event of failure 4 2) Instances which might affect validity of warranties or bonds 5 C. Manual for Materials and Finishes 6 1. Submit 5 copies of complete manual in final form. 7 2. Content,for architectural products, applied materials and finishes: 8 a. Manufacturer's data,giving full information on products 9 1) Catalog number, size, composition 10 2) Color and texture designations 11 3) Information required for reordering special manufactured products 12 b. Instructions for care and maintenance 13 1) Manufacturer's recommendation for types of cleaning agents and methods 14 2) Cautions against cleaning agents and methods which are detrimental to 15 product 16 3) Recommended schedule for cleaning and maintenance 17 3. Content,for moisture protection and weather exposure products: 18 a. Manufacturer's data,giving full information on products 19 1) Applicable standards 20 2) Chemical composition 21 3) Details of installation 22 b. Instructions for inspection, maintenance and repair 23 D. Manual for Equipment and Systems 24 1. Submit 5 copies of complete manual in final form. 25 2. Content,for each unit of equipment and system, as appropriate: 26 a. Description of unit and component parts 27 1) Function,normal operating characteristics and limiting conditions 28 2) Performance curves,engineering data and tests 29 3) Complete nomenclature and commercial number of replaceable parts 30 b. Operating procedures 31 1) Start-up, break-in,routine and normal operating instructions 32 2) Regulation,control, stopping, shut-down and emergency instructions 33 3) Summer and winter operating instructions 34 4) Special operating instructions 35 c. Maintenance procedures 36 1) Routine operations 37 2) Guide to "trouble shooting" 38 3) Disassembly,repair and reassembly 39 4) Alignment, adjusting and checking 40 d. Servicing and lubrication schedule 41 1) List of lubricants required 42 e. Manufacturer's printed operating and maintenance instructions 43 f. Description of sequence of operation by control manufacturer 44 1) Predicted life of parts subject to wear 45 2) Items recommended to be stocked as spare parts 46 g. As installed control diagrams by controls manufacturer 47 h. Each contractor's coordination drawings 48 1) As installed color coded piping diagrams CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall Revised December 20,2012 017823-4 OPERATION AND MAINTENANCE DATA Page 4 of 5 1 i. Charts of valve tag numbers,with location and function of each valve 2 j. List of original manufacturer's spare parts,manufacturer's current prices,and 3 recommended quantities to be maintained in storage 4 k. Other data as required under pertinent Sections of Specifications 5 3. Content,for each electric and electronic system,as appropriate: 6 a. Description of system and component parts 7 1) Function,normal operating characteristics,and limiting conditions 8 2) Performance curves,engineering data and tests 9 3) Complete nomenclature and commercial number of replaceable parts 10 b. Circuit directories of panelboards 11 1) Electrical service 12 2) Controls 13 3) Communications 14 c. As installed color coded wiring diagrams 15 d. Operating procedures 16 1) Routine and normal operating instructions 17 2) Sequences required 18 3) Special operating instructions 19 e. Maintenance procedures 20 1) Routine operations 21 2) Guide to"trouble shooting" 22 3) Disassembly,repair and reassembly 23 4) Adjustment and checking 24 f. Manufacturer's printed operating and maintenance instructions 25 g. List of original manufacturer's spare parts,manufacturer's current prices,and 26 recommended quantities to be maintained in storage 27 h. Other data as required under pertinent Sections of Specifications 28 4. Prepare and include additional data when the need for such data becomes apparent 29 during instruction of City's personnel. 30 1.7 CLOSEOUT SUBMITTALS [NOT USED] 31 1.8 MAINTENANCE MATERIAL SUBMITTALS[NOT USED] 32 1.9 QUALITY ASSURANCE 33 A. Provide operation and maintenance data by personnel with the following criteria: 34 1. Trained and experienced in maintenance and operation of described products 35 2. Skilled as technical writer to the extent required to communicate essential data 36 3. Skilled as draftsman competent to prepare required drawings CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall Revised December 20,2012 017823-5 OPERATION AND MAINTENANCE DATA Page 5 of 5 1 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2- PRODUCTS [NOT USED] 5 PART 3- EXECUTION [NOT USED] 6 END OF SECTION 7 Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D.Johnson 1.5.A.1 -title of section removed 8 CITY OF FORT:v ORTn Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall Revised December 20,2012 THIS PAGE INTENTAILLY LEFT BLANK 01 78 39-1 PROJECT RECORD DOCUMENTS Page 1 of 4 1 SECTION 0178 39 2 PROJECT RECORD DOCUMENTS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Work associated with the documenting the project and recording changes to project 7 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 Contract 16 2. Division 1 —General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 23 1.5 SUBMITTALS 24 A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to 25 City's Project Representative. 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 30 A. Accuracy of Records 31 1. Thoroughly coordinate changes within the Record Documents,making adequate 32 and proper entries on each page of Specifications and each sheet of Drawings and 33 other Documents where such entry is required to show the change properly. 34 2. Accuracy of records shall be such that future search for items shown in the Contract 35 Documents may rely reasonably on information obtained from the approved Project 36 Record Documents. CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall Revised July 1,2011 City Project No.01303 017839-2 PROJECT RECORD DOCUMENTS Page 2 of 4 1 3. To facilitate accuracy of records,make entries within 24 hours after receipt of 2 information that the change has occurred. 3 4. Provide factual information regarding all aspects of the Work,both concealed and 4 visible,to enable future modification of the Work to proceed without lengthy and 5 expensive site measurement,investigation and examination. 6 1.10 STORAGE AND HANDLING 7 A. Storage and Handling Requirements 8 1. Maintain the job set of Record Documents completely protected from deterioration 9 and from loss and damage until completion of the Work and transfer of all recorded 10 data to the final Project Record Documents. 11 2. In the event of loss of recorded data,use means necessary to again secure the data 12 to the City's approval. 13 a. In such case,provide replacements to the standards originally required by the 14 Contract Documents. 15 1.11 FIELD[SITE] CONDITIONS[NOT USED] 16 1.12 WARRANTY[NOT USED] 17 PART 2- PRODUCTS 18 2.1 OWNER-FURNISHED[oR] OWNER-SUPPLIED PRODUCTS [NOT USED] 19 2.2 RECORD DOCUMENTS 20 A. Job set 21 1. Promptly following receipt of the Notice to Proceed,secure from the City,at no 22 charge to the Contractor, 1 complete set of all Documents comprising the Contract. 23 B. Final Record Documents 24 1. At a time nearing the completion of the Work and prior to Final Inspection,provide 25 the City 1 complete set of all Final Record Drawings in the Contract. 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[NOT USED] 31 3.3 PREPARATION[NOT USED] 32 3.4 MAINTENANCE DOCUMENTS 33 A. Maintenance of Job Set 34 1. Immediately upon receipt of the job set,identify each of the Documents with the 35 title, "RECORD DOCUMENTS-JOB SET". CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS do Haltom City Meter Station and Sewer Outfall Revised July 1,2011 City Project No.01303 017839-3 PROJECT RECORD DOCUMENTS Page 3 of 4 1 2. Preservation 2 a. Considering the Contract completion time,the probable number of occasions 3 upon which the job set must be taken out for new entries and for examination, 4 and the conditions under which these activities will be performed,devise a 5 suitable method for protecting the job set. 6 b. Do not use the job set for any purpose except entry of new data and for review 7 by the City,until start of transfer of data to final Project Record Documents. 8 c. Maintain the job set at the site of work. 9 3. Coordination with Construction Survey 10 a. At a minimum,in accordance with the intervals set forth in Section 01 71 23, 11 clearly mark any deviations from Contract Documents associated with 12 installation of the infrastructure. 13 4. Making entries on Drawings 14 a. Record any deviations from Contract Documents. 15 b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the 16 change by graphic line and note as required. 17 c. Date all entries. 18 d. Call attention to the entry by a"cloud" drawn around the area or areas affected. 19 e. In the event of overlapping changes,use different colors for the overlapping 20 changes. 21 5. Conversion of schematic layouts 22 a. In some cases on the Drawings, arrangements of conduits,circuits,piping, 23 ducts, and similar items, are shown schematically and are not intended to 24 portray precise physical layout. 25 1) Final physical arrangement is determined by the Contractor, subject to the 26 City's approval. 27 2) However,design of future modifications of the facility may require 28 accurate information as to the final physical layout of items which are 29 shown only schematically on the Drawings. 30 b. Show on the job set of Record Drawings, by dimension accurate to within 1 31 inch, the centerline of each run of items. 32 1) Final physical arrangement is determined by the Contractor, subject to the 33 City's approval. 34 2) Show,by symbol or note,the vertical location of the Item("under slab", "in 35 ceiling plenum", "exposed", and the like). 36 3) Make all identification sufficiently descriptive that it may be related 37 reliably to the Specifications. 38 c. The City may waive the requirements for conversion of schematic layouts 39 where,in the City's judgment,conversion serves no useful purpose. However, 40 do not rely upon waivers being issued except as specifically issued in writing 41 by the City. 42 B. Final Project Record Documents 43 1. Transfer of data to Drawings 44 a. Carefully transfer change data shown on the job set of Record Drawings to the 45 corresponding final documents,coordinating the changes as required. 46 b. Clearly indicate at each affected detail and other Drawing a full description of 47 changes made during construction,and the actual location of items. 48 c. Call attention to each entry by drawing a"cloud" around the area or areas 49 affected. CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall Revised July 1,2011 City Project No.01303 017839-4 PROJECT RECORD DOCUMENTS Page 4 of 4 1 d. Make changes neatly,consistently and with the proper media to assure 2 longevity and clear reproduction. 3 2. Transfer of data to other Documents 4 a. If the Documents,other than Drawings,have been kept clean during progress of 5 the Work,and if entries thereon have been orderly to the approval of the City, 6 the job set of those Documents,other than Drawings,will be accepted as final 7 Record Documents. 8 b. If any such Document is not so approved by the City,secure a new copy of that 9 Document from the City at the City's usual charge for reproduction and 10 handling,and carefully transfer the change data to the new copy to the approval 1l of the City. 12 3.5 REPAIR/RESTORATION[NOT USED] 13 3.6 RE-INSTALLATION[NOT USED] 14 3.7 FIELD [OR] SITE QUALITY CONTROL[NOT USED] 15 3.8 SYSTEM STARTUP[NOT USED] 16 3.9 ADJUSTING[NOT USED] 17 3.10 CLEANING[NOT USED] 18 3.11 CLOSEOUT ACTIVITIES[NOT USED] 19 3.12 PROTECTION[NOT USED] 20 3.13 MAINTENANCE [NOT USED] 21 3.14 ATTACHMENTS[NOT USED] 22 END OF SECTION 23 Revision Log DATE NAME SUMMARY OF CHANGE 24 CrrY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS do Haltom City Meter Station and Sewer Outfall Revised July 1,2011 City Project No.01303 TECHNICAL SPECIFICATIONS THIS PAGE INTENTAILLY LEFT BLANK 024113-1 SELECTIVE SITE DEMOLMON Page 1 of 5 1 SECTION 02 4113 2 SELECTIVE SITE DEMOLITION 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes 6 1. Removing sidewalks and steps. 7 2. Removing ADA ramps and landings. 8 3. Removing driveways. 9 4. Removing fences. 10 5. Removing guardrail 11 6. Removing retaining walls (less than 4 feet tall). 12 7. Removing mailboxes. 13 8. Removing rip rap. 14 9. Removing miscellaneous concrete structures including porches and foundations. 15 10. Disposal of removed materials. 16 B. Standard Details 17 1. Paving Removal and Selective Site Demolition—Removal Pay Limits 18 C. Deviations from City of Fort Worth Standards 19 1. None 20 D. Related Specification Sections include but are not necessarily limited to 21 1. Division 0-Bidding Requirements, Contract Forms, and Conditions of the 22 Contract. 23 2. Division 1 -General Requirements. 24 3. Section 3123 23 -Fill. 25 1.2 PRICE AND PAYMENT PROCEDURES 26 A. Measurement and Payment 27 1. Measurement: 28 a. Remove Sidewalk: measure by square foot. 29 b. Remove Steps: measure by the square foot as seen in the plan view only. 30 c. Remove ADA Ramp: measure by each. 31 d. Remove Driveway: measure by the square foot by type. 32 e. Remove Fence: measure by the linear foot. 33 f. Remove Guardrail: measure by the linear foot along the face of the rail in place 34 including metal beam guard fence transitions and single guard rail terminal 35 sections from the center of end posts. 36 g. Remove Retaining Wall(less than 4 feet tall): measure by the linear foot 37 h. Remove Mailbox: measure by each. 38 i. Remove Rip Rap: measure by the square foot. 39 j. Remove Miscellaneous Concrete Structure: measure by the lump sum. 40 2. Payment: CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 024113-2 SELECTIVE SITE DEMOLITION Page 2 of 5 1 a. Remove Sidewalk:full compensation for saw cutting,removal,hauling, 2 disposal,tools,equipment,labor and incidentals needed to execute work. 3 Sidewalk adjacent to or attached to retaining wall(including sidewalk that acts 4 as a wall footing)shall be paid as sidewalk removal. 5 b. Remove Steps:full compensation for saw cutting,removal,hauling,disposal, 6 tools,equipment,labor and incidentals needed to execute work. 7 c. Remove ADA Ramp and landing: full compensation for saw cutting,removal, 8 hauling,disposal,tools,equipment,labor and incidentals needed to execute 9 work. Work includes ramp landing removal. 10 d. Remove Driveway: full compensation for saw cutting,removal,hauling, 11 disposal,tools,equipment,labor and incidentals needed to remove improved 12 driveway by type. 13 e. Remove Fence:full compensation for removal,hauling,disposal,tools, 14 equipment,labor and incidentals needed to remove fence. 15 f. Remove Guardrail: full compensation for removing materials,loading,hauling, 16 unloading,and storing or disposal;furnishing backfill material;backfilling the 17 postholes;and equipment,labor,tools,and incidentals. 18 g. Remove Retaining Wall(less than 4 feet tall):full compensation for saw 19 cutting,removal,hauling,disposal,tools,equipment,labor and incidentals 20 needed to execute work. Sidewalk adjacent to or attached to retaining wall 21 (including sidewalk that acts as a wall footing) shall be paid as sidewalk 22 removal. 23 h. Remove Mailbox:full compensation for removal,hauling,disposal,tools, 24 equipment,labor and incidentals needed to execute work. 25 i. Remove Rip Rap:full compensation for saw cutting,removal,hauling, 26 disposal,tools,equipment,labor and incidentals needed to execute work. 27 j. Remove Miscellaneous Concrete Structure:full compensation for saw cutting, 28 removal,hauling,disposal,tools,equipment,labor and incidentals needed to 29 execute work. 30 1.3 REFERENCES 31 A. Definitions 32 1. Improved Driveway: Driveway constructed of concrete,asphalt paving or brick unit 33 pavers. CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&a4 VWI Sewer Revised July 1,2011 City Project No.01303 024113-3 SELECTIVE SITE DEMOLITION Page 3 of 5 1 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 2 1.5 SUBMITTALS[NOT USED] 3 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 4 1.7 CLOSEOUT SUBMITTALS [NOT USED] 5 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 6 1.9 QUALITY ASSURANCE [NOT USED] 7 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 8 1.11 FIELD[SITE] CONDITIONS [NOT USED] 9 1.12 WARRANTY [NOT USED] 10 PART 2- PRODUCTS 11 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 12 2.2 MATERIALS 13 A. Fill Material: See Section 3123 23. 14 2.3 ACCESSORIES [NOT USED] 15 2.4 SOURCE QUALITY CONTROL [NOT USED] 16 PART 3- EXECUTION 17 3.1 INSTALLERS [NOT USED] 18 3.2 EXAMINATION[NOT USED] 19 3.3 PREPARATION[NOT USED] 20 3.4 REMOVAL 21 A. Remove Sidewalk 22 1. Remove sidewalk to nearest existing dummy, expansion or construction joint. 23 2. Sawcut when removing to nearest joint is not practical. See 3A.K. 24 B. Remove Steps 25 1. Remove step to nearest existing dummy, expansion or construction joint. 26 2. Sawcut when removing to nearest joint is not practical. See 3A.K. 27 C. Remove ADA Ramp 28 1. Sawcut existing curb and gutter and pavement prior to wheel chair ramp removal. 29 See 3.4.K. 30 2. Remove ramp to nearest existing dummy,expansion or construction joint on 31 existing sidewalk. 32 D. Remove Driveway 33 1. Sawcut existing drive,curb and gutter and pavement prior to drive removal. See 34 3.4.K. 35 2. Remove drive to nearest existing dummy,expansion or construction joint. CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 024113-4 SELECTIVE SITE DEMOLTfION Page 4 of 5 1 3. Sawcut when removing to nearest joint is not practical. See 3.4.K. 2 4. Remove adjacent sidewalk to nearest existing dummy,expansion or construction 3 joint on existing sidewalk. 4 E. Remove Fence 5 1. Remove all fence components above and below ground and backfill with acceptable 6 fill material. 7 2. Use caution in removing and salvaging fence materials. 8 3. Salvaged materials may be used to reconstruct fence as approved by City or as 9 shown on plans. 10 4. CONTRACTOR responsible for keeping animals(livestock,pets,etc.)within the 11 fenced areas during construction operation and while removing fences. 12 F. Remove Guardrail 13 1. Remove rail elements in original lengths. 14 2. Remove fittings from the posts and the metal rail and then pull the posts. 15 3. Do not mar or damage salvageable materials during removal. 16 4. Completely remove posts and any concrete surrounding the posts. 17 5. Furnish backfill material and backfill the hole with material equal in composition 18 and density to the surrounding soil unless otherwise directed. 19 6. Cut off or bend down eyebolts anchored to the dead man to an elevation at least 1- 20 foot below the new subgrade elevation and leave in place along with the dead man. 21 G. Remove Retaining Wall(less than 4 feet tall) 22 1. Remove wall to nearest existing joint. 23 2. Sawcut when removing to nearest joint is not practical. See 3A.K. 24 3. Removal includes all components of the retaining wall including footings. 25 4. Sidewalk adjacent to or attached to retaining wall: See 3A.A 26 H. Remove Mailbox 27 1. Salvage existing materials for reuse. Mailbox materials may need to be used for 28 reconstruction. 29 I. Remove Rip Rap 30 1. Remove rip rap to nearest existing dummy,expansion or construction joint. 31 2. Sawcut when removing to nearest joint is not practical. See 3.4.K. 32 J. Remove Miscellaneous Concrete Structure 33 1. Remove portions of miscellaneous concrete structures including foundations and 34 slabs that do not interfere with proposed construction to 2 feet below the finished 35 ground line. 36 2. Cut reinforcement close to the portion of the concrete to remain in place. 37 3. Break or perforate the bottom of structures to remain to prevent the entrapment of 38 water. 39 K. Sawcut 40 1. Sawing Equipment 41 a. Power-driven 42 b. Manufactured for the purpose of sawing pavement CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS do Haltom City Meter Station do Outfall Sewer Revised July 1,2011 City Project No.01303 0241 13-5 SELECTIVE SITE DEMOLITION Page 5 of 5 1 c. In good operating condition 2 d. Shall not spall or fracture the pavement to the removal area 3 2. Sawcut perpendicular to the surface completely through existing pavement. 4 3.5 REPAIR[NOT USED] 5 3.6 RE-INSTALLATION[NOT USED] 6 3.7 SITE QUALITY CONTROL[NOT USED] 7 3.8 SYSTEM STARTUP[NOT USED] 8 3.9 ADJUSTING[NOT USED] 9 3.10 CLEANING[NOT USED] 10 3.11 CLOSEOUT ACTIVITIES [NOT USED] 11 3.12 PROTECTION[NOT USED] 12 3.13 MAINTENANCE[NOT USED] 13 3.14 ATTACHMENTS [NOT USED] 14 END OF SECTION 15 Revision Log DATE NAME SUMMARY OF CHANGE 16 CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Oudfall Sewer Revised July 1,2011 City Project No.01303 THIS PAGE INTENTAILLY LEFT BLANK 0241 14-1 UTILITY REMOVAL/ABANDONMENT Page 1 of 15 1 OSECTION 02 4114 2 UTILITY REMOVAL/ABANDONMENT 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Direction for the removal,abandonment or salvaging of the following utilities: 7 a. Cathodic Protection Test Stations 8 b. Water Lines 9 c. Gate Valves 10 d. Water Valves I I e. Fire Hydrants 12 f. Water Meters and Meter Box 13 g. Water Sampling Station 14 h. Concrete Water Vaults 15 i. Sanitary Sewer Lines 16 j. Sanitary Sewer Manholes 17 k. Sanitary Sewer Junction Boxes 18 1. Storm Sewer Lines 19 m. Storm Sewer Manhole Risers 20 n. Storm Sewer Junction Boxes 21 o. Storm Sewer Inlets 22 p. Box Culverts 23 q. Headwalls and Safety End Treatments 24 r. Trench Drains 25 B. Deviations from this City of Fort Worth Standard Specification 26 1. None. 27 C. Related Specification Sections include,but are not necessarily limited to: 28 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 29 2. Division 1 —General Requirements 30 3. Section 03 34 13—Controlled Low Strength Material(CLSM) 31 4. Section 33 05 10—Utility Trench Excavation,Embedment and Backfill 32 5. Section 33 05 24—Installation of Carrier Pipe 33 6. Section 33 11 11 —Ductile Iron Fittings 34 7. Section 33 11 13—Concrete Pressure Pipe,Bar-wrapped Pipe, Steel Cylinder Type 35 8. Section 33 11 14—Buried Steel Pipe and Fittings 36 9. Section 33 12 25—Connection to Existing Water Mains 37 1.2 PRICE AND PAYMENT PROCEDURES 38 A. Utility Lines 39 1. Abandonment of Utility Line by Grouting 40 a. Measurement CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 0241 14-2 UTILITY REMOVAIJABANDONMENT Page 2 of 15 1 1) Measurement for this Item shall be per cubic yard of existing utility line to 2 be grouted.Measure by tickets showing cubic yards of grout applied. 3 b. Payment 4 1) The work performed and materials furnished in accordance with this Item 5 and measured as provided under"Measurement"shall be paid for at the 6 unit price per cubic yard of"Line Grouting"for: 7 a) Various types of utility line 8 c. The price bid shall include: 9 1) Low density cellular grout or CLSM 10 2) Water 11 3) Pavement removal 12 4) Excavation 13 5) Hauling 14 6) Disposal of excess materials 15 7) Furnishing,placement and compaction of backfill 16 8) Clean-up 17 2. Utility Line Removal, Separate Trench 18 a. Measurement 19 1) Measurement for this Item shall be per linear foot of existing utility line to 20 be removed. 21 b. Payment 22 1) The work performed and materials furnished in accordance with this Item 23 and measured as provided under"Measurement"shall be paid for at the 24 unit price bid per linear foot of"Remove Line"for: 25 a) Various types of existing utility line 26 b) Various sizes 27 c. The price bid shall include: 28 1) Removal and disposal of existing utility pipe 29 2) Pavement removal 30 3) Excavation 31 4) Hauling 32 5) Disposal of excess materials 33 6) Furnishing,placement and compaction of backfill 34 7) Clean-up 35 3. Utility Line Removal,Same Trench 36 a. Measurement 37 1) This Item is considered subsidiary the proposed utility line being installed. 38 b. Payment 39 1) The work performed and materials furnished in accordance with this Item 40 are subsidiary to the installation of proposed utility pipe and shall be 41 subsidiary to the unit price bid per linear foot of pipe complete in place,and 42 no other compensation will be allowed. 43 4. Cathodic Test Station Abandonment 44 a. Measurement 45 1) Measurement for this Item will be per each cathodic test station to be 46 abandoned. 47 b. Payment CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase J STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS do Haltom City Meter Station do Ou#Wl Sewer Revised July 1,2011 City Project No.01303 0241 14-3 UTILITY REMOVALIABANDONMENT Page 3 of 15 1 1) The work performed and materials furnished in accordance with this Item 2 and measured as provided under"Measurement" shall be paid for at the 3 unit price bid per each"Abandon Cathodic Test Station". 4 c. The price bid shall include: 5 1) Abandon cathodic test station 6 2) CLSM 7 3) Pavement removal 8 4) Excavation 9 5) Hauling 10 6) Disposal of excess materials 11 7) Furnishing,placement and compaction of backfill 12 8) Clean-up 13 B. Water Lines and Appurtenances 14 1. Installation of a Water Line Pressure Plug 15 a. Measurement 16 1) Measurement for this Item shall be per each pressure plug to be installed. 17 b. Payment 18 1) The work performed and materials furnished in accordance with this Item 19 and measured as provided under"Measurement" shall be paid for at the 20 unit price bid for each"Pressure Plug"installed for: 21 a) Various sizes 22 c. The price bid shall include: 23 1) Furnishing and installing pressure plug 24 2) Pavement removal 25 3) Excavation 26 4) Hauling 27 5) Disposal of excess material 28 6) Gaskets 29 7) Bolts and Nuts 30 8) Furnishing,placement and compaction of embedment 31 9) Furnishing,placement and compaction of backfill 32 10) Disinfection 33 11) Testing 34 12) Clean-up 35 2. Abandonment of Water Line by Cut and installation of Abandonment Plug 36 a. Measurement 37 1) Measurement for this Item shall be per each cut and abandonment plug 38 installed. 39 b. Payment 40 1) The work performed and materials furnished in accordance with this Item 41 and measured as provided under"Measurement" shall be paid for at the 42 unit price bid for each"Water Abandonment Plug"installed for: 43 a) Various sizes 44 c. The price bid shall include: 45 1) Furnishing and installing abandonment plug 46 2) Pavement removal 47 3) Excavation 48 4) Hauling 49 5) CLSM CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 024114-4 UTO ITY REMOVAUABANDONMENT Page 4 of 15 1 6) Disposal of excess material 2 7) Furnishing,placement and compaction of backfill 3 8) Clean-up 4 3. Water Valve Removal 5 a. Measurement 6 1) Measurement for this Item will be per each water valve to be removed. 7 b. Payment 8 1) The work performed and materials furnished in accordance with this Item 9 and measured as provided under"Measurement"shall be paid for at the 10 unit price bid per each"Remove Water Valve"for: 11 a) Various sizes 12 c. The price bid shall include: 13 1) Removal and disposal of valve 14 2) CLSM 15 3) Pavement removal 16 4) Excavation 17 5) Hauling 18 6) Disposal of excess materials 19 7) Furnishing,placement and compaction of backfill 20 8) Clean-up 21 4. Water Valve Removal and Salvage 22 a. Measurement 23 1) Measurement for this Item will be per each water valve to be removed and 24 salvaged. 25 b. Payment 26 1) The work performed and materials furnished in accordance with this Item 27 and measured as provided under"Measurement"shall be paid for at the 28 unit price bid per each"Salvage Water Valve"for: 29 a) Various sizes 30 c. The price bid shall include: 31 1) Removal and Salvage of valve 32 2) CLSM 33 3) Delivery to City 34 4) Pavement removal 35 5) Excavation 36 6) Hauling 37 7) Disposal of excess materials 38 8) Furnishing,placement and compaction of backfill 39 9) Clean-up 40 5. Water Valve Abandonment 41 a. Measurement 42 1) Measurement for this Item will be per each water valve to be abandoned. 43 b. Payment 44 1) The work performed and materials furnished in accordance with this Item 45 and measured as provided under"Measurement"shall be paid for at the 46 unit price bid per each"Abandon Water Valve"for: 47 a) Various Sizes 48 c. The price bid shall include: 49 1) Abandonment of valve CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 024114-5 UTILITY REMOVAI/ABANDONMENT Page 5 of 15 1 2) CLSM 2 3) Pavement removal 3 4) Excavation 4 5) Hauling 5 6) Disposal of excess materials 6 7) Furnishing,placement and compaction of backfill 7 8) Clean-up 8 6. Fire Hydrant Removal and Salvage 9 a. Measurement 10 1) Measurement for this Item will be per each fire hydrant to be removed. 11 b. Payment 12 1) The work performed and materials furnished in accordance with this Item 13 and measured as provided under"Measurement"shall be paid for at the 14 unit price bid per each"Salvage Fire Hydrant". 15 c. The price bid shall include: 16 1) Removal and salvage of fire hydrant 17 2) Delivery to City 18 3) Pavement removal 19 4) Excavation 20 5) Hauling 21 6) Disposal of excess materials 22 7) Furnishing, placement and compaction of backfill 23 8) Clean-up 24 7. Water Meter Removal and Salvage 25 a. Measurement 26 1) Measurement for this Item will be per each water meter to be removed and 27 salvaged. 28 b. Payment 29 1) The work performed and materials furnished in accordance with this Item 30 and measured as provided under"Measurement" shall be paid for at the 31 unit price bid per each"Salvage Water Meter"for: 32 a) Various sizes 33 c. The price bid shall include: 34 1) Removal and salvage of water meter 35 2) Delivery to City 36 3) Pavement removal 37 4) Excavation 38 5) Hauling 39 6) Disposal of excess materials 40 7) Furnishing,placement and compaction of backfill .41 8) Clean-up 42 8. Water Sampling Station Removal and Salvage 43 a. Measurement 44 1) Measurement for this Item will be per each water sampling station to be 45 removed. 46 b. Payment 47 1) The work performed and materials furnished in accordance with this Item 48 and measured as provided under"Measurement"shall be paid for at the 49 unit price bid per each"Salvage Water Sampling Station". CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 0241 14-6 UTff=REMOVAL/ABANDONMENT Page 6 of 15 1 c. The price bid shall include: 2 1) Removal and salvage of water sampling station 3 2) Delivery to City 4 3) Pavement removal 5 4) Excavation 6 5) Hauling 7 6) Disposal of excess materials 8 7) Furnishing,placement and compaction of backfill 9 8) Clean-up 10 9. Concrete Water Vault Removal 11 a. Measurement 12 1) Measurement for this Item will be per each concrete water vault to be 13 removed. 14 b. Payment 15 1) The work performed and materials furnished in accordance with this Item 16 and measured as provided under"Measurement"shall be paid for at the 17 unit price bid per each"Remove Concrete Water Vault". 18 c. The price bid shall include: 19 1) Removal and disposal of concrete water vault 20 2) Removal,salvage and delivery of cast iron lid to City,if applicable 21 3) Removal,salvage and delivery of any valves to City,if applicable 22 4) Removal,salvage and delivery of any water meters to City,if applicable 23 5) Pavement removal 24 6) Excavation 25 7) Hauling 26 8) Disposal of excess materials 27 9) Furnishing,placement and compaction of backfill 28 10) Clean-up 29 C. Sanitary Sewer Lines and Appurtenances 30 1. Abandonment of Sanitary Sewer Line by Cut and installation of Abandonment Plug 31 a. Measurement 32 1) Measurement for this Item shall be per each cut and abandonment plug 33 installed. 34 b. Payment 35 1) The work performed and materials furnished in accordance with this Item 36 and measured as provided under"Measurement"shall be paid for at the 37 unit price bid for each"Sewer Abandonment Plug"for: 38 a) Various sizes 39 c. The price bid shall include: 40 1) Furnishing and installing abandonment plug 41 2) Pavement removal 42 3) Excavation 43 4) Hauling 44 5) CLSM 45 6) Disposal of excess material 46 7) Furnishing,placement and compaction of backfill 47 8) Clean-up 48 2. Sanitary Sewer Manhole Removal 49 a. Measurement CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 024114-7 UTILITY REMOVAL/ABANDONMENT Page 7 of 15 1 1) Measurement for this Item will be per each sanitary sewer manhole to be 2 removed. 3 b. Payment 4 1) The work performed and materials furnished in accordance with this Item 5 and measured as provided under"Measurement" shall be paid for at the 6 unit price bid per each"Remove Sewer Manhole"for: 7 a) Various diameters 8 c. The price bid shall include: 9 1) Removal and disposal of manhole 10 2) Removal, salvage and delivery of cast iron lid to City,if applicable 11 3) Cutting and plugging of existing sewer lines 12 4) Pavement removal 13 5) Excavation 14 6) Hauling 15 7) Disposal of excess materials 16 8) Furnishing,placement and compaction of backfill 17 9) Clean-up 18 3. Sanitary Sewer Junction Structure Removal 19 a. Measurement 20 1) Measurement for this Item will be per each sanitary sewer junction 21 structure being removed. 22 b. Payment 23 1) The work performed and materials furnished in accordance with this Item 24 and measured as provided under"Measurement" shall be paid for at the 25 lump sum bid per each"Remove Sewer Junction Box"location. 26 c. The price bid shall include: 27 1) Removal and disposal of junction box 28 2) Pavement removal 29 3) Excavation 30 4) Hauling 31 5) Disposal of excess materials 32 6) Furnishing, placement and compaction of backfill 33 7) Clean-up 34 D. Storm Sewer Lines and Appurtenances 35 1. Abandonment of Storm Sewer Line by Cut and installation of Abandonment Plug 36 a. Measurement 37 1) Measurement for this Item shall be per each cut and abandonment plug to 38 be installed. 39 b. Payment 40 1) The work performed and materials furnished in accordance with this Item 41 and measured as provided under"Measurement" shall be paid for at the 42 unit price bid for each"Storm Abandonment Plug" installed for: 43 a) Various sizes 44 c. The price bid shall include: 45 1) Furnishing and installing abandonment plug 46 2) Pavement removal 47 3) Excavation 48 4) Hauling 49 5) CLSM CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 0241 14-8 UTILrI'Y REMOVALIABANDONMENT Page 8 of 15 1 6) Disposal of excess material 2 7) Furnishing,placement and compaction of backfill 3 8) Clean-up 4 2. Storm Sewer Manhole Removal 5 a. Measurement 6 1) Measurement for this Item will be per each storm sewer manhole to be 7 removed. 8 b. Payment 9 1) The work performed and materials furnished in accordance with this Item 10 and measured as provided under"Measurement" shall be paid for at the 11 unit price bid per each"Remove Manhole Riser"for: 12 a) Various sizes 13 c. The price bid shall include: 14 1) Removal and disposal of manhole 15 2) Removal,salvage and delivery of cast iron lid to City,if applicable 16 3) Pavement removal 17 4) Excavation 18 5) Hauling 19 6) Disposal of excess materials 20 7) Furnishing,placement and compaction of backfill 21 8) Clean-up 22 3. Storm Sewer Junction Box Removal 23 a. Measurement 24 1) Measurement for this Item will be per each storm sewer junction structure 25 to be removed. 26 b. Payment 27 1) The work performed and materials furnished in accordance with this Item 28 and measured as provided under"Measurement" shall be paid for at the 29 unit price bid per each"Remove Storm Junction Box"for: 30 a) Various sizes 31 c. The price bid shall include: 32 1) Removal and disposal of junction box 33 2) Removal,salvage and delivery of cast iron lid to City,if applicable 34 3) Pavement removal 35 4) Excavation 36 5) Hauling 37 6) Disposal of excess materials 38 7) Furnishing,placement and compaction of backfill 39 8) Clean-up 40 4. Storm Sewer Junction Structure Removal 41 a. Measurement 42 1) Measurement for this Item will be per each storm sewer junction structure 43 being removed. 44 b. Payment 45 1) The work performed and materials furnished in accordance with this Item 46 and measured as provided under"Measurement"shall be paid for at the 47 lump sum bid per each"Remove Storm Junction Structure"location. 48 c. The price bid shall include: 49 1) Removal and disposal of junction structure CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.OI303 0241 14-9 UTII.rrY REMOVAIJABANDONMENT Page 9 of 15 1 2) Removal, salvage and delivery of cast iron lid to City,if applicable 2 3) Pavement removal 3 4) Excavation 4 5) Hauling 5 6) Disposal of excess materials 6 7) Furnishing, placement and compaction of backfill 7 8) Clean-up 8 5. Storm Sewer Inlet Removal 9 a. Measurement 10 1) Measurement for this Item will be per each storm sewer inlet to be I 1 removed. 12 b. Payment 13 1) The work performed and materials furnished in accordance with this Item 14 and measured as provided under"Measurement" shall be paid for at the 15 unit price bid per each"Remove Storm Inlet"for: 16 a) Various types 17 b) Various sizes 18 c. The price bid shall include: 19 1) Removal and disposal of inlet 20 2) Pavement removal 21 3) Excavation 22 4) Hauling 23 5) Disposal of excess materials 24 6) Furnishing,placement and compaction of backfill 25 7) Clean-up 26 6. Storm Sewer Junction Box Removal 27 a. Measurement 28 1) Measurement for this Item shall be per linear foot of existing storm sewer 29 box to be removed. 30 b. Payment 31 1) The work performed and materials furnished in accordance with this Item 32 and measured as provided under"Measurement"shall be paid for at the 33 unit price bid per linear foot of"Remove Storm Junction Box"for all sizes. 34 c. The price bid shall include: 35 1) Removal and disposal of Storm Sewer Box 36 2) Pavement removal 37 3) Excavation 38 4) Hauling 39 5) Disposal of excess materials 40 6) Furnishing,placement and compaction of backfill 41 7) Clean-up 42 7. Headwall/SET Removal 43 a. Measurement 44 1) Measurement for this Item will be per each headwall or safety end 45 treatment(SET)to be removed. 46 b. Payment 47 1) The work performed and materials furnished in accordance with this Item 48 and measured as provided under"Measurement" shall be paid for at the 49 unit price bid per each"Remove HeadwalUSET". CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 02 41 14-10 UTILITY REMOVAL/ABANDONMENT Page 10 of 15 1 c. The price bid shall include: 2 1) Removal and disposal of Headwall/SET 3 2) Pavement removal 4 3) Excavation 5 4) Hauling 6 5) Disposal of excess materials 7 6) Furnishing,placement and compaction of backfill 8 7) Clean-up 9 8. Trench Drain Removal 10 a. Measurement 11 1) Measurement for this Item shall be per linear foot of storm sewer trench 12 drain to be removed. 13 b. Payment 14 1) The work performed and materials famished in accordance with this Item 15 and measured as provided under"Measurement"shall be paid for at the 16 unit price bid per linear foot of"Remove Trench Drain"for: 17 a) Various sizes 18 c. The price bid shall include: 19 1) Removal and disposal of storm sewer line 20 2) Pavement removal 21 3) Excavation 22 4) Hauling 23 5) Disposal of excess materials 24 6) Furnishing,placement and compaction of backfill 25 7) Clean-up 26 1.3 REFERENCES [NOT USED] 27 1.4 ADMINISTRATIVE REQUIREMENTS 28 A. Coordination 29 1. Contact Inspector and the Water Department Field Operation Storage Yard for 30 coordination of salvage material return. 31 1.5 SUBMITTALS [NOT USED] 32 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS[NOT USED] 33 1.7 CLOSEOUT SUBMITTALS [NOT USED] 34 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 35 1.9 QUALITY ASSURANCE[NOT USED] 36 1.10 DELIVERY,STORAGE,AND HANDLING 37 A. Storage and Handling Requirements 38 1. Protect and salvage all materials such that no damage occurs during delivery to the 39 City. CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 0241 14-11 UMITY REMOVALJABANDONMENT Page I1 of 15 1 1.11 FIELD[SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2- PRODUCTS 4 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 5 2.2 MATERIALS 6 2.3 ACCESSORIES [NOT USED] 7 2.4 SOURCE QUALITY CONTROL [NOT USED] 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 REMOVAL,SALVAGE,AND ABANDONMENT 13 A. Water Lines and Appurtenances 14 1. Water Line Pressure Plugs 15 a. Ductile Iron Water Lines 16 1) Excavate,embed, and backfill in accordance with Section 33 05 10. 17 2) Plug with an MJ Plug with mechanical restraint and blocking in accordance 18 with Section 33 11 11. 19 3) Perform Cut and Plug in accordance with Section 33 12 25. 20 b. PVC C900 and C905 Water Lines 21 1) Excavate,embed, and backfill in accordance with Section 33 05 10. 22 2) Plug with an MJ Plug with mechanical restraint and blocking in accordance 23 with Section 33 11 11. 24 3) Perform Cut and Plug in accordance with Section 33 12 25. 25 c. Concrete Pressure Pipe,Bar Wrapped, Steel Cylinder Type Water Lines 26 1) Excavate,embed, and backfill in accordance with Section 33 05 10 27 2) Plug using: 28 a) A fabricated plug restrained by welding or by a Snap Ring in 29 accordance with Section 33 11 13;or 30 b) A blind flange in accordance with Section 33 11 13 31 3) Perform Cut and Plug in accordance with Section 33 12 25. 32 d. Buried Steel Water Lines 33 1) Excavate,embed, and backfill in accordance with Section 33 05 10. 34 2) Plug using: 35 a) A fabricated plug restrained by welding in accordance with Section 33 36 11 14;or 37 b) A blind flange in accordance with Section 33 11 14 38 3) Perform Cut and Plug in accordance with Section 33 12 25. 39 2. Water Line Abandonment Plug CM(OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 0241 14-12 U7TI.rfY REMOVAUABANDONMENT Page 12 of 15 1 a. Excavate and backfill in accordance with Section 33 05 10. 2 b. Plug with CLSM in accordance with Section 03 34 13. 3 3. Water Line Abandonment by Grouting 4 a. Excavate and backfill in accordance with Section 33 05 10. 5 b. Dewater from existing line to be grouted. 6 c. Fill line with Low Density Cellular Grout in accordance with Section 33 05 24 7 or CLSM in accordance with 03 34 13. 8 d. Dispose of any excess material. 9 4. Water Line Removal 10 a. Excavate and backfill in accordance with Section 33 05 10. 11 b. Cut existing line from the utility system prior to removal. 12 c. Cut any services prior to removal. 13 d. Remove existing pipe line and properly dispose as approved by City. 14 5. Water Valve Removal 15 a. Excavate and backfill in accordance with Section 33 05 10. 16 b. Remove and dispose of valve bonnet, wedge and stem. 17 c. Fill valve body with CLSM in accordance with Section 03 34 13. 18 6. Water Valve Removal and Salvage 19 a. Excavate and backfill in accordance with Section 33 05 10. 20 b. Remove valve bonnet,wedge and stem. 21 c. Deliver salvaged material to the Water Department Field Operation Storage 22 Yard. 23 d. Protect salvaged materials from damage. 24 e. Fill valve body with CLSM in accordance with Section 03 34 13. 25 7. Water Valve Abandonment 26 a. Excavate and backfill in accordance with Section 33 05 10. 27 b. Remove the top 2 feet of the valve stack and any valve extensions. 28 c. Fill the remaining valve stack with CLSM in accordance with Section 03 34 13. 29 8. Fire Hydrant Removal and Salvage 30 a. Excavate and backfill in accordance with Section 33 05 10. 31 b. Remove Fire Hydrant. 32 c. Place abandonment plug on fire hydrant lead line. 33 d. Deliver salvaged fire hydrant to the Water Department Field Operation Storage 34 Yard. 35 e. Protect salvaged materials from damage. 36 9. Water Meter Removal and Salvage 37 a. Remove and salvage water meter. 38 b. Return salvaged meter to Project Representative. 39 c. City will provide replacement meter for installation. 40 d. Meter Box and Lid 41 1) Remove and salvage cast iron meter box lid. 42 2) Remove and dispose of any non-cast iron meter box lid. 43 3) Return salvaged material to the Water Department Field Operation Storage 44 Yard. 45 4) Remove and dispose of meter box. 46 10. Water Sample Station Removal and Salvage 47 a. Remove and salvage existing water sample station. CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 0241 14-13 UTILITY REMOV AIIABANDONMENT Page 13 of 15 1 b. Deliver salvaged material to the Water Department Field Operation Storage 2 Yard. 3 11. Concrete Water Vault Removal 4 a. Excavate and backfill in accordance with Section 33 05 10. 5 b. Remove and salvage vault lid. 6 c. Remove and salvage valves. 7 d. Remove and salvage meters. 8 e. Deliver salvaged material to the Water Department Field Operation Storage 9 Yard. 10 f. Remove and dispose of any piping or other appurtenances. 11 g. Demolish and remove entire concrete vault. 12 h. Dispose of all excess materials. 13 12. Cathodic Test Station Abandonment 14 a. Excavate and backfill in accordance with Section 33 05 10 15 b. Remove the top 2 feet of the cathodic test station stack and contents. 16 c. Fill any remaining voids with CLSM in accordance with Section 03 34 13. 17 B. Sanitary Sewer Lines and Appurtenances 18 1. Sanitary Sewer Line Abandonment Plug 19 a. Excavate and backfill in accordance with Section 33 05 10. 20 b. Remove and dispose of any sewage. 21 c. Plug with CLSM in accordance with Section 03 34 13. 22 2. Sanitary Sewer Line Abandonment by Grouting 23 a. Excavate and backfill in accordance with Section 33 05 10. 24 b. Dewater and dispose of any sewage from the existing line to be grouted. 25 c. Fill line with Low Density Cellular Grout in accordance with Section 33 05 24 26 or CLSM in accordance with 03 34 13. 27 d. Dispose of any excess material. 28 3. Sanitary Sewer Line Removal 29 a. Excavate and backfill in accordance with Section 33 05 10. 30 b. Cut existing line from the utility system prior to removal. 31 c. Cut any services prior to removal. 32 d. Remove existing pipe line and properly dispose as approved by City. 33 4. Sanitary Sewer Manholes Removal 34 a. Excavate and backfill in accordance with Section 33 05 10. 35 b. Remove and salvage manhole lid. 36 c. Deliver salvaged material to the Water Department Field Operation Storage. 37 d. Demolish and remove entire concrete manhole. 38 e. Cut and plug sewer lines to be abandoned. 39 5. Sanitary Sewer Junction Structure Removal 40 a. Excavate and backfill in accordance with Section 33 05 10. 41 b. Remove and salvage manhole lid. 42 c. Deliver salvaged material to the Water Department Field Operation Storage. 43 d. Demolish and remove entire concrete manhole. 44 e. Cut and plug sewer lines to be abandoned. 45 C. Storm Sewer Lines and Appurtenances 46 1. Storm Sewer Abandonment Plug 47 a. Excavate and backfill in accordance with Section 33 05 10. CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Ourfall Sewer Revised July 1,2011 City Project No.01303 02 41 14-14 UTILITY REMOVAIJABANDONMENT Page 14 of 15 1 b. Dewater line. 2 c. Plug with CLSM in accordance with Section 03 3413. 3 2. Storm Sewer Line Abandonment by Grouting 4 a. Excavate and backfill in accordance with Section 33 05 10. 5 b. Dewater the existing line to be grouted. 6 c. Fill line with Low Density Cellular Grout in accordance with Section 33 05 24 7 or CLSM in accordance with 03 3413. 8 d. Dispose of any excess material. 9 3. Storm Sewer Line Removal 10 a. Excavate and backfill in accordance with Section 33 05 10. 11 b. Remove existing pipe line and properly dispose as approved by City. 12 4. Storm Sewer Manholes Removal 13 a. Excavate and backfill in accordance with Section 33 05 10. 14 b. Demolish and remove entire concrete manhole. 15 c. Cut and plug storm sewer lines to be abandoned. 16 5. Storm Sewer Junction Box and/or Junction Structure Removal 17 a. Excavate and backfill in accordance with Section 33 05 10. 18 b. Demolish and remove entire concrete structure. 19 c. Cut and plug storm sewer lines to be abandoned. 20 6. Storm Sewer Inlet Removal 21 a. Excavate and backfill in accordance with Section 33 05 10. 22 b. Demolish and remove entire concrete inlet. 23 c. Cut and plug storm sewer lines to be abandoned. 24 7. Storm Sewer Box Removal 25 a. Excavate and backfill in accordance with Section 33 05 10. 26 b. Cut existing line from the utility system prior to removal. 27 c. Cut any services prior to removal. 28 d. Remove existing pipe line and properly dispose as approved by City. 29 8. Headwall/SET Removal 30 a. Excavate and backfill in accordance with Section 33 05 10. 31 b. Demolish and remove entire concrete inlet. 32 c. Cut and plug storm sewer lines to be abandoned. 33 9. Storm Sewer Trench Drain Removal 34 a. Excavate and backfill in accordance with Section 33 05 10. 35 b. Remove existing pipe line and dispose as approved by City. 36 3.5 REPAIR/RESTORATION[NOT USED] 37 3.6 RE-INSTALLATION[NOT USED] 38 3.7 FIELD[OR] SITE QUALITY CONTROL 39 3.8 SYSTEM STARTUP[NOT USED] 40 3.9 ADJUSTING[NOT USED] 41 3.10 CLEANING[NOT USED] 42 3.11 CLOSEOUT ACTIVITIES[NOT USED] 43 3.12 PROTECTION [NOT USED] CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 0241 14-15 UTILITY REMOVAUABANDONMENT Page 15 of 15 1 3.13 MAINTENANCE[NOT USED] 2 3.14 ATTACHMENTS [NOT USED] 3 END OF SECTION 4 Revision Log DATE NAME SUMMARY OF CHANGE 5 C1TY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Ouifall Sewer Revised July 1,2011 City Project No.01303 THIS PAGE INTENTAILLY LEFT BLANK 0241 15-1 PAVING REMOVAL Page 1 of 6 1 SECTION 02 4115 2 ,PAVING REMOVAL 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes 6 1. Removing concrete paving,asphalt paving and brick paving. 7 2. Removing concrete curb and gutter. 8 3. Removing concrete valley gutter. 9 4. Milling roadway paving. 10 5. Pulverization of existing pavement. 11 6. Disposal of removed materials. 12 B. Deviations from City of Fort Worth Standards 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 3. Section 32 1133 -Cement Treated Base Course 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Measurement 22 a. Remove Concrete Paving:measure by the square yard from back-to-back of 23 curbs. 24 b. Remove Asphalt Paving: measure by the square yard between the lips of 25 gutters. 26 c. Remove Brick Paving: measure by the square yard. 27 d. Remove Concrete Curb and Gutter: measure by the linear foot. 28 e. Remove Concrete Valley Gutter: measure by the square yard 29 f. Wedge Milling: measure by the square yard for varying thickness. 30 g. Surface Milling: measure by the square yard for varying thickness. 31 h. Butt Milling: measured by the linear foot. 32 i. Pavement Pulverization: measure by the square yard. 33 j. Remove Speed Cushion: measure by each. 34 2. Payment 35 a. Remove Concrete Paving: full compensation for saw cutting,removal,hauling, 36 disposal,tools,equipment,labor and incidentals needed to execute work. 37 b. Remove Asphalt Paving: full compensation for saw cutting,removal,hauling, 38 disposal,tools,equipment,labor and incidentals needed to execute work. 39 c. Remove Brick Paving: full compensation for saw cutting,removal, salvaging, 40 cleaning,hauling, disposal,tools,equipment,labor and incidentals needed to 41 execute work. CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Out/all Sewer Revised July 1,2011 City Project No.01303 024115-2 PAVING REMOVAL Page 2 of 6 1 d. Remove Concrete Curb and Gutter:full compensation for saw cutting,removal, 2 hauling,disposal,tools,equipment,labor and incidentals needed to execute 3 work. 4 e. Remove Concrete Valley Gutter:full compensation for saw cutting,removal, 5 hauling,disposal,tools,equipment,labor and incidentals needed to execute 6 work. 7 f. Wedge Milling:full compensation for all milling,hauling milled material to 8 salvage stockpile or disposal,tools,labor,equipment and incidentals necessary 9 to execute the work. 10 g. Surface Milling: full compensation for all milling,hauling milled material to 11 salvage stockpile or disposal,tools,labor,equipment and incidentals necessary 12 to execute the work. 13 h. Butt Milling: full compensation for all milling,hauling milled material to 14 salvage stockpile or disposal,tools,labor,equipment and incidentals necessary 15 to execute the work. 16 i. Pavement Pulverization:full compensation for all labor,material,equipment, 17 tools and incidentals necessary to pulverize,remove and store the pulverized 18 material,undercut the base,mixing,compaction,haul off,sweep,and dispose 19 of the undercut material. 20 j. Remove speed cushion: full compensation for removal,hauling,disposal, 21 tools,equipment,labor,and incidentals needed to execute the work. 22 k. No payment for saw cutting of pavement or curbs and gutters will be made 23 under this section.Include cost of such work in unit prices for items listed in 24 bid form requiring saw cutting. 25 1. No payment will be made for work outside maximum payment limits indicated 26 on plans,or for pavements or structures removed for CONTRACTOR'S 27 convenience. 28 1.3 REFERENCES 29 A. ASTM International(ASTM): 30 a. D698,Standard Test Methods for Laboratory Compaction Characteristics of 31 Soil Using Standard Effort(12 400 ft-lbf/ft3 (600 kN-m/m3)) CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 0241 15-3 PAVING REMOVAL Page 3 of 6 1 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 2 1.5 SUBMITTALS [NOT USED] 3 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 4 1.7 CLOSEOUT SUBMITTALS [NOT USED] 5 1.8 MAINTENANCE MATERIAL SUBMITTALS[NOT USED] 6 1.9 QUALITY ASSURANCE [NOT USED] 7 1.10 DELIVERY,STORAGE,AND HANDLING[NOT USED] 8 1.11 FIELD CONDITIONS[NOT USED] 9 1.12 WARRANTY[NOT USED] 10 PART 2- PRODUCTS 11 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 12 2.2 EQUIPMENT [NOT USED] 13 2.3 ACCESSORIES [NOT USED] 14 2.4 SOURCE QUALITY CONTROL [NOT USED] 15 PART 3- EXECUTION 16 3.1 EXAMINATION[NOT USED] 17 3.2 INSTALLERS [NOT USED] 18 3.3 PREPARATION 19 A. General: 20 1. Mark paving removal limits for City approval prior to beginning removal. 21 2. Identify known utilities below grade-Stake and flag locations. 22 3.4 PAVEMENT REMOVAL 23 A. General. 24 1. Exercise caution to minimize damage to underground utilities. 25 2. Minimize amount of earth removed. 26 3. Remove paving to neatly sawed joints. 27 4. Use care to prevent fracturing adjacent,existing pavement. 28 B. Sawing 29 1. Sawing Equipment. 30 a. Power-driven. 31 b. Manufactured for the purpose of sawing pavement. 32 c. In good operating condition. 33 d. Shall not spall or fracture the pavement structure adjacent to the removal area. 34 2. Sawcut perpendicular to the surface to full pavement depth,parallel and 35 perpendicular to existing joint. 36 3. Sawcut parallel to the original sawcut in square or rectangular fashion. CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 024115-4 PAVING REMOVAL Page 4 of 6 1 4. If a sawcut falls within 5 feet of an en existing dummy joint,construction joint,saw 2 joint,cold joint,expansion joint,edge of paving or gutter lip,remove paving to that 3 joint,edge or lip. 4 5. If a pavement edge of a cut is damaged subsequent to saw cutting,saw to a new, 5 neat,straight line for the purpose of removing the damaged area. 6 C. Remove Concrete Paving and Concrete Valley Gutter 7 1. Sawcut: See 3A.B. 8 2. Remove concrete to the nearest expansion joint or vertical saw cut. 9 D. Remove Concrete Curb and Gutter 10 1. Sawcut: See 3A.B. 11 2. Minimum limits of removal: 30 inches in length. 12 E. Remove Asphalt Paving 13 1. Sawcut: See 3A.B. 14 2. Remove pavement without disturbing the base material. 15 3. When shown on the plans or as directed,stockpile materials designated as 16 salvageable at designated sites. 17 4. Prepare stockpile area by removing vegetation and trash and by providing for 18 proper drainage. 19 F. Milling 20 1. General: 21 a. Mill surfaces to the depth shown in the plans or as directed. 22 b. Do not damage or disfigure adjacent work or existing surface improvements. 23 c. If milling exposes smooth underlying pavement surfaces,mill the smooth 24 surface to make rough. 25 d. Provide safe temporary transition where vehicles or pedestrians must pass over 26 the milled edges. 27 e. Remove excess material and clean milled surfaces. 28 f. Stockpiling of planed material will not be permitted within the right of way 29 unless approved by the City. 30 g. If the existing base is brick and cannot be milled,remove a 5 foot width of the 31 existing brick base. See 3.3.G.for brick paving removal. 32 2. Milling Equipment 33 a. Power operated milling machine capable of removing,in one pass or two 34 passes,the necessary pavement thickness in a five-foot minimum width. 35 b. Self-propelled with sufficient power,traction and stability to maintain accurate 36 depth of cut and slope. 37 c. Equipped with an integral loading and reclaiming means to immediately 38 remove material cut from the surface of the roadway and discharge the cuttings 39 into a truck,all in one operation. 40 d. Equipped with means to control dust created by the cutting action. 41 e. Equipped with a manual system providing for uniformly varying the depth of 42 cut while the machine is in motion making it possible to cut flush to all inlets, 43 manholes,or other obstructions within the paved area. 44 f. Variable Speed in order to leave the specified grid pattern. 45 g. Equipped to minimize air pollution. CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase J STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 0241 15-5 PAVING REMOVAL Page 5 of 6 1 3. Wedge Milling and Surface Milling 2 a. Wedge Mill existing asphalt,concrete or brick pavement from the lip of gutter 3 at a depth of 2 inches and transitioning to match the existing pavement(0-inch 4 cut) at a minimum width of 5 feet. 5 b. Surface Mill existing asphalt pavement to the depth specified, 6 c. Provide a milled surface that provides a uniform surface free from gouges, 7 ridges,oil film, and other imperfections of workmanship with a uniform 8 textured appearance. 9 d. In all situations where the existing H.M.A.C. surface contacts the curb face, the 10 wedge milling includes the removal of the existing asphalt covering the gutter 11 up to and along the face of curb. 12 e. Perform wedge or surface milling operation in a continuous manner along both 13 sides of the street or as directed. 14 4. Butt Joint Milling 15 a. Mill butt joints into the existing surface,in association with the wedge milling 16 operation. 17 b. Butt joint will provide a full width transition section and a constant depth at the 18 point where the new overlay is terminated. 19 c. Typical locations for butt joints are at all beginning and ending points of streets 20 where paving material is removed. Prior to the milling of the butt joints, 21 consult with the City for proper location and limits of these joints. 22 d. Butt Milled joints are required on both sides of all railroad tracks and concrete 23 valley gutters,bridge decks and culverts and all other items which transverse 24 the street and end the continuity of the asphalt surface. 25 e. Make each butt joint 20 feet long and milled out across the full width of the 26 street section to a tapered depth of 2 inch. 27 f. Taper the milled area within the 20-feet to a depth from 0-inch to 2-inch at a 28 line adjacent to the beginning and ending points or intermediate transverse 29 items. 30 g. Provide a temporary wedge of asphalt at all butt joints to provide a smooth ride 31 over the bump. 32 G. Remove Brick Paving 33 1. Remove masonry paving units to the limits specified in the plans or as directed by 34 the City. 35 2. Salvage existing bricks for re-use,clean,palletize, and deliver to the City Stock pile 36 yard at 3300 Yuma Street or as directed. 37 H. Pavement Pulverization 38 1. Pulverization 39 a. Pulverize the existing pavement to depth of 8 inches. See Section 32 11 33. 40 b. Temporarily remove and store the 8-inch deep pulverized material, then cut the 41 base 2 inches. 42 c. Start 2-inch base cut at a depth of 8 inches from the existing pulverized surface. 43 2. Cement Application 44 a. Use 3.5%Portland cement. 45 b. See Section 32 1133. 46 3. Mixing: see Section 32 1133. 47 4. Compaction: see Section 32 1133. Crl)l OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECMICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 024115-6 PAVING REMOVAL Page 6 of 6 1 5. Finishing: see Section 32 1133. 2 6. Curing: see Section 32 1133. 3 7. If the existing pavement has a combination of 10 inches of H.M.A.C. and crushed 4 stone/gravel: 5 a. Undercut not required 6 b. Pulverize 10 inches deep. 7 c. Remove 2-inch the total pulverized amount. 8 I. Remove speed cushion 9 1. Scrape or sawcut speed cushion from existing pavement without damaging existing 10 pavement. 11 3.5 REPAIR[NOT USED] 12 3.6 RE-INSTALLATION[NOT USED] 13 3.7 FIELD QUALITY CONTROL[NOT USED] 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 END OF SECTION 22 Revision Log DATE NAME SUMMARY OF CHANGE 23 CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 033000-1 CASTAN-PLACE CONCRETE Page 1 of 25 1 SECTION 03 30 00 2 CAST-IN-PLACE CONCRETE 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Cast-in place concrete,including formwork,reinforcement,concrete materials, 7 mixture design,placement procedures and finishes,for the following: 8 a. Piers 9 b. Footings 10 c. Slabs-on-grade 11 d. Foundation walls 12 e. Retaining walls(non TxDOT) 13 f. Suspended slabs 14 g. Blocking 15 h. Cast-in-place manholes 16 i. Concrete vaults for meters and valves 17 j. Concrete encasement of utility lines 18 B. Deviations from this City of Fort Worth Standard Specification 19 1. Section 2.2.P Concrete Mixtures: 20 a.Maximum Compressive Strength and 21 b. Maximum Water-Cementitious Ratio 22 C. Related Specification Sections include,but are not necessarily limited to: 23 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 24 2. Division 1 —General Requirements 25 1.2 PRICE AND PAYMENT PROCEDURES 26 A. Cast-in-Place Concrete 27 1. Measurement 28 a. This Item is considered subsidiary to the structure or Items being placed. 29 2. Payment 30 a. The work performed and the materials furnished in accordance with this Item 31 are subsidiary to the structure or Items being placed and no other compensation 32 will be allowed. 33 1.3 REFERENCES 34 A. Definitions 35 1. Cementitious Materials 36 a. Portland cement alone or in combination with 1 or more of the following: 37 1) Blended hydraulic cement 38 2) Fly ash CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station an—'Sewer Outfall Revised December 20,2012 City Project No.01303 033000-2 CAST-IN-PLACE CONCRETE Page 2 of 25 1 3) Other pozzolans 2 4) Ground granulated blast-furnace slag 3 5) Silica fume 4 b. Subject to compliance with the requirements of this specification 5 B. Reference Standards 6 1. Reference standards cited in this Specification refer to the current reference 7 standard published at the time of the latest revision date logged at the end of this 8 Specification,unless a date is specifically cited. 9 2. American Association of State Highway and Transportation(AASHTO): 10 a. M182,Burlap Cloth Made from Jute or Kenaf. 11 3. American Concrete Institute(ACI): 12 a. ACI 117 Specification for Tolerances for Concrete Construction and Materials 13 b. ACI 301 Specifications for Structural Concrete 14 c. ACI 305.1 Specification for Hot Weather Concreting 15 d. ACI 306.1 Standard Specification for Cold Weather Concreting 16 e. ACI 308.1 Standard Specification for Curing Concrete 17 f. ACI 318 Building Code Requirements for Structural Concrete 18 g. ACI 347 Guide to Formwork for Concrete 19 4. American Institute of Steel Construction(AISC): 20 a. 303, Code of Standard Practice for Steel Buildings and Bridges. 21 5. ASTM International(ASTM): 22 a. A36, Standard Specification for Carbon Structural Steel. 23 b. A153,Standard Specification for Zinc Coating(Hot-Dip)on Iron and Steel 24 Hardware. 25 c. A193,Standard Specification for Alloy-Steel and Stainless Steel Bolting 26 Materials for High-Temperature Service and Other Special Purpose 27 Applications. 28 d. A615,Standard Specification for Deformed and Plain Carbon-Steel Bars for 29 Concrete Reinforcement. 30 e. A706,Standard Specification for Low-Alloy Steel Deformed and Plain Bars for 31 Concrete Reinforcement. 32 f. C31,Standard Practice for Making and Curing Concrete Test Specimens in the 33 Field. 34 g. C33,Standard Specification for Concrete Aggregates. 35 h. C39,Standard Test Method for Compressive Strength of Cylindrical Concrete 36 Specimens. 37 i. C42,Standard Test Method for Obtaining and Testing Drilled Cores and Sawed 38 Beams of Concrete. 39 j. C94,Standard Specification for Ready-Mixed Concrete. 40 k. C109,Standard Test Method for Compressive Strength of Hydraulic Cement 41 Mortars(Using 2-inch or 150-milimeter] Cube Specimens) 42 1. C143,Standard Test Method for Slump of Hydraulic-Cement Concrete. 43 m. C171,Standard Specification for Sheet Materials for Curing Concrete. 44 n. C150,Standard Specification for Portland Cement. 45 o. C172,Standard Practice for Sampling Freshly Mixed Concrete. 46 p. C219,Standard Terminology Relating to Hydraulic Cement. CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall Revised December 20,2012 City Project No.01303 033000-3 CAST-IN-PLACE CONCRETE Page 3 of 25 1 q. C231, Standard Test Method for Air Content of Freshly Mixed Concrete by the 2 Pressure Method. 3 r. C260, Standard Specification for Air-Entraining Admixtures for Concrete. 4 s. C309, Standard Specification for Liquid Membrane-Forming Compounds for 5 Curing Concrete. 6 t. C494, Standard Specification for Chemical Admixtures for Concrete. 7 u. C618, Standard Specification for Coal Fly Ash and Raw or Calcined Natural 8 Pozzolan for Use in Concrete. 9 v. C881, Standard Specification for Epoxy-Resin-Base Bonding Systems for 10 Concrete. 11 w. C989, Standard Specification for Ground Granulated Blast-Furnace Slag for 12 Use in Concrete and Mortars. 13 x. C1017, Standard Specification for Chemical Admixtures for Use in Producing 14 Flowing Concrete. 15 y. C1059, Standard Specification for Latex Agents for Bonding Fresh to Hardened 16 Concrete. 17 z. C1064, Standard Test Method for Temperature of Freshly Mixed Hydraulic- 18 Cement Concrete. 19 aa. C1240, Standard Specification for Silica Fume Used in Cementitious Mixtures. 20 bb. E1155, Standard Test Method for Determining FF Floor Flatness and FL Floor 21 Levelness Numbers. 22 cc. F436, Standard Specification for Hardened Steel Washers. 23 6. American Welding Society (AWS). 24 a. D1.1, Structural Welding Code- Steel. 25 b. D1.4, Structural Welding Code- Reinforcing Steel. 26 7. Concrete Reinforcing Steel Institute(CRSI) 27 a. Manual of Standard Practice 28 8. Texas Department of Transportation 29 a. Standard Specification for Construction and Maintenance of Highways, Streets 30 and Bridges 31 1.4 ADMINISTRATIVE REQUIREMENTS 32 A. Work Included 33 1. Design,fabrication,erection and stripping of formwork for cast-in-place concrete 34 including shoring,reshoring,falsework,bracing,proprietary forming systems, 35 prefabricated forms,void forms,permanent metal forms,bulkheads,keys, 36 blockouts, sleeves, pockets and accessories. 37 a. Erection shall include installation in formwork of items furnished by other 38 trades. 39 2. Furnish all labor and materials required to fabricate,deliver and install 40 reinforcement and embedded metal assemblies for cast-in-place concrete,including 41 steel bars,welded steel wire fabric, ties, supports and sleeves. 42 3. Furnish all labor and materials required to perform the following: 43 a. Cast-in-place concrete 44 b. Concrete mix designs 45 c. Grouting CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall Revised December 20,2012 City Project No.01303 033000-4 CAST-IN-PLACE CONCRETE Page 4 of 25 1 1.5 SUBMITTALS 2 A. Submittals shall be in accordance with Section 0133 00. 3 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 4 specials. 5 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 6 A. Product Data 7 1. Required for each type of product indicated 8 B. Design Mixtures 9 1. For each concrete mixture submit proposed mix designs in accordance with ACI 10 318,chapter 5. 11 2. Submit each proposed mix design with a record of past performance. 12 3. Submit alternate design mixtures when characteristics of materials,Project condi- 13 tions, weather,test results or other circumstances warrant adjustments. 14 4. Indicate amounts of mixing water to be withheld for later addition at Project site. 15 a. Include this quantity on delivery ticket. 16 C. Steel Reinforcement Submittals for Information 17 1. Mill test certificates of supplied concrete reinforcing,indicating physical and chem- 18 ical analysis. 19 1.7 CLOSEOUT SUBMITTALS [NOT USED] 20 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 21 1.9 QUALITY ASSURANCE 22 A. Manufacturer Qualifications 23 1. A firm experienced in manufacturing ready-mixed concrete products and that com- 24 plies with ASTM C94 requirements for production facilities and equipment 25 2. Manufacturer certified according to NRMCA's "Certification of Ready Mixed 26 Concrete Production Facilities" 27 B. Source Limitations 28 1. Obtain each type or class of cementitious material of the same brand from the same 29 manufacturer's plant,obtain aggregate from 1 source and obtain admixtures through 30 1 source from a single manufacturer. 31 C. ACI Publications 32 1. Comply with the following unless modified by requirements in the Contract Docu- 33 ments: 34 a. ACI 301 Sections 1 through 5 35 b. ACI 117 36 D. Concrete Testing Service 37 1. Engage a qualified independent testing agency to perform material evaluation tests. CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall Revised December 20,2012 City Project No.01303 033000-5 CAST-RV-PLACE CONCRETE Page 5 of 25 1 1.10 DELIVERY,STORAGE,AND HANDLING 2 A. Steel Reinforcement 3 1. Deliver, store,and handle steel reinforcement to prevent bending and damage. 4 2. Avoid damaging coatings on steel reinforcement. 5 B. Waterstops 6 1. Store waterstops under cover to protect from moisture,sunlight,dirt, oil and other 7 contaminants. 8 1.11 FIELD CONDITIONS [NOT USED] 9 1.12 WARRANTY [NOT USED] 10 PART 2- PRODUCTS 11 2.1 OWNER-FURNISHED OR OWNER-SUPPLIED PRODUCTS [NOT USED] 12 2.2 PRODUCT TYPES AND MATERIALS 13 A. Manufacturers 14 1. In other Part 2 articles where titles below introduce lists,the following requirements 15 apply to product selection: 16 a. Available Products: Subject to compliance with requirements,products that 17 may be incorporated into the Work include,but are not limited to,products 18 specified. 19 b. Available Manufacturers: Subject to compliance with requirements, 20 manufacturers offering products that may be incorporated into the Work 21 include,but are not limited to,manufacturers specified. 22 B. Form-Facing Materials 23 1. Rough-Formed Finished Concrete 24 a. Plywood,lumber,metal or another approved material 25 b. Provide lumber dressed on at least 2 edges and 1 side for tight fit. 26 2. Chamfer Strips 27 a. Wood,metal,PVC or rubber strips 28 b. 3/4-inch x 3/4-inch,minimum 29 3. Rustication Strips 30 a. Wood, metal,PVC or rubber strips 31 b. Kerfed for ease of form removal 32 4. Form-Release Agent 33 a. Commercially formulated form-release agent that will not bond with, stain or 34 adversely affect concrete surfaces 35 b. Shall not impair subsequent treatments of concrete surfaces 36 c. For steel form-facing materials,formulate with rust inhibitor. 37 5. Form Ties CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall Revised December 20,2012 City Project No.01303 033000-6 CAST-IN-PLACE CONCRETE Page 6 of 25 1 a. Factory-fabricated,removable or snap-off metal or glass-fiber-reinforced 2 plastic form ties designed to resist lateral pressure of fresh concrete on forms 3 and to prevent spalling of concrete on removal. 4 b. Furnish units that will leave no corrodible metal closer than 1 inch to the plane 5 of exposed concrete surface. 6 c. Furnish ties that,when removed,will leave holes no larger than 1 inch in 7 diameter in concrete surface. 8 d. Furnish ties with integral water-barrier plates to walls indicated to receive 9 dampproofing or waterproofing. 10 C. Steel Reinforcement 11 1. Reinforcing Bars 12 a. ASTM A615,Grade 60,deformed 13 D. Reinforcement Accessories 14 1. Smooth Dowel Bars 15 a. ASTM A615,Grade 60,steel bars(smooth) 16 b. Cut bars true to length with ends square and free of burrs. 17 2. Bar Supports 18 a. Bolsters,chairs, spacers and other devices for spacing,supporting and fastening 19 reinforcing bars and welded wire reinforcement in place 20 b. Manufacture bar supports from steel wire,plastic or precast concrete according 21 to CRSI's "Manual of Standard Practice,"of greater compressive strength than 22 concrete and as follows: 23 1) For concrete surfaces exposed to view where legs of wire bar supports 24 contact forms,use CRSI Class 1 plastic-protected steel wire or CRSI 25 Class 2 stainless-steel bar supports. 26 2) For slabs-on-grade,provide sand plates,horizontal runners or precast 27 concrete blocks on bottom where base material will not support chair legs 28 or where vapor barrier has been specified. 29 E. Embedded Metal Assemblies 30 1. Steel Shapes and Plates: ASTM A36 31 2. Headed Studs: Heads welded by full-fusion process,as furnished by TRW Nelson 32 Stud Welding Division or approved equal 33 F. Expansion Anchors 34 1. Available Products 35 a. Wej-it Bolt,Wej-it Corporation,Tulsa,Oklahoma 36 b. Kwik Bolt II,Hilti Fastening Systems,Tulsa,Oklahoma 37 c. Trubolt,Ramset Fastening Systems,Paris,Kentucky 38 G. Adhesive Anchors and Dowels 39 1. Adhesive anchors shall consist of threaded rods anchored with an adhesive system 40 into hardened concrete or grout-filled masonry. 41 a. The adhesive system shall use a 2-component adhesive mix and shall be 42 injected with a static mixing nozzle following manufacturer's instructions. CrrY OF FORT WORTH Big Fossil Creek Parallel,Nelief Sanerary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS do Haltom City Meter Station and Sewer Outfall Revised December 20,2012 City Project No.01303 033000-7 CAST-IN-PLACE CONCRETE Page 7 of 25 1 b. The embedment depth of the rod shall provide a minimum allowable bond 2 strength that is equal to the allowable yield capacity of the rod,unless otherwise 3 specified. 4 2. Available Products 5 a. Hilti HIT HY 150 Max 6 b. Simpson Acrylic-Tie 7 c. Powers Fasteners AC 100+Gold 8 3. Threaded Rods: ASTM A 193 9 a. Nuts: ASTM A563 hex carbon steel 10 b. Washers: ASTM F436 hardened carbon steel 11 c. Finish: Hot-dip zinc coating,ASTM A153,Class C 12 H. Inserts 13 1. Provide metal inserts required for anchorage of materials or equipment to concrete 14 construction where not supplied by other trades: 15 a. In vertical concrete surfaces for transfer of direct shear loads only,provide 16 adjustable wedge inserts of malleable cast iron complete with bolts,nuts and 17 washers. 18 1) Provide 3/4-inch bolt size,unless otherwise indicated. 19 b. In horizontal concrete surfaces and whenever inserts are subject to tension 20 forces,provide threaded inserts of malleable cast iron furnished with full depth 21 bolts. 22 1) Provide 3/4-inch bolt size, unless otherwise indicated. 23 I. Concrete Materials 24 1. Cementitious Material 25 a. Use the following cementitious materials,of the same type,brand,and source, 26 throughout Project: 27 1) Portland Cement 28 a) ASTM C150,Type UII, gray 29 b) Supplement with the following: 30 (1) Fly Ash 31 (a) ASTM C618,Class C or F 32 (2) Ground Granulated Blast-Furnace Slag 33 (a) ASTM C989,Grade 100 or 120. 34 2) Silica Fume 35 a) ASTM C1240, amorphous silica 36 3) Normal-Weight Aggregates 37 a) ASTM C33, Class 3S coarse aggregate or better, graded 38 b) Provide aggregates from a single source. 39 4) Maximum Coarse-Aggregate Size 40 a) 3/4-inch nominal 41 5) Fine Aggregate 42 a) Free of materials with deleterious reactivity to alkali in cement 43 6) Water 44 a) ASTM C94 and potable 45 J. Admixtures 46 1. Air-Entraining Admixture CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall Revised December 20,2012 City Project No.01303 033000-8 CAST-IN-PLACE CONCRETE Page 8 of 25 1 a. ASTM C260 2 2. Chemical Admixtures 3 a. Provide admixtures certified by manufacturer to be compatible with other ad- o mixtures and that will not contribute water-soluble chloride ions exceeding 5 those permitted in hardened concrete. 6 b. Do not use calcium chloride or admixtures containing calcium chloride. 7 c. Water-Reducing Admixture 8 1) ASTM C494,Type A 9 d. Retarding Admixture 10 1) ASTM C494,Type B 11 e. Water-Reducing and Retarding Admixture 12 1) ASTM C494,Type D 13 f. High-Range,Water-Reducing Admixture 14 1) ASTM C494,Type F 15 g. High-Range,Water-Reducing and Retarding Admixture 16 1) ASTM C494,Type G 17 h. Plasticizing and Retarding Admixture 18 1) ASTM C1017,Type II 19 K. Waterstops 20 1. Self-Expanding Butyl Strip Waterstops 21 a. Manufactured rectangular or trapezoidal strip,butyl rubber with sodium 22 bentonite or other hydrophilic polymers,for adhesive bonding to concrete,3/4- 23 inch x 1-inch. 24 b. Available Products 25 1) Colloid Environmental Technologies Company;Volclay Waterstop-RX 26 2) Concrete Sealants Inc.;Conseal CS-231 27 3) Greenstreak;Swellstop 28 4) Henry Company, Sealants Division;Hydro-Flex 29 5) JP Specialties,Inc.;Earthshield Type 20 30 6) Progress Unlimited,Inc.;Superstop 31 7) TCMiraDRI;Mirastop 32 L. Curing Materials 33 1. Absorptive Cover 34 a. AASHTO M182,Class 2,burlap cloth made from jute or kenaf,weighing 35 approximately 9 ounces/square yard when dry 36 2. Moisture-Retaining Cover 37 a. ASTM C171,polyethylene film or white burlap-polyethylene sheet 38 3. Water 39 a. Potable 40 4. Clear,Waterborne,Membrane-Farming Curing Compound 41 a. ASTM C309,Type 1,Class B,dissipating 42 b. Available Products 43 1) Anti-Hydro International,Inc.;AH Curing Compound#2 DR WB 44 2) Burke by Edoco;Aqua Resin Cure 45 3) ChemMasters;Safe-Cure Clear CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS do Haltom City Meter Station and Sewer Outfall Revised December 20,2012 City Project No.01303 033000-9 CAST-IN-PLACE CONCRETE Page 9 of 25 1 4) Conspec Marketing&Manufacturing Co.,Inc., a Dayton Superior 2 Company;W.B.Resin Cure 3 5) Dayton Superior Corporation;Day Chem Rez Cure (J-11-W) 4 6) Euclid Chemical Company (The);Kurez DR VOX 5 7) Kaufman Products,Inc.;Thinfilm 420 6 8) Lambert Corporation;Aqua Kure-Clear 7 9) L&M Construction Chemicals, Inc.;L&M Cure R 8 10) Meadows,W.R.,Inc.; 1100 Clear 9 11) Nox-Crete Products Group,Kinsman Corporation;Resin Cure E 10 12) Symons Corporation,a Dayton Superior Company;Resi-Chem Clear Cure 11 13) Tamms Industries,Inc.;Horncure WB 30 12 14) Unitex;Hydro Cure 309 13 15) US Mix Products Company;US Spec Maxcure Resin Clear 14 16) Vexcon Chemicals,Inc.; Certi-Vex Enviocure 100 15 M. Related Materials 16 1. Bonding Agent 17 a. ASTM C1059,Type H,non-redispersible,acrylic emulsion or styrene 18 butadiene 19 2. Epoxy Bonding Adhesive 20 a. ASTM C881, 2-component epoxy resin,capable of humid curing and bonding 21 to damp surfaces,of class suitable for application temperature and of grade to 22 suit requirements,and as follows: 23 1) Types I and 11,non-load bearing 24 2) IV and V,load bearing, for bonding 25 3) Hardened or freshly mixed concrete to hardened concrete 26 3. Reglets 27 a. Fabricate reglets of not less than 0.0217-inch thick, galvanized steel sheet 28 b. Temporarily fill or cover face opening of reglet to prevent intrusion of concrete 29 or debris. 30 4. Sleeves and Blockouts 31 a. Formed with galvanized metal,galvanized pipe,polyvinyl chloride pipe,fiber 32 tubes or wood 33 5. Nails, Spikes,Lag Bolts,Through Bolts,Anchorages 34 a. Sized as required 35 b. Shall be of strength and character to maintain formwork in place while placing 36 concrete 37 N. Repair Materials 38 1. Repair Underlayment 39 a. Cement-based,polymer-modified, self-leveling product that can be applied in 40 thicknesses of 1/8 inch or greater 41 1) Do not feather. 42 b. Cement Binder 43 1) ASTM C150,portland cement or hydraulic or blended hydraulic cement as 44 defined in ASTM C219 45 c. Primer CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall Revised December 20,2012 City Project No.01303 033000-10 CAST-IN-PLACE CONCRETE Page 10 of 25 1 1) Product of underlayment manufacturer recommended for substrate,condi- 2 tions,and application 3 d. Aggregate 4 1) Well-graded,washed gravel, 1/8 to 1/4 inch or coarse sand as 5 recommended by underlayment manufacturer 6 e. Compressive Strength 7 1) Not less than 4100 psi at 28 days when tested according to 8 ASTM C 109/C 109M 9 2. Repair Overlayment 10 a. Cement-based,polymer-modified,self-leveling product that can be applied in 11 thicknesses of 1/8 inch or greater 12 1) Do not feather. 13 b. Cement Binder 14 1) ASTM C150,portland cement or hydraulic or blended hydraulic cement as 15 defined in ASTM C219 16 c. Primer 17 1) Product of topping manufacturer recommended for substrate,conditions, 18 and application 19 d. Aggregate 20 1) Well-graded,washed gravel, 1/8 to 1/4 inch or coarse sand as recommend- 21 ed by topping manufacturer 22 e. Compressive Strength 23 1) Not less than 5000 psi at 28 days when tested according to ASTM C109 24 O. Concrete Mixtures,General 25 1. Prepare design mixtures for each type and strength of concrete,proportioned on the 26 basis of laboratory trial mixture or field test data,or both,according to ACI 301. 27 a. Required average strength above specified strength 28 1) Based on a record of past performance 29 a) Determination of required average strength above specified strength 30 shall be based on the standard deviation record of the results of at least 31 30 consecutive strength tests in accordance with ACI 318,Chapter 5.3 32 by the larger amount defined by formulas 5-1 and 5-2. 33 2) Based on laboratory trial mixtures 34 a) Proportions shall be selected on the basis of laboratory trial batches 35 prepared in accordance with ACI 318,Chapter 5.3.3.2 to produce an 36 average strength greater than the specified strength fc by the amount 37 defined in table 5.3.2.2. 38 3) Proportions of ingredients for concrete mixes shall be determined by an in- 39 dependent testing laboratory or qualified concrete supplier. 40 4) For each proposed mixture,at least 3 compressive test cylinders shall be 41 made and tested for strength at the specified age. 42 a) Additional cylinders may be made for testing for information at earlier 43 ages. 44 2. Cementitious Materials 45 a. Limit percentage,by weight,of cementitious materials other than portland ce- 46 ment in concrete as follows,unless specified otherwise: 47 1) Fly Ash: 25 percent CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMFNTS &Haltom City Meter Station and Sewer Outfall Revised December 20,2012 City Project No.01303 03 30 00-11 CAST-IN-PLACE CONCRETE Page 11 of 25 1 2) Combined Fly Ash and Pozzolan: 25 percent 2 3) Ground Granulated Blast-Fumace Slag: 50 percent 3 4) Combined Fly Ash or Pozzolan and Ground Granulated Blast-Furnace 4 Slag: 50 percent 5 5) Portland cement minimum, with fly ash or pozzolan not exceeding 25 per- 6 cent 7 6) Silica Fume: 10 percent 8 7) Combined Fly Ash,Pozzolans,and Silica Fume: 35 percent with fly ash or 9 pozzolans not exceeding 25 percent and silica fume not exceeding 10 per- 10 cent 11 8) Combined Fly Ash or Pozzolans,Ground Granulated Blast-Furnace Slag, 12 and Silica Fume: 50 percent with fly ash or pozzolans not exceeding 25 13 percent and silica fume not exceeding 10 percent 14 3. Limit water-soluble,chloride-ion content in hardened concrete to: 15 a. 0.30 percent by weight of cement if concrete will have no exposure to chlorides 16 (typical) 17 b. 0.15 percent by weight if concrete will be exposed to chlorides 18 c. 1.0 percent by weight if concrete will have no exposure to chlorides and will be 19 continually dry and protected. 20 4. Admixtures 21 a. Use admixtures according to manufacturer's written instructions. 22 b. Do not use admixtures which have not been incorporated and tested in accepted 23 mixes. 24 c. Use water-reducing high-range water-reducing or plasticizing admixture in 25 concrete, as required,for placement and workability. 26 d. Use water-reducing and retarding admixture when required by high 27 temperatures,low humidity or other adverse placement conditions. 28 e. Use water-reducing admixture in pumped concrete,concrete for heavy-use 29 industrial slabs and parking structure slabs,concrete required to be watertight, 30 and concrete with a water-cementitious materials ratio below 0.50. 31 f. Use corrosion-inhibiting admixture in concrete mixtures where indicated. 32 P. Concrete Mixtures 33 1. Refer to TxDOT"Standard Specifications for Construction and Maintenance of 34 Highways, Streets,and Bridges"for: 35 a. Culverts 36 b. Headwalls 37 c. Wingwalls 38 2. Proportion normal-weight concrete mixture as follows: 39 a. Minimum Compressive Strength: 5,000 psi at 28 days 40 b. Maximum Water-Cementitious Materials Ratio: 0.45 41 c. Slump Limit: 5 inches or 8 inches for concrete with verified slump of 2 to 4 42 inches before adding high-range water-reducing admixture or plasticizing 43 admixture,plus or minus 1 inch 44 d. Air Content: 6 percent,plus or minus 1.5 percent at point of delivery for 3/4- 45 inch nominal maximum aggregate size 46 Q. Fabricating Reinforcement CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS do Haltom City Meter Station and Sewer Outfall Revised December 20,2012 City Project No.01303 033000-14 CAST-IN-PLACE CONCRETE Page 14 of 25 1 5. Fabricate forms for easy removal without hammering or prying against concrete 2 surfaces. Provide crush or wrecking plates where stripping may damage cast 3 concrete surfaces. Provide top forms for inclined surfaces steeper than 1.5 4 horizontal to 1 vertical. 5 a. Install keyways,reglets,recesses,and the like,for easy removal. 6 b. Do not use rust-stained steel form-facing material. 7 6. Set edge forms,bulkheads,and intermediate screed strips for slabs to achieve 8 required elevations and slopes in finished concrete surfaces. Provide and secure 9 units to support screed strips;use strike-off templates or compacting-type screeds. 10 7. Construct formwork to cambers shown or specified on the Drawings to allow for 11 structural deflection of the hardened concrete. Provide additional elevation or 12 camber in formwork as required for anticipated formwork deflections due to weight 13 and pressures of concrete and construction loads. 14 8. Foundation Elements: Form the sides of all below grade portions of beams,pier 15 caps,walls,and columns straight and to the lines and grades specified. Do no earth 16 form foundation elements unless specifically indicated on the Drawings. 17 9. Provide temporary openings for cleanouts and inspection ports where interior area 18 of formwork is inaccessible. Close openings with panels tightly fitted to forms and 19 securely braced to prevent loss of concrete mortar. Locate temporary openings in 20 forms at inconspicuous locations. 21 10. Chamfer exterior corners and edges of permanently exposed concrete. 22 11. Form openings,chases,offsets,sinkages,keyways,reglets,blocking,screeds,and 23 bulkheads required in the Work. Determine sizes and locations from trades 24 providing such items. 25 12. Clean forms and adjacent surfaces to receive concrete. Remove chips,wood, 26 sawdust,dirt,and other debris just before placing concrete. 27 13. Retighten forms and bracing before placing concrete,as required,to prevent mortar 28 leaks and maintain proper alignment. 29 14. Coat contact surfaces of forms with form-release agent,according to manufacturer's 30 written instructions,before placing reinforcement,anchoring devices,and 31 embedded items. 32 a. Do not apply form release agent where concrete surfaces are scheduled to 33 receive subsequent finishes which may be affected by agent. Soak contact 34 surfaces of untreated forms with clean water. Keep surfaces wet prior to 35 placing concrete. 36 B. Embedded Items 37 1. Place and secure anchorage devices and other embedded items required for 38 adjoining work that is attached to or supported by cast-in-place concrete. Use 39 setting drawings,templates,diagrams,instructions,and directions furnished with 40 items to be embedded. 41 a. Install anchor rods,accurately located,to elevations required and complying 42 with tolerances in AISC 303,Section 7.5. 43 1) Spacing within a bolt group: 1/8 inch 44 2) Location of bolt group(center): t/2 inch 45 3) Rotation of bolt group: 5 degrees CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall Revised December 20,2012 City Project No.01303 03 30 00-15 CAST-IN-PLACE CONCRETE Page 15 of 25 1 4) Angle off vertical: 5 degrees 2 5) Bolt projection: ±3/8 inch 3 b. Install reglets to receive waterproofing and to receive through-wall fleshings in 4 outer face of concrete frame at exterior walls,where flashing is shown at lintels, 5 shelf angles, and other conditions. 6 C. Removing and Reusing Forms 7 1. Do not backfill prior to concrete attaining 70 percent of its 28-day design 8 compressive strength. 9 2. General: Formwork for sides of beams,walls,columns, and similar parts of the 10 Work that does not support weight of concrete may be removed after cumulatively 11 curing at not less than 50 degrees Fahrenheit for 24 hours after placing concrete,if 12 concrete is hard enough to not be damaged by form-removal operations and curing 13 and protection operations are maintained. 14 a. Leave formwork for beam soffits,joists,slabs, and other structural elements 15 that supports weight of concrete in place until concrete has achieved at least 70 16 percent of its 28-day design compressive strength. 17 b. Do not remove formwork supporting conventionally reinforced concrete until 18 concrete has attained 70 percent of its specified 28 day compressive strength as 19 established by tests of field cured cylinders. In the absence of cylinder tests, 20 supporting formwork shall remain in place until the concrete has cured at a 21 temperature of at least 50 degrees Fahrenheit for the minimum cumulative time 22 periods given in ACI 347, Section 3.7.2.3. Add the period of time when the 23 surrounding air temperature is below 50 degrees Fahrenheit, to the minimum 24 listed time period. Formwork for 2-way conventionally reinforced slabs shall 25 remain in place for at least the minimum cumulative time periods specified for 26 1-way slabs of the same maximum span. 27 c. Immediately reshore 2-way conventionally reinforced slabs after formwork 28 removal. Reshores shall remain until the concrete has attained the specified 28 29 day compressive strength. 30 d. Minimum cumulative curing times may be reduced by the use of high-early 31 strength cement or forming systems which allow form removal without 32 disturbing shores,but only after the Contractor has demonstrated to the 33 satisfaction of the Engineer that the early removal of forms will not cause 34 excessive sag, distortion or damage to the concrete elements. 35 e. Completely remove wood forms. Provide temporary openings if required. 36 f. Provide adequate methods of curing and thermal protection of exposed concrete 37 if forms are removed prior to completion of specified curing time. 38 g. Reshore areas required to support construction loads in excess of 20 pounds per 39 square foot to properly distribute construction loading. Construction loads up 40 to the rated live load capacity may be placed on unshored construction provided 41 the concrete has attained the specified 28 day compressive strength. 42 h. Obtaining concrete compressive strength tests for the purposes of form removal 43 is the responsibility of the Contractor. 44 i. Remove forms only if shores have been arranged to permit removal of forms 45 without loosening or disturbing shores. CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall Revised December 20,2012 City Project No.01303 03 30 00-16 CAST-IN-PLACE CONCRETE Page 16 of 25 1 3. Clean and repair surfaces of forms to be reused in the Work. Split,frayed, 2 delaminated,or otherwise damaged form-facing material will not be acceptable for 3 exposed surfaces. Apply new form-release agent. 4 4. When forms are reused,clean surfaces,remove fins and laitance,and tighten to 5 close joints. Align and secure joints to avoid offsets. Do not use patched forms for 6 exposed concrete surfaces unless approved by Engineer. 7 D. Shores and Reshores 8 1. The Contractor is solely responsible for proper shoring and reshoring. 9 2. Comply with ACI 318 and ACI 301 for design,installation,and removal of shoring 10 and reshoring. 11 a. Do not remove shoring or reshoring until measurement of slab tolerances is 12 complete. 13 3. Plan sequence of removal of shores and reshore to avoid damage to concrete. 14 Locate and provide adequate reshoring to support construction without excessive 15 stress or deflection. 16 E. Steel Reinforcement 17 1. General: Comply with CRSI's"Manual of Standard Practice"for placing 18 reinforcement. 19 a. Do not cut or puncture vapor retarder. Repair damage and reseal vapor retarder 20 before placing concrete. 21 2. Clean reinforcement of loose rust and mill scale,earth,ice,and other foreign 22 materials that would reduce bond to concrete. 23 3. Accurately position, support,and secure reinforcement against displacement. 24 Locate and support reinforcement with bar supports to maintain minimum concrete 25 cover. Do not tack weld crossing reinforcing bars. 26 a. Weld reinforcing bars according to AWS DIA,where indicated. Only steel 27 conforming to ASTM A706 may be welded. 28 4. Installation tolerances 29 a. Top and bottom bars in slabs,girders,beams and joists: 30 1) Members 8 inches deep or less:±3/8 inch 31 2) Members more than 8 inches deep:±1/2 inch 32 b. Concrete Cover to Formed or Finished Surfaces:t3/8 inches for members 8 33 inches deep or less;±1/2 inches for members over 8 inches deep,except that 34 tolerance for cover shall not exceed 1/3 of the specified cover. 35 5. Concrete Cover 36 a. Reinforcing in structural elements deposited against the ground: 3 inches 37 b. Reinforcing in formed beams,columns and girders: 1-1/2 inches 38 c. Grade beams and exterior face of formed walls and columns exposed to 39 weather or in contact with the ground: 2 inches 40 d. Interior faces of walls: 1 inches 41 e. Slabs: 3/4 inches 42 6. Splices:Provide standard reinforcement splices by lapping and tying ends.Comply 43 with ACI 318 for minimum lap of spliced bars where not specified on the 44 documents.Do not lap splice no. 14 and 18 bars. 45 7. Field Welding of Embedded Metal Assemblies CrrY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS do Haltom City Meter Station and Sewer Outfall Revised December 20,2012 City Project No.01303 033000-17 CAST-IN-PLACE CONCRETE Page 17 of 25 1 a. Remove all paint and galvanizing in areas to receive field welds. 2 b. Field Prepare all areas where paint or galvanizing has been removed with the 3 specified paint or cold galvanizing compound,respectively. 4 F. Joints 5 1. General: Construct joints true to line with faces perpendicular to surface plane of 6 concrete. 7 2. Construction Joints: Install so strength and appearance of concrete are not 8 impaired, at locations indicated or as approved by Engineer. 9 a. Place joints perpendicular to main reinforcement. Continue reinforcement 10 across construction joints,unless otherwise indicated. Do not continue I 1 reinforcement through sides of strip placements of floors and slabs. 12 b. Form keyed joints as indicated. Embed keys at least 1-1/2 inches into concrete. 13 c. Locate joints for beams, slabs,joists,and girders in the middle third of spans. 14 Offset joints in girders a minimum distance of twice the beam width from a 15 beam-girder intersection. 16 d. Locate horizontal joints in walls and columns at underside of floors, slabs, 17 beams, and girders and at the top of footings or floor slabs. 18 e. Space vertical joints in walls as indicated. Locate joints beside piers integral 19 with walls,near corners, and in concealed locations where possible. 20 f. Use a bonding agent at locations where fresh concrete is placed against 21 hardened or partially hardened concrete surfaces. 22 3. Doweled Joints: Install dowel bars and support assemblies at joints where 23 indicated. Lubricate or asphalt coat 1-1/2 of dowel length to prevent concrete 24 bonding to l side of joint. 25 G. Waterstops 26 1. Flexible Waterstops: Install in construction joints and at other joints indicated to 27 forma continuous diaphragm. Install in longest lengths practicable. Support and 28 protect exposed waterstops during progress of the Work. Field fabricate joints in 29 waterstops according to manufacturer's written instructions. 30 2. Self-Expanding Strip Waterstops: Install in construction joints and at other 31 locations indicated,according to manufacturer's written instructions,adhesive 32 bonding, mechanically fastening, and firmly pressing into place. Install in longest 33 lengths practicable. 34 H. Adhesive Anchors 35 1. Comply with the manufacturer's installation instructions on the hole diameter and 36 depth required to fully develop the tensile strength of the adhesive anchor or 37 reinforcing bar. 38 2. Properly clean out the hole utilizing a wire brush and compressed air to remove all 39 loose material from the hole,prior to installing adhesive material. 40 1. Concrete Placement 41 1. Before placing concrete, verify that installation of formwork, reinforcement, and 42 embedded items is complete and that required inspections have been performed. 43 2. Do not add water to concrete during delivery, at Project site,or during placement 44 unless approved by Engineer. CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall Revised December 20,2012 City Project No.01303 03 30 00-18 CAST-IN-PLACE CONCRETE Page 18 of 25 1 3. Before test sampling and placing concrete,water may be added at Project site, 2 subject to limitations of ACI 301. 3 a. Do not add water to concrete after adding high-range water-reducing 4 admixtures to mixture. 5 b. Do not exceed the maximum specified water/cement ratio for the mix. 6 4. Deposit concrete continuously in 1 layer or in horizontal layers of such thickness 7 that no new concrete will be placed on concrete that has hardened enough to cause 8 seams or planes of weakness. If a section cannot be placed continuously,provide 9 construction joints as indicated. Deposit concrete to avoid segregation. 10 a. Deposit concrete in horizontal layers of depth to not exceed formwork design 11 pressures, 15 feet maximum and in a manner to avoid inclined construction 12 joints. 13 b. Consolidate placed concrete with mechanical vibrating equipment according to 14 ACI 301. 15 c. Do not use vibrators to transport concrete inside forms. Insert and withdraw 16 vibrators vertically at uniformly spaced locations to rapidly penetrate placed 17 layer and at least 6 inches into preceding layer. Do not insert vibrators into 18 lower layers of concrete that have begun to lose plasticity. At each insertion, 19 limit duration of vibration to time necessary to consolidate concrete and 20 complete embedment of reinforcement and other embedded items without 21 causing mixture constituents to segregate. 22 d. Do not permit concrete to drop freely any distance greater than 10 feet for 23 concrete containing a high range water reducing admixture(superplasticizer)or 24 5 feet for other concrete.Provide chute or tremie to place concrete where longer 25 drops are necessary.Do not place concrete into excavations with standing 26 water.If place of deposit cannot be pumped dry,pour concrete through a tremie 27 with its outlet near the bottom of the place of deposit. 28 e. Discard pump priming grout and do not use in the structure. 29 5. Deposit and consolidate concrete for floors and slabs in a continuous operation, 30 within limits of construction joints,until placement of a panel or section is 31 complete. 32 a. Consolidate concrete during placement operations so concrete is thoroughly 33 worked around reinforcement and other embedded items and into corners. 34 b. Maintain reinforcement in position on chairs during concrete placement. 35 c. Screed slab surfaces with a straightedge and strike off to correct elevations. 36 d. Slope surfaces uniformly to drains where required. 37 e. Begin initial floating using bull floats or darbies to form a uniform and open- 38 textured surface plane,before excess bleedwater appears on the surface. Do not 39 further disturb slab surfaces before starting finishing operations. 40 6. Cold-Weather Placement: Comply with ACI 306.1 and as follows. Protect 41 concrete work from physical damage or reduced strength that could be caused by 42 frost,freezing actions,or low temperatures. 43 a. When average high and low temperature is expected to fall below 40 44 degrees Fahrenheit for 3 successive days,maintain delivered concrete mixture 45 temperature within the temperature range required by ACI 301. 46 b. Do not use frozen materials or materials containing ice or snow. Do not place 47 concrete on frozen subgrade or on subgrade containing frozen materials. CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanirary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS do Haltom City Meter Station and Sewer Outfm Revised December 20,2012 City Project No.01303 033000-19 CAST-IN-PLACE CONCRETE Page 19 of 25 1 c. Do not use calcium chloride, salt,or other materials containing antifreeze 2 agents or chemical accelerators unless otherwise specified and approved in 3 mixture designs. 4 7. Hot-Weather Placement: Comply with ACI 305.1 and as follows: 5 a. Maintain concrete temperature below 95 degrees Fahrenheit at time of 6 placement. Chilled mixing water or chopped ice may be used to control 7 temperature,provided water equivalent of ice is calculated to total amount of 8 mixing water. Using liquid nitrogen to cool concrete is Contractor's option. 9 b. Fog-spray forms, steel reinforcement, and subgrade just before placing 10 concrete. Keep subgrade uniformly moist without standing water, soft spots,or 11 dry areas. 12 J. Finishing Formed Surfaces 13 1. Rough-Formed Finish: As-cast concrete texture imparted by form-facing material 14 with tie holes and defects repaired and patched. Remove fins and other projections 15 that exceed specified limits on formed-surface irregularities. 16 a. Apply to concrete surfaces not exposed to public view. 17 2. Related Unformed Surfaces: At tops of walls,horizontal offsets,and similar 18 unformed surfaces adjacent to formed surfaces, strike off smooth and finish with a 19 texture matching adjacent formed surfaces. Continue final surface treatment of 20 formed surfaces uniformly across adjacent unformed surfaces,unless otherwise 21 indicated. 22 K. Miscellaneous Concrete Items 23 1. Filling In: Fill in holes and openings left in concrete structures,unless otherwise 24 indicated, after work of other trades is in place. Mix,place, and cure concrete, as 25 specified,to blend with in-place construction. Provide other miscellaneous 26 concrete filling indicated or required to complete the Work. 27 2. Curbs: Provide monolithic finish to interior curbs by stripping forms while 28 concrete is still green and by steel-troweling surfaces to a hard,dense finish with 29 corners,intersections, and terminations slightly rounded. 30 3. Equipment Bases and Foundations: Provide machine and equipment bases and 31 foundations as shown on Drawings. Set anchor bolts for machines and equipment 32 at correct elevations,complying with diagrams or templates from manufacturer 33 furnishing machines and equipment. 34 a. Housekeeping pads: Normal weight concrete(3000 psi),reinforced with 35 #3@ 16 inches on center set at middepth of pad.Trowel concrete to a dense, 36 smooth finish. Set anchor bolts for securing mechanical or electrical equipment 37 during pouring of concrete fill. 38 4. Protective slabs("Mud slabs"): Normal weight concrete(2500 psi minimum)with a 39 minimum thickness of 3-1/2 inches. Finish slab to a wood float finish. 40 L. Concrete Protecting and Curing 41 1. General: Protect freshly placed concrete from premature drying and excessive cold 42 or hot temperatures. Comply with ACI 306.1 for cold-weather protection and 43 ACI 305.1 for hot-weather protection during curing. CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station.and Sewer Outfall Revised December 20,2012 City Project No.01303 033000-20 CAST-IN-PLACE CONCRETE Page 20 of 25 1 2. Formed Surfaces: Cure formed concrete surfaces,including underside of beams, 2 supported slabs,and other similar surfaces. If forms remain during curing period, 3 moist cure after loosening forms. If removing forms before end of curing period, 4 continue curing for the remainder of the curing period. 5 3. Unformed Surfaces: Begin curing immediately after finishing concrete. Cure 6 unformed surfaces,including floors and slabs,concrete floor toppings,and other 7 surfaces. 8 4. Cure concrete according to ACI 308.1,by 1 or a combination of the following 9 methods: 10 a. Moisture Curing: Keep surfaces continuously moist for not less than 7 days 11 with the following materials: 12 1) Water 13 2) Continuous water-fog spray 14 3) Absorptive cover,water saturated,and kept continuously wet. Cover 15 concrete surfaces and edges with 12-inch lap over adjacent absorptive 16 covers 17 b. Moisture-Retaining-Cover Curing: Cover concrete surfaces with moisture- 18 retaining cover for curing concrete,placed in widest practicable width,with 19 sides and ends lapped at least 12 inches,and sealed by waterproof tape or 20 adhesive. Cure for not less than 7 days. Immediately repair any holes or tears 21 during curing period using cover material and waterproof tape. 22 1) Moisture cure or use moisture-retaining covers to cure concrete surfaces to 23 receive floor coverings. 24 2) Moisture cure or use moisture-retaining covers to cure concrete surfaces to 25 receive penetrating liquid floor treatments. 26 3) Cure concrete surfaces to receive floor coverings with either a moisture- 27 retaining cover or a curing compound that the manufacturer certifies will 28 not interfere with bonding of floor covering used on Project. 29 c. Curing Compound: Apply uniformly in continuous operation by power spray 30 or roller according to manufacturer's written instructions. Recoat areas 31 subjected to heavy rainfall within 3 hours after initial application. Maintain 32 continuity of coating and repair damage during curing period. 33 3.5 REPAIR 34 A. Concrete Surface Repairs 35 1. Defective Concrete: Repair and patch defective areas when approved by Engineer. 36 Remove and replace concrete that cannot be repaired and patched to Engineer's 37 approval. 38 2. Patching Mortar: Mix dry-pack patching mortar,consisting of 1 part portland 39 cement to 2-1/2 parts fine aggregate passing a No. 16 sieve,using only enough 40 water for handling and placing. 41 3. Repairing Formed Surfaces: Surface defects include color and texture 42 irregularities,cracks,spalls,air bubbles,honeycombs,rock pockets,fins and other 43 projections on the surface,and stains and other discolorations that cannot be 44 removed by cleaning. CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS do Haltom City Meter Station and Sewer Outfall Revised December 20,2012 City Project No.01303 03 30 00-21 CASTAN-PLACE CONCRETE Page 21 of 25 1 a. Immediately after form removal,cut-out honeycombs,rock pockets,and voids 2 more than 1/2 inch in any dimension in solid concrete,but not less than 1 inch 3 in depth. Make edges of cuts perpendicular to concrete surface. Clean,dampen 4 with water, and brush-coat holes and voids with bonding agent. Fill and 5 compact with patching mortar before banding agent has dried. Fill form-tie 6 voids with patching mortar or cone plugs secured in place with bonding agent. 7 b. Repair defects on surfaces exposed to view by blending white portland cement 8 and standard portland cement so that,when dry,patching mortar will match 9 surrounding color. Patch a test area at inconspicuous locations to verify 10 mixture and color match before proceeding with patching. Compact mortar in 11 place and strike off slightly higher than surrounding surface. 12 c. Repair defects on concealed formed surfaces that affect concrete's durability 13 and structural performance as determined by Engineer. 14 4. Repairing Unformed Surfaces: Test unformed surfaces, such as floors and slabs, 15 for finish and verify surface tolerances specified for each surface. Correct low and 16 high areas. Test surfaces sloped to drain for trueness of slope and smoothness;use 17 a sloped template. 18 a. Repair finished surfaces containing defects. Surface defects include spalls,pop 19 outs,honeycombs,rock pockets,crazing and cracks in excess of 0.01 inch wide 20 or that penetrate to reinforcement or completely through unreinforced sections 21 regardless of width,and other objectionable conditions. 22 b. After concrete has cured at least 14 days,correct high areas by grinding. 23 c. Correct localized low areas during or immediately after completing surface 24 finishing operations by cutting out low areas and replacing with patching 25 mortar. Finish repaired areas to blend into adjacent concrete. 26 d. Repair defective areas,except random cracks and single holes 1 inch or less in 27 diameter,by cutting out and replacing with fresh concrete. Remove defective 28 areas with clean,square cuts and expose steel reinforcement with at least a 3/4- 29 inch clearance all around. Dampen concrete surfaces in contact with patching 30 concrete and apply bonding agent. Mix patching concrete of same materials 31 and mixture as original concrete except without coarse aggregate. Place, 32 compact,and finish to blend with adjacent finished concrete. Cure in same 33 manner as adjacent concrete. 34 e. Repair random cracks and single holes 1 inch or less in diameter with patching 35 mortar. Groove top of cracks and cut out holes to sound concrete and clean off 36 dust,dirt,and loose particles. Dampen cleaned concrete surfaces and apply 37 bonding agent. Place patching mortar before bonding agent has dried. 38 Compact patching mortar and finish to match adjacent concrete. Keep patched 39 area continuously moist for at least 72 hours. 40 5. Perform structural repairs of concrete,subject to Engineer's approval,using epoxy 41 adhesive and patching mortar. 42 6. Repair materials and installation not specified above may be used,subject to 43 Engineer's approval. CrrY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall Revised December 20,2012 City Project No.01303 033000-22 CAST-IN-PLACE CONCRETE Page 22 of 25 1 3.6 RE-INSTALLATION[NOT USED] 2 3.7 FIELD QUALITY CONTROL 3 A. Testing and Inspecting: City will engage a special inspector and qualified testing and 4 inspecting agency to perform field tests and inspections and prepare test reports. 5 B. Inspections 6 1. Steel reinforcement placement 7 2. Headed bolts and studs 8 3. Verification of use of required design mixture 9 4. Concrete placement,including conveying and depositing 10 5. Curing procedures and maintenance of curing temperature 11 6. Verification of concrete strength before removal of shores and forms from beams 12 and slabs 13 C. Concrete Tests: Perform testing of composite samples of fresh concrete obtained 14 according to ASTM C172 according to the following requirements: 15 1. Testing Frequency: Obtain 1 composite sample for each day's pour of each 16 concrete mixture exceeding 5 cubic yard,but less than 25 cubic yard,plus 1 set for 17 each additional 50 cubic yard or fraction thereof. 18 2. Slump: ASTM C143; 1 test at point of placement for each composite sample,but 19 not less than 1 test for each day's pour of each concrete mixture. Perform additional 20 tests when concrete consistency appears to change. 21 3. Air Content: ASTM C231,pressure method,for normal-weight concrete; 1 test for 22 each composite sample,but not less than 1 test for each day's pour of each concrete 23 mixture. 24 4. Concrete Temperature: ASTM C1064; 1 test hourly when air temperature is 40 25 degrees Fahrenheit and below and when 80 degrees Fahrenheit and above,and 1 26 test for each composite sample. 27 5. Compression Test Specimens: ASTM C31. 28 a. Cast and laboratory cure 4 cylinders for each composite sample. 29 1) Do not transport field cast cylinders until they have cured for a 30 minimum of 24 hours. 31 6. Compressive-Strength Tests: ASTM C39; 32 a. Test 1 cylinder at 7 days. 33 b. Test 2 cylinders at 28 days. 34 c. Hold 1 cylinder for testing at 56 days as needed. 35 7. When strength of field-cured cylinders is less than 85 percent of companion 36 laboratory-cured cylinders,evaluate operations and provide corrective procedures 37 for protecting and curing in-place concrete. 38 8. Strength of each concrete mixture will be satisfactory if every average of any 3 39 consecutive compressive-strength tests equals or exceeds specified compressive 40 strength and no compressive-strength test value falls below specified compressive 41 strength by more than 500 psi. CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS do Haltom City Meter Station and Sewer Outfall Revised December 20,2012 City Project No.01303 033000-23 CAST-IN-PLACE CONCRETE Page 23 of 25 1 9. Report test results in writing to Engineer,concrete manufacturer, and Contractor 2 within 48 hours of testing. Reports of compressive-strength tests shall contain 3 Project identification name and number,date of concrete placement,name of 4 concrete testing and inspecting agency,location of concrete batch in Work,design 5 compressive strength at 28 days,concrete mixture proportions and materials, 6 compressive breaking strength,and type of break for both 7-and 28-day tests. 7 10. Additional Tests: Testing and inspecting agency shall make additional tests of 8 concrete when test results indicate that slump, air entrainment,compressive 9 strengths, or other requirements have not been met, as directed by Engineer. 10 Testing and inspecting agency may conduct tests to determine adequacy of concrete 11 by cored cylinders complying with ASTM C42 or by other methods as directed by 12 Engineer. 13 a. When the strength level of the concrete for any portion of the structure,as 14 indicated by cylinder tests,falls below the specified requirements,provide 15 improved curing conditions and/or adjustments to the mix design as required to 16 obtain the required strength. If the average strength of the laboratory control 17 cylinders falls so low as to be deemed unacceptable,follow the core test 18 procedure set forth in ACI 301,Chapter 17.Locations of core tests shall be 19 approved by the Engineer.Core sampling and testing shall be at Contractors 20 expense. 21 b. If the results of the core tests indicate that the strength of the structure is 22 inadequate, any replacement,load testing,or strengthening as may be ordered 23 by the Engineer shall be provided by the Contractor without cost to the City. 24 11. Additional testing and inspecting, at Contractor's expense, will be performed to 25 determine compliance of replaced or additional work with specified requirements. 26 12. Correct deficiencies in the Work that test reports and inspections indicate does not 27 comply with the Contract Documents. 28 D. Measure floor and slab flatness and levelness according to ASTM El 155 within 48 29 hours of finishing. 30 E. Concrete Finish Measurement and Tolerances 31 1. All floors are subject to measurement for flatness and levelness and comply with 32 the following: 33 a. Slabs shall be flat within a tolerance of 5/16 inches in 10 feet when tested with 34 a 10 foot long straightedge. Apply straightedge to the slab at 3 foot intervals in 35 both directions,lapping straightedge 3 feet on areas previously checked.Low 36 spots shall not exceed the above dimension anywhere along the straightedge. 37 Flatness shall be checked the next work day after finishing. 38 b. Slabs shall be level within a tolerance of± 1/4 inch in 10 feet, not to exceed 3/4 39 inches total variation,anywhere on the floor,from elevations indicated on the 40 Drawings.Levelness shall be checked on a 10 foot grid using a level after 41 removal of forms. 42 c. Measurement Standard: All floors are subject to measurement for flatness and 43 levelness, according to ASTM E1155. 44 2. 2 Tiered Measurement Standard 45 a. Each floor test section and the overall floor area shall conform to the 2-tiered 46 measurement standard as specified herein. CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall Revised December 20,2012 City Project No.01303 033000-24 CAST-IN-PLACE CONCRETE Page 24 of 25 1 1) Minimum Local Value:The minimum local FF/FL values represent the ab- 2 solute minimum surface profile that will be acceptable for any 1 test sample 3 (line of measurements)anywhere within the test area. 4 2) Specified Overall Value:The specified overall FF/FL values represent the 5 minimum values acceptable for individual floor sections as well as the floor 6 as a whole. 7 3. Floor Test Sections 8 a. A floor test section is defined as the smaller of the following areas: 9 1) The area bounded by column and/or wall lines 10 2) The area bounded by construction and/or control joint lines 11 3) Any combination of column lines and/or control joint lines 12 b. Test sample measurement lines within each test section shall be 13 multidirectional along 2 orthogonal lines,as defined by ASTM E1155,at a 14 spacing to be determined by the City's testing agency. 15 c. The precise layout of each test section shall be determined by the City's testing 16 agency. 17 4. Concrete Floor Finish Tolerance 18 a. The following values apply before removal of shores.Levelness values(FL)do 19 not apply to intentionally sloped or cambered areas,nor to slabs poured on 20 metal deck or precast concrete. 21 1) Slabs 22 Overall Value FF45/FL30 23 Minimum Local Value FF30AFL20 24 5. Floor Elevation Tolerance Envelope 25 a. The acceptable tolerance envelope for absolute elevation of any point on the 26 slab surface,with respect to the elevation shown on the Drawings,is as follows: 27 1) Slab-on-Grade Construction:t 3/4 inch 28 2) Top surfaces of formed slabs measured prior to removal of supporting 29 shores: ±3/4 inch 30 3) Top surfaces of all other slabs:f 3/4 inch 31 4) Slabs specified to slope shall have a tolerance from the specified slope of 32 3/8 inch in 10 feet at any point,up to 3/4 inch from theoretical elevation at 33 any point. 34 3.8 SYSTEM STARTUP[NOT USED] 35 3.9 ADJUSTING[NOT USED] 36 3.10 CLEANING 37 A. Defective Work 38 1. Imperfect or damaged work or any material damaged or determined to be defective 39 before final completion and acceptance of the entire job shall be satisfactorily re- 40 placed at the Contractor's expense,and in conformity with all of the requirements of 41 the Drawings and Specifications. 42 2. Perform removal and replacement of concrete work in such manner as not to impair 43 the appearance or strength of the structure in any way. 44 B. Cleaning CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATTON DOCUMENTS &Haltom City Meier Station and Sewer Outfall Revised December 20,2012 City Project No.01303 033000-25 CAST-IN-PLACE CONCRETE Page 25 of 25 1 1. Upon completion of the work remove from the site all forms,equipment,protective 2 coverings and any rubbish resulting therefrom. 3 2. After sweeping floors,wash floors with clean water. 4 3. Leave finished concrete surfaces in a clean condition,satisfactory to the City. 5 3.11 CLOSEOUT ACTIVITIES [NOT USED] 6 3.12 PROTECTION[NOT USED] 7 3.13 MAINTENANCE [NOT USED] 8 3.14 ATTACHMENTS [NOT USED] 9 END OF SECTION 10 Revision Log DATE NAME SUMMARY OF CHANGE 2.2.0.3—Removed Blue Text/Added Descriptions for water-soluble, 12/20/2012 D.Johnson chloride-ion content 3A.C.1—Changed 75%to 70% 11 CrrY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall Revised December 20,2012 City Project No.01303 THIS PAGE INTENTAILLY LEFT BLANK 0334 13-1 CONTROLLED LOW STRENGTH MATERIAL(CLSM) Page 1 of 7 1 SECTION 03 34 13 2 CONTROLLED LOW STRENGTH MATERIAL(CLSM) 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section includes: 6 1. Controlled low strength material (CLSM)for use in the following: 7 a. Flowable backfill 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include,but are not necessarily limited to: 11 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 12 2. Division 1 —General Requirements 13 3. Section 03 30 00-Cast-in-Place Concrete 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Measurement 17 a. This Item is considered subsidiary to the structure or Items being placed. 18 2. Payment 19 a. The work performed and the materials furnished in accordance with this Item 20 are subsidiary to the structure or Items being placed and no other compensation 21 will be allowed. 22 1.3 REFERENCES 23 A. Reference Standards 24 1. Reference standards cited in this Specification refer to the current reference 25 standard published at the time of the latest revision date logged at the end of this 26 Specification,unless a date is specifically cited. 27 B. ASTM International(ASTM): 28 1. C31 -Standard Practice for Making and Curing Concrete Test Specimens in the 29 Field. 30 2. C33 -Standard Specification for Concrete Aggregates. 31 3. C39- Standard Test Method for Compressive Strength of Cylindrical Concrete 32 Specimens. 33 4. C143 -Standard Test Method for Slump of Hydraulic Cement Concrete. 34 5. C231 -Standard Test Method for Air Content of Freshly Mixed Concrete by the 35 Pressure Method. 36 6. C260- Standard Specification for Air-Entraining Admixtures for Concrete. CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station.&Outfall Se er Revised July 1,2011 City Project No.01303 033413-2 CONTROLLED LOW STRENGTH MATERIAL(CLSM) Page 2 of 7 1 7. C618 -Standard Specification for Coal Fly Ash and Raw or Calcined Natural 2 Pozzolan for Use in Concrete. 3 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 4 1.5 SUBMITTALS 5 A. Provide submittals in accordance with Section 0133 00. 6 B. All submittals shall be approved by the Engineer or the City prior to delivery and/or 7 fabrication for specials. 8 1.6 ACTION SUBMITTALSAMORMATIONAL SUBMITTALS 9 A. Product data 10 B. Sieve analysis 11 1. Submit sieve analyses of fine and coarse aggregates being used. 12 a. Resubmit at any time there is a significant change in grading of materials. 13 2. Mix 14 a. Submit full details,including mix design calculations for mix proposed for use. 15 C. Trial batch test data 16 1. Submit data for each test cylinder. 17 2. Submit data that identifies mix and slump for each test cylinder. 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 DELIVERY,STORAGE,AND HANDLING[NOT USED] 22 1.11 FIELD CONDITIONS [NOT USED] 23 1.12 WARRANTY [NOT USED] 24 PART 2- PRODUCTS 25 2.1 OWNER-FURNISHED OR OWNER-SUPPLIED PRODUCTS [NOT USED] 26 2.2 PRODUCT TYPES AND MATERIALS 27 A. Materials 28 1. Portland cement:Type II low alkali portland cement as specified in Section 03 30 29 00. 30 2. Fly ash: Class F fly ash in accordance with ASTM C618. 31 3. Water:As specified in Section 03 30 00. 32 4. Admixture:Air entraining admixture in accordance with ASTM C260. CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS do Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 033413-3 CONTROLLED LOW STRENGTH MATERIAL(CLSM) Page 3 of 7 1 5. Fine aggregate: Concrete sand(does not need to be in accordance with 2 ASTM C33).No more than 12 percent of fine aggregate shall pass a No. 200 sieve, 3 and no plastic fines shall be present. 4 6. Coarse aggregate: Pea gravel no larger than 3/8 inch. 5 B. Mixes 6 1. Performance requirements 7 a. Total calculated air content 8 1) Not less than 8.0 percent or greater than 12.0 percent. 9 b. Minimum unconfined compressive strength 10 1) Not less than 50 psi measured at 28 days. 11 c. Maximum unconfined compressive strength 12 1) Not greater than 150 psi measured at 28 days. 13 2) Limit the long-term strength(90 days)to 200 psi such that material could 14 be re-excavated with conventional excavation equipment in the future if 15 necessary. 16 d. Wet density 17 1) No greater than 132 pounds per cubic foot. 18 e. Color 19 1) No coloration required unless noted. 20 2) Submit dye or other coloration means for approval. 21 2. Suggested design mix Absolute Volume Material Weight Specific Gravity Cubic Foot Cement 30 pounds 3.15 0.15 Fly Ash 300 pounds 2.30 2.09 Water 283 pounds 1.00 4.54 Coarse Aggregate 1,465 pounds 2.68 8.76 Fine Aggregate 1,465 pounds 2.68 8.76 Admixture 4-6 ounces - 2.70 TOTAL 3,543 pounds - 27.00 22 23 2.3 ACCESSORIES [NOT USED] 24 2.4 SOURCE QUALITY CONTROL 25 A. Trial batch 26 1. After mix design has been accepted by Engineer,have trial batch of the accepted 27 mix design prepared by testing laboratory acceptable to Engineer. 28 2. Prepare trial batches using specified cementitious materials and aggregates 29 proposed to be used for the Work. 30 3. Prepare trial batch with sufficient quantity to determine slump,workability, 31 consistency,and to provide sufficient test cylinders. CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 033413-4 CONTROLLED LOW STRENGTH MATERIAL(CLSM) Page 4 of 7 1 B. Test cylinders: 2 1. Prepare test cylinders in accordance with ASTM C31 with the following 3 exceptions: 4 a. Fill the concrete test cylinders to overflowing and tap sides lightly to settle the 5 mix. 6 b. Do not rod the concrete mix. 7 c. Strike off the excess material. 8 2. Place test cylinders in a moist curing room.Exercise caution in moving and 9 transporting the cylinders since they are fragile and will withstand only minimal 10 bumping,banging,or jolting without damage. 11 3. Do not remove the test cylinder from mold until the cylinder is to be capped and 12 tested. 13 4. The test cylinders may be capped with standard sulfur compound or neoprene pads: 14 a. Perform the capping carefully to prevent premature fractures. 15 b. Use neoprene pads a minimum of 1/2 inch thick,and 1/2 inch larger in diameter 16 than the test cylinders. 17 c. Do not perform initial compression test until the cylinders reach a minimum 18 age of 3 days. 19 C. Compression test 8 test cylinders:Test 4 test cylinders at 3 days and 4 at 28 days in 20 accordance with ASTM C39 except as modified herein: 21 1. The compression strength of the 4 test cylinders tested at 28 days shall be equal to 22 or greater than the minimum required compression strength,but not exceed 23 maximum compression strength. 24 D. If the trial batch tests do not meet the Specifications for strength or density,revise and 25 resubmit the mix design,and prepare additional trial batch and tests.Repeat until an 26 acceptable trial batch is produced that meets the Specifications. 27 1. All the trial batches and acceptability of materials shall be paid by the 28 CONTRACTOR. 29 2. After acceptance,do not change the mix design without submitting a new mix 30 design,trial batches,and test information. 31 E. Determine slump in accordance with ASTM C143 with the following exceptions: 32 1. Do not rod the concrete material. 33 2. Place material in slump cone in 1 semi-continuous filling operation,slightly 34 overfill,tap lightly,strike off,and then measure and record slump. CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 033413-5 CONTROLLED LOW STRENGTH MATERIAL(CLSM) Page 5 of 7 1 PART 3- EXECUTION 2 3.1 INSTALLERS [NOT USED] 3 3.2 EXAMINATION[NOT USED] 4 3.3 PREPARATION[NOT USED] 5 3.4 INSTALLATION 6 A. Place CLSM by any method which preserves the quality of the material in terms of 7 compressive strength and density: 8 1. Limit lift heights of CLSM placed against structures and other facilities that could 9 be damaged due to the pressure from the CLSM,to the lesser of 4 feet or the lift 10 height indicated on the Drawings.Do not place another lift of CLSM until the last 11 lift of CLSM has set and gained sufficient strength to prevent lateral load due to the 12 weight of the next lift of CLSM. 13 2. The basic requirement for placement equipment and placement methods is the 14 maintenance of its fluid properties. 15 3. Transport and place material so that it flows easily around,beneath,or through 16 walls,pipes,conduits,or other structures. 17 4. Use a slump of the placed material greater than 9 inches,and sufficient to allow the 18 material to flow freely during placement: 19 a. After trial batch testing and acceptance,maintain slump developed during 20 testing during construction at all times within± 1 inch. 21 5. Use a slump,consistency,workability,flow characteristics,and pumpability(where 22 required)such that when placed,the material is self-compacting,self-densifying, 23 and has sufficient plasticity that compaction or mechanical vibration is not required. 24 6. When using as embedment for pipe take appropriate measures to ensure line and 25 grade of pipe. 26 3.5 REPAIR[NOT USED] 27 3.6 RE-INSTALLATION[NOT USED] 28 3.7 FIELD QUALITY CONTROL 29 A. General 30 1. Make provisions for and furnish all material for the test specimens,and provide 31 manual assistance to assist the Engineer in preparing said specimens. 32 2. Be responsible for the care of and providing curing condition for the test specimens. 33 B. Tests by the City 34 1. During the progress of construction,the City will have tests made to determine 35 whether the CLSM,as being produced,complies with the requirements specified 36 hereinbefore.Test cylinders will be made and delivered to the laboratory by the 37 Engineer and the testing expense will be borne by the City. 38 2. Test cylinders 39 a. Prepare test cylinders in accordance with ASTM C31 with the following 40 exceptions: CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 033413-6 CONTROLLED LOW STRENGTH MATERIAL(CLSM) Page 6 of 7 1 1) Fill the concrete test cylinders to overflowing and tap sides lightly to settle 2 the mix. 3 2) Do not rod the concrete mix. 4 3) Strike off the excess material. 5 b. Place the cylinders in a safe location away from the construction activities. 6 Keep the cylinders moist by covering with wet burlap,or equivalent.Do not 7 sprinkle water directly on the cylinders. 8 c. After 2 days,place the cylinders in a protective container for transport to the 9 laboratory for testing.The concrete test cylinders are fragile and shall be 10 handled carefully.The container may be a box with a Styrofoam or similar 11 lining that will limit the jarring and bumping of the cylinders. 12 d. Place test cylinders in a moist curing room.Exercise caution in moving and 13 transporting the cylinders since they are fragile and will withstand only 14 minimal bumping,banging,or jolting without damage. 15 e. Do not remove the test cylinder from mold until the cylinder is to be capped 16 and tested. 17 f. The test cylinders may be capped with standard sulfur compound or neoprene 18 pads: 19 1) Perform the capping carefully to prevent premature fractures. 20 2) Use neoprene pads a minimum of 1/2 inch thick,and 1/2 inch larger in 21 diameter than the test cylinders. 22 3) Do not perform initial compression test until the cylinders reach a 23 minimum age of 3 days. 24 3. The number of cylinder specimens taken each day shall be determined by the 25 Inspector. 26 a. Test 1 cylinder at 3 days and 2 at 28 days in accordance with ASTM C39 27 except as modified herein. 28 b. The compression strength of the cylinders tested at 28 days shall be equal to or 29 greater than the minimum required compression strength,but not exceed 30 maximum compression strength. 31 4. The City will test the air content of the CLSM.Test will be made immediately after 32 discharge from the mixer in accordance with ASTM C231. 33 5. Test the slump of CLSM using a slump cone in accordance with ASTM C143 with 34 the following exceptions: 35 a. Do not rod the concrete material. 36 b. Place material in slump cone in 1 semi-continuous filling operation,slightly 37 overfill,tap lightly,strike off,and then measure and record slump. 38 6. If compressive strength of test cylinders does not meet requirements,make 39 corrections to the mix design to meet the requirements of this specification. CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase l STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 033413-7 CONTROLLED LOW STRENGTH MATERIAL(CLSM) Page 7 of 7 1 3.8 SYSTEM STARTUP[NOT USED] 2 3.9 ADJUSTING[NOT USED] 3 3.10 CLEANING[NOT USED] 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION[NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 END OF SECTION 9 Revision Log DATE NAME SUMMARY OF CHANGE 10 CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 THIS PAGE INTENTAILLY LEFT BLANK 033416-1 CONCRETE BASE MATERIAL FOR TRENCH REPAIR Page 1 of 4 1 SECTION 03 3416 2 CONCRETE BASE MATERIAL FOR TRENCH REPAIR 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section includes: 6 1. Concrete base material for trench repair 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 3. Section 03 30 00—Cast-in-Place Concrete 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Measurement 16 a. This Item is considered subsidiary to the structure or Items being placed. 17 2. Payment 18 a. The work performed and the materials furnished in accordance with this Item 19 are subsidiary to the structure or Items being placed and no other compensation 20 will be allowed. 21 1.3 REFERENCES 22 A. Reference Standards 23 1. Reference standards cited in this Specification refer to the current reference 24 standard published at the time of the latest revision date logged at the end of this 25 Specification,unless a date is specifically cited. 26 B. ASTM International (ASTM): 27 1. C31, Standard Practice for Making and Curing Concrete Test Specimens in the 28 Field. 29 2. C33, Standard Specification for Concrete Aggregates. 30 3. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete 31 Specimens. 32 4. C143, Standard Test Method for Slump of Hydraulic-Cement Concrete. 33 5. C172,Standard Practice for Sampling Freshly Mixed Concrete. 34 6. C231, Standard Test Method for Air Content of Freshly Mixed Concrete by the 35 Pressure Method. 36 7. C260,Standard Specification for Air-Entraining Admixtures for Concrete. 37 8. C618, Standard Specification for Coal Fly Ash and Raw or Calcined Natural 38 Pozzolan for Use in Concrete. 39 9. C1064, Standard Test Method for Temperature of Freshly Mixed Hydraulic- 40 Cement Concrete. CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 033416-2 CONCRETE BASE MATERIAL FOR TRENCH REPAIR Page 2 of 4 1 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 2 1.5 SUBMITTALS 3 A. Provide submittals in accordance with Section 0133 00. 4 B. All submittals shall be approved by the Engineer or the City prior to delivery and/or 5 fabrication for specials. 6 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 7 A. Submit proposed mix design for Engineer's review a minimum of 2 weeks prior to start 8 of low density concrete backfill work. 9 1.7 CLOSEOUT SUBMITTALS [NOT USED] 10 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 11 1.9 QUALITY ASSURANCE[NOT USED] 12 1.10 DELIVERY,STORAGE,AND HANDLING[NOT USED] 13 1.11 FIELD CONDITIONS [NOT USED] 14 1.12 WARRANTY [NOT USED] 15 PART 2- PRODUCTS 16 2.1 OWNER-FURNISHED OR OWNER-SUPPLIED PRODUCTS [NOT USED] 17 2.2 PRODUCT TYPES AND MATERIALS 18 A. Mix Design 19 1. Performance requirements 20 a. Concrete Base Material for Trench Repair 21 1) 28-day compressive strength of not less than 750 psi and not more than 22 1,200 psi. 23 B. Materials 24 1. Portland cement 25 a. Type H low alkali portland cement as specified in Section 03 30 00. 26 2. Fly ash 27 a. Class F fly ash in accordance with ASTM C618. 28 3. Water 29 a. As specified in Section 03 30 00. 30 4. Admixture 31 a. Air entraining admixture in accordance with ASTM C260. 32 5. Fine aggregate 33 a. Concrete sand(does not need to be in accordance with ASTM C33). 34 b. No more than 12 percent of fine aggregate shall pass a No. 200 sieve, and no 35 plastic fines shall be present. 36 6. Coarse aggregate 37 a. Pea gravel no larger than 3/8 inch. CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Owfall Sewer Revised July 1,2011 City Project No.01303 033416-3 CONCRETE BASE MATERIAL FOR TRENCH REPAIR Page 3 of 4 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3- EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION[NOT USED] 7 3.4 INSTALLATION 8 A. Place concrete base material by any method which preserves the quality of the material 9 in terms of compressive strength and density. 10 1. The basic requirement for placement equipment and placement methods is the 11 maintenance of its fluid properties. 12 2. Transport and place material so that it flows easily around,beneath, or through 13 walls,pipes,conduits,or other structures. 14 3. Use a slump,consistency, workability, flow characteristics, and pumpability(where 15 required) such that when placed,the material is self-compacting, self-densifying, 16 and has sufficient plasticity that compaction or mechanical vibration is not required. 17 3.5 REPAIR[NOT USED] 18 3.6 RE-INSTALLATION[NOT USED] 19 3.7 FIELD QUALITY CONTROL 20 A. General 21 1. Make provisions for and furnish all material for the test specimens, and provide 22 manual assistance to assist the Engineer in preparing said specimens. 23 2. Be responsible for the care of and providing curing condition for the test specimens. 24 B. Concrete Tests: Perform testing of composite samples of fresh concrete obtained 25 according to ASTM C 172 according to the following requirements: 26 1. Testing Frequency: Obtain 1 composite sample for each day's pour of each 27 concrete mixture up to 25 cubic yards,plus 1 set for each additional 50 cubic yards 28 or fraction thereof. 29 2. Slump: ASTM C143; 1 test at point of placement for each composite sample,but 30 not less than 1 test for each day's pour of each concrete mixture. Perform additional 31 tests when concrete consistency appears to change. 32 3. Air Content: ASTM C231,pressure method,for normal-weight concrete; 1 test for 33 each composite sample, but not less than 1 test for each day's pour of each concrete 34 mixture. 35 4. Concrete Temperature: ASTM C1064; 1 test hourly when air temperature is 40 36 degrees Fahrenheit and below and when 80 degrees Fahrenheit and above, and 1 37 test for each composite sample. 38 5. Compression Test Specimens: ASTM C31. 39 a. Cast and laboratory cure 4 cylinders for each composite sample. 40 1) Do not transport field cast cylinders until they have cured for a minimum of 41 24 hours. CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 033416-4 CONCRETE BASE MATERIAL FOR TRENCH REPAIR Page 4 of 4 1 6. Compressive-Strength Tests: ASTM C39 2 a. Test 1 cylinder at 7 days. 3 3.8 SYSTEM STARTUP[NOT USED] 4 3.9 ADJUSTING[NOT USED] 5 3.10 CLEANING[NOT USED] 6 3.11 CLOSEOUT ACTIVITIES[NOT USED] 7 3.12 PROTECTION[NOT USED] 8 3.13 MAINTENANCE[NOT USED] 9 3.14 ATTACHMENTS [NOT USED] 10 END OF SECTION 11 Revision Log DATE NAME SUMMARY OF CHANGE 12 CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 03 80 00-1 MODIFICATIONS TO EXISTING CONCRETE Page 1 of 7 1 SECTION 03 80 00 2 MODIFICATIONS TO EXISTING CONCRETE STRUCTURES 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section includes: 6 1. Modifications to existing concrete structures,including: 7 a. Manholes 8 b. Junction boxes 9 c. Vaults 10 d. Retaining walls 11 e. Wing and head walls 12 f. Culverts 13 2. This section does not include modifications to Reinforced Concrete Pipe. 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. Measurement 22 a. This Item is considered subsidiary to the structure or Items being placed. 23 2. Payment 24 a. The work performed and the materials furnished in accordance with this Item 25 are subsidiary to the structure or Items being placed and no other compensation 26 will be allowed. 27 1.3 REFERENCES 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. ASTM International(ASTM): 33 a. A615,Deformed and Plain Billet-Steel Bars for Concrete Reinforcement. 34 b. C881,Standard Specification for Epoxy-Resin-Base Bonding Systems for 35 Concrete. 36 c. C882, Standard Test Method for Bond Strength of Epoxy-Resin Systems Used 37 with Concrete by Slant Sheer. 38 d. D570,Standard Test Method for Water Absorption of Plastics. 39 e. D638, Standard Test Method for Tensile Properties of Plastics. 40 f. D695, Standard Test Method for Compressive Properties of Rigid Plastics. CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 038000-2 MODIFICATIONS TO EXISTING CONCRETE Page 2 of 7 1 g. D732,Standard Test Method for Shear Strength of Plastics by Punch Tool. 2 h. D790,Standard Test Methods for Flexural Properties of Unreinforced and 3 Reinforced Plastics and Electrical Insulating Materials. 4 B. Where reference is made to 1 of the above standards,the revision in effect at the time of 5 bid opening applies. 6 1.4 ADMINISTRATIVE REQUIREMENTS[NOT USED] 7 1.5 SUBMITTALS 8 A. Provide submittals in accordance with Section 0133 00. 9 B. All submittals shall be approved by the Engineer or the City prior to delivery and/or 10 fabrication for specials. 11 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 12 A. Product Data 13 1. Submit manufacturer's Product Data on all product brands proposed for use to the 14 Engineer for review. 15 2. Include the manufacturer's installation and/or application instructions. 16 1.7 CLOSEOUT SUBMITTALS [NOT USED] 17 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 18 1.9 QUALITY ASSURANCE 19 A. When removing materials or portions of existing structures and when making openings 20 in existing structures,take precautions and all erect all necessary barriers,shoring and 21 bracing,and other protective devices to prevent damage to the structures beyond the 22 limits necessary for the new work,protect personnel,control dust,and to prevent 23 damage to the structures or contents by falling or flying debris. 24 B. Core sanitary sewer manhole penetrations. 25 1.10 DELIVERY,STORAGE,AND HANDLING 26 A. Deliver the specified products in original,unopened containers with the manufacturer's 27 name,labels,product identification,and batch numbers. 28 B. Store and condition the specified product as recommended by the manufacturer. 29 1.11 FIELD CONDITIONS [NOT USED] 30 1.12 WARRANTY [NOT USED] 31 PART 2- PRODUCTS 32 2.1 OWNER-FURNISHED OR OWNER-SUPPLIED PRODUCTS[NOT USED] 33 2.2 PRODUCT TYPES AND MATERIALS 34 A. Manufacturers CrrY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 038000-3 MODIFICATIONS TO EXISTING CONCRETE Page 3 of 7 1 1. In other Part 2 articles where titles below introduce lists, the following requirements 2 apply to product selection: 3 a. Available Products 4 1) Subject to compliance with requirements,products that may be 5 incorporated into the Work include,but are not limited to,products 6 specified. 7 b. Available Manufacturers 8 1) Subject to compliance with requirements, manufacturers offering products 9 that may be incorporated into the Work include,but are not limited to, 10 manufacturers specified. 11 B. Materials 12 1. General 13 a. Comply with this Section and any state or local regulations. 14 C. Steel Reinforcement 15 1. Reinforcing Bars 16 a. ASTM A615, Grade 60,deformed. 17 D. Epoxy Bonding Agent 18 1. A 2-component, solvent-free, asbestos-free,moisture-insensitive epoxy resin 19 material used to bond plastic concrete to hardened concrete complying with the 20 requirements of ASTM C881,Type V, and the additional requirements specified 21 herein. 22 2. Properties of the cured material 23 a. Compressive Strength (ASTM D695) 24 1) 8,500 psi minimum at 28 days 25 b. Tensile Strength (ASTM D638) 26 1) 4,000 psi minimum at 14 days 27 c. Flexural Strength(ASTM D790-Modulus of Rupture) 28 1) 6,300 psi minimum at 14 days 29 d. Shear Strength(ASTM D732) 30 1) 5,000 psi minimum at 14 days 31 e. Water Absorption (ASTM D570-2 hour boil) 32 1) 1 percent maximum at 14 days 33 f. Bond Strength (ASTM C882) Hardened to Plastic 34 1) 1,500 psi minimum at 14 days moist cure 35 g. Color 36 1) Gray 37 h. Available Manufacturers: 38 1) Sika Corporation,Lyndhurst, New Jersey-Sikadur 32,Hi-Mod 39 2) BASF,Cleveland, Ohio-Concresive 1438 40 E. Epoxy Paste 41 1. A 2-component, solvent-free, asbestos free, moisture insensitive epoxy resin 42 material used to bond dissimilar materials to concrete such as setting railing posts, 43 dowels, anchor bolts, and all-threads into hardened concrete and complying with 44 the requirements of ASTM C881,Type I,Grade 3,and the additional requirements 45 specified herein. 46 2. Properties of the cured material 47 a. Compressive Properties (ASTM D695): 10,000 psi minimum at 28 days CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 038000-4 MODIFICATIONS TO EXISTING CONCRETE Page 4 of 7 1 b. Tensile Strength(ASTM D638): 3,000 psi minimum at 14 days. Elongation at 2 Break-0.3 percent minimum 3 c. Flexural Strength(ASTM D790-Modulus of Rupture): 3,700 psi minimum at 4 14 days 5 d. Shear Strength(ASTM D732): 2,800 psi minimum at 14 days 6 e. Water Absorption(ASTM D570): 1.0 percent maximum at 7 days 7 f. Bond Strength(ASTM C882): 2,000 psi at 14 days moist cure 8 g. Color: Concrete grey 9 h. Available Manufacturers 10 1) Overhead Applications 11 a) Sika Corporation,Lyndhurst,New Jersey-Sikadur 32,Hi-Mod LV 12 b) BASF-Concresive 1438 13 2) All Other Applications 14 a) Sika Corporation,Lyndhurst,New Jersey-Sikadur Hi-mod LV 31 15 b) BASF-Concresive 1401 16 F. Repair Mortars 17 1. Provide an asbestos free,moisture insensitive,polymer-modified,Portland cement- 18 based cementitious trowel grade mortar for repairs on horizontal or vertical 19 surfaces. 20 a. Available Manufacturers 21 1) Sika Corporation,Lyndhurst New Jersey-SikaTop 122 22 2) BASF—Emaco Nanocrete R3 23 G. Pipe Penetration Sealants 24 1. 1 component polyurethane,extrudable swelling bentonite-free waterstop that is 25 chemically resistant,not soluble in water and capable of withstanding wet/dry 26 cycling. 27 a. Available Manufacturers 28 1) Sika Corporation,Lyndhurst New Jersey—SikaSwell S-2 29 2) Approved equal 30 2.3 ACCESSORIES [NOT USED] 31 2.4 SOURCE QUALITY CONTROL[NOT USED] 32 PART 3- EXECUTION 33 3.1 INSTALLERS [NOT USED] 34 3.2 EXAMINATION[NOT USED] 35 3.3 PREPARATION 36 A. General 37 1. Cut,repair,reuse,demolish,excavate or otherwise modify parts of the existing 38 structures or appurtenances, as indicated on the Drawings,specked herein,or 39 necessary to permit completion of the Work. Finishes,joints,reinforcements, 40 sealants,etc.,are specified in respective Sections. Comply with other requirements 41 of this of Section and as shown on the Drawings. CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&OuVWI Sewer Revised July 1,2011 City Project No.01303 038000-5 MODIFICATIONS TO EXISTING CONCRETE Page 5 of 7 1 2. Store,mix, and apply all commercial products specified in this Section in strict 2 compliance with the manufacturer's recommendations. 3 3. Make repairs in all cases where concrete is repaired in the vicinity of an expansion 4 joint or control joint to preserve the isolation between components on either side of 5 the joint. 6 4. When drilling holes for dowels/bolts at new or existing concrete, stop drilling if 7 rebar is encountered and relocate the hole to avoid rebar as approved by the 8 Engineer.Do not cut rebar without prior approval by the Engineer. 9 B. Concrete Removal 10 1. Remove concrete designated to be removed to specific limits as shown on the 11 Drawings or directed by the Engineer,by chipping,jack-hammering, or saw-cutting 12 as appropriate in areas where concrete is to be taken out. Do not jackhammer 13 sanitary sewer manhole penetrations. Remove concrete in such a manner that 14 surrounding concrete or existing reinforcing to be left in place and existing in place 15 equipment is not damaged. 16 2. Where existing reinforcing is exposed due to saw cutting/core drilling and no new 17 material is to be placed on the sawcut surface,apply a coating or surface treatment 18 of epoxy paste to the entire cut surface to a thickness of 1/4 inch. 19 3. In all cases where the joint between new concrete or grout and existing concrete 20 will be exposed in the finished work,except as otherwise shown or specified, 21 provide a 1-inch deep saw cut on each exposed surface of the existing concrete at 22 the edge of concrete removal. 23 4. Repair concrete specified to be left in place that is damaged using approved means 24 to the satisfaction of the Engineer. 25 5. The Engineer may from time to time direct additional repairs to existing concrete. 26 Make these repairs as specified or by such other methods as may be appropriate. 27 C. Connection Surface Preparation 28 1. Prepare connection surfaces as specified below for concrete areas requiring 29 patching,repairs or modifications as shown on the Drawings, specified herein,or as 30 directed by the Engineer. 31 2. Remove all deteriorated materials,dirt, oil,grease,and all other bond inhibiting 32 materials from the surface by dry mechanical means,i.e., sandblasting,grinding, 33 etc., as approved by the Engineer. Be sure the areas are not less than 1/2-inch in 34 depth. Irregular voids or surface stones need not be removed if they are sound, free 35 of laitance, and firmly embedded into parent concrete, subject to the Engineer's 36 final inspection. 37 3. If reinforcing steel is exposed,it must be cleaned by wire brush or other similar 38 means to remove all contaminants,rust,etc.,as approved by the Engineer. If 1/2 of 39 the diameter of the reinforcing steel is exposed, chip out behind the steel. Chip a 40 minimum of 1 inch behind the steel. Do not Damage reinforcing to be saved during 41 the demolition operation. 42 4. Clean reinforcing from existing demolished concrete that is shown to be 43 incorporated in new concrete by wire brush or other similar means to remove all 44 loose material and products of corrosion before proceeding with the repair. Cut, 45 bend,or lap to new reinforcing as shown on the Drawings and provided with 1-inch 46 minimum cover all around. CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 038000-6 MODIFICATIONS TO EXISTING CONCRETE Page 6 of 7 1 5. The following are specific concrete surface preparation "methods" to be used where 2 called for on the Drawings,specified herein,or as directed by the Engineer. 3 a. Method A 4 1) After the existing concrete surface at connection has been roughened and 5 cleaned,thoroughly moisten the existing surface with water. 6 2) Brush on a 1/16-inch layer of cement and water mixed to the consistency of 7 a heavy paste. 8 3) Immediately after application of cement paste,place new concrete or grout 9 mixture as detailed on the Drawings. 10 b. Method B 11 1) After the existing concrete surface has been roughened and cleaned,apply 12 epoxy bonding agent at connection surface. 13 2) Comply strictly with the manufacturer's recommendations for the field 14 preparation and application of the epoxy bonding agent. 15 3) Place new concrete or grout mixture to limits shown on the Drawings 16 within time constraints recommended by the manufacturer to ensure bond. 17 c. Method C 18 1) Drill a hole 1/4 inch larger than the diameter of the dowel. 19 2) Blow the hole clear of loose particles and dust just prior to installing epoxy. 20 First fill the drilled hole with epoxy paste,then butter the dowels/bolts with 21 paste then insert by tapping. 22 3) Unless otherwise shown on the Drawings,drill and set deformed bars to a 23 depth of 10 bar diameters and smooth bars to a depth of 15 bar diameters. 24 4) If not noted on the Drawings,the Engineer will provide details regarding 25 the size and spacing of dowels. 26 d. Method D 27 1) Combination of Method B and C. 28 3.4 INSTALLATION[NOT USED] 29 3.5 REPAIR[NOT USED] 30 3.6 RE-INSTALLATION[NOT USED] 31 3.7 FIELD QUALITY CONTROL[NOT USED] 32 3.8 SYSTEM STARTUP[NOT USED] 33 3.9 ADJUSTING[NOT USED] 34 3.10 CLEANING[NOT USED] 35 3.11 CLOSEOUT ACTIVITIES [NOT USED] 36 3.12 PROTECTION [NOT USED] 37 3.13 MAINTENANCE[NOT USED] 38 3.14 ATTACHMENTS [NOT USED] 39 END OF SECTION 40 CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 038000-7 MODIFICATIONS TO EXISTING CONCRETE Page 7 of 7 Revision Log DATE NAME SUMMARY OF CHANGE 1 CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 THIS PAGE INTENTAILLY LEFT BLANK 260010- 1 Miscellaneous Page 1 of 3 SECTION 26 0010 MISCELLANEOUS ELECTRICAL COMPONENTS PART 1 -GENERAL 1.1 SCOPE A. This is a project specific document and not City of Fort Worth Standard specification. B. This section shall include wiring devices, disconnect switches, and light fixtures. C. Furnish and install all such devices and completely connect and wire each device. 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Miscellaneous equipment,when a bid item for Electrical Facilities exists a. Measurement 1) This Item is considered subsidiary to Electrical Facilities. b. Payment 2) The work performed and the materials furnished in accordance with this Item are subsidiary to Electrical Facilities and shall be subsidiary to the lump sum price bid for Electrical Facilities, and no other compensation will be allowed. 1.3 SUBMITTALS AND SHOP DRAWINGS A. Process catalog submittals, and equipment data for the following: 1. Wiring Devices 2. Wiring Device Covers 3. Wiring Device Boxes 4. Disconnect switches 5. Terminal strips 6. Light Fixtures PART2-PRODUCTS 2.1 WIRING DEVICES A. All wiring devices shall be specification grade and shall meet NEMA WD-1 requirements. Color shall be brown,unless otherwise indicated. B. Cover plates for wiring devices shall be Appleton FSK series unless otherwise noted on the drawings. Boxes shall be Appleton type FD, cast metal, raised-lid type. Furnish integral mounting feet where called for on the drawings. Furnish multi-gang units for two or more switches. CrrY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall City Project No.01303 260010-2 Miscellaneous Page 2 of 3 C. Furnish the following miscellaneous wiring devices: 1. Single-pole, single-throw,20A toggle switch shall be Arrow-Hart#1221,or equal. 2. Single-pole, double-throw (three-way) 20A toggle switch shall be Arrow-Hart #1223, or equal. 3. Arrow-Hart GFCI receptacle with cast aluminum while in use cover. Cover shall be RedDot or equal. 4. Arrow-Hart single 20 amp receptacle with cast aluminum while in use cover. Cover shall be RedDot or equal. 2.2 TERMINAL STRIPS A. Terminal strips for installation in junction boxes and the like shall be 600 volt,rated for 25 amps with tin-plated copper box lugs. B. Furnish Allen-Bradley type 1492-HJ812 or equal in quantities as required. 2.3 DISCONNECTS A. Disconnects shall be rated 240 volts ac and shall have 60 amp fused switch, with 10,000 amp interrupting capacity. B. Safety switch enclosures shall be NEMA 3R. Safety switches for use as service entrance shall be UL listed for service entrance and shall have solid neutral. C. Safety switches shall be as manufactured by Eaton, Square D,General Electric,or equal. 2.4 LIGHTING A. Furnish all light fixtures as scheduled on the drawings. PART 3-EXECUTION 3.1 WIRING DEVICES A. Install wiring devices where shown and support each box to wall with stainless steel hardware into typical drilled expansion shields. B. Set each wiring device with axis plumb and install with yoke screws so as to adequately support each device. 3.2 TERMINAL STRIPS A. Install terminal strips as hereinbefore specified. Mount to enclosures or backpans with stainless steel hardware. B. Label each terminal directory with numbers corresponding to wire numbers landed. CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall City Project No.01303 260010-3 Miscellaneous Page 3 of 3 END OF SECTION CITY OF FORT WORTH Big Fossil Creek Parallel Reli f Sanitary Sewer,Phase I CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall City Project No.01303 THIS PAGE INTENTAILLY LEFT BLANK 260500-1 COMMON WORK RESULTS FOR ELECTRICAL Page 1 of 5 SECTION 26 05 00 COMMON WORK RESULTS FOR ELECTRICAL PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. All labor, materials and equipment required to install,test and provide an operational,electrical system as specified and as shown on the Drawings B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include,but are not necessarily limited to: 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 2. Division I —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Electrical Facilities a. Measurement 1) Measurement for this Item shall be by lump sum. b. Payment 1) The work performed and materials furnished in accordance to this Item shall be paid for at the lump sum price bid for"Electrical Facilities". c. The price bid shall include: 1) Furnishing and installing a complete electrical system 2) Wire 3) Cable 4) Conduit and related hardware 5) Supports 6) Excavation 7) Furnishing,placement and compaction of backfill 8) Hauling 9) Clean-up 2. Electrical Service a. Measurement 1) Measurement for electrical service shall be per each type and size 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 for"Electrical Service" shall be made at the price bid per each type and size installed. c. The price bid shall include all aspects of completing the installation of electrical service including,but not limited to: 1) Conduit 2) Pole risers CrrY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1,2011 260500-2 COMMON WORK RESULTS FOR ELECTRICAL Page 2 of 5 3) Meter base 4) Breaker box 5) Breakers 6) Coordination with Electrical Service Provider 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification,unless a date is specifically cited. 2. Underwriters Laboratories,Inc. (UL) 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Where references are made to the Related Work paragraph in each Specification Section,referring to other Sections and other Divisions of the Specifications,the Contractor shall provide such information or Work as may be required in those references,and include such information or Work as may be specified. 2. Division 26 requirements apply to electrical work provided under any division of the Specifications B. Service and Metering 1. Obtain service from the electric service provider at 120/240 Volts,Single Phase, Three Wire,60 Hz from transformer equipment furnished and installed by the power company. 2. Power company responsibilities a. Furnishing and installing the primary overhead conductors and pole line b. Furnishing and installing the transformer or riser pole,primary cutouts, lightning arresters and grounding c. Furnishing and installing primary conduits and cables d. Furnishing and installing the transformer pad and grounding(if pad-mounted transformer) e. Furnishing and installing transformer f. Terminating underground primary cables g. Furnishing metering current transformers(CT's),meter and meter wiring h. Terminating secondary cables to the service transformer i. Furnishing meter base and enclosure 3. Contractor responsibilities a. Furnishing and installing secondary conduits and cables b. Furnishing and installing power company approved metering current transformer enclosure(if required by power company) c. Installing meter base d. Furnishing and installing an empty conduit with pull line from the metering current transformer enclosure to the meter enclosure.Conduit size and type approved by the power company e. Coordinating electrical service installation with power company 4. City responsibilities a. Negotiating with power company for the costs of new or revised services CrrY OF FORT WORTH [Insect Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1,2011 260500-3 COMMON WORK RESULTS FOR ELECTRICAL Page 3 of 5 b. Making payment directly to power company for such costs C. Codes,Inspections and Fees 1. Obtain all necessary permits and pay all fees required for permits and inspections. 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 A. Materials and Equipment 1. New,except where specifically identified on the Drawings to be reused. 2. UL listed, where such listing exists. 3. Electrical service a. Service type shall be as shown on the Drawings. 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 1.11 FIELD CONDITIONS [NOT USED] 1.12 WARRANTY A. Manufacturer Warranty 1. Manufacturer's warranties are specified in each of the Specification Sections. PART 2- PRODUCTS [NOT USED] PART 3- EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION A. Interpretation of Drawings 1. Coordinate the conduit installation with other trades and the actual supplied equipment. 2. Where circuits are shown as home runs: Provide fittings and boxes for complete raceway installation. 3. Verify exact locations and mounting heights of lighting fixtures, switches and receptacles prior to installation. 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Phase Balancing CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1,2011 260500-4 COMMON WORK RESULTS FOR ELECTRICAL Page 4 of 5 1. Connect circuits on motor control centers and panelboards to result in evenly balanced loads across all phases. 3.5 REPAIR/RESTORATION[NOT USED] 3.6 RE-INSTALLATION[NOT USED] 3.7 FIELD[OR] SITE QUALITY CONTROL[NOT USED] 3.8 SYSTEM STARTUP A. Tests and Settings 1. Test systems and equipment furnished under Division 26. 2. Repair or replace all defective work. 3. Make adjustments to the systems as specified and/or required. 4. Prior to energizing electrical equipment,make all tests required by the individual Specification sections. a. Submit a sample test form or procedure. b. Submit the required test reports and data within 30 days after the test. c. Include names of all test personnel. d. Initial each test. 5. Check wire and cable terminations for tightness. 6. Verify all terminations at transformers,equipment,capacitor connections,panels, and enclosures by producing a 12 3 rotation on a phase sequence motor when connected to A,B,and C phases. 7. Inspect, set,and test mechanical operation for circuit breakers,disconnect switches, motor starters,and control equipment. 8. Check interlocking,control and instrument wiring for each system and/or part of a system to prove that the system will function properly as indicated by schematic and wiring diagrams. 9. Schedule and coordinate testing with the City at least 2 weeks in advance. 10. Provide qualified test personnel,instruments and test equipment. 11. Refer to the individual equipment Sections for additional specific testing requirements. 3.9 ADJUSTING[NOT USED] 3.10 CLEANING[NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION[NOT USED] 3.13 MAINTENANCE[NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1,2011 260500-5 COMMON WORK RESULTS FOR ELECTRICAL Page 5 of 5 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1,2011 THIS PAGE INTENTAILLY LEFT BLANK 260510-1 DEMOLITION FOR ELECTRICAL SYSTEMS Page 1 of 4 1 SECTION 26 OS 10 2 DEMOLITION FOR ELECTRICAL SYSTEMS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Furnish, install and test all equipment,wiring and appurtenances as may be required 7 to perform the electrical demolition shown on the Drawings and as specified herein. 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include,but are not necessarily limited to: 11 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 12 2. Division 1 —General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Measurement 16 a. Measurement for this Item shall be by lump sum. 17 2. Payment 18 a. The work performed and the materials furnished in accordance with this Item 19 shall be paid for at the lump sum price bid for"Salvage Electrical Equipment". 20 3. The price bid shall include: 21 a. Removing and salvaging electrical equipment including,but not limited to: 22 1) Wire and cable 23 2) Encasement 24 3) Conduit 25 4) Supports 26 b. Excavation 27 c. Furnishing,placement and compaction of backfill 28 d. Hauling 29 e. Clean-up 30 1.3 REFERENCES 31 A. Reference Standards 32 1. Reference standards cited in this Specification refer to the current reference 33 standard published at the time of the latest revision date logged at the end of this 34 Specification,unless a date is specifically cited. 35 2. National Fire Protection Association (NFPA) 36 a. 70, National Electrical Code (NEC) 37 1.4 ADMINISTRATIVE REQUIREMENTS 38 A. Coordination CITY OF FORT`:.'ORTY. [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20,2012 260510-2 DEMOLITION FOR ELECTRICAL SYSTEMS Page 2 of 4 1 1. Coordinate with the City or their designee 48 hours in advance of removals. 2 2. Coordinate with other Trades for removal of electrical services in conjunction with 3 the removal of the associated equipment. 4 1.5 SUBMITTALS[NOT USED] 5 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS[NOT USED] 6 1.7 CLOSEOUT SUBMITTALS[NOT USED] 7 1.8 MAINTENANCE MATERIAL SUBMITTALS[NOT USED] 8 1.9 QUALITY ASSURANCE[NOT USED] 9 1.10 DELIVERY,STORAGE,AND HANDLING 10 A. Delivery and Acceptance Requirements 11 1. All salvage materials will be delivered by the Contractor to the City at a location 12 designated by the Inspector. The Inspector,assisted by authorized representatives, 13 will serve as the receiving agent for salvage material. 14 1.11 FIELD [SITE] CONDITIONS[NOT USED] 15 1.12 WARRANTY [NOT USED] 16 PART 2- PRODUCTS[NOT USED] 17 PART 3- EXECUTION 18 3.1 INSTALLERS[NOT USED] 19 3.2 EXAMINATION 20 A. Verify field measurements and circuiting arrangements. 21 B. Verify that abandoned wiring and equipment serve only abandoned facilities. 22 C. Report Drawing discrepancies to City before disturbing the existing installation. 23 3.3 PREPARATION 24 A. Disconnect electrical systems in walls,floors and ceilings scheduled for removal. 25 B. Coordinate utility service outages with Utility Company to minimize length and number 26 of outages. 27 C. Provide temporary wiring and connections to maintain existing systems in service 28 during construction. 29 D. When work must be performed on energized equipment or circuits,use personnel 30 experienced in such operations. 31 E. Existing Electrical Service:Maintain existing system in service until new system is 32 complete and ready for service. 33 F. Disable system only to make switchovers and connections. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20,2012 260510-3 DEMOLITION FOR ELECTRICAL SYSTEMS Page 3 of 4 1 G. Obtain permission from City at least I week in advance, before partially or completely 2 disabling system. 3 3.4 DEMOLITION AND EXTENSION OF EXISTING ELECTRICAL WORK 4 A. Remove, relocate and extend existing installations to accommodate new construction. 5 B. Remove abandoned wiring to source of supply. 6 C. Remove exposed abandoned conduit,including abandoned conduit above accessible 7 ceiling finishes. 8 1. Cut conduit flush with walls and floors and patch surfaces. 9 D. Disconnect abandoned outlets and remove devices. 10 1. Remove abandoned outlets if conduit serving them is abandoned and removed. 11 2. Provide blank cover for abandoned outlets which are not removed. 12 E. Disconnect and remove abandoned panelboards and distribution equipment. 13 F. Disconnect and remove electrical devices and equipment that has been removed. 14 G. Repair adjacent construction and finishes damaged during demolition and extension 15 work. 16 H. Maintain access to existing installations which remain active. Modify installation or 17 provide access to panels as appropriate. 18 I. Where the demolition or revision of any portion of a raceway or box in the raceway 19 system,in an area,causes the raceway system of the area to no longer comply with the 20 classification or Specification requirements of the area,provide and install such boxes, 21 fittings, etc. as may be necessary to return the raceway system to compliance with 22 Specifications. 23 J. Extend existing installations using materials and methods as specified for new Work. 24 K. Minimize noise, dust, and vibration and conduct the work so as to avoid any damage to 25 the surroundings. 26 L. Salvaged Equipment and Materials 27 1. The City shall have the right to retain any or all electrical and instrumentation 28 equipment shown or specified to be removed from the site. 29 2. Deliver the City's equipment to a site designated by the City. 30 3. If the City refuses the salvage, the Contractor must claim ownership of the 31 materials and dispose of them properly. 32 4. Prior to starting demolition,the Contractor and City shall jointly visit the areas of 33 demolition and the City will designate those items that are to remain the property of 34 the City. 35 5. Take necessary precautions in removing City designated property to prevent 36 damage during the demolition process. 37 a. Remove steel structural members by unbolting,cutting welds,or cutting rivet 38 heads and punching shanks through holes. 39 b. Do not use a cutting torch to separate the City's equipment or material. 40 6. Remove items in I piece or in a manner that does not impact their reuse. 41 a. Loose components may be removed separately. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20,2012 260510-4 DEMOLITION FOR ELECTRICAL SYSTEMS Page 4 of 4 1 b. Controls and electrical equipment may be removed from the equipment and 2 handled separately. 3 c. Large units may be handled separately. 4 d. Salvaged piping shall be taken apart at flanges or fittings and removed in 5 sections. 6 M. Material removed from the construction site during demolition,and any equipment not 7 otherwise designated to remain the property of the City in accordance with the pre- 8 demolition identification process shall become the property of the Contractor,and shall 9 be promptly removed from the construction site. 10 N. Refurbish and replace any existing facility,to be left in place,which is damaged by the 11 demolition operations. 12 1. The repair of such damage shall leave the parts in a condition at least equal to that 13 found at the start of the work. 14 3.5 RESTORATION 15 A. Clean and repair existing materials and equipment which remain or are to be reused. 16 B. Panelboards 17 1. Clean exposed surfaces. 18 2. Check tightness of electrical connections. 19 3. Replace damaged circuit breakers. 20 4. Provide closure plates for vacant positions. 21 5. Provide typed circuit directory showing revised circuiting arrangement. 22 3.6 RE-INSTALLATION[NOT USED] 23 3.7 FIELD[OR] SITE QUALITY CONTROL[NOT USED] 24 3.8 SYSTEM STARTUP[NOT USED] 25 3.9 ADJUSTING[NOT USED] 26 3.10 CLEANING[NOT USED] 27 3.11 CLOSEOUT ACTIVITIES [NOT USED] 28 3.12 PROTECTION[NOT USED] 29 3.13 MAINTENANCE[NOT USED] 30 3.14 ATTACHMENTS[NOT USED] 31 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 32 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20,2012 260526- 1 Grounding Systems Page 1 of 3 SECTION 26 05 26 GROUNDING SYSTEMS PART 1 -GENERAL 1.1 SCOPE A. A. This is a project specific document and not City of Fort Worth Standard specification. B. Furnish and install complete grounding systems in accordance with Article 250 of the National Electrical Code as shown on the Drawings and as specified herein. B. Provide ground mat grounding electrode system as shown on the drawings and as specified herein. 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Grounding Systems, when a bid item for Electrical Facilities exists a. Measurement 1) This Item is considered subsidiary to Electrical Facilities. b. Payment 2) The work performed and the materials furnished in accordance with this Item are subsidiary to Electrical Facilities and shall be subsidiary to the lump sum price bid for Electrical Facilities, and no other compensation will be allowed. 1.3 SUBMITTALS A. Submit manufacturers' catalog sheets with catalog numbers marked for the items furnished, which shall include: 1. Ground well casings 2. Ground rods 3. Terminal lugs and clamps 4. Exothermal welding materials 5. Ground cable 6. Ground connection hardware PART 2-PRODUCTS 2.1 GROUNDING ELECTRODES CrrY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Ou"r—all City Project No.01303 260526-2 Grounding Systems Page 2 of 3 A. All ground mat grounding electrodes and grounding electrode conductors shall consist of tin- plated stranded copper. B. All ground rods shall be 316 stainless steel, 3/4" diameter x 10 foot long, unless otherwise indicated. Ground rods shall be Harger #3410SS3, or equal. Provide heavy duty ground rod clamps equal to Blackburn#GG58 where vertical connections are installed and#GUV where U- bolt connectors are installed to serve horizontal connections. 2.2 GROUNDING DEVICES A. Connectors shall be furnished as specified under Division 26. B. Conduit grounding bushings shall be furnished as specified under Division 26. C. Equipment grounding conductors shall be furnished as specified under Division 26. D. Exothermal welding kits shall be "Cadweld" products as manufactured by Erico. Molds, cartridges,powder,and accessories shall be as recommended by the manufacturer. 2.3 GROUND TEST WELLS A. Ground test wells shall be furnished each ground rod for the purpose of field testing the ground mat system. B. Ground test wells shall each consist of ground rod with connector attached to a#4 upcomer from the ground mat and contained within an access well with labeled top. C. Ground test well enclosures shall be Brooks product#3RT series, or equal. Enclosures shall be 10 1/4" diameter and shall include cast iron cover with integrally cut "GROUND TEST WELL" in top of cover. PART 3-EXECUTION 3.1 GROUND WELLS A. Install ground rods and wells as shown. Use#1/0 AWG tin-plated copper stranded conductor for the ground mat. Install #2 upcomers with indicated wire sizes of tin plated copper conductors. Exothermally weld all connections. B. Unless other larger sizes are indicated on the drawings,install#2 upcomers from ground mat to, service disconnect, equipment enclosure, panelboard, and to grounding rings for magnetic flowmeter. C. Install ground rods in test wells where indicated on the drawings. CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 CONSTRUCTION SPECIFICATION DOCUMENTS do Haltom City Meter Station and Sewer Outfall City Project No.01303 260526-3 Grounding Systems Page 3 of 3 3.2 WIRING SYSTEMS GROUNDING A. All equipment enclosures, motor and transformer frames, metallic conduit systems and exposed structural steel systems shall be grounded. B. Equipment grounding conductors shall be run with all wiring. Sizes of equipment grounding conductors shall be based on Article 250 of the N.E.C. except where larger sizes may be shown. Bond each equipment grounding conductor to the equipment grounds at each end of each run. C. Liquid tight flexible metal conduit in sizes 1" and larger shall be equipped with external bonding jumpers. Use liquid tight connectors integrally equipped with suitable grounding lugs. D. Where conduits enter into equipment free of the metal enclosure, install grounding bushing on each conduit and bond bushing lug to equipment ground bus. E. Where conduits enter equipment enclosures, equip each penetration inside with grounding bushing. Install bonding jumper from each grounding bushing to ground bus. F. Equipment enclosures that do not come furnished with a ground bus, install ground lug in each enclosure that shall be bonded to the metal cabinet or backpan of the enclosure. G. Separately derived systems shall be each grounded as shown and shall comply with Article 250 of the NEC except where higher standards are shown. 3.3 TESTING A. All exothermic weld connections shall successfully resist moderate hammer blows. Any connection which fails such test or if upon inspection, weld indicates a porous or deformed connection,the weld shall be remade. B. All exothermic welds shall encompass 100 percent of the ends of the materials being welded. Welds which do not meet this requirement shall be remade. C. Test the ground resistance of the system. All test equipment shall be furnished by Contractor and be approved by Engineer. Test equipment shall be as manufactured by Biddle or approved equal. Dry season resistance of the system shall not exceed five ohms. If such resistance cannot be obtained with the system as shown,provide additional grounding as directed by Engineer. END OF SECTION C"OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outlall City Project No.01303 THIS PAGE INTENTAILLY LEFT BLANK 26 05 33-1 RACEWAYS AND BOXES FOR ELF,CTRICAL SYSTEMS Page 1 of 12 SECTION 26 05 33 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Furnish and install complete raceway systems as shown on the Drawings and as specified herein B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include,but are not necessarily limited to: 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 3. Section 26 05 43—Underground Ducts and Raceways for Electrical Systems 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Conduits and Related Hardware, when a bid item for Electrical Facilities exists a. Measurement 1) This Item is considered subsidiary to Electrical Facilities. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to Electrical Facilities and shall be subsidiary to the lump sum price bid for Electrical Facilities, and no other compensation will be allowed. 2. Conduits and Related Hardware, when no bid item for Electrical Facilities exists a. Measurement 1) Measurement for conduit shall be per linear foot of the size, installation method, and type of conduit installed. 2) Limits of measurement for conduit are from center to center between ground boxes or poles,a combination of the two or to the termination point. b. Payment 1) Payment for conduit shall be made at the price bid per linear foot of the size,installation method, and type of conduit installed. c. The price bid shall include: 1) Installation of Conduit and Related Hardware including, but not limited to: a) Elbows b) Couplings c) Weatherheads 3. Conduit Boxes,when a bid item for Electrical Facilities exists a. Measurement 1) This Item is considered subsidiary to Electrical Facilities. b. Payment CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20,2012 260533-2 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 2 of 12 1) The work performed and the materials furnished in accordance with this Item are subsidiary to Electrical Facilities and shall be subsidiary to the lump sum price bid for Electrical Facilities,and no other compensation will be allowed. 4. Conduit Boxes,when no bid item for Electrical Facilities exists a. Measurement 1) Measurement for this Item shall be per each Conduit Box installed per location of installation. b. Payment 1) The work performed and materials furnished in accordance to this Item shall be paid for at the unit price bid for"Conduit Box"installed. c. The price bid shall include: 1) Furnishing and installing the Conduit Box 2) Excavation 3) Furnishing,placement and compaction of backfill 4) Clean-up 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification,unless a date is specifically cited. 2. American National Standards Institute,Inc. (ANSI). a. ANSI C80.5,American National Standard for Electrical Rigid Aluminum Conduit(ERAC). 3. National Electrical Manufacturers Association(NEMA). a. 250,Enclosures for Electrical Equipment(1000 Volt Maximum). b. C80.1,Electrical Rigid Steel Conduit. c. TC-2,Electrical Polyvinyl Chloride(PVC)Tubing and Conduit. d. TC-3,Polyvinyl Chloride(PVC)Fittings for Use with Rigid PVC Conduit and Tubing. e. TC-7,Smooth-Walled Coilable Electrical Polyethylene Conduit. 4. National Fire Protection Association(NFPA) a. 70—National Electrical Code(NEC). 1) Article 350,Liquidtight Flexible Metal Conduit:Type LFMC. 2) Chapter 9,Tables. 5. Underwriters Laboratories(UL) a. 6,Electrical Rigid Metal Conduit—Steel. b. 514B,Conduit,Tubing and Cable Fittings. c. 651,Standard for Schedule 40 and 80 Rigid PVC Conduit. B. All equipment components and completed assemblies specified in this Section of the Specifications shall bear the appropriate label of UL. 1.4 ADMINISTRATIVE REQUIREMENTS[NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSAMORMATIONAL SUBMITTALS CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20,2012 260533-3 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 3 of 12 A. Product Data 1. Submit to the City,in accordance with Division 1,the manufacturers'names and product designation or catalog numbers of all materials specified. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Manufacturers a. Refer to Specification Section 0160 00 for listing of approved manufacturers for all materials. 1.10 DELIVERY,STORAGE,AND HANDLING A. Storage and Handling Requirements 1. Handling: In accordance with manufacturer's instructions. 2. Storage a. In accordance with manufacturer's instructions b. Not exposed to sunlight c. Completely covered 3. Materials showing signs of previous or jobsite exposure will be rejected. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY A. No separate warranty on conduit. PART 2- PRODUCTS 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 2.2 CONDUIT A. Liquidtight Steel Flexible Metal Conduit 1. Interlocked steel core 2. PVC jacket rated for 80 degrees Celsius 3. Complies with NEC Article 350 4. Fittings 5. Extruded from 6063 T-1 alloy 6. Maximum 0.1 percent copper content 7. Conform to: a. ANSI C80.5 b. UL-6 B. Rigid Steel Conduit 1. Hot dip galvanized 2. Threads: Hot galvanized after cutting CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20,2012 260533-4 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 4 of 12 3. Conforms to: a. NEMA C80.1 C. Rigid PVC Schedule 80 Conduit 1. Designed for use above ground and underground as described in the NEC 2. Resistant to sunlight 3. UL Labeled 4. Conforms to: a. NEMA TC-2 b. UL 651 5. Fittings conform to: a. NEMA TC-3 b. UL 514B D. Rigid PVC Schedule 40 Conduit 1. Designed for use underground as described in the NEC 2. Resistant to sunlight 3. UL Labeled. 4. Conforms to: a. NEMA TC-2 b. UL 651 5. Fittings conform to: a. NEMA TC-3 b. UL 514B E. High Density Polyethylene(HDPE)Conduit 1. Designed for use underground as described in the NEC 2. Resistant to sunlight 3. UL Labeled 4. Conforms to: a. UL 651A b. UL 651B c. NEMA TC-7 F. Raceway Boxes 1. Use:Exposed raceway systems only 2. Boxes for underground systems:Refer to Section 26 05 43. 3. Box size a. Distance between each raceway entry inside the box and the opposite wall:Not be less than 6 times the trade size of the largest raceway in a row. b. Distance shall be increased for additional entries by the amount of the sum of the diameters of all other raceway entries in the same row on the same wall of the box. c. Each row calculated individually,and the single row that provides the maximum distance used to size box. 2.3 ACCESSORIES A. Conduit Outlet Bodies CITY OF FORT WORTH [Insect Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20,2012 260533-5 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 5 of 12 1. Up to and including 2-1/2 inches a. Conduit outlet bodies and covers: Galvanized steel b. Captive screw-clamp cover c. Neoprene gasket d. Stainless steel screws and clamps 2. Larger than 2-1/2 inches a. Use junction boxes. B. Conduit Hubs 1. Watertight 2. Threaded galvanized steel 3. Insulated throat 4. Stainless steel grounding screw C. Grounding Bushings 1. Insulated lay-in lug grounding bushings 2. Tin-plated copper grounding path 3. Integrally molded noncombustible phenolic insulated surfaces rated 150 degrees Celsius 4. Plastic insert cap each bushing 5. Lug size: Sufficient to accommodate maximum ground wire size required by the NEC for the application D. Raceway Sealant 1. Use for sealing of raceway hubs,entering or terminating in boxes or enclosures where shown or specified E. Conduit Penetration Seals 1. Use for conduit wall and floor seals F. Conduit and related hardware 1. All polyvinyl chloride conduits,including elbows and couplings shall be schedule 40 PVC conduit,conforming to Federal Specification W-C-1094 and Underwriters' Laboratories,Inc. Standard UL-651. All conduit sizes shall be as indicated on the Drawings. 2. Rigid metal conduit shall be steel,hot-dipped galvanized inside and outside. 3. Weather heads shall be made of aluminum and may be the threaded or the clamp on type. G. Expansion/Deflection Fittings 1. Use a. Embedded in concrete b. Exposed 2. Description a. Internal grounding b. 4 inch movement c. Stainless steel/cast iron H. Expansion Fittings CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20,2012 260533-6 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 6 of 12 1. Galvanized steel 2. 8 inch movement 3. Internal grounding 2.4 SOURCE QUALITY CONTROL[NOT USED] PART 3- EXECUTION 3.1 INSTALLERS[NOT USED] 3.2 EXAMINATION[NOT USED] 3.3 PREPARATION[NOT USED] 3.4 APPLICATION A. Interface with Other Work 1. Coordinate the placement of conduit and related components with other trades and existing installations. B. Unless shown on the Drawings or specified otherwise,the conduit type installed with respect to the location shall be as follows: 1. Underground, 18 inches or more cover: Rigid PVC Schedule 40 or HDPE 2. Underground,less than 18 inches cover:Rigid PVC Schedule 80 or HDPE 3. Exposed:Rigid galvanized steel 4. Final connection to equipment subject to vibration:Liquidtight Steel Flexible Metal Conduit C. Box Applications 1. Furnish raceway junction,pull and terminal boxes with NEMA ratings for the location in which they are installed. 2. Exposed switch,receptacle and lighting outlet boxes and conduit fittings: Galvanized steel 3. Furnish boxes with factory mounting lugs. Drilling through the back of any box or enclosure is prohibited D. Conduit Outlet Bodies Applications 1. Conduits up to and including 2-1/2 inches: Conduit outlet bodies may be used, except where junction boxes are shown or otherwise specified 2. Conduits larger than 2-1/2 inches:Use junction boxes E. Conduit Hub Applications 1. Unless specifically stated herein or described on the Drawings,all raceways shall terminate at an outlet with a conduit hub.Locknut or double locknut terminations will not be permitted. F. Insulated Grounding Bushing Applications 1. Use:Terminate raceways at bottom entry to pad-mounted electrical equipment or switchgear,if there is no wall or floor pan on which to anchor or terminate the raceway. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20,2012 260533-7 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 7 of 12 2. Other raceways: Terminate on enclosures with a conduit hub. 3. Grounding bushing caps: Remain on the bushing until the wire is ready to be pulled. G. Conduit Fittings Applications 1. Combination expansion deflection fittings: Install where conduits cross structure expansion joints, on conduit transitions from underground to above ground, and where installed in exposed conduit runs such that the distance between expansion- deflection fittings does not exceed 150 feet of conduit run. 2. Expansion fittings: Install in lieu of a combination expansion-deflection fitting, on the exposed side of conduit transitions from underground to above ground,where the earth has been disturbed to a depth of more than 10 feet. H. Conduit Penetration Seals Applications 1. Conduit wall seals: Use where underground conduits penetrate walls or at other locations shown on the Drawings 2. Conduit sealing bushings: Use to seal conduit ends exposed to the weather and at other locations shown on the Drawings I. Conduit Tag Applications 1. Tag all conduits within 1 foot of the entry of equipment, and wall and floor penetrations. 2. Tag all underground conduits and ducts at all locations,exiting and entering from underground,including manholes and handholes. J. Raceway Installation 1. No conduit smaller than 11/a inch electrical trade size. 2. No more than the equivalent of 3 -90 degree bends in any 1 run. 3. Do not pull wire until the conduit system is complete in all details. 4. Install all underground raceways in accordance with Section 26 05 43. 5. Where raceways enter or leave the raceway system,where the raceway origin or termination,could be subjected to the entry of moisture,rain or liquid of any type, particularly where the termination of such raceways terminate in any equipment, new or existing at a lower elevation, such raceways shall be tightly sealed, using watertight sealant(Duxseal or equal),at the higher elevation,both before and after the installation of cables,such that there shall be no entry of water or moisture to the Raceway System at any time. Any damage to new or existing equipment,due to the entrance of moisture from unsealed raceways, shall be corrected by complete replacement of such equipment,at no cost to the City. Cleaning or drying of such damaged equipment will not be acceptable. 6. Conduit supports,for other than for underground raceways: Space at intervals of 8 feet or less as required to obtain rigid construction. 7. Single conduits: Support with 1 hole pipe clamps in combination with 1 screw back plates,to raise conduits from the surface. 8. Multiple runs of conduits: Supported on trapeze type hangers with horizontal members and threaded hanger rods not less than 3/8 inch in diameter. 9. Surface mounted panel boxes,junction boxes,and conduit: Supported by strut to provide a minimum of 1/2 inch clearance between wall and equipment. CITY OF FORT WORTH (Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20,2012 260533-8 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 8 of 12 10. Conduit hangers: Attach to structural steel by means of beam or channel clamps. Use concrete inserts of the spot type where attached to concrete surfaces. 11. Conduits on exposed work a. Install at right angles to and parallel with the surrounding wall. b. Conform to the form of the ceiling. c. No diagonal runs. d. Provide concentric bends in parallel conduit runs. e. Install conduit perfectly straight and true. 12. Conduits terminated into enclosures:Install perpendicular to the walls where flexible liquidtight or rigid conduits are required. a. Do not use short sealtight elbow fittings for such terminations,except for connections to instrumentation transmitters where multiple penetrations are required. 13. Use insulated throat grounding bushings for conduits containing equipment grounding conductors and terminating in boxes.Connect grounding conductors to the box. 14. Install conduits using threaded fittings.Do not use running threads. 15. PVC conduit: Use glued type conduit fittings. 16. HDPE conduit:Use fittings by same manufacturer as conduit. 17. Liquidtight flexible steel conduit a. Primary and secondary of transformers b. Generator terminations c. Other equipment where vibration is present d. Connections to instrumentation transmitters,where multiple penetrations are required e. Do not use in other locations. f. Maximum length: Not greater than that of a factory manufactured long radius elbow of the conduit size being used g. Maximum bending radius:Not less than that shown in the NEC Chapter 9, Table 2,"Other Bends". h. Do not use BX or AC type prefabricated cables. 18. Conduits passing through openings in walls or floor slabs: Seal remaining openings against the passage of flame and smoke. 19. Conduit ends exposed to the weather or corrosive gases: Seal with conduit sealing bushings. 20. Raceways terminating in Control Panels or boxes containing electrical equipment a. Do not install to enter from the top of the panel or box. b. Seal with a watertight sealant:Duxseal or equal 21. Conduit a. The Contractor will be required to coordinate with all local utility companies, long distance communication companies,City utilities,railroad companies,and Dig Tess if applicable,to ascertain exact locations of conflicting underground services. b. The location of conduits and ground boxes are diagrammatic only and may be shifted by the Inspector to accommodate field conditions. c. The maximum allowable overcut shall be 1 inch(25 mm)in diameter for bores. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20,2012 260533-9 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 9 of 12 d. The vertical and horizontal tolerances shall not exceed 18 inches (457 mm) as measured from the intended target point for bores. e. The use of a pneumatically driven device for punching holes beneath the pavement(commonly known as a "missile")will not be permitted. f. Conduit installed for future use shall have a non-metallic, nylon type pull string and shall be capped using standard weather tight conduit caps,as approved by the Inspector. g. The Contractor shall place duct seal or foam at the ends of all conduit where conductors and/or cables are present. h. New Conduit 1) All underground conduit shall be schedule 40 PVC conduit. 2) All conduit or raceways above ground shall be rigid metal. 3) All conduit and fittings shall be of the sizes and types shown on the Drawings. 4) Each section of conduit shall bear evidence of approval by Underwriter's Laboratories. 5) Conduit terminating in posts or pedestal bases shall not extend vertically more than 3 inches above the concrete foundation. 6) Field bends in conduit shall have a minimum radius of 12 diameters of the nominal size of the conduit. 7) Exposed vertical conduit shall be galvanized rigid metal, and reamed and couplings made tight. PVC conduit shall be joined by the solvent--weld method in accordance with the conduit manufacturer's recommendations. 8) No reducer couplings shall be used unless specifically indicated on the Drawings. 9) Conduit and fittings shall have burrs and rough places smoothed and shall be clean and free of obstructions before the cable is installed. 10) Field cuts shall be made with a hacksaw only, and shall be square and true so that the ends will butt or come together for the full diameter thereof. a) In no case shall a cutting torch be used to cut or join conduit. 11) Slip joints or running threads will not be permitted for coupling conduit unless approved by the Inspector. 12) When a standard coupling cannot be used, an approved union coupling shall be used and shall provide a water-tight coupling between the conduit. 13) Couplings shall be properly installed to bring their ends of connected conduit together to produce a good rigid connection throughout the entire length of the conduit run. 14) Where the coating on a rigid metal conduit run has been damaged in handling or installation, such damaged parts shall be thoroughly painted with rust preventive paint. 15) Ends of conduits shall be capped or plugged until installation of the wire is complete. 16) Upon request by the Inspector,the Contractor shall draw a full-size metal wire brush, attached by swivel joint to a pull tape,through the metal conduit to insure that the conduit is clean and free from obstructions. 17) Conduits shall be placed in an open trench at a minimum 24 inches (612 mm)depth below the curb grade in the sidewalk areas,or 18 inches(450 mm)below the finished street grade in the street area. CITY OF FORT WORTH tInsert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20,2012 260533-10 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 10 of 12 18) Conduit placed for concrete encasement shall be secured and supported in such a manner that the alignment will not be disturbed during placement of the concrete. a) No concrete shall be placed until all of the conduit ends have been capped and all box openings closed. 19) PVC conduit,which is to be placed under existing pavement, sidewalks, and driveways,shall be placed by first providing a void through which the PVC conduit shall be inserted. a) The void may be made by boring. b) Use of water or other fluids in connection with the boring operation will be permitted only to lubricate cuttings. c) Water jetting will not be permitted. 20) If it is determined by the Inspector that it is impractical to place the conduit by boring as outlined above due to unforeseen obstructions, written permission may be granted by the Traffic Services Manager or designee for the Contractor to cut the existing pavement. 21)Pits for boring shall not be closer than 2 feet(612 mm)to the back of the curb or the outside edge of the shoulder. a) The boring method used shall not interfere with the operation of streets, highways,or other facilities, and shall not weaken or damage any embankment structure,or pavement. 22) Backfill-Compaction&Density Test for All Ditchlines a) All ditchlines within paving areas of existing and proposed streets and within 2 feet(600 mm)back of curb are to be mechanically tamped. b) All tamping is to be density controlled to 90 percent standard proctor density at optimum moisture content and no greater than 5 percent optimum or less than 2 percent below optimum. c) All backfill material is to be select native material,6 inches(150 mm) diameter clods and smaller. d) It is permissible to put backfill in 6 inches to 8 inches (150 mm to 400 mm)lifts with densities being taken for each lfeet(300 mm)of compacted material on offsetting stations of 50 feet(15.9 M). 23) Provide adequately bent conduit and properly excavate so as to prevent damage to the conduit or conductor by a bend radius which is too short. 24) All conduit runs shall be continuous and of the same material(metal only or PVC only). 25)Where tying into existing conduit,the Contractor must continue with the same material(metal to metal or PVC to PVC). 26)Each length of galvanized rigid metal conduit,where used,shall be reamed and threaded on each end and couplings shall be made up tight. 27) White-lead paint or equal shall be used on threads of all joints. 28) Metal conduit and fittings shall have the burrs and rough places smoothed. 29) Where the coating on a metal conduit run has been damaged in handling or installation,such damaged parts shall be thoroughly painted with rust preventive paint. i. Existing Conduit 1) Prior to pulling cable in existing underground conduit,the conduit shall be cleaned with a mandrel or cylindrical wire brush and blown out with compressed air. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20,2012 26 05 33-11 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 11 of 12 2) If conduit appears to be blocked,the Contractor shall make an attempt to clear the conduit by rodding(The Contractor will not receive extra compensation for rodding). 3) If the existing conduit cannot be used,the Contractor may be required to repair and/or replace this conduit as directed by the Engineer. a) Repair of this conduit will be paid for as "extra work" on a Change Order. 4) The Inspector shall be notified prior to disconnection or removal of any existing cable. 22. Conduits from external sources entering or leaving a multiple compartment enclosure: Stub up into the bottom horizontal wireway or other manufacturer designated area,directly below the vertical section in which the conductors are to be terminated. 23. Conduits entering from cable tray: Stub into the upper section. 24. Install conduit sealing and drain fittings in areas designated as NEMA 4X or NEMA 7. 25. Conduit identification platens a. Install on all power,instrumentation,alarm and control conduits at each end of the run and at intermediate junction boxes and manholes. b. Install conduit plates before conductors are pulled into conduits. c. Coordinate exact identification plate location with the City at the time of installation to provide uniformity of placement and ease of reading. 26. Pull mandrels through all existing conduits that will be reused and through all new conduits 2 inches in diameter and larger prior to installing conductors. 27. Install 3/16 inch polypropylene pull lines in all new conduits noted as spares or designated for future equipment. 28. Install conduit to drain away from the equipment served. If conduit drainage is not possible,use conduit seals to plug the conduits at the point of attachment to the equipment 29. Route conduits to avoid crossing pipe shafts, access hatches or vent duct openings, present or future,in floor or ceiling construction. 30. Do not use running threads. 31. Conduits passing from heated to unheated spaces,exterior spaces,refrigerated spaces,or cold air plenums: Sealed with watertight sealant: Duxseal or equal 32. Locate conduits a minimum of 3 inches from steam or hot water piping. a. Where crossings are unavoidable,locate conduit at least 1 inch from the covering of the pipe crossed. 33. Conduits terminating at a cable tray a. Support independently from the cable tray. b. Provide conduit support within I-feet of the cable tray. c. Weight of the conduit not supported by cable tray 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD[OR]SITE QUALITY CONTROL[NOT USED] CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20,2012 26 05 33-12 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 12 of 12 3.8 SYSTEM STARTUP[NOT USED] 3.9 ADJUSTING[NOT USED] 3.10 CLEANING[NOT USED] 3.11 CLOSEOUT ACTIVITIES[NOT USED] 3.12 PROTECTION[NOT USED] 3.13 MAINTENANCE[NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20,2012 260543-1 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page 1 of 7 SECTION 26 05 43 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Furnish and install a complete underground system of raceways,manholes and handholes 2. Raceways for use in structural concrete are specified in Section 26 05 33,Raceways and Boxes for Electrical Systems B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include,but are not necessarily limited to: 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 3. Section 03 30 00—Cast-in-Place Concrete 4. Section 26 05 33—Raceways and Boxes for Electrical Systems 5. Section 33 05 10—Utility Trench Excavation,Embedment and Backfill 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to the Electrical Facilities being installed. 2. Payment a. The work performed and the materials furnished in accordance with this Item are subsidiary to the electrical facilities specified on the Drawings and shall be subsidiary to the lump sum price bid for Electrical Facilities, and no other compensation will be allowed. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification,unless a date is specifically cited. 2. American Association of State Highway and Transportation Officials (AASHTO) a. M306—Standard Specification for Drainage Structure Castings. 3. Underwriters Laboratories,Inc. (UL). CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1,2011 260543-2 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page 2 of 7 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Plastic duct spacers B. Shop Drawings 1. Manholes,handholes and associated hardware 1.7 CLOSEOUT SUBMITTALS[NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS[NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Manufacturers a. Precast manholes:Manufactured in a NPCA(National Precast Concrete Association)Certified Plant 1.10 DELIVERY,STORAGE,AND HANDLING A. Storage and Handling Requirements 1. Handle and store material in accordance with manufacturer's instructions. 2. Store materials completely covered;do not expose materials to sunlight. 3. Materials showing signs of previous or jobsite exposure will be rejected. 1.11 FIELD[SITE] CONDITIONS 1.12 WARRANTY A. No separate warranty for this equipment PART 2- PRODUCTS 2.1 OWNER-FURNISHED[oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Manufacturers 1. Manufacturer List a. Refer to Section 0160 00. B. Conduit 1. PVC Schedule 40 or HDPE 2. Refer to Section 26 05 33 3. Terminators: Same size and type as the raceway C. Concrete cap for raceways and duct banks 1. Refer to Section 03 30 00. CrrY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1,2011 260543-3 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page 3 of 7 2. Red dye a. 40 pounds per 10 cubic yards of concrete D. Manholes and Handholes 1. Precast concrete 2. Designed for a AASHTO Class H2O load. 3. Sizes shown on Drawings 4. Manhole tops a. Field removable b. Stainless steel lifting eyes 5. Duct bank entries into the manhole or handhole a. Centered on the entering wall b. Contain the number and size of duct terminators to match the corresponding duct bank 6. Concrete sump a. Minimum dimensions: 12 inches x 12 inches x 2 inches deep b. Located in the middle of the floor of the manhole or handhole, or as shown on the Drawings E. Manhole Covers I. Heavy duty 2. 36 inch diameter 3. Machined gray iron 4. AASHTO M306 CL35B minimum 5. 40,000-pound proof load value(AASHTO Class H2O X 2.5) 6. Including frame 7. "Electric" or"Communication"raised lettering recessed flush on the cover 8. Drop handles F. Castings 1. Made In the USA 2. Cast with the foundry's name and production date(example: mm/dd/yy) 3. True to pattern in form and dimension 4. Free from pouring faults,sponginess,cracks,blow holes, or other defects in positions affecting strength and value 5. Angles: Filleted 6. Arises: Sharp and true G. Hardware 1. Cable racks a. Heavy duty b. Non-metallic c. Arm lengths of 8 inches, 14 inches and 20 inches, each supporting a load of not less than 250 pounds at the outer end d. Molded in 1 piece of U.L.listed glass reinforced nylon e. Secured to the manhole and walls using drilled epoxy anchoring system, with 316 stainless steel bolts CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1,2011 260543-4 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page 4 of 7 f. Arms vertically spaced not greater than 24 inches on center 2. Pulling irons a. Copolymer polypropylene coated 1/2 inch diameter cable b. Rated pulling strength: 7500 lbs c. Polyethylene pulling iron pocket d. Manholes:Recessed in wall opposite each duct entry e. Handholes:Located near center of handhole floor 3. Ladders a. Fiberglass reinforced plastic b. Safety yellow c. 18 inch rung width d. 12 inch rung spacing e. Furnish 2 ladders,length 4 feet greater than the deepest manhole in the underground system H. Polyethylene Warning Tape 1. Red polyethylene film 2. 2 inches minimum width 3. Embedded metallic wire for location tracing 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL[NOT USED] PART 3- EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION A. Verification of Conditions 1. Field verify the routing of all underground duct banks before placement 2. Modify the routing to avoid underground utilities or above ground objects 3. Provide any alternate routing of the duct banks to the City for approval before installation 3.3 TRENCH EXCAVATION A. Provide suitable room for installing manholes,handholes,ducts and appurtenances B. Furnish and place all sheeting,bracing and supports. C. Excavate material of every description and of whatever substance encountered. D. Pavement: Cut with saw,wheel or pneumatic chisel along straight lines before excavating E. Refer to Section 33 05 10. 3.4 INSTALLATION A. Trench Excavation 1. Provide suitable room for installing manholes,handholes,ducts and appurtenances. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1,2011 260543-5 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page 5 of 7 2. Furnish and place all sheeting,bracing and supports. 3. Excavate material of every description and of whatever substance encountered in conformance with Section 33 05 10. 4. Pavement a. Cut with saw,wheel or pneumatic chisel along straight lines before excavating. 5. Trenching and Compaction shall be in accordance with Section 33 05 10. B. Special Techniques 1. Changes of direction a. Less than 20 degrees 1) Use hotbox, strictly in conformance with the conduit manufacturer's instructions b. Greater than 20 degrees 1) Use long radius bends 2. Minimum raceway size between manholes or handholes shall be 2 inches C. Slopes 1. Install raceways to drain away from buildings. 2. Install raceways between manholes or handholes to drain toward the manholes or handholes. 3. Slopes a. At least 3 inches per 100 feet D. Lay raceway lines in trenches on sand bedding. E. Plastic spacers 1. Not more than 4 feet apart 2. Provide not less than 2 inch clearance between raceways. F. Raceway banks cover: 24 inches G. Raceway terminations at manholes: Terminator for PVC conduit H. Blank duct plugs 1. Use to seal the ends of all unused ducts in the duct system 2. Installed where ducts enter manholes or handholes, and at entrances and exits to the underground system I. Raceways entering or exiting the underground system,rising to higher elevation 1. Seal at higher elevation before and after the installation of cables 2. No entry of water or moisture to the Underground System at any time J. Complete duct system before pulling any wire. K. Swab all raceways clean before installing cable. L. Cables in manholes and handholes 1. Train, support and restrain on cable racks. 2. Route cables passing duct entrances above all duct entrances. 3. Do not route cable in front of or below duct bank entrances. 4. Install polyethylene warning tape trench above each raceway or duct bank. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Nmmber] Revised July 1,2011 260543-6 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page 6 of 7 M. Tag all underground conduits at all locations exiting and entering from underground, including manholes and handholes 3.5 REPAIR/RESTORATION A. Remove and replace sub grade soils which become soft,loose or otherwise unsatisfactory as a result of inadequate excavation,dewatering or other trenching methods,using gravel fill. B. Existing pavement 1. Saw cut and repair existing pavements above new and modified existing duct banks. 2. Cut along straight lines. 3. Replace pavement with the same type and quality of the existing paving. C. Grassy areas 1. Remove and replace sod,or 2. Loam and reseed surface 3.6 RE-INSTALLATION A. Backfilling 1. Remove materials unsuitable for backfilling. 2. Trench fill a. Common fill material b. Void of rock or other non-porous material c. Layers not to exceed 8-inches in loose measure d. Compact to 90 percent standard Proctor density at optimum moisture content of t 4 percent e. Mounded 6-inches above existing grade 3. Existing grass,loam or gravel surface a. Remove surface material b. Conserve c. Replace to the full original depth 4. Paved areas or designated future paved areas a. Backfill with select fill material b. Layers not to exceed 8-inches loose measure c. Compact to 95 percent standard Proctor density at optimum moisture content of ±3 percent 5. Compaction a. Hand or pneumatic tamping with tools weighing at least 20 pounds b. Place material being spread and compacted in layers not over 8-in loose thick. c. Sprinkle in conjunction with rolling or ramming,if needed to achieve required compaction 6. Do not place bituminous paving in backfill. 7. Do not use water jetting as a means of consolidating or compacting backfil. 8. Road surfaces a. Broom and hose-clean immediately after backfilling b. Employ dust control measures at all times. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1,2011 260543-7 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page 7 of 7 3.7 CLEANING A. Remove all rubbish and debris from inside and around the underground system. B. Remove dirt,dust, or concrete spatter from the interior and exterior of manholes, handholes and structures,using brushes,vacuum cleaner or clean, lint free rags. C. Do not use compressed air. 3.8 SYSTEM STARTUP[NOT USED] 3.9 ADJUSTING[NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised July 1,2011 THIS PAGE INTENTAILLY LEFT BLANK 260910-1 Instrumentation Page 1 of 3 SECTION 26 09 10 INSTRUMENTATION PART 1 - GENERAL 1.1 SCOPE A. This is a project specific document and not City of Fort Worth Standard specification. B. This section covers the instruments,instrumentation enclosures and miscellaneous devices. C. Auxiliary and accessory devices necessary for system operation or performance, such as relays, din connectors,or terminals to interface with other Sections of these Specifications, shall be included. 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Instrumentation, when a bid item for Electrical Facilities exists a. Measurement 1) This Item is considered subsidiary to Electrical Facilities. b. Payment 2) The work performed and the materials furnished in accordance with this Item are subsidiary to Electrical Facilities and shall be subsidiary to the lurrip sum price bid for Electrical Facilities, and no other compensation will be allowed. 1.3 QUALITY ASSURANCE A. Manufacturers: Firms regularly engaged in manufacture of products of this type, and whose products have been in satisfactory use in similar service for not less than 5 years. B. Installer: Qualified with at least 5 years of successful installation experience on projects with work similar to that required for this project. C. NEC Compliance: Comply with the National Electrical Code, NFPA 70, as applicable to wiring and other electrical construction of the unit. D. UL Compliance: Provide components with UL listing and labeling for applicable unit and installation to conform with NFPA-90A. E. Control panels shall be fabricated and assembled by a UL 508 shop. 1.4 SUBMTITALS A. Submittals shall be in accordance with contract requirements and as specified herein. B. Submit catalog literature, specification material and installation and operation manual for each instrument and device specified herein. CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall City Project No.01303 260910-2 Instrumentation Page 2 of 3 C. Submit outline and dimensional drawings and wiring diagrams to ENGINEER for review. D. Submit shop drawings for instrument panels shall include wiring schematics and dimensional outlines. Shop drawings shall include ISA loop drawings on all loops.Loop drawings shall include all device terminal numbers and wire numbers. Shop drawings shall include all pin-out wiring for RS- 232 and RS-485 and similar type connectors. PART 2- PRODUCTS 2.1 ENCLOSURES A. Enclosure will be furnished by the Owner. 2.2 FLOW TRANSMITTERS A. Flow transmitters shall be installed at the locations as shown on the plans and in accordance with the manufacturers recommendations. B. The transducer on the piping shall be suitable for indefinate submergence.The transmitter electronics shall be separately mounted and shall be in a NEMA 4X enclosure. C. The transducer shall have a flow range as indicated on the drawings and shall be provided with mounting provisions as indicated on the drawings. D. The ultrasonic flow meter shall be an Endress and Hauser Prosonic 91W. The flowmeter shall be suitable for operation on 24 volts do power. E. The mangetie flow meter shall be Siemens Model Mag 5100 W with remote mounted transmitter electroincs. The sensor shall be submersible rated and shall be supplied with grounding rings. The remote mounted transmitter shall be Siemens Mag 5000 series. The flowmeter shall be suitable for operation on 24 volts do power. 2.3 MISCELLANEOUS A. Terminal strips for connection of field wiring shall be DIN rail mounted channel mounted terminals suitable for connecting #22 to #12 wire sizes. Furnish AMP model FB6i1-604101-1 with BND-100 DIN mounting channel.Terminal strips shall have factory terminal markers. PART 3- EXECUTION 3.1 INSTALLATION GENERAL A. Permanently mount the instruments, and all required appurtenances in accordance with manufacturer's requirements.All work shall be done in accordance with industry standards,the NEC, ISA recommendations and in a workmanship like manner. B. Magnetic flow meters shall have grounding rings on each flange end and shall be grounded to the grounding system with#2 awg tin plated copper wire. CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall City Project No.01303 260910-3 Instrumentation Page 3 of 3 C. Calibrate,and test all instruments. D. Certify that all instrument installations and calibrations are done in accordance with ISA and the manufacturer's recommendations. Flowmeters shall be calibrated by manufacturer's representative and a volumetric draw down test of the wet well shall be performed to verify calibration of flow meters. E. Provide completed ISA calibration sheets for all new instruments provided. 3.2 OPERATIONS AND MAINTENANCE MANUALS A. Six (6) weeks prior to the completion of the project, compile an Operations and Maintenance Manual on the instrumentation equipment. END OF SECTION CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall City Project No.01303 THIS PAGE INTENTAILLY LEFT BLANK 262413-1 Panelboards Page 1 of 2 SECTION 26 2416 PANELBOARDS PART 1- GENERAL 1.1 SCOPE A. This is a project specific document and not City of Fort Worth Standard specification. B. This section shall include panelboards and related equipment. C. Furnish and install all such devices and completely connect and wire each device. 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Miscellaneous equipment, when a bid item for Electrical Facilities exists a. Measurement 1) This Item is considered subsidiary to Electrical Facilities. b. Payment 2) The work performed and the materials furnished in accordance with this Item are subsidiary to Electrical Facilities and shall be subsidiary to the lump sum price bid for Electrical Facilities, and no other compensation will be allowed. 1.3 SUBMITTALS AND SHOP DRAWINGS A. Process catalog submittals, and equipment data for the following: 1. Enclosures 2. Breakers PART2-PRODUCTS 2.1 PANELBOARDS A. Panelboards for 120/240 volt applications shall have circuit breakers rated for 10,000 amps interrupting capacity. Breakers shall be as scheduled on the drawings. Panelboards shall be rated for 240 VAC. B. Panelboard enclosures shall be rated NEMA 3R,constructed of plastic and shall have 4 circuits. PART 3-EXECUTION CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall City Project No.01303 262413-2 Panelboards Page 2 of 2 3.1 GENERAL A. Install panelboards where indicated on the drawings. END OF SECTION CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall City Project No.01303 31 1000-1 SITE CLEARING Page I of 5 1 SECTION 3110 00 2 SITE CLEARING 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Preparation of right-of-way and other designated areas for construction operations 7 by removing and disposing of all obstructions including clearing and grubbing and 8 trees,when removal of such obstructions is not specifically shown on the Drawings 9 to be paid by other Sections. The City of Fort Worth's Urban Forestry Ordinance 10 governs all tree removals. 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 02 41 13—Selective Site Demolition 17 4. Section 02 41 14—Utility Removal/Abandonment 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Site Clearing 21 a. Measurement 22 1) Measurement for this Item shall be by lump sum. 23 b. Payment 24 1) The work performed and the materials furnished in accordance with this 25 Item shall be paid for at the lump sum price bid for"Site Clearing". 26 c. The price bid shall include: 27 1) Pruning of designated trees and shrubs 28 2) Removal and disposal of trees,structures and obstructions 29 3) Backfilling of holes 30 4) Clean-up 31 2. Tree Removal 32 a. Measurement 33 1) Measurement for this Item shall be per each. 34 b. Payment 35 1) The work performed and the materials furnished in accordance with this 36 Item shall be paid for at the unit price bid per each"Tree Removal"for: 37 a) Various caliper ranges 38 c. The price bid shall include: 39 1) Pruning of designated trees and shrubs 40 2) Removal and disposal of structures and obstructions 41 3) Grading and backfilling of holes 42 4) Excavation CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 311000-2 SITE CLEARING Page 2 of 5 1 5) Fertilization 2 6) Clean-up 3 3. Tree Removal and Transplantation 4 a. Measurement 5 1) Measurement for this Item shall be per each. 6 b. Payment 7 1) The work performed and the materials furnished in accordance with this 8 Item shall be paid for at the unit price bid per each"Tree Transplant"for: 9 a) Various caliper ranges 10 c. The price bid shall include: 11 1) Pruning of designated trees and shrubs 12 2) Removal and disposal of structures and obstructions 13 3) Moving tree with truck mounted tree spade 14 4) Grading and backfilling of holes 15 5) Replanting tree at temporary location(determined by Contractor) 16 6) Maintaining tree until Work is completed 17 7) Replanting tree into original or designated location 18 8) Excavation 19 9) Fertilization 20 10) Clean-up 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINSTRATIVE REQUIREMENTS 23 A. Permits 24 1. Contractor shall obtain Tree Removal Permits and Urban Forestry Permits when 25 required by the City Ordinance No. 18615-05-2009. 26 B. Preinstallation Meetings 27 1. Hold a preliminary site clearing meeting and include the Contractor,City Arborist, 28 City Inspector,and the Project Manager for the purpose of reviewing the 29 Contractor's tree removal plan. Clearly mark all trees to remain on the project site 30 prior to the meeting. 31 2. The Contractor will provide the City with a Disposal Letter in accordance to 32 Division 01. 33 1.5 SUBMITTALS[NOT USED] 34 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 35 1.7 CLOSEOUT SUBMITTALS [NOT USED] 36 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 37 1.9 QUALITY ASSURANCE[NOT USED] 38 1.10 DELIVERY,STORAGE,AND HANDLING[NOT USED] 39 1.11 FIELD CONDITIONS[NOT USED] 40 1.12 WARRANTY[NOT USED] CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 31 1000-3 SITE CLEARING Page 3 of 5 1 PART 2- PRODUCTS [NOT USED] 2 PART 3- EXECUTION 3 3.1 INSTALLERS [NOT USED] 4 3.2 EXAMINATION[NOT USED] 5 3.3 PREPARATION 6 A. All trees identified to be protected and/or preserved should be clearly flagged with 7 survey tape. 8 B. Following taping and prior to any removals or site clearing,the Contractor shall meet 9 with the City,the Engineer and the Landowner,if necessary,to confirm trees to be 10 saved. 11 3.4 INSTALLATION 12 A. Protection of Trees 13 1. Protect designated trees and prune trees and shrubs as shown on the Drawings. 14 Refer to the Drawings for tree protection details. 15 2. If the Drawings do not provide tree protection details,protected trees shall be 16 fenced by placing 6-foot tall metal T-posts in a square around the tree trunk with 17 the corners located on the canopy drip line,unless instructed otherwise. 18 3. When site conditions do not allow for the T-posts to be installed at the drip line,the 19 T-posts may be installed no less than 8 feet from the tree trunk. 4-foot high 12'/z 20 gauge stock fencing or orange plastic snow fence shall be attached to the T-posts to 21 form the enclosure. 22 4. Do not park equipment, service equipment,store materials,or disturb the root area 23 under the branches of trees designated for preservation. 24 5. When shown on the Drawings, treat cuts on trees with an approved tree wound 25 dressing within 20 minutes of making a pruning cut or otherwise causing damage to 26 the tree. 27 6. Trees and brush shall be mulched on-site. 28 a. Burning as a method of disposal is not allowed. 29 B. Hazardous Materials 30 1. The Contractor will notify the Engineer immediately if any hazardous or 31 questionable materials not shown on the Drawings are encountered. This includes; 32 but not limited to: 33 a. Floor tiles 34 b. Roof tiles 35 c. Shingles 36 d. Siding 37 e. Utility piping 38 2. The testing,removal, and disposal of hazardous materials will be in accordance 39 with Division 1. 40 C. Site Clearing CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Server,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 311000-4 SITE CLEARING Page 4 of 5 1 1. Clear areas shown on the Drawings of all obstructions,except those landscape 2 features that are to be preserved. Such obstructions include,but are not limited to: 3 a. Remains of buildings and other structures 4 b. Foundations 5 c. Floor slabs 6 d. Concrete 7 e. Brick 8 f. Lumber 9 g. Plaster 10 h. Septic tank drain fields 11 i. Abandoned utility pipes or conduits 12 j. Equipment 13 k. Trees 14 1. Fences 15 m. Retaining walls 16 n. Other items as specified on the Drawings 17 2. Remove vegetation and other landscape features not designated for preservation, 18 whether above or below ground,including,but not limited to: 19 a. Curb and gutter 20 b. Driveways 21 c. Paved parking areas 22 d. Miscellaneous stone 23 e. Sidewalks 24 f. Drainage structures 25 g. Manholes 26 h. Inlets 27 i. Abandoned railroad tracks 28 j. Scrap iron 29 k. Other debris 30 3. Remove culverts,storm sewers,manholes,and inlets in proper sequence to 31 maintain traffic and drainage in accordance with Section 02 4114. 32 4. In areas receiving embankment,remove obstructions not designated for 33 preservation to 2 feet below natural ground. 34 5. In areas to be excavated,remove obstructions to 2 feet below the excavation level. 35 6. In all other areas,remove obstructions to 1 foot below natural ground. 36 7. When allowed by the Drawings or directed by the Engineer,cut trees and stumps 37 off to ground level. 38 a. Removal of existing structures shall be as per Section 02 4113. 39 D. Disposal 40 1. Dispose of all trees within 24 hours of removal. 41 2. All materials and debris removed becomes the property of the Contractor,unless 42 otherwise stated on the Drawings. 43 3. The Contractor will dispose of material and debris off-site in accordance with local, 44 state,and federal laws and regulations. 45 3.5 REPAIR[NOT USED] 46 3.6 RE-INSTALLATION[NOT USED] CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 31 1000-5 SITE CLEARING Page 5 of 5 1 3.7 FIELD QUALITY CONTROL [NOT USED] 2 3.8 SYSTEM STARTUP[NOT USED] 3 3.9 ADJUSTING[NOT USED] 4 3.10 CLEANING[NOT USED] 5 3.11 CLOSEOUT ACTIVITIES [NOT USED] 6 3.12 PROTECTION[NOT USED] 7 3.13 MAINTENANCE [NOT USED] 8 3.14 ATTACHMENTS [NOT USED] 9 END OF SECTION 10 Revision Log DATE NAME SUMMARY OF CHANGE 11 CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Out/all Sewer Revised July 1,2011 City Project No.01303 THIS PAGE INTENTAILLY LEFT BLANK 31 23 16-1 UNCLASSIFIED EXCAVATION Page 1 of 4 1 SECTION 312316 2 UNCLASSIFIED EXCAVATION 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Excavate areas as shown on the Drawings or as directed. Removal of materials 7 encountered to the lines, grades, and typical sections shown on the Drawings and 8 removal from site.Excavations may include construction of 9 a. Roadways 10 b. Drainage Channels 11 c. Site Excavation 12 d. Excavation for Structures 13 e. Or any other operation evolving the excavation of on-site materials. 14 B. Deviations from this City of Fort Worth Standard Specification 15 1. None. 16 C. Related Specification Sections include, but are not necessarily limited to: 17 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 18 2. Division 1 —General Requirements 19 3. Section 3124 00—Embankments 20 1.2 PRICE AND PAYMENT PROCEDURES 21 A. Measurement and Payment 22 1. Measurement 23 a. Measurement for this Item shall be by the cubic yard in its final position using 24 the average end area method. Limits of measurement is shown on the Drawings 25 b. When measured by the cubic yard in its final position,this is a plans quantity 26 measurement Item.The quantity to be paid is the quantity shown in the 27 proposal,unless modified by Article 11.04 of the General Conditions. 28 Additional measurements or calculations will be made if adjustments of 29 quantities are required. 30 2. Payment 31 a. The work performed and materials furnished in accordance with this Item and 32 measured as provided under"Measurement"will be paid for at the unit price 33 bid per cubic yard of"Unclassified Excavation". No additional compensation 34 will be allowed for rock or shrinkage or swell factors as these are the 35 Contractor's responsibility. 36 3. The price bid shall include: 37 a. Excavation 38 b. Excavation Safety 39 c. Drying 40 d. Dust Control 41 e. Reworking or replacing the over excavated material in rock cuts 42 f. Hauling CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 312316-2 UNCLASSIFIED EXCAVATION Page 2 of 4 1 g. Disposal of excess material not used elsewhere onsite 2 h. Scarification 3 i. Clean-up 4 1.3 REFERENCES [NOT USED] 5 A. Definitions 6 1. Unclassified Excavation—Without regard to materials,all excavations shall be 7 considered unclassified and shall include all materials excavated. Any reference to 8 Rock or other materials on the Drawings or in the specifications is solely for the 9 City and the Contractor's information and is not to be taken as a classification of 10 the excavation. 11 1.4 ADMINSTRATIVE REQUIREMENTS 12 A. The Contractor will provide the City with a Disposal Letter in accordance to Division 13 01. 14 1.5 SUBMITTALS[NOT USED] 15 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 16 1.7 CLOSEOUT SUBMITTALS[NOT USED] 17 1.8 MAINTENANCE MATERIAL SUBMITTALS[NOT USED] 18 1.9 QUALITY ASSURANCE 19 A. Excavation Safety 20 1. The Contractor shall be solely responsible for making all excavations in a safe 21 manner. 22 2. All excavation and related sheeting and bracing shall comply with the requirements 23 of OSHA excavation safety standards 29 CFR part 1926 and state requirements. 24 1.10 DELIVERY,STORAGE,AND HANDLING 25 A. Storage 26 1. Within Existing Rights-of-Way(ROW) 27 a. Soil may be stored within existing ROW,easements or temporary construction 28 easements,unless specifically disallowed in the Contract Documents. 29 b. Do not block drainage ways,inlets or driveways. 30 c. Provide erosion control in accordance with Section 3125 00. 31 d. When the Work is performed in active traffic areas,store materials only in 32 areas barricaded as provided in the traffic control plans. 33 e. In non-paved areas,do not store material on the root zone of any trees or in 34 landscaped areas. 35 2. Designated Storage Areas 36 a. If the Contract Documents do not allow the storage of spoils within the ROW, 37 easement or temporary construction easement,then secure and maintain an 38 adequate storage location. 39 b. Provide an affidavit that rights have been secured to store the materials on 40 private property. 41 c. Provide erosion control in accordance with Section 3125 00. CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 312316-3 UNCLASSIFIED EXCAVATION Page 3 of 4 1 d. Do not block drainage ways. 2 1.11 FIELD CONDITIONS 3 A. Existing Conditions 4 1. Any data which has been or may be provided on subsurface conditions is not 5 intended as a representation or warranty of accuracy or continuity between soils.It 6 is expressly understood that neither the City nor the Engineer will be responsible 7 for interpretations or conclusions drawn there from by the Contractor. 8 2. Data is made available for the convenience of the Contractor. 9 1.12 WARRANTY [NOT USED] 10 PART 2- PRODUCTS [NOT USED] 11 2.1 OWNER-FURNISHED [NOT USED] 12 2.2 PRODUCT TYPES AND MATERIALS 13 A. Materials 14 1. Unacceptable Fill Material 15 a. In-situ soils classified as ML,MH,PT,OL or OH in accordance with ASTM 16 D2487 17 PART 3- EXECUTION 18 3.1 INSTALLERS[NOT USED] 19 3.2 EXAMINATION[NOT USED] 20 3.3 PREPARATION[NOT USED] 21 3.4 CONSTRUCTION 22 A. Accept ownership of unsuitable or excess material and dispose of material off-site 23 accordance with local,state,and federal regulations at locations. 24 B. Excavations shall be performed in the dry,and kept free from water,snow and ice 25 during construction with eh exception of water that is applied for dust control. 26 C. Separate Unacceptable Fill Material from other materials,remove from the Site and 27 properly dispose according to disposal plan. 28 D. Maintain drainage in the excavated area to avoid damage to the roadway sections and 29 proposed or existing structures. 30 E. Correct any damage to the subgrade caused by weather,at no additional cost to the 31 City. 32 F. Shape slopes to avoid loosening material below or outside the proposed grades. 33 Remove and dispose of slides as directed. 34 G. Rock Cuts 35 1. Excavate to finish grades. CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station do Outfall Sewer Revised July 1,2011 City Project No.01303 312323 4 BORROW Page 4 of 4 1 2.3 ASSEMBLY OR FABRICATION TOLERANCES [NOT USED] 2 2.4 ACCESSORIES [NOT USED] 3 2.5 SOURCE QUALITY CONTROL [NOT USED] 4 PART 3- EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION[NOT USED] 7 3.3 PREPARATION[NOT USED] 8 3.4 INSTALLATION 9 A. All Borrow placement shall be performed in accordance to Section 3124 00. 10 3.5 REPAIR[NOT USED] 11 3.6 RE-INSTALLATION[NOT USED] 12 3.7 FIELD QUALITY CONTROL 13 A. Field quality control will be performed in accordance to Section 3124 00. 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 END OF SECTION 22 Revision Log DATE NAME SUMMARY OF CHANGE 23 CrrY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS do Haltom City Meter Station do Outfall Sewer Revised July 1,2011 City Project No.01303 312400-1 EMBANKMENTS Page 1 of 9 1 SECTION 3124 00 2 EMBANKMENTS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Transporting and placement of Acceptable Fill Material within the boundaries of 7 the Site for construction of: 8 a. Roadways 9 b. Embankments 10 c. Drainage Channels 11 d. Site Grading 12 e. Or any other operation involving the placement of on-site materials. 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 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Embankments 21 a. Measurement 22 1) Measurement for this Item shall be by the cubic yard in its final position 23 using the average end area method.Limits of measurement is shown on the 24 Drawings 25 2) When measured by the cubic yard in its final position, this is a plans 26 quantity measurement Item. The quantity to be paid is the quantity shown 27 in the proposal,unless modified by Article 11.04 of the General 28 Conditions.Additional measurements or calculations will be made if 29 adjustments of quantities are required. 30 b. Payment 31 1) The work performed and materials furnished in accordance with this Item 32 and measured as provided under"Measurement"will be paid for at the unit 33 price bid per cubic yard of"Embankment". No additional compensation 34 will be allowed for shrinkage or swell factors as these are the Contractor's 35 responsibility. 36 c. The price bid shall include: 37 1) Transporting or hauling material 38 2) Placing,compacting,and finishing Embankment 39 3) Construction Water 40 4) Dust Control 41 5) Reworking 42 6) Clean-up 43 7) Proof Rolling CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 312400-2 EMBANKMENTS Page 2 of 9 1 8) Disposal of excess materials 2 9) Reworking or replacement of undercut material 3 1.3 REFERENCES 4 A. Reference Standards 5 1. Reference standards cited in this specification refer to the current reference standard 6 published at the time of the latest revision date logged at the end of this 7 specification,unless a date is specifically cited. 8 2. ASTM Standards 9 a. ASTM D4318-10,Test Procedure for Determining Liquid Limit,Plastic Limit, 10 and Plasticity Index of Soils 11 b. ASTM D4943-08, Standard Test Method for Shrinkage Factors of Soils by the 12 Wax Method 13 c. ASTM D698-07e1,Standard Test Methods for Laboratory Compaction 14 Characteristics of Soil Using Standard Effort 15 d. ASTM D1557-09, Standard Test Methods for Laboratory Compaction 16 Characteristics of Soil Using Modified Effort 17 e. ASTM D7382-08, Standard Test for Determination of Maximum Dry Unit 18 Weight and Water Content Range for Effective Compaction of Granular Soils 19 Using a Vibrating Hammer 20 f. ASTM D1556-07, Standard Test for Density and Unit Weight of Soil In-Place 21 by the Sand Cone Method 22 1.4 ADMINSTRATIVE REQUIREMENTS 23 A. Sequencing 24 1. Sequence work such that calls of proctors are complete in accordance with ASTM 25 D698 prior to commencement of construction activities. 26 1.5 SUBMITTALS 27 A. Submittals shall be in accordance with Section 0133 00. 28 B. All submittals shall be approved by the Engineer or the City prior to construction 29 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 30 A. Shop Drawings 31 1. Stockpiled material 32 a. Provide a description of the storage of the excavated material only if the 33 Contract Documents do not allow storage of materials in the right-of-way or the 34 easement 35 1.7 CLOSEOUT SUBMITTALS [NOT USED] 36 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 37 1.9 QUALITY ASSURANCE[NOT USED] 38 1.10 DELIVERY,STORAGE,AND HANDLING 39 A. Storage 40 1. Within Existing Rights-of-Way(ROW) CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 312400-3 EMBANKMENTS Page 3 of 9 1 a. Soil may be stored within existing ROW, easements or temporary construction 2 easements,unless specifically disallowed in the Contract Documents. 3 b. Do not block drainage ways, inlets or driveways. 4 c. Provide erosion control in accordance with Section 31 25 00. 5 d. When the Work is performed in active traffic areas, store materials only in 6 areas barricaded as provided in the traffic control plans. 7 e. In non-paved areas,do not store material on the root zone of any trees or in 8 landscaped areas. 9 2. Designated Storage Areas 10 a. If the Contract Documents do not allow the storage within the ROW,easement 11 or temporary construction easement, then secure and maintain an adequate 12 storage location. 13 b. Provide an affidavit that rights have been secured to store the materials on 14 private property. 15 c. Provide erosion control in accordance with Section 3125 00. 16 d. Do not block drainage ways. 17 1.11 FIELD CONDITIONS 18 A. Existing Conditions 19 1. Any data which has been or may be provided on subsurface conditions is not 20 intended as a representation or warranty of accuracy or continuity between soils. It 21 is expressly understood that neither the City nor the Engineer will be responsible 22 for interpretations or conclusions drawn there from by the Contractor. 23 2. Data is made available for the convenience of the Contractor. 24 1.12 WARRANTY [NOT USED] 25 PART 2- PRODUCTS 26 2.1 OWNER-FURNISHED [NOT USED] 27 2.2 PRODUCT TYPES AND MATERIALS 28 A. Materials 29 1. Acceptable Fill Material 30 a. In-situ or imported soils classified as CL,CH, SC or GC in accordance with 31 ASTM D2487 32 b. Free from deleterious materials,boulders over 6 inches in size and organics 33 c. Can be placed free from voids 34 d. Must have 20 percent passing the number 200 sieve 35 2. Blended Fill Material 36 a. In-situ soils classified as SP, SM, GP or GM in accordance with ASTM D2487 37 b. Blended with in-situ or imported acceptable backfill material to meet the 38 requirements of an Acceptable Backfill Material 39 c. Free from deleterious materials, boulders over 6 inches in size and organics 40 d. Must have 20 percent passing the number 200 sieve 41 3. Unacceptable Fill Material 42 a. In-situ soils classified as ML, MH,PT, OL or OH in accordance with ASTM 43 D2487 crry OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 312400-4 EMBANKMENTS Page 4 of 9 1 4. Select Fill 2 a. Classified as SC or CL in accordance with ASTM D2487 3 b. Liquid limit less than 35 4 c. Plasticity index between 8 and 20 5 2.3 ASSEMBLY OR FABRICATION TOLERANCES [NOT USED] 6 2.4 ACCESSORIES [NOT USED] 7 2.5 SOURCE QUALITY CONTROL [NOT USED] 8 PART 3- EXECUTION 9 3.1 INSTALLERS[NOT USED] 10 3.2 EXAMINATION [NOT USED] 11 3.3 PREPARATION 12 A. Protection of In-Place Conditions 13 1. Pavement 14 a. Conduct activities in such a way that does not damage existing pavement that is 15 designated to remain. 16 b. Repair or replace any pavement damaged due to the negligence of the 17 contractor outside the limits designated for pavement removal at no additional 18 cost 19 2. Trees 20 a. When operating outside of existing ROW, stake permanent and temporary 21 construction easements. 22 b. Restrict all construction activities to the designated easements and ROW. 23 c. Flag and protect all trees designated to remain in accordance with Section 31 10 24 00. 25 d. Conduct embankments in a manner such that there is no damage to the tree 26 canopy. 27 e. Prune or trim tree limbs as specifically allowed by the Drawings or as 28 specifically allowed by the City. 29 1) Pruning or trimming may only be accomplished with equipment 30 specifically designed for tree pruning or trimming. 31 3. Above ground Structures 32 a. Protect all above ground structures adjacent to the construction. 33 4. Traffic 34 a. Maintain existing traffic,except as modified by the traffic control plan,and in 35 accordance with Section 34 71 13. 36 b. Do not block access to driveways or alleys for extended periods of time unless: 37 1) Alternative access has been provided 38 2) Proper notification has been provided to the property owner or resident 39 3) It is specifically allowed in the traffic control plan 40 3.4 INSTALLATION 41 A. Embankments General CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 312400-5 EMBANKMENTS Page 5 of 9 1 1. Placing and Compacting Embankment Material 2 a. Perform fill operation in an orderly and systematic manner using equipment in 3 proper sequence to meet the compaction requirements 4 b. Scarify and loosen the unpaved surface areas, except rock,to a depth of at least 5 6 inches,unless otherwise shown on the Drawings 6 c. Place fill on surfaces free from trees, stumps,roots,vegetation, or other 7 deleterious materials 8 d. Bench slopes before placing material. 9 e. Begin filling in the lowest section or the toe of the work area 10 f. When fill is placed directly or upon older fill,remove debris and any loose 11 material and proof roll existing surface. 12 g. After spreading the loose lifts to the required thickness and adjusting its 13 moisture content as necessary, simultaneously recompact scarified material 14 with the placed embankment material. 15 h. Roll with sufficient number passes to achieve the minimum required 16 compaction. 17 i. Provide water sprinkled as necessary to achieve required moisture levels for 18 specified compaction 19 j. Do not add additional lifts until the entire previous lift is properly compacted. 20 2. Surface Water Control 21 a. Grade surface horizontally but provide with sufficient longitudinal and 22 transverse slope to allow for runoff of surface water from every point. 23 b. Conduct fills so that no obstruction to drainage from any other sections of fill is 24 created. 25 c. Install temporary dewatering sumps in low areas during filling where excess 26 amounts of runoff collect. 27 d. Compact uniformly throughout. Keep surfaces of fill reasonably smooth and 28 free from humps and hollows that would prevent proper uniform compaction. 29 e. Do not place fill during or shortly after rain events which prevent proper work 30 placement of the material and compaction 31 f. Prior to resuming compaction operations,remove muddy material off the 32 surface to expose firm and compacted materials 33 B. Embankments for Roads 34 1. Only Acceptable Fill Material will be allowed for roadways 35 2. Embankments for roadbeds shall be constructed in layers approximately parallel to 36 the finished grade of the street 37 3. Construct generally to conform to the cross section of the subgrade section as 38 shown in the drawings. 39 4. Establish grade and shape to the typical sections shown on the Drawings 40 5. Maintain finished sections of embankment to the grade and compaction 41 requirements until the project is accepted. 42 C. Earth Embankments 43 1. Earth embankment is mainly composed of material other than rock. Construct 44 embankments in successive layers,evenly distributing materials in lengths suited 45 for sprinkling and rolling. 46 2. Rock or Concrete: CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 312400-6 EMBANKMENTS Page 6 of 9 1 a. Obtain approval from the City prior to incorporating rock and broken concrete 2 produced by the construction project in the lower layers of the embankment. 3 b. No Rock or Concrete will be permitted in embankments in any location where 4 future utilities are anticipated. 5 c. When the size of approved rock or broken concrete exceeds the layer thickness 6 place the rock and concrete outside the limits of the proposed structure or 7 pavement.Cut and remove all exposed reinforcing steel from the broken 8 concrete. 9 3. Move the material dumped in piles or windrows by blading or by similar methods 10 and incorporate it into uniform layers. 11 4. Featheredge or mix abutting layers of dissimilar material for at least 100 feet to 12 ensure there are no abrupt changes in the material. 13 5. Break down clods or lumps of material and mix embankment until a uniform 14 material is attained. 15 D. Rock Embankments 16 1. Rock embankment is mainly composed of rock. 17 2. Rock Embankments for roadways are only allowed when specifically designated on 18 the drawings. 19 3. Construct rock embankments in successive layers for the full width of the roadway 20 cross-section with a depth of 18-inches or less. 21 4. The layer depth for large rock sizes shall not exceed a depth of 18-inches in any 22 case. Fill voids created by the large stone matrix with smaller stones during the 23 placement and filling operations. 24 5. Ensure the depth of the embankment layer is greater than the maximum dimension 25 of any rock. 26 6. Do not place rock greater than 18-inches in its maximum dimension. 27 7. Construct the final layer with graded material so that the density and uniformity is 28 in accordance compaction requirements. 29 8. The upper or final layer of rock embankments shall contain no material larger than 30 4 inches in their maximum dimension. 31 E. Density 32 1. Compact each layer until the maximum dry density as determined by ASTM D698 33 is achieved. 34 a. Not Under Roadway or Structure: 35 1) areas to be compacted in the open,not beneath any structure,pavement, 36 flatwork,or is a minimum of lfoot outside of the edge of any structure, 37 edge of pavement,or back of curb. 38 a) Compact each layer to a minimum of 90 percent Standard Proctor 39 Density. 40 b. Embankments under future paving: 41 1) Compact each layer to a minimum of 95% standard proctor density with a 42 moisture content not to exceed+4% or-2%of optimum moisture or as 43 indicated on the drawings 44 c. Embankments under structures: 45 1) Compacted each layer as indicated on the Drawings 46 F. Maintenance of Moisture and Reworking CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS do Haltom City Meter Station do Outfall Sewer Revised July 1,2011 City Project No.01303 312400-7 EMBANKMENTS Page 7 of 9 1 l. Maintain the density and moisture content once all requirements are met. 2 2. For soils with a PI greater than 15,maintain the moisture content no lower than 4 3 percentage points below optimum. 4 3. Rework the material to obtain the specified compaction when the material loses the 5 required stability,density,moisture,or finish. 6 4. Alter the compaction methods and procedures on subsequent work to obtain 7 specified density as directed by the City. 8 3.5 REPAIR[NOT USED] 9 3.6 RE-INSTALLATION[NOT USED] 10 3.7 FIELD QUAILITY CONTROL 11 A. Field Tests and Inspections 12 1. Proctors 13 a. The City will perform Proctors in accordance with ASTM D698. 14 b. Test results will generally be available to within 4 calendar days and distributed 15 to: 16 1) Contractor 17 2) City Project Manager 18 3) City Inspector 19 4) Engineer 20 c. Notify the City if the characteristic of the soil changes. 21 d. City will perform new proctors for varying soils: 22 1) When indicated in the geotechnical investigation in the Appendix 23 2) If notified by the Contractor 24 3) At the convenience of the City 25 e. Embankments where different soil types are present and are blended ,the 26 proctors shall be based on the mixture of those soils. 27 2. Proof Rolling 28 a. Embankments Under Future Pavement 29 1) City Project Representative must be on-site during proof rolling operations. 30 2) Use equipment that will apply sufficient load to identify soft spots that rut 31 or pump. 32 a) Acceptable equipment includes fully loaded single-axle water truck 33 with a 1500 gallon capacity. 34 3) Make at least 2 passes with the proof roller(down and back= 1 pass). 35 4) Offset each trip by at most 1 tire width. 36 5) If an unstable or non-uniform area is found,correct the area. 37 6) Correct 38 a) Soft spots that rut or pump greater than 3/4 inch. 39 b) Areas that are unstable or non-uniform. 40 7) If a non-uniform area is found then correct the area. 41 b. Embankments Not Under Future Paving 42 1) No Proof Rolling is required. 43 3. Density Testing of Backfill 44 a. Density Test Shall be in conformance with ASTM D2922. 45 b. For Embankments under future pavement: CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 312400-8 EMBANKMENTS Page 8 of 9 1 1) The City will perform density testing twice per working day when 2 compaction operations are being conducted. 3 2) The testing lab shall take a minimum of 3 density tests,but the number of 4 test shall be appropriate for the area being compacted. 5 3) Testing shall be representative of the current lift being compacted. 6 4) Special attention should be placed on edge conditions. 7 c. For Embankments not under future pavement or structures: 8 1) The City will perform density testing once working day when compaction 9 operations are being conducted. 10 2) The testing lab shall take a minimum of 3 density tests. 11 3) Testing shall be representative of the current lift being compacted. 12 d. Make the area where the embankment is being placed available for testing. 13 e. The City will determine the location of the test. 14 f. The City testing lab will provide results to Contractor and the City's Inspector 15 upon completion of the testing. 16 g. A formal report will be posted to the City's Buzzsaw site within 48 hours. 17 h. Test reports shall include: 18 1) Location of test by station number 19 2) Time and date of test 20 3) Depth of testing 21 4) Field moisture 22 5) Dry density 23 6) Proctor identifier 24 7) Percent Proctor Density 25 B. Non-Conforming Work 26 1. All non-conforming work shall be removed and replaced. 27 3.8 SYSTEM STARTUP[NOT USED] 28 3.9 ADJUSTING[NOT USED] 29 3.10 CLEANING[NOT USED] 30 3.11 CLOSEOUT ACTIVITIES [NOT USED] 31 3.12 PROTECTION [NOT USED] 32 3.13 MAINTENANCE[NOT USED] 33 3.14 ATTACHMENTS [NOT USED] 34 END OF SECTION 35 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS do Haltom City Meter Station do Outfall Sewer Revised July 1,2011 City Project No.01303 312500-1 EROSION AND SEDIMENT CONTROL Page 1 of 9 1 SECTION 3125 00 2 EROSION AND SEDIMENT CONTROL 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Implementation of the project's Storm Water Pollution Prevention Plan (SWPPP) 7 and installation, maintenance and removal of erosion and sediment control devices 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include,but are not necessarily limited to: 11 1. Division 0–Bidding Requirements,Contract Forms and Conditions of the Contract 12 2. Division 1 –General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Storm Water Pollution Prevention Plan<1 acre 16 a. Measurement 17 1) This Item is considered subsidiary to the various Items bid. 18 b. Payment 19 1) The work performed and the materials furnished in accordance with this 20 Item are subsidiary to the structure or Items being bid and no other 21 compensation will be allowed. 22 2. Storm Water Pollution Prevention Plan> 1 acre 23 a. Measurement for this Item shall be by lump sum. 24 b. Payment 25 1) The work performed and the materials furnished in accordance with this 26 Item shall be paid for at the lump sum price bid for"SWPPP> 1 acre". 27 c. The price bid shall include: 28 1) Preparation of SWPPP 29 2) Implementation 30 3) Permitting fees 31 4) Installation 32 5) Maintenance 33 6) Removal 34 1.3 REFERENCES 35 A. Reference Standards 36 1. Reference standards cited in this Specification refer to the current reference 37 standard published at the time of the latest revision date logged at the end of this 38 Specification,unless a date is specifically cited. 39 2. ASTM Standard: 40 a. ASTM D3786, Standard Test Method for Bursting Strength of Textile 41 Fabrics—Diaphragm Bursting Strength Tester Method CrrY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 312500-2 EROSION AND SEDIMENT CONTROL Page 2 of 9 1 b. ASTM D4632,Standard Test Method for Grab Breaking Load and Elongation 2 of Geotextiles 3 c. ASTM D4751,Standard Test Method for Determining Apparent Opening Size 4 of a Geotextile 5 d. ASTM D4833, Standard Test Method for Index Puncture Resistance of 6 Geomembranes and Related Products 7 3. Texas Commission on Environmental Quality(TCEQ)TPDES General Permit No. 8 TXR 150000 9 4. TxDOT Departmental Material Specifications(DMS) 10 a. DMS-6230"Temporary Sediment Control Fence Fabric" 11 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 12 1.5 SUBMITTALS 13 A. Storm Water Pollution Prevention Plan(SWPPP) 14 B. TCEQ Notice of Intent(NOI)for Storm Water Discharges Associated with 15 Construction Activity under the TPDES General Permit 16 C. Construction Site Notice 17 D. TCEQ Notice of Termination(NOT)for Storm Water Discharges Associated with 18 Construction Activity under the TPDES General Permit 19 E. Notice of Change(if applicable) 20 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 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[NOT USED] 27 PART 2- PRODUCTS 28 2.1 OWNER-FURNISHED [oR] OWNER-SUPPLIED PRODUCTS[NOT USED] 29 2.2 PRODUCT TYPES AND MATERIALS 30 A. Rock Filter Dams 31 1. Aggregate 32 a. Furnish aggregate with hardness,durability,cleanliness and resistance to 33 crumbling,flaking and eroding acceptable to the Engineer. 34 b. Provide the following: 35 1) Types 1, 2 and 4 Rock Filter Dams 36 a) Use 3 to 6 inch aggregate. 37 2) Type 3 Rock Filter Dams CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS do Haltom City Meter Station do Outfall Sewer Revised July 1,2011 City Project No.01303 312500-3 EROSION AND SEDIMENT CONTROL Page 3 of 9 l a) Use 4 to 8 inch aggregate. 2 2. Wire 3 a. Provide minimum 20 gauge galvanized wire for the steel wire mesh and tie 4 wires for Types 2 and 3 rock filter dams 5 b. Type 4 dams require: 6 1) Double-twisted,hexagonal weave with a nominal mesh opening of 21/2 7 inches x 31/a inches 8 2) Minimum 0.0866 inch steel wire for netting 9 3) Minimum 0.1063 inch steel wire for selvages and corners 10 4) Minimum 0.0866 inch for binding or tie wire 11 B. Geotextile Fabric 12 1. Place the aggregate over geotextile fabric meeting the following criteria: 13 a. Tensile Strength of 250 pounds,per ASTM D4632 14 b. Puncture Strength of 135 pounds,per ASTM D4833 15 c. Mullen Burst Rate of 420 psi,per ASTM D3786 16 d. Apparent Opening Size of No. 20(max),per ASTM D4751 17 C. Sandbag Material 18 1. Furnish sandbags meeting Section 2.5 except that any gradation of aggregate may 19 be used to fill the sandbags. 20 D. Stabilized Construction Entrances 21 1. Provide materials that meet the details shown on the Drawings and this Section. 22 a. Provide crushed aggregate for long and short-term construction exits. 23 b. Furnish aggregates that are clean,hard,durable and free from adherent coatings 24 such as salt, alkali,dirt,clay,loam, shale,soft or flaky materials and organic 25 and injurious matter. 26 c. Use 3 to 5 inch coarse aggregate with a minimum thickness of 12 inches. 27 d. The aggregate shall be placed over a geotextile fabric meeting the following 28 criteria: 29 1) Tensile Strength of 300 pounds,per ASTM D4632 30 2) Puncture Strength of 120 pounds,per ASTM D4833 31 3) Mullen Burst Rate of 600 psi,per ASTM D3786 32 4) Apparent Opening Size of No.40(max),per ASTM D4751 33 E. Embankment for Erosion Control 34 1. Provide rock,loam,clay,topsoil or other earth materials that will form a stable 35 embankment to meet the intended use. 36 F. Sandbags 37 1. Provide sandbag material of polypropylene,polyethylene or polyamide woven 38 fabric with a minimum unit weight of 4 ounces per square yard,a Mullen burst- 39 strength exceeding 300 psi,and an ultraviolet stability exceeding 70 percent. 40 2. Use natural coarse sand or manufactured sand meeting the gradation given in Table 41 1 to fill sandbags. 42 3. Filled sandbags must be 24 to 30 inches long, 16 to 18 inches wide,and 6 to 8 43 inches thick. 44 Table 1 45 Sand Gradation Sieve# Maximum Retained(% by Weight) CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 312500-4 EROSION AND SEDIMENT CONTROL Page 4 of 9 4 3 percent 100 80 percent 200 95 percent 1 G. Temporary Sediment Control Fence 2 1. Provide a net-reinforced fence using woven geo-textile fabric. 3 2. Logos visible to the traveling public will not be allowed. 4 a. Fabric 5 1) Provide fabric materials in accordance with DMS-6230, "Temporary 6 Sediment Control Fence Fabric." 7 b. Posts 8 1) Provide essentially straight wood or steel posts with a minimum length of 9 48 inches,unless otherwise shown on the Drawings. 10 2) Soft wood posts must be at least 3 inches in diameter or nominal 2 x 4 inch 11 3) Hardwood posts must have a minimum cross-section of 1-1/2 x 1-1/2 inch 12 4) T-or L-shaped steel posts must have a minimum weight of 1.3 pounds per 13 foot. 14 c. Net Reinforcement 15 1) Provide net reinforcement of at least 12-1/2 gauge galvanized welded wire 16 mesh, with a maximum opening size of 2 x 4 inch,at least 24 inches wide, 17 unless otherwise shown on the Drawings. 18 d. Staples 19 1) Provide staples with a crown at least 3/4 inch wide and legs 1/2 inch long. 20 2.3 ACCESSORIES[NOT USED] 21 2.4 SOURCE QUALITY CONTROL[NOT USED] 22 PART 3- EXECUTION 23 3.1 INSTALLERS[NOT USED] 24 3.2 EXAMINATION[NOT USED] 25 3.3 PREPARATION[NOT USED] 26 3.4 INSTALLATION 27 A. Storm Water Pollution Prevention Plan 28 1. Develop and implement the project's Storm Water Pollution Prevention Plan 29 (SWPPP)in accordance with the TPDES Construction General Permit TXR150000 30 requirements. Prevent water pollution from storm water runoff by using and 31 maintaining appropriate structural and nonstructural BMPs to reduce pollutants 32 discharges to the MS4 from the construction site. 33 B. Control Measures 34 1. Implement control measures in the area to be disturbed before beginning 35 construction,or as directed.Limit the disturbance to the area shown on the 36 Drawings or as directed. 37 2. Control site waste such as discarded building materials,concrete truck washout 38 water,chemicals,litter and sanitary waste at the construction site. CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS do Haltom City Meter Station do OuVWl Sewer Revised July 1,2011 City Project No.01303 312500-5 EROSION AND SEDIMENT CONTROL Page 5 of 9 1 3. If,in the opinion of the Engineer,the Contractor cannot control soil erosion and 2 sedimentation resulting from construction operations,the Engineer will limit the 3 disturbed area to that which the Contractor is able to control.Minimize disturbance 4 to vegetation. 5 4. Immediately correct ineffective control measures. Implement additional controls as 6 directed.Remove excavated material within the time requirements specified in the 7 applicable storm water permit. 8 5. Upon acceptance of vegetative cover by the City,remove and dispose of all 9 temporary control measures,temporary embankments,bridges, matting,falsework, 10 piling,debris,or other obstructions placed during construction that are not a part of 11 the finished work, or as directed. 12 C. Do not locate disposal areas, stockpiles,or haul roads in any wetland,water body, or 13 streambed. 14 D. Do not install temporary construction crossings in or across any water body without the 15 prior approval of the appropriate resource agency and the Engineer. 16 E. Provide protected storage area for paints,chemicals, solvents, and fertilizers at an 17 approved location. Keep paints,chemicals,solvents, and fertilizers off bare ground and 18 provide shelter for stored chemicals. 19 F. Installation and Maintenance 20 1. Perform work in accordance with the TPDES Construction General Permit 21 TXR 150000. 22 2. When approved, sediments may be disposed of within embankments, or in areas 23 where the material will not contribute to further siltation. 24 3. Dispose of removed material in accordance with federal, state, and local 25 regulations. 26 4. Remove devices upon approval or when directed. 27 a. Upon removal,finish-grade and dress the area. 28 b. Stabilize disturbed areas in accordance with the permit, and as shown on the 29 Drawings or directed. 30 5. The Contractor retains ownership of stockpiled material and must remove it from 31 the project when new installations or replacements are no longer required. 32 G. Rock Filter Dams for Erosion Control 33 1. Remove trees, brush, stumps and other objectionable material that may interfere 34 with the construction of rock filter dams. 35 2. Place sandbags as a foundation when required or at the Contractor's option. 36 3. For Types 1,2, 3,and 5,place the aggregate to the lines,height,and slopes 37 specified,without undue voids. 38 4. For Types 2 and 3, place the aggregate on the mesh and then fold the mesh at the 39 upstream side over the aggregate and secure it to itself on the downstream side with 40 wire ties, or hog rings, or as directed. 41 5. Place rock filter dams perpendicular to the flow of the stream or channel unless 42 otherwise directed. 43 6. Construct filter dams according to the following criteria,unless otherwise shown on 44 the Drawings: 45 a. Type 1 (Non-reinforced) CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 312500-6 EROSION AND SEDIMENT CONTROL Page 6 of 9 1 1) Height-At least 18 inches measured vertically from existing ground to top 2 of filter dam 3 2) Top Width-At least 2 feet 4 3) Slopes-At most 2:1 5 b. Type 2(Reinforced) 6 1) Height-At least 18 inches measured vertically from existing ground to top 7 of filter dam 8 2) Top Width-At least 2 feet 9 3) Slopes-At most 2:1 10 c. Type 3 (Reinforced) 11 1) Height-At least 36 inches measured vertically from existing ground to top 12 of filter dam 13 2) Top Width-At least 2 feet 14 3) Slopes-At most 2:1 15 d. Type 4(Sack Gabions) 16 1) Unfold sack gabions and smooth out kinks and bends. 17 2) For vertical filling,connect the sides by lacing in a single loop—double loop 18 pattern on 4-to 5-inches spacing.At 1 end,pull the end lacing rod until 19 tight,wrap around the end,and twist 4 times. At the filling end,fill with 20 stone,pull the rod tight,cut the wire with approximately 6 inches 21 remaining,and twist wires 4 times. 22 3) For horizontal filling,place sack flat in a filling trough,fill with stone,and 23 connect sides and secure ends as described above. 24 4) Lift and place without damaging the gabion. 25 5) Shape sack gabions to existing contours. 26 e. Type 5 27 1) Provide rock filter dams as shown on the Drawings. 28 H. Construction Entrances 29 1. When tracking conditions exist,prevent traffic from crossing or exiting the 30 construction site or moving directly onto a public roadway,alley,sidewalk,parking 31 area,or other right of way areas other than at the location of construction entrances. 32 2. Place the exit over a foundation course,if necessary. 33 a. Grade the foundation course or compacted subgrade to direct runoff from the 34 construction exits to a sediment trap as shown on the Drawings or as directed. 35 3. At drive approaches,make sure the construction entrance is the full width of the 36 drive and meets the length shown on the Drawings. 37 a. The width shall be at least 14 feet for 1-way and 24 feet for 2-way traffic for all 38 other points of ingress or egress or as directed by the Engineer. 39 I. Earthwork for Erosion Control 40 1. Perform excavation and embankment operations to minimize erosion and to remove 41 collected sediments from other erosion control devices. 42 a. Excavation and Embankment for Erosion Control Measures 43 1) Place earth dikes,swales or combinations of both along the low crown of 44 daily lift placement,or as directed,to prevent runoff spillover. 45 2) Place swales and dikes at other locations as shown on the Drawings or as 46 directed to prevent runoff spillover or to divert runoff. 47 3) Construct cuts with the low end blocked with undisturbed earth to prevent 48 erosion of hillsides. CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 312500-7 EROSION AND SEDIMENT CONTROL Page 7 of 9 1 4) Construct sediment traps at drainage structures in conjunction with other 2 erosion control measures as shown on the Drawings or as directed. 3 5) Where required,create a sediment basin providing 3,600 cubic feet of 4 storage per acre drained,or equivalent control measures for drainage 5 locations that serve an area with 10 or more disturbed acres at 1 time,not 6 including offsite areas. 7 b. Excavation of Sediment and Debris 8 1) Remove sediment and debris when accumulation affects the performance of 9 the devices,after a rain, and when directed. 10 J. Sandbags for Erosion Control 11 1. Construct a berm or dam of sandbags that will intercept sediment-laden storm water 12 runoff from disturbed areas, create a retention pond,detain sediment and release 13 water in sheet flow. 14 2. Fill each bag with sand so that at least the top 6 inches of the bag is unfilled to 15 allow for proper tying of the open end. 16 3. Place the sandbags with their tied ends in the same direction. 17 4. Offset subsequent rows of sandbags 1/2 the length of the preceding row. 18 5. Place a single layer of sandbags downstream as a secondary debris trap. 19 6. Place additional sandbags as necessary or as directed for supplementary support to 20 berms or dams of sandbags or earth. 21 K. Temporary Sediment-Control Fence 22 1. Provide temporary sediment-control fence near the downstream perimeter of a 23 disturbed area to intercept sediment from sheet flow. 24 2. Incorporate the fence into erosion-control measures used to control sediment in 25 areas of higher flow. Install the fence as shown on the Drawings, as specified in this 26 Section,or as directed. 27 a. Post Installation 28 1) Embed posts at least 18 inches deep, or adequately anchor,if in rock,with a 29 spacing of 6 to 8 feet and install on a slight angle toward the run-off source. 30 b. Fabric Anchoring 31 1) Dig trenches along the uphill side of the fence to anchor 6 to 8 inches of 32 fabric. 33 2) Provide a minimum trench cross-section of 6 x 6 inches 34 3) Place the fabric against the side of the trench and align approximately 2 35 inches of fabric along the bottom in the upstream direction. 36 4) Backfill the trench,then hand-tamp. 37 c. Fabric and Net Reinforcement Attachment 38 1) Unless otherwise shown under the Drawings,attach the reinforcement to 39 wooden posts with staples,or to steel posts with T-clips,in at least 4 places 40 equally spaced. 41 2) Sewn vertical pockets may be used to attach reinforcement to end posts. 42 3) Fasten the fabric to the top strand of reinforcement by hog rings or cord 43 every 15 inches or less. 44 d. Fabric and Net Splices 45 1) Locate splices at a fence post with a minimum lap of 6 inches attached in at 46 least 6 places equally spaced,unless otherwise shown under the Drawings. 47 a) Do not locate splices in concentrated flow areas. CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATIO14 DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 312500-8 EROSION AND SEDIMENT CONTROL Page 8 of 9 1 2) Requirements for installation of used temporary sediment-control fence 2 include the following: 3 a) Fabric with minimal or no visible signs of biodegradation(weak fibers) 4 b) Fabric without excessive patching(more than 1 patch every 15 to 20 5 feet) 6 c) Posts without bends 7 d) Backing without holes 8 3.5 REPAIR/RESTORATION[NOT USED] 9 3.6 RE-INSTALLATION[NOT USED] 10 3.7 FIELD[oR] SITE QUALITY CONTROL[NOT USED] 11 3.8 SYSTEM STARTUP[NOT USED] 12 3.9 ADJUSTING[NOT USED] 13 3.10 CLEANING 14 A. Waste Management 15 1. Remove sediment,debris and litter as needed. 16 3.11 CLOSEOUT ACTIVITIES 17 A. Erosion control measures remain in place and are maintained until all soil disturbing 18 activities at the project site have been completed. 19 B. Establish a uniform vegetative cover with a density of 70 percent on all unpaved areas, 20 on areas not covered by permanent structures,or in areas where permanent erosion 21 control measures(i.e.riprap,gabions,or geotextiles)have been employed. 22 3.12 PROTECTION[NOT USED] 23 3.13 MAINTENANCE 24 A. Install and maintain the integrity of temporary erosion and sedimentation control 25 devices to accumulate silt and debris until earthwork construction and permanent 26 erosion control features are in place or the disturbed area has been adequately stabilized 27 as determined by the Engineer. 28 B. If a device ceases to function as intended,repair or replace the device or portions 29 thereof as necessary. 30 C. Perform inspections of the construction site as prescribed in the Construction General 31 Permit TXR150000. 32 D. Records of inspections and modifications based on the results of inspections must be 33 maintained and available in accordance with the permit, 34 3.14 ATTACHMENTS [NOT USED) 35 END OF SECTION 36 Revision Log CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 312500-9 EROSION AND SEDIMENT CONTROL Page 9 of 9 DATE NAME SUMMARY OF CHANGE 1 CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 THIS PAGE INTENTAILLY LEFT BLANK 31 3600- 1 GABIONS Page 1 of 6 1 SECTION 3136 00 2 GABIONS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Furnishing and installing gabions and gabion mattresses. 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 3. Section 3123 23—Fill 13 4. Section 3124 00—Embankments 14 5. Section 3125 00—Erosion and Sediment Control 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Gabions 18 a. Measurement 19 1) Measurement for this Item shall be by the cubic yard of stone-filled 20 gabions. 21 b. Payment 22 1) The work performed and materials furnished in accordance with this Item 23 and measured as provided under"Measurement"will be paid for at the unit 24 price bid per cubic yard for"Gabions"installed for: 25 a) Various types 26 c. The price bid shall include: 27 1) Furnishing wire baskets,lacing,fasteners filter fabric and filter material 28 2) Excavation 29 3) Grading and backfill 30 4) Clean-up 31 2. Gabion Mattresses 32 a. Measurement 33 1) Measurement for this Item shall be by the cubic yard. 34 b. Payment 35 1) The work performed and materials furnished in accordance with this Item 36 and measured as provided under"Measurement"will be paid for at the unit 37 price bid per cubic yard for"Gabion Mattresses"installed for: 38 a) Various types 39 c. The price bid shall include: 40 1) Furnishing wire baskets, lacing, fasteners filter fabric and filter material 41 2) Excavation 42 3) Grading and backfill CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 313600-2 GABIONS Page 2 of 6 1 4) Clean-up 2 1.3 REFERENCES 3 A. Reference Standards 4 1. Reference standards cited in this Specification refer to the current reference 5 standard published at the time of the latest revision date logged at the end of this 6 Specification,unless a date is specifically cited. 7 2. ASTM Standards 8 a. ASTM A974,Standard Specification for Welded Wire Fabric Gabions and 9 Gabion Mattresses(Metallic Coated or Polyvinyl Chloride(PVC)Coated) 10 b. ASTM A975,Standard Specification for Double-Twisted Hexagonal Mesh 11 Gabions and Revet Mattresses(Metallic-Coated Steel Wire or Metallic-Coated 12 Steel Wire With Poly(Vinyl Chloride)(PVC)Coating) 13 3. TxDOT Test Procedures 14 a. Tex-411-A,Test Procedure for Soundness of Aggregate Using Sodium Sulfate 15 or Magnesium Sulfate 16 4. TxDOT Departmental Materials Specifications 17 a. DMS-6200,Filter Fabric 18 1.4 ADMINISTRATIVE REQUIREMENTS[NOT USED] 19 1.5 SUBMITTALS 20 A. Furnish producer or supplier certification that wire baskets,stiffeners,lacing wire,and 21 spiral connectors conform to the applicable ASTM specification. 22 B. If alternative wire fasteners are proposed,furnish producer or supplier certification that 23 the fasteners conform to the strength requirements in Table 1 when tested in accordance 24 with the applicable ASTM specification. 25 1.6 SUBMITTALS [NOT USED] 26 1.7 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.8 CLOSEOUT SUBMITTALS [NOT USED] 28 1.9 MAINTENANCE MATERIAL SUBMITTALS[NOT USED] 29 1.10 QUALITY ASSURANCE[NOT USED] 30 1.11 DELIVERY,STORAGE,AND HANDLING[NOT USED] 31 1.12 FIELD CONDITIONS[NOT USED] 32 1.13 WARRANTY [NOT USED] CrrY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 313600-3 GABIONS Page 3 of 6 1 PART 2- PRODUCTS 2 2.1 OWNER-FURNISHED [NOT USED] 3 2.2 PRODUCT TYPES AND MATERIALS 4 A. Gabion. A wire fabric or mesh container, filled with stone, with a height of 1 foot or 5 greater. 6 B. Gabion Mattress. A wire fabric or mesh container filled with stone and with a height of 7 6,9, or 12 inches, referred to as "revet mattress"in ASTM A 975. 8 C. Welded wire gabions and gabion mattresses. Furnish welded wire gabions and gabion 9 mattresses with Style 5 PVC wire coating in accordance with ASTM A 974. 10 D. Twisted wire gabions and gabion mattresses. Furnish twisted wire gabions and gabion 11 mattresses with Style 3 PVC wire coating in accordance with ASTM A 975. 12 Table 1.Minimum Panel-to-Panel Connection Strength Application Strength Ob/ft) Gabions 1,200 Gabion mattresses 700 13 E. Filler stone. Provide stone consisting of clean,hard, durable stone that does not contain 14 shale,caliche,or other soft particles. Stone appearing to contain such particles will be 15 tested for soundness. Stone with 5-cycle magnesium sulfate soundness of more than 18 16 percent when tested in accordance with Tex-411-A will be rejected. Use stones that are 17 between 3 and 8 inches in their least dimension for gabions and between 3 and 6 inches 18 for gabion mattresses. Prevent contamination when storing and handling stone. 19 F. Filter Fabric. Provide Type 2 filter fabric when required in accordance with DMS- 20 6200. 21 G. Filter Material. Provide filter material when required consisting of hard,durable,clean 22 sand or gravel with a maximum particle size of 3/8 inch. 23 2.3 ASSEMBLY OR FABRICATION TOLERANCES[NOT USED] 24 2.4 ACCESSORIES [NOT USED] 25 2.5 SOURCE QUALITY CONTROL 26 A. At the start of construction,the gabion and gabion mattress manufacturer must have a 27 qualified representative available for consultation as needed throughout the gabion and 28 gabion mattress construction. 29 PART 3- EXECUTION 30 3.1 INSTALLERS [NOT USED] 31 3.2 EXAMINATION[NOT USED] 32 3.3 PREPARATION 33 A. Foundation Preparation CMF OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 313600-4 GABIONS Page 4 of 6 1 1. Excavate the foundation to the extent shown on the Drawings or as directed. 2 Remove all loose or otherwise unsuitable materials. 3 2. Carefully backfill all depressions to grade with suitable materials from adjacent 4 required excavation or another approved source, and compact the backfill to a 5 density at least equal to that of the adjacent foundation. 6 3. Remove any buried debris protruding from the foundation that will impede the 7 proper installation and final appearance of the gabion or gabion mattress,and 8 carefully backfill and compact voids as specified above. 9 4. Have the City inspect the prepared foundation surface immediately before gabion 10 placement. 11 3.4 INSTALLATION 12 A. Filter Placement 13 1. When filter material is required,spread it uniformly on the prepared foundation 14 surface to the slopes,lines,and grades indicated on the Drawings.Do not place 15 filter material by methods that tend to segregate particle sizes.Repair all damage to 16 the foundation surface that occurs during filter placement before proceeding with 17 the work. 18 2. Compaction of the filter material is not required.Finish the material to present a 19 reasonably even surface without mounds or windrows. 20 B. Filter Fabric Placement 21 1. When filter fabric is required,place it as shown on the Drawings.Any defects,rips, 22 holes,flaws,or damage to the material may be cause for rejection. 23 2. Place the material with the long axis parallel to the centerline of the structure, 24 highway,or dam.Place securing pins in the lapped longitudinal joints,spaced on 25 approximately 10-foot centers.Keep the fabric material free of tension,stress, 26 folds,wrinkles,or creases. 27 3. Lap the material at least 3 feet along the longitudinal joint of material,or lap the 28 joints 1 foot and sew them.Lap the ends of rolls at joints by at least 3 feet 29 4. Place securing pins through both strips of material at lapped joints at approximately 30 the midpoint of the overlap.Place additional securing pins as necessary to hold 31 filter fabric in position.Store filter fabric out of direct sunlight. 32 5. Repair torn or punctured fabric by placing a layer of fabric over the damaged area, 33 overlapping at least 3 feet beyond the damaged area in all directions. 34 6. After placing filter fabric,cover as soon as possible but within 3 days. 35 C. Unit Placement 36 1. Do not place PVC-coated materials unless the ambient temperature and the 37 temperature of the coated wire are at least 15 degrees Fahrenheit above the 38 brittleness temperature of the PVC. 39 D. Assembly 40 1. Empty gabion or gabion mattress units individually,and place them on the 41 approved surface to the lines and grades shown on the Drawings with the sides, 42 ends,and diaphragms erected to ensure that all creases are in the correct position, 43 the tops of all sides are level,and all sides that are to remain exposed are straight 44 and plumb. CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1.2011 City Project No.01303 313600-5 GABIONS Page 5 of 6 1 2. Fill the basket units after transporting them to their final position in the work. 2 E. Installation 3 1. Place the front row of gabion or gabion mattress units first and successively 4 construct units toward the top of the slope or the back of the structure. Place the 5 initial line of basket units on the prepared surface,and partially fill them to provide 6 anchorage against deformation and displacement during subsequent filling 7 operations. 8 2. Stretch and hold empty basket units as necessary to remove kinks and provide a 9 uniform alignment. Before filling, connect all adjoining empty gabion or gabion 10 mattress units with lacing, wire spiral binders, or approved fasteners along the 11 perimeter of their contact surface to obtain a monolithic structure. 12 3. If lacing wire is used,provide continuous stitching with alternating single and 13 double loops at intervals of no more than 5 inches. Fasten all lacing wire terminals 14 securely. 15 4. Provide connections meeting the required joint strength requirements. These 16 requirements apply to all connections including attachment of end panels, 17 diaphragms, and lids. 18 5. Join twisted wire baskets through selvage-to-selvage or selvage-to-edge wire 19 connection; do not use mesh-to-mesh or selvage-to-mesh wire connection except 20 where baskets are offset or stacked, in which case join each mesh opening where 21 mesh wire meets selvage or edge wire. 22 6. Carefully fill the basket units with stone. Use hand placement to avoid damaging 23 wire coating,to ensure as few voids as possible between the stones, and to maintain 24 alignment. Machine placement of stone will be allowed if approved by the 25 Engineer. Correct excessive deformation and bulging of the mesh before further 26 filling. To avoid localized deformation, fill the basket units in a row in stages 27 consisting of maximum 12-inch courses; do not at any time fill a cell to a depth 28 exceeding 1 foot more than its adjoining cell. 29 7. Do not drop stones into the basket units from a height greater than 36 inches 30 8. For gabion units more than 2 foot high,place 2 uniformly spaced internal 31 connecting wires between each stone layer in all front and side gabion units, 32 connecting the back and the front faces of the compartments.Loop connecting 33 wires or preformed stiffeners around 2 twisted wire-mesh openings or a welded 34 wire joint at each basket face, and securely twist the wire terminals to prevent 35 loosening. 36 9. Carefully place the outer layer of stone and arrange it by hand to ensure a neat and 37 compact appearance along all exposed faces. Overfill the last layer of stone 38 uniformly by 1 to 2 inches for gabions and 1 inch for gabion mattresses to 39 compensate for future settlement in rock while still allowing for the proper closing 40 of the lid and providing an even surface with a uniform appearance. 41 10. Make final adjustments for compaction and surface tolerance by hand. Stretch lids 42 tight over the stone fill,using an approved lid-closing tool,until the lid meets the 43 perimeter edges of the front and end panels. Do not use crowbars or other single- 44 point leverage bars for lid closing. CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Hahom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 313600-6 GABIONS Page 6 of 6 1 11. Close the lid tightly along all edges,ends,and internal-cell diaphragms with spiral 2 binders or lacing wire or with other wire fasteners if approved. Ensure that all 3 projections or wire ends are turned into the baskets.Cut the basket unit and fold and 4 wire it together to suit site conditions as shown on the Drawings,when directed, or 5 where a complete gabion or gabion mattress unit cannot be installed because of 6 space limitations. 7 12. Fold the mesh back and neatly wire it to an adjacent basket face.Complete the 8 assembling,installation,filling,lid closing,and lacing of the reshaped gabion or 9 gabion mattress units in accordance with this Section. 10 3.5 REPAIR[NOT USED] 11 3.6 RE-INSTALLATION[NOT USED] 12 3.7 FIELD QUALITY CONTROL[NOT USED] 13 3.8 SYSTEM STARTUP[NOT USED] 14 3.9 ADJUSTING[NOT USED] 15 3.10 CLEANING[NOT USED] 16 3.11 CLOSEOUT ACTIVITIES [NOT USED] 17 3.12 PROTECTION[NOT USED] 18 3.13 MAINTENANCE[NOT USED] 19 3.14 ATTACHMENTS [NOT USED] 20 END OF SECTION 21 Revision Log DATE NAME SUMMARY OF CHANGE 22 CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS do Haltom City Meter Station A Outfall Sewer Revised July 1,2011 City Project No.01303 31 9901- 1 ARCHEOLOGICAL RESOURCES Page 1 of 3 1 SECTION 3199 01 2 Archeological Resources 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The archeological area of potential effects (APE) is conservatively established as 7 approximately 24.3 acres or 9.8 hectares based on the maximum widths of 8 excavations and disturbances associated with both permanent and temporary 9 easements. 10 2. The Big Fossil Creek Parallel Relief Sanitary Sewer portion of the project will 11 involve approximately 6.4 hectares (15.8 acres) and the Haltom City Meter Station 12 and sewer outfall will involve 3.4 hectares (8.5 acres). 13 3. The Regulatory Agency: Texas Historic Commission (THC)/State Historic 14 Preservation Office(SHPO); coordination letter signatory William A. Martin and/or 15 THC Archeology Division at 512/463-6096. 16 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 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. The Texas Historical Commission issued a concurrence of findings "Antiquities Code 21 of Texas Review. No Significant Sites. Project may proceed"by Mark Wolfe, Executive 22 Director, THC on April 16 2015. The work was carried out under Texas Antiquities 23 Permit 7172 and Section 106 of the Historic Preservation Act, as amended. 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 STORAGE,AND HANDLING [NOT USED] 31 1.11 FIELD [SITE] CONDITIONS [NOT USED] 32 1.12 WARRANTY [NOT USED] 33 PART 2 - PRODUCTS 34 2.1 OWNER-FURNISHED (oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall,Phase 3 Revised July 16,2015 City Project No.01303 319901-2 ARCHEOLOGICAL RESOURCES Page 2 of 3 1 2.2 MATERIALS [NOT USED] 2 2.3 ACCESSORIES [NOT USED] 3 2.4 SOURCE QUALITY CONTROL [NOT USED] 4 PART 3- EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 APPLICATION 9 A. The archeological portion of this project was cleared by the Texas Historical 10 Commission on April 16, 2015 under Texas Antiquities Permit 7172 as required under 11 the Antiquities Code of Texas (9 TNRC 191). 12 B. Accidental and/or inadvertent discovery of archeological materials during construction 13 should be reported immediately to the Texas Historical Commission with work 14 temporarily halted in the immediate vicinity until they can be examined and cleared for 15 continued construction.The City of Fort Worth shall also be contacted. 16 C. Typical archeological materials that could occur may include stone tools/arrowheads, 17 pottery shards, bone and shellfish remains, burned rock, burned and ashy earth, and/or 18 any combination of these materials. 19 D. If human remains are discovered during construction, the work should be halted 20 immediately and the remains treated in accordance with 8 Texas Health and Safety Code 21 (THSC) § 711. A call will be made to the Tarrant County Medical Examiner at 817/920- 22 5700. 23 3.5 REPAIR/RESTORATION [NOT USED] 24 3.6 RE-INSTALLATION [NOT USED] 25 3.7 FIELD [OR] SITE QUALITY CONTROL 26 A. Accidental and/or inadvertent discovery of archeological materials during construction 27 should be reported immediately to the Texas Historical Commission with work 28 temporarily halted in the immediate vicinity until they can be examined and cleared for 29 continued construction.The Contractor shall also immediately notify the Project Manager 30 at City of Fort Worth.. CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall,Phase 3 Revised July 16,2015 City Project No.01303 319901-3 ARCHEOLOGICAL RESOURCES Page 3 of 3 1 3.8 SYSTEM STARTUP[NOT USED] 2 3.9 ADJUSTING [NOT USED] 3 3.10 CLEANING [NOT USED] 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION[NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 9 CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall,Phase 3 Revised July 16,2015 City Project No.01303 319902-1 MANAGEMENT OF MUNICIPAL SOLID WASTE AND CONTAMINATED WATER Page 1 of 6 1 SECTION 3199 02 2 MANAGEMENT OF MUNICIPAL SOLID WASTE AND CONTAMINATED WATER 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The excavation and removal of municipal solid waste (MSW) and proper disposal 7 of MSW offsite in an approved landfill to be selected by the contractor. MSW is 8 expected in the construction trench while constructing the Haltom City Sewer 9 Outfall along the perimeter of the closed Municipal Solid Waste Landfill site 10 (RN100221837,MSW-464A). 11 2. The removal, storage, disposal and/or treatment of contaminated groundwater and 12 stormwater which has come into contact with MSW. 13 3. Excavation of MSW will occur at an approximate depth of six feet to 28.5 feet. 14 4. The contractor shall comply with all federal, state, and local regulations, including 15 but not limited to, the City of Fort Worth (City), the Texas Commission on 16 Environmental Quality (TCEQ) and the Environmental Protection Agency (EPA) 17 regarding municipal solid waste and contaminated water management. The 18 Contractor shall implement appropriate Storm Water Pollution Prevention Plan. 19 5. The transporting company shall hold all applicable local, state, and federal permits 20 and licenses required for the transport of municipal solid waste. 21 1.2 PRICE AND PAYMENT PROCEDURES 22 A. Measurement and Payment 23 1. Solid Waste: 24 a.Measurement of solid waste shall be per cubic yard of MSW disposed offsite. 25 b. Payment: The payment shall include all labor , equipment, materials that include 26 excavation, sampling and lab testing, loading, transport, temporary storage and 27 disposal of excavated MSW at an approved off-site facility per this specification. No 28 additional compensation will be allowed for obtaining the necessary paper work. 29 2. Contaminated Ground Water: 30 a. Measurement of contaminated ground water shall be per gallon of water disposed. 31 32 b.Payment:The payment shall include all labor,equipment and materials that include 33 collection, sampling and lab testing,loading,transport,temporary storage and proper 34 disposal of contaminated ground water per this specification.No additional 35 compensation will be allowed for disposal of other-than ground water that has come 36 in to contact with the MSW in the construction trench or excavated MSW. CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall,Phase 3 Revised July 16,2015 City Project No.01303 319902-2 MANAGEMENT OF MUNICIPAL SOLID WASTE AND CONTAMINATED WATER Page 2 of 6 1 1.3 REFERENCES 2 A. TCEQ Municipal Soil Waste Permit Modification — Permit No. 464A, Tracking Nos. 3 1769077 and 17811306,RN 102668100/CN 601354574 4 1.4 SUBMITTALS 5 A. The Contractor shall prepare a site-specific health and safety plan. The plan shall 6 outline procedures for the handling and off-site disposal of municipal solid waste,worker 7 protection protocol, equipment and vehicle decontamination, and the location of the 8 approved receiving facility (or facilities). The receiving facility (or facilities) must be 9 approved by the City of Fort Worth prior to disposal by the Contractor.The plan shall be 10 submitted to the City no less than 21 days before the notice to proceed. The Contractor 11 shall be responsible for preparing all material manifests and/or bills of lading with all 12 applicable analytical backup,notification, and control forms. The Contractor shall submit 13 these to the City for review. The work shall include excavation of MSW and the direct 14 loading of municipal solid waste for hauling off-site to a licensed receiving facility.If the 15 excavated municipal solid waste is to be held at a licensed transfer facility before being 16 transported to the final receiving facility the Contractor must ensure that it not be held at 17 the transfer facility for more than 10 days. 18 B. The Contractor shall be responsible for preparing and submitting to the City for review 19 all waste profile applications and questionnaires,and coordination with disposal facilities 20 and all federal, state,and local environmental agencies. 21 C. The Contractor shall be responsible for preparing all waste manifests and/or bills of 22 lading with all applicable analytic backup,notification,and control forms.The Contractor 23 shall submit these to the City for review at least two(2)business days before transport. 24 D. The Contractor shall be required to provide a written log for the transport of each load 25 from the site, including tractor/trailer registrations, time of departure, time of arrival at 26 the receiving facility and signature of vehicle operator. The Contractor shall also provide 27 certified tare and gross weight slips for each load received at the designated disposal 28 facility which shall be attached to each returned manifest and/or bill of lading. 29 E. The Contractor shall furnish all copies of the waste manifest to the City for submittal to 30 the TCEQ. 31 F. The Contractor shall submit to the City, no later than 10 business days and prior to 32 receiving progress payment, all original documentation as required, certifying that all 33 materials were transported to, accepted, and disposed of, at the selected disposal facility. 34 The documentation shall include the following,as a minimum: 35 1. Documentation shall be provided for each load from the site to disposal facility, 36 including all manifests and any other transfer documentation,as applicable. 37 2. All documentation for each load shall be tracked by the original manifest. 38 1.5 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 39 A. Pre-Characterization CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS do Haltom City Meter Station and Sewer Outfall,Phase 3 Revised July 16,2015 City Project No.01303 319902-3 MANAGEMENT OF MUNICIPAL SOLID WASTE AND CONTAMINATED WATER Page 3 of 6 1 1. Pre-characterization of the waste on the site was prepared under the supervision of 2 URS Corporation in 2013. Test results for these analytical samples are required for 3 pre-characterization for receiving facility acceptance, and are shown on the 4 Engineering drawings. As discussed in Section 3.4 B, the receiving facility may 5 require current analytical data before agreeing to accept the waste. 6 1.6 CLOSEOUT SUBMITTALS [NOT USED] 7 1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 8 1.8 QUALITY ASSURANCE 9 A. Analytic testing of MSW and contaminated water which has come into contact with 10 MSW will occur by an independent NELAC certified testing facility. Samples are to be 11 collected in the presence of City inspectors to maintain the chain-of custody. 12 1.9 STORAGE,AND HANDLING 13 A. Storage and Handling Requirements 14 1. The Contractor shall direct load municipal soil waste into TCEQ approved 15 coverable roll-off containers or trucks for transportation and disposal off-site. 16 1.10 FIELD [SITE] CONDITIONS [NOT USED] 17 1.11 WARRANTY [NOT USED] 18 PART 2- PRODUCTS i9 2.1 OWNER-FURNISHED [OR]OWNER-SUPPLIEDPRODUCTS [NOT USED] 20 2.2 MATERIALS [NOT USED] 21 2.3 ACCESSORIES [NOT USED] 22 2.4 SOURCE QUALITY CONTROL [NOT USED] 23 PART 3- EXECUTION 24 3.1 INSTALLERS [NOT USED] 25 3.2 EXAMINATION 26 A. The Contractor shall utilize the services of a certified technician/contractor to supervise 27 the MSW management activities. The Technician shall have completed the HAZMAT 28 and OSHA training to supervise and enforce the health and safety program. The 29 Technician should be a CHMM (Certified Hazardous Materials Manager) or RHCMM 30 (Registered Hazardous and Chemicals Materials Manager). The Technician shall 31 maintain a daily log, copies of the waste manifests and all analytical reports (if 32 applicable) for the project. The Contractor shall be responsible for registering and 33 receiving an EPA identification number as well as registering with TCEQ for the 34 transport of MSW. CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall,Phase 3 Revised July 16,2015 City Project No.01303 3I9902-4 MANAGEMENT OF MUNICIPAL SOLID WASTE AND CONTAMINATED WATER Page 4 of 6 1 3.3 PREPARATION 2 A. Work and decontamination procedures in areas containing contaminated material as 3 well as the transport, processing, disposal, and storage of MSW shall be performed in 4 accordance with standard TCEQ protocol including 30 TAC Section 335.91-335.94 and 5 USDOT 49 CFR Parts 173, 177, and 78.The Contractor shall employ methods necessary 6 to isolate waste from non-contaminated soils. The excavation may include removing 7 additional soils found to contain residual contamination as noted on the Engineering 8 drawings. 9 3.4 APPLICATION 10 A. The Contractor shall be responsible for obtaining approvals of final disposal of 11 municipal solid waste. 12 B. Prior to commencing each phase of construction, the Contractor shall coordinate with 13 the City's project environmental specialist, [name of specialist],to begin construction in a 14 specified area. Obtain analytical testing, sampling of municipal solid waste and soil shall 15 be done at sufficient and adequately distributed locations at a frequency specified by the 16 approved disposal facility to meet their TCEQ permit requirements.Testing will occur so 17 that the concentrations of the chemical constituents of concern,which may be present,are 18 adequately characterized. The City or their appointed representative shall be present 19 during sample collection activities. [name of specialist] will be responsible for 20 coordination of lab testing and distributing result reports to the City of Fort Worth and 21 the Contractor. Soil samples will be capped with Teflon-lined lids and preserved on ice 22 for transport to a NELAC certified testing laboratory. A completed chain-of custody 23 document will be prepared and will accompany the samples at all times during the 24 transport. The contractor will be responsible for the storage of the MSW in a TCEQ 25 approved sealed container meeting the requirements of 30 TAC 335.65 until final 26 approval for acceptance into the approved disposal facility. 27 C. The Contractor will collect and properly treat/dispose of groundwater collected during 28 the construction and stormwater run-off gathered in trenches. The Contractor shall be 29 responsible for removal (either by pumping or other practicable means) of contaminated 30 water into on-site temporary storage tanks. The Contractor shall store, transport, treat 31 and/or dispose of the contaminated water in accordance with TCEQ regulation and 32 standard engineering practices. 33 D. Collected water will be analyzed by an independent testing facility for chemicals of 34 concerns (COC). Based on COC concentrations, the contractor will either: 1) Prepare 35 and obtain a discharge permit from the City of Fort Worth's Pretreatment Services in 36 order to discharge the groundwater into the City's Sanitary Sewer system,or 2)Dispose 37 the contaminated water at an appropriate permitted facility in accordance with local 38 State and Federal regulations 39 E. Periodic water sampling will be conducted during the construction process to ensure 40 continued compliance with TCEQ permitting requirements. CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall,Phase 3 Revised July 16,2015 City Project No.01303 319902-5 MANAGEMENT OF MUNICIPAL SOLID WASTE AND CONTAMINATED WATER Page 5 of 6 1 F. The selected MSW disposal facility shall be fully permitted in accordance with all 2 applicable local, state, and federal regulations. The facility shall be eligible to accept 3 municipal solid waste without direct TCEQ approval provided that levels of 4 contaminants in the soil comply with the specific levels established in the facility's 5 permit. The Contractor shall submit to the City initial approvals or letters of intent and 6 facility information for the disposal facility selected. 7 G. The facility information shall include the following: 8 1. General Information 9 a. Facility Name 10 b. Facility Address 11 c. Name of Contact Person 12 d. Title of Contact Person 13 e. Telephone Number of Contact Person 14 f. Permit Number 15 2. Written confirmation that the facility is permitted to accept and will accept the 16 classified soil of the general quality and quantity expected at the site. 17 3. A listing of all current and valid permits, licenses, letters of approval, and other 18 authorizations to operate, pertaining to the receipt and management of the soils or 19 materials specified in the contract. The Contractor shall submit a complete list of 20 the disposal facility's permitted allowable contaminant levels and physical 21 characteristic requirements for contaminated material. 22 H. The MSW transporter must have received an EPA identification number prior to the 23 commencement of hauling the MSW and/or contaminated water. Hauling and removal of 24 municipal solid waste from the site shall only be allowed between 9am and 4pm. 25 I. Areas within the limits of removal and outside the proposed finished contours have 26 depths of waste estimated between six feet and 28.5 feet below ground surface. 27 Contractor shall remove existing waste in these areas through low disturbance methods 28 (shovel,bobcat,etc.). 29 J. At the completion of each day's work, the Contractor shall cover all disturbed areas 30 containing municipal solid waste with staked-in tarps or other equivalent measures to 31 prevent overnight rainfall from infiltrating into the excavation. 32 3.5 REPAIR/RESTORATION[NOT USED] 33 3.6 RE-INSTALLATION [NOT USED] 34 3.7 FIELD [OR] SITE QUALITY CONTROL 35 A. In the event of a discharge of MSW and/or contaminated groundwater during 36 transportation,the Contractor shall notify the TCEQ as soon as possible and not later than 37 24 hours after the occurrence. The City of Fort Worth shall also be notified. The 38 Contractor will also take appropriate immediate action to protect human health and the 39 environment(e.g. notify local authorities, dike the discharge). CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall,Phase 3 Revised July 16,2015 City Project No.01303 319902-6 MANAGEMENT OF MUNICIPAL SOLID WASTE AND CONTAMINATED WATER Page 6 of 6 1 B. The Contractor will continuously monitor for methane and for volatile organic 2 compounds (VOCs) during the trench excavation process along the closed Landfill site. 3 A portable methane detector such as TVA-1000 and/or a photoionization detector (PID) 4 will be used to monitor the methane and VOC levels. Testing will be done prior to 5 excavation and continuously during the excavation process to monitor concentrations of 6 methane. If the methane gas readings at any point during the construction exceed the 7 allowable limits, construction will be halted temporarily until the readings subside to an 8 acceptable level.Readings will be recorded in the construction daily log. 9 C. All exposed waste material surfaces will be immediately sprayed with bio-degradable, 10 non-toxic foam like Rusmar coating (or approved equal) to control odor and gas 11 migration.No waste excavation work will be performed while raining. 12 3.8 SYSTEM STARTUP[NOT USED] 13 3.9 ADJUSTING[NOT USED] 14 3.10 CLEANING[NOT USED] 15 3.11 CLOSEOUT ACTIVITIES[NOT USED] 16 3.12 PROTECTION[NOT USED] 17 3.13 MAINTENANCE[NOT USED] 18 3.14 ATTACHMENTS [NOT USED] 19 END OF SECTION 20 Revision Log DATE NAME SUMMARY OF CHANGE 21 CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall,Phase 3 Revised July 16,2015 City Project No.01303 ARTICULATED CONCRETE BLOCKS (ACB) A. DESCRIPTION Articulated concrete block revetment system aids in controlling various types of erosion due to water, wind,or vehicular traffic.This system is made up of 4'x16' or 8'x16' mats placed side by side and clamped together to provide one homogeneous erosion protection system.Irregular mat sizes may be designed. The mats consist of concrete blocks interlocked by revetment cables, which are poured within each block.The requirement of geotextile shall be specified by the governing project engineer. The truncated pyramid shaped blocks typically have 11.5"square top faces and 15.5"square bottoms.Variations between the mat systems are the block heights and weights. Minimum Minimum SYSTEM BLOCK BLOCK WEIGHT HEIGHT lbs/s inches CC 20 71 22 to 25 21/2 to 3 CC 35 711 37 to 40-7 41/2 to 5 CC 45 71 47 to 52 51/2 to 6 CC 70 1 72 to 78 81/2 to 9 B. CONCRETE The minimum required mix design shall be 4000 psi @ 28 days.Air entrainment of 4-7% shall also be added.ASTM standards listed at the end of this specification shall be met in the production of the concrete.The finished concrete product shall consist of a minimum density of 140lbs/cf in an average of 3 units.No individual block shall consist of a minimum concrete density lower than 1351bs/cf. C. CABLES The revetment cables shall be made of stainless steel.Cables shall be integral(poured into)to the concrete block,and shall traverse through each block in both longitudinal and lateral directions, providing a flexible interlocked system.The stainless steel aircraft cable shall be of type 304,with a 1x19 construction. Cable shall be 5/32"diameter longitudinal and 5/32"diameter transversely. Cables shall be integral(poured into)the concrete block and shall traverse through each block in both longitudinal and lateral directions of the mat system. D. GEOTEXTILE The geotextile fabric shall be US fabric US 180NW,NILEX NW 70 or approved equal.Geotextile is normally attached to the bottom of the mat with a minimum 2 foot overlap incorporated on three sides. E. CLAMPS The stainless steel wire rope clamps or aluminum"C"clips shall be used to secure loops of adjoining mats. The standard placement of clamps shall be placed on 4' centers(maximum)interlocking adjacent mats together. F. ANCHORING Mechanical Anchor Cable shall be 1/8"diameter 7X7 galvanized wire rope with a breaking strength not less than 1,700 lbs. G. INSTALLATION The Contractor shall have a technician experienced in the installation of the Articulated Concrete Blocks available during the installation to assist in any special techniques needed to assure a proper installation. Installation equipment shall have a lifting capacity capable of completely lifting the concrete mat and the lifting bar during unloading,stockpiling and installing etc. Prepared areas shall be graded to a smooth plane finish.Any roots,debris and stones must be removed and the area regraded. Specified geotextile to be placed according to manufacturing recommendations.There shall not be any dragging,tearing or damaging of the geotextile.The mats shall be laid on the geotextile in such a manner to produce a smooth plane surface.Intimate contact with the subsurface is critical to the systems performance in the field. The gaps between each mat shall not be greater than 2",preferably 1"or it must be closed using a grout mixture.The outside edges of the mat system shall be keyed in at least one block,adding stability to the system and preventing undercutting. It is recommended that after the installation of the mat system,that it be covered with clean native soil.If vegetation is required,the mat system shall be backfilled with topsoil and seeded.Any surface application should not be placed prior to the inspection of the systems clamping and anchoring. H. PAYMENT Payment shall be by the square foot for the complete installation of ACB mats at the site that includes all labor,equipment,materials,establishing the proposed final grades and including cable clamps,clips, anchors and lifting bar rental. I. TEST STANDARDS AND SPECIFICATIONS ASTM C31 Practice for Making and Curing Concrete Test Specimens in the Field ASTM C33 Specifications for Concrete Aggregates ASTM C39 Compressive Strength of Cylindrical Concrete Specimens ASTM C42 Obtaining&Testing Drilled Cores and Sawed Beams of Concrete ASTM C140 Sampling and Test Concrete Masonry Units ASTM C150 Specification for Portland Cement ASTM C207 Specification for Hydrated Lime Types ASTM C595 Specifications for Blended Hydraulic Cements ASTM C618 Specifications for Fly Ash and Raw or Calcined Natural Pozzolans for use in Portland Cement Concrete. ASTM D18.25,04 Specifications for Articulated Concrete Block Systems(In Design) ASTM D698 Laboratory Compaction Characteristics of Soil Using Standard Effort ASTM D3786 Hydraulic Burst Strength of Knitted Goods and Nonwoven Fabrics ASTM D4355 Deterioration of Geotextiles from Exposure to Ultraviolet Light and Water ASTM D4491 Water Permeability of Geotextiles by Permittivily ASTM D4533 Trapezoidal Tearing Strength of Geotextiles ASTM D4632 Breaking Load and Elongation of Geotextiles(Grab Method) ASTM D4751 Determining Apparent Opening Size of a Geotextile ASTM D4833 Index Puncture Resistance of Geotextiles,Geomembranes and Related Products ASTM D5101 Measuring the Soil-Geotextilc System Clogging Potential by the Gradient Ratio ASTM D5567 Hydraulic Conductivity Ratio Testing of Soil/Geotextile Systems ASTMD 6684-04 Standard Specification for Materials and Manufacture of Articulating Concrete Block(ACB)Revetment Systems ASTMD 6684-03 Standard practice for Installation of Articulating Concrete Block(ACB)Revetment AASHTO T88 Determining the Grain-size Distribution of Soil AASHTO M288-96 Standard Specification for Geotextiles FHWA-RD-89-199, Standard Testing for Hydraulic Stability of Concrete Revetment System during November 1989 Overtopping Flow FHWA-RD-88-181 Minimizing Embankment Damage During Overtopping Flow(Replace by FHWA- RD-89-199 in November 1989) THIS PAGE INTENTAILLY LEFT BLANK 320117-1 PERMANENT ASPHALT PAVING REPAIR Page 1 of 4 1 SECTION 32 0117 2 PERMANENT ASPHALT PAVING REPAIR 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section includes flexible pavement repair to include but not limited to: 6 1. Utility cuts (water, sanitary sewer,drainage,franchise utilities, etc.). 7 2. Warranty work. 8 3. Repairs of damage caused by CONTRACTOR. 9 4. Any permanent asphalt pavement repair needed during the course of construction. 10 B. Deviations from City of Fort Worth Standards. 11 1. For Asphalt Pavement repair within Haltom City limits(See Plans,Sht. 12), 12 follow the Haltom City Pavement Repair Standard Detail included on the 13 plans. 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 3. Section 03 34 16—Concrete Base Material for Trench Repair. 19 4. Section 32 13 13—Concrete Paving. 20 5. Section 32 12 16—Asphalt Paving. 21 6. Section 33 05 10—Utility Trench Excavation,Embedment and Backfil1. 22 1.2 PRICE AND PAYMENT PROCEDURES 23 A. Measurement and Payment 24 1. Measurement: 25 a. Asphalt Pavement Repair: measure by the linear foot based on defined width 26 and roadway classification specified per detail. 27 b. Asphalt Pavement Repair Beyond Defined Width: measure by the square yard 28 for asphalt pavement repair beyond the pay limits of the defined width of 29 Asphalt Pavement Repair by roadway classification specified per detail. 30 c. Extra Width Asphalt Pavement Repair: measure by the square yard for surface 31 repair(does not include base repair)by the specified thickness. 32 2. Payment: contract unit price bid for the work performed and all materials furnished. 33 1.3 REFERENCES [NOT USED] 34 A. Definitions 35 1. H.M.A.C.—Hot Mix Asphalt Concrete 36 1.4 ADMINISTRATIVE REQUIREMENTS 37 A. Permitting CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 320117-2 PERMANENT ASPHALT PAVING REPAIR Page 2 of 4 1 1. Obtain Street Use Permit to make utility cuts in the street from the Transportation 2 and Public Works Department in conformance with current ordinances. 3 2. The Transportation and Public Works Department will inspect the paving repair 4 after construction. 5 1.5 SUBMITTALS[NOT USED] 6 1.6 ACTION SUBMITTALSAMORMATIONAL SUBMITTALS 7 A. Asphalt Pavement Mix Design: submit for approval: see Section 32 12 16. 8 1.7 CLOSEOUT SUBMITTALS[NOT USED] 9 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 10 1.9 QUALITY ASSURANCE[NOT USED] 11 1.11 DELIVERY,STORAGE,AND HANDLING[NOT USED] 12 1.12 FIELD CONDITIONS 13 A. Place mixture when the roadway surface temperature is 45 degrees F or higher and 14 rising unless otherwise approved. 15 1.13 WARRANTY[NOT USED] 16 PART 2- PRODUCTS 17 2.1 OWNER-FURNISHED[NOT USED] 18 2.2 MATERIALS 19 A. Backfill: see Section 33 05 10. 20 B. Base Material 21 1. Concrete Base Material for Trench Repair: See Section 03 34 16. 22 2. Concrete Base: See Section 3213 13. 23 C. Asphalt Paving: see Section 3212 16. 24 1. H.M.A.C.paving:Type D. 25 2.3 ACCESSORIES [NOT USED] 26 2.4 SOURCE QUALITY CONTROL[NOT USED] 27 PART 3- EXECUTION 28 3.1 INSTALLERS [NOT USED] 29 3.2 EXAMINATION[NOT USED] 30 3.3 PREPARATION 31 A. Surface Preparation: 32 1. Mark pavement cut for repairs for approval by the City. CrrY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 320117-3 PERMANENT ASPHALT PAVING REPAIR Page 3 of 4 1 2. CONTRACTOR and City meet prior to saw cutting to confirm limits of repairs. 2 3.4 INSTALLATION 3 A. General: 4 1. Equipment 5 a. Use machine intended for cutting pavement. 6 b. Milling machines may be used as long as straight edge is maintained. 7 2. Repairs: In true and straight lines to dimensions shown on the plans. 8 3. Utility Cuts: 9 a. In a true and straight line on both sides of the trench. 10 b. Minimum of 12 inches outside the trench walls. 11 c. If the existing flexible pavement is 2 feet or less between the lip of the existing 12 gutter and the edge of the trench repair,remove the existing paving to such 13 gutter. 14 4. Limit dust and residues from sawing from entering the atmosphere or drainage 15 facilities. 16 B. Removal: 17 1. Use care to prevent fracturing existing pavement structure adjacent to the repair 18 area. 19 C. Base: Install replacement base material per detail. 20 D. Asphalt Paving 21 1. H.M.A.0 placement: in accordance with Section 32 12 16. 22 2. Type D surface mix. 23 3. Depth: per detail. 24 4. Place surface mix in lifts not to exceed three inches. 25 5. Last or top lift shall not be less than two inches thick. 26 3.5 [REPAIR]/[RESTORATION] [NOT USED] 27 3.6 RE-INSTALLATION[NOT USED] 28 3.7 FIELD QUALITY CONTROL[NOT USED] 29 3.8 SYSTEM STARTUP [NOT USED] 30 3.9 ADJUSTING[NOT USED] 31 3.10 CLEANING[NOT USED] 32 3.11 CLOSEOUT ACTIVITIES [NOT USED] 33 3.12 PROTECTION [NOT USED] 34 3.13 MAINTENANCE [NOT USED] 35 3.14 ATTACHMENTS [NOT USED] 36 END OF SECTION 37 CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 3201 17-4 PERMANENT ASPHALT PAVING REPAIR Page 4 of 4 1 Revision Log DATE NAME SUMMARY OF CHANGE 2 CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 320129-1 CONCRETE PAVING REPAIR Page 1 of 4 1 SECTION 32 0129 2 CONCRETE PAVING REPAIR 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section includes concrete pavement repair to include but not limited to: 6 1. Utility cuts(water, sanitary sewer,drainage,etc.). 7 2. Warranty work. 8 3. Repairs of damage caused by CONTRACTOR. 9 4. Any other concrete pavement repair needed during the course of construction. 10 B. Deviations from City of Fort Worth Standards 11 1. None. 12 C. Related Specification Sections include but are not necessarily limited to 13 1. Division 0-Bidding Requirements, Contract Forms, and Conditions of the 14 Contract. 15 2. Division 1 -General Requirements. 16 3. Section 32 01 18 -Temporary Asphalt Paving Repair. 17 4. Section 32 12 16-Asphalt Paving. 18 5. Section 32 13 13 -Concrete Paving. 19 6. Section 33 05 10-Utility Trench Excavation,Embedment and Backfill. 20 1.2 PRICE AND PAYMENT PROCEDURES 21 A. Measurement and Payment: 22 1. Measurement: 23 a. Concrete Pavement Repair: measure by the square yard per thickness and type. 24 a) Limits of repair based on the time of service of the existing pavement 25 as determined by ENGINEER. 26 (1) 10 years or less: repair entire panel. 27 (2) Greater than 10 years: repair to limits per plans. 28 2. Payment: contract unit price bid for the work performed and all materials including 29 base material 30 1.3 REFERENCES [NOT USED] 31 1.4 ADMINISTRATIVE REQUIREMENTS 32 A. Permitting: 33 1. Obtain Street Use Permit to make utility cuts in the street from the Transportation 34 and Public Works Department in conformance with current ordinances. 35 2. Transportation and Public Works Department will inspect paving repair after 36 construction. CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase l STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 320129-2 CONCRETE PAVING REPAIR Page 2 of 4 1 1.5 SUBMITTALS[NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 3 A. Concrete Mix Design: submit for approval. Section 32 13 13. 4 1.7 CLOSEOUT SUBMITTALS [NOT USED] 5 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 6 1.9 QUALITY ASSURANCE[NOT USED] 7 1.10 DELIVERY,STORAGE,AND HANDLING[NOT USED] 8 1.11 FIELD CONDITIONS 9 A. Weather Conditions: Place concrete as specified in Section 32 13 13. 10 1.12 WARRANTY[NOT USED] 11 PART 2- PRODUCTS 12 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 13 2.2 MATERIALS 14 A. Embedment and Backfill: see Section 33 05 10. 15 B. Base material: Concrete base: see Section 32 13 13. 16 C. Concrete: see Section 3213 13. 17 1. Concrete paving: Class P or Class HES. 18 2. Replace concrete to the specified thickness. 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[NOT USED] 24 3.3 PREPARATION 25 A. Replace a continuous section if multiple repairs are closer than 10 feet apart from edge 26 of one repair to the edge of a second repair. 27 B. If the cut is to be covered,use steel plates of sufficient strength and thickness to support 28 traffic. 29 1. Construct a transition of hot-mix or cold-mix asphalt from the top of the steel plate 30 to the existing pavement to create a smooth riding surface. 31 a. Hot-mix or cold-mix asphalt: conform to the requirements of Section 32 12 16. 32 C. Surface Preparation: mark pavement cut repairs for approval by the City. CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 3201 29-3 CONCRETE PAVING REPAIR Page 3 of 4 1 3.4 INSTALLATION 2 A. Sawing: 3 1. General: 4 a. Saw cut perpendicular to the surface to full pavement depth. 5 b. Saw cut the edges of pavement and appurtenances damaged subsequent to 6 sawing to remove damaged areas. 7 c. Such saw cuts shall be parallel to the original saw cut and to neat straight lines. 8 2. Sawing equipment: 9 a. Power-driven. 10 b. Manufactured for the purpose of sawing pavement. 11 c. In good operating condition. 12 d. Shall not spall or facture concrete adjacent to the repair area. 13 3. Repairs: In true and straight lines to dimensions shown on the plans. 14 4. Utility Cuts: 15 a. In a true and straight line on both sides of the trench. 16 b. Minimum of 12 inches outside the trench walls. 17 5. Prevent dust and residues from sawing from entering the atmosphere or drainage 18 facilities. 19 B. Removal: 20 1. Use care in removing concrete to be repaired to prevent spalling or fracturing 21 concrete adjacent to the repair area. 22 C. Base: per detail. 23 D. Concrete Paving: 24 1. Concrete placement: in accordance with Section 32 13 13. 25 2. Reinforce concrete replacement: per detail. 26 3.5 [REPAIR]/[RESTORATION] [NOT USED] 27 3.6 RE-INSTALLATION[NOT USED] 28 3.7 FIELD QUALITY CONTROL [NOT USED] 29 3.8 SYSTEM STARTUP[NOT USED] 30 3.9 ADJUSTING[NOT USED] 31 3.10 CLEANING[NOT USED] 32 3.11 CLOSEOUT ACTIVITIES [NOT USED] 33 3.12 PROTECTION[NOT USED] 34 3.13 MAINTENANCE[NOT USED] 35 3.14 ATTACHMENTS [NOT USED] 36 END OF SECTION Revision Log CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Out/all Sewer Revised July 1,2011 City Project No.01303 320129-4 CONCRETE PAVING REPAIR Page 4 of 4 DATE NAME SUMMARY OF CHANGE 1 CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS do Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 3231 13-1 CHAIN LINK FENCES AND GATES Page 1 of 6 1 SECTION 32 3113 2 CHAIN LINK FENCES AND GATES 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes 6 1. Galvanized coated chain link(non-security)fencing and accessories in accordance 7 with the City's Zoning Ordinance. 8 B. Deviations from City of Fort Worth Standards 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. Measurement 17 a. Chain Link Fence: measure by the linear foot by height and specified fabric 18 material. 19 b. Wrought Iron Fence: measure by linear foot by height of wrought iron fence 20 specified in plans. 21 c. Steel Tube Fence: measure by linear foot by height of steel tube fence specified 22 in plans. 23 2. Payment: made at the contract unit price including full compensation for: 24 a. furnishing all materials for fences and gates; 25 b. all preparation,erection and installation of materials; 26 c. all labor,equipment, tools,and incidentals necessary to complete the work. 27 B. Reference Standards 28 1. Reference standards cited in this specification refer to the current reference standard 29 published at the time of the latest revision date logged at the end of this 30 specification,unless a date is specifically cited. 31 2. American Society for Testing and Materials (ASTM): 32 a. A 36, Standard Specification for Carbon Structural Steel 33 b. A 121,Standard Specification for Metallic-Coated Carbon Steel Barbed Wire 34 c. A 123, Standard Specification for Zinc(Hot-Dip Galvanized)Coatings on Iron 35 and Steel Products 36 d. A 392, Standard Specification for Zinc-Coated Steel Chain-Link Fence Fabric 37 e. A 500,Standard Specification for Cold-Formed Welded and Seamless Carbon 38 Steel Structural Tubing in Rounds and Shapes 39 f. F 626, Standard Specification for Fence Fittings 40 g. F 1043, Standard Specification for Strength and Protective Coatings on Steel 41 Industrial Chain Link Fence Framework CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I and Haltom City Relief Sewer STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01303 Revised July 1,2011 3231 13-2 CHAIN LINK FENCES AND GATES Page 2 of 6 1 h. F 1083, Standard Specification for Pipe, Steel,Hot-Dipped Zinc-Coated 2 (Galvanized)Welded,for Fence Structures 3 i. F 1183,Specification for Aluminum Alloy Chain Link Fence Fabric 4 1.3 REFERENCES[NOT USED] 5 1.4 ADMINISTRATIVE REQUIREMENTS[NOT USED] 6 1.5 ACTION SUBMITTALS 7 A. Shop drawings: Layout of fences and gates with dimensions,details,and finishes of 8 components,accessories and post foundations if requested by the City. 9 B. Product data: Manufacturer's catalog cuts indicating material compliance and specified 10 options. 11 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS[NOT USED] 12 1.7 CLOSEOUT SUBMITTALS [NOT USED] 13 1.8 MAINTENANCE MATERIAL SUBMITTALS[NOT USED] 14 1.9 QUALITY ASSURANCE[NOT USED] 15 1.10 DELIVERY,STORAGE,AND HANDLING[NOT USED] 16 1.11 FIELD[SITE] CONDITIONS[NOT USED] 17 1.12 WARRANTY[NOT USED] 18 PART 2- PRODUCTS 19 2.1 OWNER-FURNISHED[NOT USED] 20 2.2 MANUFACTURED UNITS/MATERIALS 21 A. Manufacturer 22 1. Minimum of five years experience manufacturing galvanized coated chain link 23 fencing. 24 2. Approved Manufacturer or equal: 25 a. Allied Fence,Inc. 26 b. American Fence Corp. 27 c. Anchor Fence,Inc. 28 d. Master Halco,Inc. 29 B. Materials 30 1. Chain Link Fence 31 a. General 32 1) Posts,gate frames,braces,rails, stretcher bars, truss rods and tension wire 33 shall be of steel. 34 2) Gate hinges,post caps,barbed wire supporting arms,stretcher bar bands 35 and other parts shall be of steel,malleable iron,ductile iron or equal 36 3) Post tops,rail end,ties and clips may be of aluminum. 37 4) Use only new material,or salvaged/existing material if approved by City or 38 noted on plans. 39 b. Steel Fabric 40 1) Fabric CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I and Haltom City Relief Sewer STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01303 Revised July 1,2011 3231 13-3 CHAIN LINK FENCES AND GATES Page 3 of 6 1 a) No. 9 gauge 2 b) 2-inch mesh 3 (1) Commercial: both top and bottom selvages twisted and barged 4 Residential: match existing or both top and bottom selvages knuckled 5 (2) Furnish one-piece fabric widths. 6 2) Fabric Finish: Galvanized,ASTM A 392, Class I, with not less than 1.2 oz. 7 zinc per square foot of surface. 8 c. Aluminum Fabric 9 1) Fabric 10 a) ASTM F 1183 11 b) No. 9 gauge 12 c) 2-inch mesh,with both top and bottom selvages twisted and barged. 13 d) Furnish one-piece fabric widths. 14 d. Steel Framing 15 1) Steel pipe -Type I: 16 a) ASTM F 1083 17 b) standard weight schedule 40 18 c) minimum yield strength: 30,000 psi 19 d) sizes as indicated 20 e) hot-dipped galvanized with minimum average 1.8 oz/ft2 of coated 21 surface area. 22 2) Steel pipe-Type II: 23 a) ASTM F 1043, Group IC 24 b) Minimum yield strength: 50,000 psi 25 c) Sizes as indicated on plans 26 d) Protective coating per ASTM F 1043 27 (1) External coating Type B 28 (a) zinc with organic overcoat 29 (b) 0.9 oz/ft2 minimum zinc coating with chromate conversion 30 coating and verifiable polymer film. 31 (2) Internal coating Type B 32 (a) minimum 0.9 oz/ft2 zinc or Type D, zinc pigmented, 81% 33 nominal coating,minimum 3 mils 34 3) Formed steel("C") sections: 35 a) Roll formed steel shapes complying with ASTM F 1043,Group II 36 b) Minimum yield strength: 45,000 psi (310 MPa) 37 c) Sizes as indicated on plans 38 d) External coating per ASTM F 1043,Type A 39 (1) minimum average 2.0 oz/ft2 of zinc per ASTM A 123 = 40 4) Steel square sections 41 a) ASTM A 500, Grade B 42 b) Minimum yield strength: 40,000 psi 43 c) Sizes as indicated on plans 44 d) Hot-dipped galvanized with minimum 1.8 oz/ft2 of coated surface area. 45 e. Accessories 46 1) Chain link fence accessories 47 a) ASTM F 626 48 b) Provide items required to complete fence system. 49 c) Galvanize each ferrous metal item and finish to match framing. 50 2) Post caps CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I and Haltom City Relief Sewer STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01303 Revised July 1,2011 3231 13-4 CHAIN LINK FENCES AND GATES Page 4 of 6 1 a) Formed steel or cast malleable iron weather tight closure cap for 2 tubular posts. 3 b) Provide one cap for each post. 4 c) Cap to have provision for barbed wire when necessary. 5 d) "C" shaped line post without top rail or barbed wire supporting arms do 6 not require post caps. 7 e) Where top rail is used,provide tops to permit passage of top rail. 8 3) Top rail and rail ends 9 a) 15/8 inch diameter galvanized round pipe for horizontal railing. 10 b) Pressed steel per ASTM F626 11 c) for connection of rail and brace to terminal posts. 12 4) Top rail sleeves 13 a) 7-inch expansion sleeve with a minimum 0.137 inch wire diameter and 14 1.80 inch length spring,allowing for expansion and contraction of top 15 rail. 16 5) Wire ties 17 a) 9 gauge galvanized steel wire for attachment of fabric to line posts. 18 b) Double wrap 13 gauge for rails and braces. 19 c) Hog ring ties of 12-1/2 gauge for attachment 20 6) Brace and tension(stretcher bar)bands 21 a) Pressed steel 22 b) Minimum 300 degree profile curvature for secure fence post 23 attachment. 24 c) At square post provide tension bar clips. 25 7) Tension(stretcher)bars: 26 a) One piece lengths equal to 2 inches less than full height of fabric 27 b) Minimum cross-section of 3/16 inch x 3/4 inch. 28 c) Provide tension(stretcher)bars where chain link fabric meets terminal 29 posts. 30 8) Tension wire 31 a) Galvanized coated steel wire,6 gauge, [0.192 inch] diameter wire 32 b) tensile strength: 75,000 psi 33 9) Truss rods&tightener 34 a) Steel rods with minimum diameter of 5/16 inch 35 b) Capable of withstanding a tension of minimum 2,000 lbs. 36 10)Nuts and bolts are galvanized 37 2. Wrought Iron Fence: specified per plan. 38 3. Steel Tube Fence: specified per plan. 39 4. Setting Materials 40 a. Concrete: 41 1) Minimum 28 day compressive strength of 3,000 psi 42 2) Bagged Concrete allowed. 43 b. Drive Anchors 44 1) Galvanized angles 45 2) ASTM A 36 steel 46 3) 1 inch x 1 inch x 30 inch galvanized shoe clamps to secure angles to posts. CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I and Haltom City Relief Sewer STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01303 Revised July 1,2011 3231 13-5 CHAIN LINK FENCES AND GATES Page 5 of 6 1 2.3 ACCESSORIES[NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3- EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION 6 A. Verification of Conditions 7 1. Verify areas to receive fencing are completed to final grades and elevations. 8 2. Ensure property lines and legal boundaries of work are clearly established 9 3.3 PREPARATION [NOT USED] 10 3.4 INSTALLATION 11 A. Chain Link Fence Framing 12 1. Locate terminal post at each fence termination and change in horizontal or vertical 13 direction of 30 degrees or more. 14 2. Space line posts uniformly at 10 feet on center. 15 3. Set all posts in concrete 16 a. Drill holes in firm,undisturbed or compacted soil. 17 b. Drill hole diameter 4 times greater than outside dimension of post. 18 c. Set post bottom 24 inches below surface when in firm,undisturbed soil. 19 d. Excavate deeper as required for adequate support in soft and loose soils,and for 20 posts with heavy lateral loads. 21 e. Place concrete around posts in a continuous pour. Trowel finish around post. 22 Slope to direct water away from posts. 23 4. Check each post for vertical and top alignment,and maintain in position during 24 placement and finishing operations. 25 5. Bracing 26 a. Install horizontal pipe brace at mid-height for fences 6 feet and taller,on each 27 side of terminal posts. 28 b. Firmly attach with fittings. 29 c. Install diagonal truss rods at these points. 30 d. Adjust truss rod,ensuring posts remain plumb. 31 6. Tension wire 32 a. Provide tension wire at bottom of fabric and at top,if top rail is not specified. 33 b. Install tension wire before stretching fabric and attach to each post with ties. 34 c. Secure tension wire to fabric with 12-1/2 gauge hog rings 24 inches on center. 35 7. Top rail 36 a. Install lengths,21 feet. 37 b. Connect joints with sleeves for rigid connections for expansion/contraction. 38 8. Center Rails for fabric height 12 feet and taller. 39 a. Install mid rails between posts with fittings and accessories. 40 9. Bottom Rails: Install bottom rails between posts with fittings and accessories. 41 B. Chain Link Fabric Installation 42 1. Fabric CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I and Haltom City Relief Sewer STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01303 Revised July 1,2011 323113-6 CHAIN LINK FENCES AND GATES Page 6 of 6 1 a. Install fabric on security side and attach so that fabric remains in tension after 2 pulling force is released. 3 b. Leave approximately 2 inches between finish grade and bottom selvage. 4 c. Attach fabric with wire ties to line posts at 15 inches on center and to rails, 5 braces, and tension wire at 24 inches on center. 6 2. Tension(stretcher)bars 7 a. Pull fabric taut. 8 b. Thread tension bar through fabric and attach to terminal posts with bands or 9 clips spaced maximum of 15 inches on center. 10 3. Accessories 11 a. Tie wires: Bend ends of wire to minimize hazard to persons and clothing. 12 b. Fasteners: Install nuts on side of fence opposite fabric side for added security. 13 c. Slats:Install slats in accordance with manufacturer's instructions. 14 C. Wrought Iron Installation: install per plan. 15 D. Steel Tube Fence: install per plan. 16 3.5 [REPAIR]/[RESTORATION] [NOT USED] 17 3.6 RE-INSTALLATION[NOT USED] 18 3.7 FIELD QUALITY CONTROL[NOT USED] 19 3.8 SYSTEM STARTUP[NOT USED] 20 3.9 ADJUSTING[NOT USED] 21 3.10 CLEANING [NOT USED] 22 3.11 CLOSEOUT ACTIVITIES[NOT USED] 23 3.12 PROTECTION[NOT USED] 24 3.13 MAINTENANCE[NOT USED] 25 3.14 ATTACHMENTS[NOT USED] 26 END OF SECTION 27 Revision Log DATE NAME SUMMARY OF CHANGE 28 CrrY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I and Haltom City Relief Sewer STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01303 Revised July 1,2011 3292 13-1 HYDROMULCHING,SEEDING AND SODDING Page l of 7 1 SECTION 32 92 13 2 HYDROMULCHING, SEEDING AND SODDING 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes 6 1. Furnishing and installing grass sod and permanent seeding as shown on plans, or as 7 directed. 8 B. Deviations from City of Fort Worth Standards 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. Measurement 17 a. Block Sod Placement: measure by the square yard. 18 b. Seeding: measure by the square yard by the installation method. 19 c. Mowing: measure by each. 20 2. Payment 21 a. Block Sod Placement: contract unit price and total compensation for furnishing 22 and placing all sod,rolling and tamping,watering(until established),disposal 23 of all surplus materials,and material, labor,equipment,tools and incidentals 24 necessary to complete the work. 25 b. Seeding: contract unit price and total compensation for furnishing all materials 26 including water for seed-fertilizer, slurry and hydraulic mulching, water and 27 mowing(until established),fertilizer, and material,labor,equipment,tools and 28 incidentals necessary to complete the work. 29 c. Mowing: contract unit price and total compensation for material, labor, 30 equipment,tools and incidentals necessary to complete the work. 31 1.3 REFERENCES [NOT USED] 32 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 33 1.5 ACTION SUBMITTALS [NOT USED] 34 1.6 INFORMATIONAL SUBMITTALS 35 A. Seed 36 1. Vendors' certification that seeds meet Texas State seed law including: 37 a. Testing and labeling for pure live seed(PLS). 38 b. Name and type of seed. 39 2. All seed shall be tested in a laboratory with certified results presented to the City in 40 writing,prior to planting. CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I and Haltom City Relief Sewer STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01303 Revised July 1,2011 329213-2 HYDROMULCHING,SEEDING AND SODDING Page 2 of 7 1 3. All seed to be of the previous season's crop and the date on the container shall be 2 within twelve months of the seeding date. 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 7 A. Block Sod 8 1. Protect from exposure to wind, sun and freezing. 9 2. Keep stacked sod moist. 10 B. Seed 11 1. If using native grass or wildflower seed,seed must have been harvested within one 12 hundred(100)miles of the construction site. 13 2. Each species of seed shall be supplied in a separate,labeled container for 14 acceptance by the City. 15 C. Fertilizer 16 1. Provide fertilizer labeled with the analysis. 17 2. Conform to Texas fertilizer law. 18 1.11 FIELD[SITE] CONDITIONS [NOT USED] 19 1.12 WARRANTY[NOT USED] 20 PART 2- PRODUCTS [NOT USED] 21 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 22 2.2 MATERIALS AND EQUIPMENT 23 A. Materials 24 1. Block Sod 25 a. Sod Varieties(match existing if applicable) 26 1) "Stenotaphrum secundatum" (St.Augustine grass), 27 2) "Cynodon dactylon" (Common Bermudagrass), 28 3) "Buchloe dactyloides" (Buffalograss), 29 4) an approved hybrid of Common Bermudagrass, 30 5) or an approved Zoysiagrass. 31 b. Sod must contain stolons,leaf blades,rhizomes and roots. 32 c. Sod shall be alive,healthy and free of insects,disease,stones,undesirable 33 foreign materials and weeds and grasses deleterious to its growth or which 34 might affect its subsistence or hardiness when transplanted. 35 d. Minimum sod thickness: 3/4 inch 36 e. Maximum grass height: 2 inches 37 f. Acceptable growing beds: 38 1) St. Augustine grass sod:clay or clay loam topsoil. 39 2) Bermuda grasses and zoysia grasses: sand or sandy loam soils. 40 g. Dimensions. 41 1) Machine cut to uniform soil thickness. CITY OF FORT WORTH Big Possil Creek Parallel Relief Sanitary Sewer,Phase I and Haltom City Relief Sewer STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01303 Revised July 1,2011 329213-3 HYDROMULCHING,SEEDING AND SODDING Page 3 of 7 1 2) Sod shall be of equal width and of a size that permits the sod to be lifted, 2 handled and rolled without breaking. 3 h. Broken or torn sod or sod with uneven ends shall be rejected. 4 2. Seed 5 a. General 6 1) Plant all seed at rates based on pure live seed(PLS) 7 a) Pure Live Seed(PLS)determined using the formula: 8 (1) Percent Pure Live Seed=Percent Purity x [(Percent Germination + 9 Percent Firm or Hard Seed)+ 100] 10 2) Availability of Seed 11 a) Substitution of individual seed types due to lack of availability may be 12 permitted by the City at the time of planting. 13 b) Notify the City prior to bidding of difficulties locating certain species. 14 3) Weed seed 15 a) not exceed ten percent by weight of the total of pure live seed(PLS) 16 and other material in the mixture. 17 b) Seed not allowed: 18 (1) Johnsongrass 19 (2) nutgrass seed 20 4) Harvest seed within 1-year prior to planting 21 b. Non-native Grass Seed 22 1) Plant between April 15 and September 10 23 Lbs. Common Name Botanical Name Purity Germination PLS/Acre (percent) (percent) 25 Bermuda(unhulled) cynodon dactylon 85 90 75 Bermuda(hulled) cynodon dactylon 95 90 24 25 2) Plant between September 10 and April 15 26 Lbs. Common Name Botanical Name Purity Germination PLS/Acre (percent) (percent) 220 Rye Grass lolium multiflorum 85 90 75 Bermuda(unhulled) cynodon dactylon 95 90 27 28 c. Native Grass Seed 29 1) Plant between February 1 and October 1. 30 Lbs.PLS/Acre Common Name Botanical Name 1.6 Green Sprangletop Leptochloa dubia 5.5 Sideoats Grama* Bouteloua curtipendula 3.7 Little Bluestem* Schizachyrium scoparium 17.0 Buffalograss Buchloe dactyloides 1.8 Indian Grass* Sorghastrum nutans 0.5 Sand Lovegrass* Eragrostis trichodes 6.0 Big Bluestem Andropogon gerardii 8.0 Eastern Grama Tripscacum dactyloides 1.2 Blue Grama Bouteloua gracilis 1.8 Switchgrass Panicum virgatum 10.0 Prairie Wildrye* Elymus canadensis 31 CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I and Haltom City Relief Sewer STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01303 Revised July 1,2011 329213-4 HYDROMULCHING,SEEDING AND SODDING Page 4 of 7 1 d. Wildflower Seed 2 1) Plant between the following: 3 a) March 5 and May 31 4 b) September 1.and December 1 5 Lbs.PLS/Acre Common Name Botanical Name 3.0 Bush Sunflower Sinsia Galva 5.0 Butterfly Weed Asclepias tuberosa 2.0 Clasping Coneflower* Rudbeckia amplexicaulis 3.0 Golden-Wave Coreopsis basalis 13.4 Illinois Bundleflower Desmanthus illinoensis 13.6 Partridge Pea Cassia fasciculata 2.0 Prairie Verbena Verbena bipinnatifida 8.0 Texas Yellow Star Lindheimeri texana 8.0 Winecup Callirhoe involcrata 2.0 Black-eyed Susan Rudbeckia hirta 18.0 Cutleaf Daisy Engelmannia pinnatifida 2.0 Obedient Plant Physostegia intermedia 3.0 Pitcher Sage Salvia azurea 2.0 Plains Coreopsis Coreopsis tinctoria 8.0 Scarlet Sage Salvia coccinea 6 *not to be planted within ten feet of a road or parking lot or within three feet of a 7 walkway 8 9 e. Temporary Erosion Control Seed 10 1) Consist of the sowing of cool season plant seeds. 11 3. Mulch 12 a. For use with conventional mechanical or hydraulic planting of seed. 13 b. Wood cellulose fiber produced from virgin wood or recycled paper-by-products 14 (waste products from paper mills or recycled newspaper). 15 c. No growth or germination inhibiting factors. 16 d. No more than ten percent moisture,air dry weight basis. 17 e. Additives:binder in powder form. 18 L Form a strong moisture retaining mat. 19 4. Fertilizer 20 a. acceptable condition for distribution 21 b. applied uniformly over the planted area. 22 c. Analysis 23 1) 16-20-0 24 2) 16-8-8 25 d. Fertilizer rate: 26 1) Not required for wildflower seeding. 27 2) Newly established seeding areas- 100 pounds of nitrogen per acre. 28 3) Established seeding areas- 150 pounds of nitrogen per acre. 29 5. Topsoil: See Section 32 91 19. 30 6. Water: clean and free of industrial wastes or other substances harmful to the 31 germination of the seed or to the growth of the vegetation. 32 7. Soil Retention Blanket 33 a. "Curler P' from American Excelsior,900 Ave.H East,Post Office Box 5624, 34 Arlington,Texas 76001, 1-800-777-SOIL or approved equal. CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I and Haltom City Relief Sewer STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01303 Revised July 1,2011 329213-5 HYDROMULCHING,SEEDING AND SODDING Page 5 of 7 1 2 2.3 ACCESSORIES [NOT USED] 3 2.4 SOURCE QUALITY CONTROL [NOT USED] 4 PART 3- EXECUTION [NOT USED] 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION[NOT USED] 7 3.3 PREPARATION 8 A. Surface Preparation: clear surface of all material including: 9 1. Stumps, stones,and other objects larger than one inch. 10 2. Roots,brush, wire, stakes,etc. 11 3. Any objects that may interfere with seeding or maintenance. 12 B. Tilling 13 1. Compacted areas: till one inch deep. 14 2. Areas sloped greater than 3:1: run a tractor parallel to slope to provide less 15 seed/water run-off. 16 3. Areas near trees: Do not till deeper than one half inch inside "drip line" of trees. 17 3.4 INSTALLATION 18 A. Block Sodding 19 1. General: 20 a. Place sod between curb and walk and on terraces that is the same type grass as 21 adjacent grass or existing lawn. 22 b. Plant between the average last freeze date in the spring and 6 weeks prior to the 23 average first freeze in the fall. 24 2. Installation 25 a. Plant sod specified after the area has been completed to the lines and grades 26 shown on the plans with 6 inches of topsoil. 27 b. Use care to retain native soil on the roots of the sod during the process of 28 excavating,hauling and planting. 29 c. Keep sod material moist from the time it is dug until planted. 30 d. Place sod so that the entire area designated for sodding is covered. 31 e. Fill voids left in the solid sodding with additional sod and tamp. 32 f. Roll and tamp sod so that sod is in complete contact with topsoil at a uniform 33 slope. 34 g. Peg sod with wooden pegs(or wire staple) driven through the sod block to the 35 firm earth in areas that may slide due to the height or slope of the surface or 36 nature of the soil. 37 3. Watering and Finishing 38 a. Furnish water as an ancillary cost to CONTRACTOR by means of temporary 39 metering/irrigation, water truck or by any other method necessary to achieve 40 an acceptable stand of turf as defined in 3.13.B. 41 b. Thoroughly water sod immediately after planted. 42 c. Water until established. CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I and Haltom City Relief Sewer STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01303 Revised July 1,2011 329213-6 HYDROMULCHING,SEEDING AND SODDING Page 6 of 7 1 d. Generally,an amount of water that is equal to the average amount of rainfall 2 plus one half inch per week should be applied until accepted. If applicable, 3 plant large areas by irrigation zones to ensure areas are watered as soon as they 4 are planted. 5 B. Seeding 6 1. General 7 a. Seed only those areas indicated on the plans and areas disturbed by 8 construction. 9 b. Mark each area to be seeded in the field prior to seeding for City approval. 10 2. Broadcast Seeding 11 a. Broadcast seed in two directions at right angles to each other. 12 b. Harrow or rake lightly to cover seed. 13 c. Never cover seed with more soil than twice its diameter. 14 d. For wildflower plantings: 15 1) scalp existing grasses to one inch. 16 2) remove grass clippings,so seed can make contact with the soil. 17 3. Mechanically Seeding(Drilling): 18 a. Uniformly distribute seed over the areas shown on the plans or as directed. 19 b. All varieties of seed and fertilizer may be distributed at the same time provided 20 that each component is uniformly applied at the specified rate. 21 c. Drill seed at a depth of 1/4 inch to 3/8 inch utilizing a pasture or rangeland type 22 drill. 23 d. Drill on the contour of slopes 24 e. After planting roll with a roller integral to the seed drill,or a corrugated roller 25 of the "Cultipacker"type. 26 f. Roll slope areas on the contour. 27 4. Hydromulching 28 a. Mixing: Seed,mulch,fertilizer and water may be mixed provided that: 29 1) Mixture is uniformly suspended to form a homogenous slurry. 30 2) Mixture forms a blotter-like ground cover impregnated uniformly with 31 grass seed. 32 3) Mixture is applied within thirty(30)minutes after placed in the equipment. 33 b. Placing 34 1) Uniformly distribute in the quantity specified over the areas shown on the 35 plans or as directed. 36 5. Fertilizing:uniformly apply fertilizer over seeded area. 37 6. Watering 38 a. Furnish water by means of temporary metering/irrigation,water truck or by 39 any other method necessary to achieve an acceptable stand of turf as defined in 40 3.13.B. 41 b. Water soil to a minimum depth of 4 inches within forty eight hours of seeding. 42 c. Water as direct by the City at least twice daily for 14 days after seeding in such 43 a manner as to prevent washing of the slopes or dislodgement of the seed. 44 d. Water until final acceptance. 45 e. Generally, an amount of water that is equal to the average amount of rainfall 46 plus one half inch per week should be applied until accepted. CrrY OF FORT WORTH Big Fossil Creak Parallel Relief Sanitary Sewer,Phase I and Haltom City Relief Sewer STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01303 Revised July 1,2011 329213-7 HYDROMULCHING,SEEDING AND SODDING Page 7 of 7 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 USED] 5 3.9 ADJUSTING[NOT USED] 6 3.10 CLEANING[NOT USED] 7 3.11 CLOSEOUT ACTIVITIES 8 3.12 PROTECTION[NOT USED] 9 3.13 MAINTENANCE 10 A. Block Sodding 11 1. Water and mow sod until completion and final acceptance of the Project or as 12 directed by the City. 13 2. Sod shall not be considered finally accepted until the sod has started to peg down 14 (roots growing into the soil)and is free from dead blocks of sod. 15 B. Seeding 16 1. Water and mow sod until completion and final acceptance of the Project or as 17 directed by the City. 18 2. Maintain the seeded area until each of the following is achieved: 19 a. Vegetation is evenly distributed. 20 b. Vegetation is free from bare areas. 21 3. Turf will be accepted once fully established. 22 a. Seeded area must have 100 percent growth to a height of three inches with one 23 mow cycle performed by the CONTRACTOR prior to consideration of 24 acceptance by the City. 25 C. Rejection 26 1. City may reject block sod or seeded area on the basis of weed populations. 27 3.14 ATTACHMENTS [NOT USED] 28 END OF SECTION 29 Revision Log DATE NAME SUMMARY OF CHANGE 30 CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I and Haltom City Relief Sewer STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01303 Revised July 1,2011 THIS PAGE INTENTAILLY LEFT BLANK 33 01 30-1 SEWER AND MANHOLE TESTING Page 1 of 7 1 SECTION 33 0130 2 SEWER AND MANHOLE TESTING 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Testing for sanitary sewer pipe and manholes prior to placing in service 7 a. Low Pressure Air Test and Deflection(Mandrel)Test 8 1) 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 for 60-inch pipe and smaller. 14 4. Pipe testing will include low pressure air test of joints for 27-inch or larger pipe. 15 5. Pipe testing will include deflection(mandrel) test for pipe. 16 6. Hydrostatic testing is not allowed. 17 7. Manhole testing will include vacuum test. 18 B. Deviations from this City of Fort Worth Standard Specification 19 1. None. 20 C. Related Specification Sections include,but are not necessarily limited to: 21 1. Division 0—Bidding Requirements, Contract Forms, and Conditions of the 22 Contract 23 2. Division 1 —General Requirements 24 3. Section 03 80 00—Modifications to Existing Concrete Structures 25 4. Section 33 04 50—Cleaning of Sewer Mains 26 1.2 PRICE AND PAYMENT PROCEDURES 27 A. Measurement and Payment 28 1. Pipe Testing 29 a. Measurement 30 1) This Item is considered subsidiary to the sanitary sewer main (pipe) 31 completed in place. 32 b. Payment 33 1) The work performed and the materials furnishing in accordance with this 34 Item are subsidiary to the unit price bid per linear foot of sanitary sewer main 35 (pipe) complete in place, and no other compensation will be allowed. 36 2. Manhole Testing 37 a. Measurement 38 1) Measurement for testing manholes shall be per each vacuum test. 39 b. Payment CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Ourfall Sewer Revised December 20,2012 City Project No.01303 330130-2 SEWER AND MANHOLE TESTING Page 2 of 7 1 1) The work performed and the materials furnished in accordance with this 2 Item shall be paid for at the unit price bid per each vacuum test completed. 3 c. The price bid shall include: 4 1) Mobilization 5 2) Plugs 6 3) Clean-up 7 1.3 REFERENCES [NOT USED] 8 1.4 ADMINISTRATIVE REQUIREMENTS[NOT USED] 9 1.5 SUBMITTALS 10 A. Submittals shall be in accordance with Section 0133 00. 11 B. All submittals shall be approved by the City prior to delivery. 12 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 13 1.7 CLOSEOUT SUBMITTALS 14 A. Test and Evaluation Reports 15 1. All test reports generated during testing(pass and fail) 16 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 17 1.9 QUALITY ASSURANCE 18 A. Certifications 19 1. Mandrel Equipment 20 a. If requested by City,provide Quality Assurance certification that the equipment 21 used has been designed and manufactured in accordance to the required 22 specifications. 23 2. Joint Testing 24 a. Testing Service-Engage a qualified independent testing agency to perform 25 joint evaluation tests 26 b. Equipment-If requested by City,provide Quality Assurance certification that 27 the equipment used has been designed and manufactured in accordance to the 28 required specifications. CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfoll Sewer Revised December 20,2012 City Project No.01303 330130-3 SEWER AND MANHOLE TESTING Page 3 of 7 1 1.10 DELIVERY,STORAGE,AND HANDLING[NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2- PRODUCTS [NOT USED] 5 PART 3- EXECUTION 6 3.1 INSTALLERS [NOT USED] 7 3.2 EXAMINATION [NOT USED] 8 3.3 PREPARATION 9 A. Low Pressure Air Test(Pipe 60 inch and smaller) 10 1. Clean the sewer main before testing, as outlined in Section 33 04 50. 11 2. Plug ends of all branches,laterals, tees,wyes, and stubs to be included in test. 12 B. Low Pressure Joint Air Test(Pipe 27 inch or larger) 13 1. Clean the sewer main before testing,as outlined in Section 33 04 50. 14 2. Assemble individual joint tester over each joint from within the pipe. 15 C. Deflection(mandrel)test(Pipe) 16 1. Perform as last work item before final inspection. 17 2. Clean the sewer main and inspect for offset and obstruction prior to testing. 18 3. Materials 19 a. Mandrel used for deflection test 20 1) Use of an uncertified mandrel or a mandrel altered or modified after 21 certification will invalidate the deflection test. 22 2) Mandrel requirements 23 a) Odd number of legs with 9 legs minimum 24 b) Effective length not less than its nominal diameter 25 c) Fabricated of rigid and nonadjustable steel 26 d) Fitted with pulling rings and each end 27 e) Stamped or engraved on some segment other than a runner indicating 28 the following: 29 (1) Pipe material specification 30 (2) Nominal size 31 (3) Mandrel outside diameter(OD) 32 f) Mandrel diameter must be 95 percent of inside diameter(ID) of pipe. 33 D. Vacuum test(Manhole) 34 1. Plug lifting holes and exterior joints. 35 2. Plug pipes and stubouts entering the manhole. 36 3. Secure stubouts,manhole boots,and pipe plugs to prevent movement while vacuum 37 is drawn. 38 4. Plug pipes with drop connections beyond drop. CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised December 20,2012 City Project No.01303 330130-4 SEWER AND MANHOLE TESTING Page 4 of 7 1 5. Place test head inside the frame at the top of the manhole. 2 3.4 INSTALLATION 3 A. Low pressure air test(Pipe 60"Inch and Smaller) 4 1. Install plug with inlet tap. 5 2. Connect air hose to inlet tap and a portable air control source. 6 3. After the stabilization period(3.5 prig minimum pressure)start the stop watch. 7 4. Determine time in seconds that is required for the internal air pressure to reach 2.5 8 psig. Minimum permissible pressure holding time per diameter per length of pipe 9 is computed from the following equation: 10 11 T=(0.0850*D*K) 12 Q 13 Where: 14 T=shortest time,seconds,allowed for air pressure to drop to 1.0 psig 15 K=0.000419*D*L,but not less than 1.0 16 D=nominal pipe diameter,inches 17 L=length of pipe being tested(by pipe size),feet 18 Q=0.00 15,cubic feet per minute per square foot of internal surface 19 5. UNI-B-6,Table 1 provides required time for given lengths of pipe for sizes 4-inch 20 through 60-inch based on the equation above. 21 22 UNI-B-6,Table 1 23 Minimum specified time required for a 1.0 psig pressure drop for size and length of pipe 24 indicated for q=0.0015 1g2dEsiDnTNwfbrLenaJhQShawn tmaec 1 2 3 4 Poe 1rf� Lw0 far lbw far Dimeter (vim Mm::n L pr 100ft 150ft 200ft 250ft 300ft 350ft 400ft 450ft (h) awl 71Me(ft) L-0(A-) 4 3x16 597 .380 L 3:16 346 146 3:16 3:16 3:16 3..46 3:16 6 SAO 398 .854L SAO 3:40 SAO 5:10 SAO 3:40 5A2 624 1 7:34 298 1.520L 734 734 734 734 736 832 1098 1124 10 926 239 2.374 L 926 926 926 933 1132 1331 15A9 17AS 12 1120 199 3A18 L 1120 1122 1124 14:13 1793 1936 22A7 223890 15 14:10 159 _ 5.342L 14:10 1410 17AS 22:15 26)4290 319990 353690 40)4490 18 1790 133 7.632 L 1790 1913 253890 329390 382190 446200 51:1690 57A190 21 19.30 114 10.470 L 1930 26:1000 343490 433790 _522190 _619000 69 1890 783190 24 22AO 99 13.674 L 22A7 34:1190 453490 561890 682190 79:1690 91:10:00 1023390 27 253000 88 17.306 L 286100 43:1690 57A190 729790 863290 1005190 115220D 129A890 30 28200 80 21.366L 353790 532590 71:1390 _ 890M IMMM 1243890 14226:00 160:1390 33 31:1000 72 25.852L _ 439390 643890 WOOD 107A390 129:1690 130A390 1722190 1933190 36 349000 66 30.768L 31:1790 766590 1023400 128:1200 15330:00 1792900 2059790 23D MO 42 _PAM 57 41.853E 69A900 MAIM 1393790 1743090 M:2400 244:19DO 279:1390 3149190 48 453490 SD 54.705 L 91:1090 136)4590 1822100 2213590 2733190 319MM 364A200 41017:00 34 519290 N 69.236L 1152490 1731M 2304790 2882990 _ 34&1190 4033190 4613490 519:1690 60 56A00D 40 85.476 L 11= 0 213A190 2843590 3-140M _ 42723:00 _4983790 5662000 6410490 25 26 27 28 6. Stop test if no pressure loss has occurred during the first 25 percent of the 29 calculated testing time. CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised December 20,2012 City Project No.01303 330130-5 SEWER AND MANHOLE TESTING Page 5 of 7 1 B. Low pressure joint air test(27 Inch or larger pipe) 2 1. All pipe joints,for all pipe materials,shall be tested in accordance with ASTM 3 C1103 as follows: 4 2. Equipment shall be the product of manufacturers having more than five years of 5 regular production of successful joint testers. Joint tester shall be as manufactured 6 by Cherne Industrial,Inc.,of Edina,Minnesota, or approved equal. 7 3. Follow equipment manufacturer's recommendations when performing tests;only 8 experienced technicians shall perform tests, 9 4. The testing equipment shall be assembled and positioned over the center of the pipe 10 joint and the end element tubes inflated to a maximum of 25 psi. 11 5. Pressurize the center joint test area to 4.0 psig and allow the temperature and 12 pressure to stabilize at the minimum of 2.5 psig for a period of 2.0 minutes prior to 13 testing. 14 6. To test,adjust the pressure to 3.5 psig and measure the time required to decrease the 15 pressure from 3.5 psig to 2.5 psig. 16 7. The joint is acceptable if the time for the pressure to drop from 3.5 psig to 2.5 psig 17 is greater than 10 seconds. 18 C. Deflection(mandrel)test(Pipe) 19 1. For pipe 36 inches and smaller,the mandrel is pulled through the pipe by hand to 20 ensure that maximum allowable deflection is not exceeded. 21 2. Maximum percent deflection by pipe size is as follows: 22 Nominal Pipe Size Inches Percent Deflection Allowed 12 and smaller 5.0 15 through 30 4.0 Greater than 30 3.0 23 24 D. Vacuum test(Manhole) 25 1. Draw a vacuum of 10 inches of mercury and turn off the pump. 26 2. With the valve closed,read the level vacuum level after the required test time. 27 3. Minimum time required for vacuum drop of 1 inch of mercury is as follows: 28 Depth of 4-foot Dia 5-foot Dia 6-foot Dia Manhole,feet Seconds Seconds Seconds 8 20 26 33 10 25 33 41 12 30 39 49 14 35 45 57 16 40 52 67 18 40 59 73 ** T=5 T=6.5 T=8 CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised December 20,2012 City Project No.01303 330130-6 SEWER AND MANHOLE TESTING Page 6 of 7 1 **For manholes over 18 feet deep,add"T"'seconds as shown for each respective 2 diameter for each 2 feet of additional depth of manhole to the time shown for 18 foot 3 depth. (Example: A 30 foot deep,4-foot diameter. Total test time would be 70 4 seconds. 40+6(5)=70 seconds) 5 6 4. Manhole vacuum levels observed to drop greater than 1 inch of mercury will have 7 failed the test. 8 3.5 REPAIR/RESTORATION[NOT USED] 9 3.6 RE-INSTALLATION[NOT USED] 10 3.7 FIELD QUALITY CONTROL 11 A. Non-Conforming Work 12 1. Low pressure air test(Pipe 60 Inch and smaller) 13 a. Should the air test fail,find and repair leak(s) and retest. 14 2. Low pressure joint air test(Pipe 27 inch or larger) 15 a. 100 percent of all joints shall be field tested,prior to the placement of backfill 16 over the spring line of the pipe,after the pipe has been substantially locked in to 17 place by embedment. If the pipe does not pass the field air test,the joint will be 18 pulled and refitted or rejected and removed from the project. After full 19 placement of backfill and proper compaction, 100%of all joints will be tested 20 again,as the installation progresses. At no time shall pipe installation exceed 21 300 feet beyond the last joint tested. 22 b. No more than 2 percent of the total number of joints failing to meet the 23 requirements of this test shall be field repaired by joint grout injection,or band 24 clamps,or other method. Any joints over 2%requiring field repairs shall be 25 rejected and removed from the project site. Rejected pipe shall be removed 26 from the project. Installation shall be stopped until defective joints are repaired 27 or replaced. 28 3. Should Deflection(mandrel)test(Pipe) 29 a. Should the mandrel fail to pass,the pipe is considered overdeflected. 30 b. Uncover overdeflected pipe. Reinstall if not damaged. 31 c. If damaged,remove and replace. 32 4. Vacuum test(Manhole) 33 a. Should the vacuum test fail,repair suspect area and retest. 34 1) External repairs required for leaks at pipe connection to manhole. 35 a) Shall be in accordance with Section 03 80 00. 36 2) Leaks within the manhole structure may be repaired internally or 37 externally. CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised December 20,2012 City Project No.01303 330130-7 SEWER AND MANHOLE TESTING Page 7 of 7 1 3.8 SYSTEM STARTUP[NOT USED] 2 3.9 ADJUSTING[NOT USED] 3 3.10 CLEANING [NOT USED] 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 END OF SECTION 9 Revision Log DATE NAME SUMMARY OF CHANGE 11/03/2015 W.Norwood Add individual joint testing option for 27 inch and larger with independent testing. Include UNI-13-6.Table 1. 10 CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised December 20,2012 City Project No.01303 THIS PAGE INTENTAILLY LEFT BLANK Page 1 of 5 1 99 99 00—Additional Technical Specifications 2 Gravel Surface Repair 3 4 9999.0001 -FLEXIBLE BASE COURSES 5 PART1 - GENERAL 6 1.1 SUMMARY 7 A. Section Includes: 8 1. Gravel surface course. 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 Forams, and Conditions of the 13 Contract 14 2. Division 1 —General Requirements 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Measurement 18 a. Measurement for this Item will be by the cubic yard(CY)of Gravel Surface 19 Repair for various: 20 1) Depths 21 2) Types 22 3) Gradations 23 2. Payment 24 a. The work performed and materials furnished in accordance with this Item and 25 measured as provided under"Measurement"will be paid for at the unit price 26 bid per cubic yard of Gravel Surface Repair. 27 3. The price bid shall include: 28 a. Preparation and correction of subgrade 29 b. Furnishing of material 30 c. Hauling 31 d. Blading 32 e. Compacting CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised December 20,2012 City Project No.01303 Page 2 of 5 1 1.3 REFERENCES [NOT USED] 2 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 3 1.5 ACTION SUBMITTALS [NOT USED] 4 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE[NOT USED] 8 1.10 DELIVERY,STORAGE,AND HANDLING[NOT USED] 9 1.11 FIELD[SITE] CONDITIONS [NOT USED] 10 1.12 WARRANTY[NOT USED] 11 PART 2- PRODUCTS [NOT USED] 12 2.1 OWNER-FURNISHED PRODUCTS[NOT USED] 13 2.2 MATERIALS 14 A. General 15 1. Furnish uncontaminated materials of uniform quality that meet the requirements of 16 the Drawings and specifications. 17 2. Obtain materials from approved sources. 18 3. Notify City of changes to material sources. 19 4. The City may sample and test project materials at any time before compaction 20 throughout the duration of the project to assure specification compliance. 21 B. Aggregate 22 1. Furnish aggregate of the type and grade shown on the Drawings and conforming to 23 the requirements of Table 1. 24 2. Each source must meet Table 1 requirements. 25 3. Los Angeles abrasion test: 50%Maximum wear per ASTM. 26 27 Table 1 28 Material Requirements 29 Sieve Size % Retained 1 0-10 '/2" 40-75 3/8" 55-90 #4" 90-100 #8 95-100 30 31 32 33 34 35 CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised December 20,2012 City Project No.01303 Page 3 of 5 1 4. Material Tolerances 2 a. The City may accept material if no more than 1 of the 5 most recent gradation 3 tests has an individual sieve outside the specified limits of the gradation. 4 b. When target grading is required by the Drawings,no single failing test may 5 exceed the master grading by more than 5 percentage points on sieves No.4 6 and larger or 3 percentage points on sieves smaller than No. 4. 7 5. Material Types 8 a. Do not use fillers or binders unless approved. 9 b. Furnish the type specified on the Drawings in accordance with the following: 10 1) Gravel 11 a) Washed gravel graded from a single, naturally occurring source. 12 2.3 ACCESSORIES[NOT USED] 13 2.4 SOURCE QUALITY CONTROL[NOT USED] 14 PART 3- EXECUTION 15 3.1 INSTALLERS [NOT USED] 16 3.2 EXAMINATION[NOT USED] 17 3.3 PREPARATION 18 A. General 19 1. Shape the subgrade or existing base to conform to the typical sections shown on the 20 Drawings or as directed. 21 B. Subgrade Compaction 22 1. Proof roll the roadbed before pulverizing or scarifying in accordance with the 23 following: 24 a. Proof Rolling 25 1) City Project Representative must be on-site during proof rolling operations. 26 2) Use equipment that will apply sufficient load to identify soft spots that rut 27 or pump. 28 a) Acceptable equipment includes fully loaded single-axle water truck 29 with a 1500 gallon capacity. 30 3) Make at least 2 passes with the proof roller(down and back= 1 pass). 31 4) Offset each trip by at most 1 tire width. 32 5) If an unstable or non-uniform area is found,correct the area. 33 b. Correct 34 1) Soft spots that rut or pump greater than 3/4 inch 35 2) Areas that are unstable or non-uniform 36 2. Installation of base material cannot proceed until compacted subgrade approved by 37 the City. 38 3.4 INSTALLATION 39 A. General 40 1. Construct each layer uniformly,free of loose or segregated areas,and with the 41 required density and moisture content. 42 2. Provide a smooth surface that conforms to the typical sections,lines,and grades 43 shown on the Drawings or as directed. CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitan'Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised December 20,2012 City Project No.01303 Page 4 of 5 1 3. Haul approved gravel in clean,covered trucks. 2 B. Equipment 3 1. General 4 a. Provide machinery,tools,and equipment necessary for proper execution of the 5 work. 6 2. Rollers 7 a. The Contractor may use any type of roller to meet the production rates and 8 quality requirements of the Contract unless otherwise shown on the Drawings 9 or directed. 10 b. When specific types of equipment are required,use equipment that meets the 11 specified requirements. 12 c. Alternate Equipment. 13 1) Instead of the specified equipment,the Contractor may,as approved, 14 operate other compaction equipment that produces equivalent results. 15 2) Discontinue the use of the alternate equipment and furnish the specified 16 equipment if the desired results are not achieved. 17 d. City may require Contractor to substitute equipment if production rate and 18 quality requirements of the Contract are not met. 19 C. Placing 20 1. Spread and shape flexible base into a uniform layer by approved means the same 21 day as delivered unless otherwise approved. 22 2. Construct layers to the thickness shown on the Drawings,while maintaining the 23 shape of the course. 24 3. Control dust by sprinkling. 25 4. Correct or replace segregated areas as directed. 26 5. Place successive courses using the same construction methods required for the first 27 course. 28 D. Compaction 29 1. General 30 a. Compact using density control unless otherwise shown on the Drawings. 31 b. Multiple lifts are permitted when shown on the Drawings or approved. 32 c. Bring each layer to the moisture content directed.When necessary, sprinkle the 33 material to the extent necessary to provide not less than the required density. 34 d. Compact the full depth of the surface course to the extent necessary to remain 35 firm and stable under construction equipment. 36 E. Finishing 37 1. Shape and maintain the course and surface in conformity with the typical sections, 38 lines,and grades as shown on the Drawings or as directed. 39 3.5 REPAIR/RESTORATION[NOT USED] 40 3.6 RE-INSTALLATION[NOT USED] 41 3.7 QUALITY CONTROL 42 A. Inspection 43 1. City to inspect final course. 44 a. Notify City Project Representative when gravel surface is ready for inspection. CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised December 20,2012 City Project No.01303 Page 5 of 5 1 3.8 SYSTEM STARTUP[NOT USED] 2 3.9 ADJUSTING[NOT USED] 3 3.10 CLEANING[NOT USED] 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION[NOT USED] 6 3.13 MAINTENANCE[NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 END OF SECTION 9 Revision Log DATE NAME SUMMARY OF CHANGE 10 CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised December 20,2012 City Project No.01303 THIS PAGE INTENTAILLY LEFT BLANK 3301 30-1 SEWER AND MANHOLE TESTING Page I of 7 1 SECTION 33 0130 2 SEWER AND MANHOLE TESTING 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Testing for sanitary sewer pipe and manholes prior to placing in service 7 a. Low Pressure Air Test and Deflection(Mandrel) Test 8 1) 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 for 60-inch pipe and smaller. 14 4. Pipe testing will include low pressure air test of joints for 27-inch or larger pipe. 15 5. Pipe testing will include deflection(mandrel) test for pipe. 16 6. Hydrostatic testing is not allowed. 17 7. Manhole testing will include vacuum test. 18 B. Deviations from this City of Fort Worth Standard Specification 19 1. None. 20 C. Related Specification Sections include,but are not necessarily limited to: 21 1. Division 0—Bidding Requirements, Contract Forms, and Conditions of the 22 Contract 23 2. Division 1 —General Requirements 24 3. Section 03 90 00—Modifications to Existing Concrete Structures 25 4. Section 33 04 50—Cleaning of Sewer Mains 26 1.2 PRICE AND PAYMENT PROCEDURES 27 A. Measurement and Payment 28 1. Pipe Testing 29 a. Measurement 30 1) This Item is considered subsidiary to the sanitary sewer main (pipe) 31 completed in place. 32 b. Payment 33 1) The work performed and the materials furnishing in accordance with this 34 Item are subsidiary to the unit price bid per linear foot of sanitary sewer main 35 (pipe) complete in place, and no other compensation will be allowed. 36 2. Manhole Testing 37 a. Measurement 38 1) Measurement for testing manholes shall be per each vacuum test. 39 b. Payment CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised December 20,2012 City Project No.01303 330130-2 SEWER AND MANHOLE TESTING Page 2 of 7 1 1) The work performed and the materials furnished in accordance with this 2 Item shall be paid for at the unit price bid per each vacuum test completed. 3 c. The price bid shall include: 4 1) Mobilization 5 2) Plugs 6 3) Clean-up 7 1.3 REFERENCES [NOT USED] 8 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 9 1.5 SUBMITTALS 10 A. Submittals shall be in accordance with Section 0133 00. 11 B. All submittals shall be approved by the City prior to delivery. 12 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 13 1.7 CLOSEOUT SUBMITTALS 14 A. Test and Evaluation Reports 15 1. All test reports generated during testing(pass and fail) 16 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 17 1.9 QUALITY ASSURANCE 18 A. Certifications 19 1. Mandrel Equipment 20 a. If requested by City,provide Quality Assurance certification that the equipment 21 used has been designed and manufactured in accordance to the required 22 specifications. 23 2. Joint Testing 24 a. Testing Service-Engage a qualified independent testing agency to perform 25 joint evaluation tests 26 b. Equipment-If requested by City,provide Quality Assurance certification that 27 the equipment used has been designed and manufactured in accordance to the 28 required specifications. CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised December 20,2012 City Project No.01303 330130-3 SEWER AND MANHOLE TESTING Page 3 of 7 1 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2- PRODUCTS [NOT USED] 5 PART 3 - EXECUTION 6 3.1 INSTALLERS [NOT USED] 7 3.2 EXAMINATION [NOT USED] 8 3.3 PREPARATION 9 A. Low Pressure Air Test(Pipe 60 inch and smaller) 10 1. Clean the sewer main before testing, as outlined in Section 33 04 50. 11 2. Plug ends of all branches, laterals, tees, wyes, and stubs to be included in test. 12 B. Low Pressure Joint Air Test(Pipe 27 inch or larger) 13 1. Clean the sewer main before testing, as outlined in Section 33 04 50. 14 2. Assemble individual joint tester over each joint from within the pipe. 15 C. Deflection(mandrel) test(Pipe) 16 1. Perform as last work item before final inspection. 17 2. Clean the sewer main and inspect for offset and obstruction prior to testing. 18 3. Materials 19 a. Mandrel used for deflection test 20 1) Use of an uncertified mandrel or a mandrel altered or modified after 21 certification will invalidate the deflection test. 22 2) Mandrel requirements 23 a) Odd number of legs with 9 legs minimum 24 b) Effective length not less than its nominal diameter 25 c) Fabricated of rigid and nonadjustable steel 26 d) Fitted with pulling rings and each end 27 e) Stamped or engraved on some segment other than a runner indicating 28 the following: 29 (1) Pipe material specification 30 (2) Nominal size 31 (3) Mandrel outside diameter(OD) 32 f) Mandrel diameter must be 95 percent of inside diameter(ID) of pipe. 33 «) Ialldn A iised s)iali he suitahle the pipe material, as t:o not 34 (1 1111 we tile: iwldc of the pipk Exllwn pulled trough. Consult mane facturer 35 rcgr approp) " �Tlalldrel cdtiihma,111.. 36 D. Vacuum test(Manhole) 37 1. Plug lifting holes and exterior joints. 38 2. Plug pipes and stubouts entering the manhole. CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised December 20,2012 City Project No.01303 330130-4 SEWER AND MANHOLE TESTING Page 4 of 7 1 3. Secure stubouts,manhole boots,and pipe plugs to prevent movement while vacuum 2 is drawn. 3 4. Plug pipes with drop connections beyond drop. 4 5. Place test head inside the frame at the top of the manhole. 5 3.4 INSTALLATION 6 A. Low pressure air test(Pipe 60"Inch and Smaller) 7 1. Install plug with inlet tap. 8 2. Connect air hose to inlet tap and a portable air control source. 9 3. After the stabilization period(3.5 psig minimum pressure) start the stop watch. 10 4. Determine time in seconds that is required for the internal air pressure to reach 2.5 11 psig. Minimum permissible pressure holding time per diameter per length of pipe 12 is computed from the following equation: 13 14 T=(0.0850*D*K) 15 Q 16 Where: 17 T=shortest time, seconds,allowed for air pressure to drop to 1.0 psig 18 K =0.000419*D*L,but not less than 1.0 19 D=nominal pipe diameter,inches 20 L=length of pipe being tested(by pipe size),feet 21 Q=0.00 15,cubic feet per minute per square foot of internal surface 22 5. UNI-B-6,Table 1 provides required time for given lengths of pipe for sizes 4-inch 23 through 60-inch based on the equation above. 24 25 UNI-B-6,Table 1 26 Minimum specified time required for a 1.0 psig pressure drop for size and length of pipe 27 indicated for q=0.0015 S cifieation Time for Le L Shown mmsec 1 2 3 4 ._.........---------...---__. ...... .._.,....,,.._ ... . _ ......_... .. _._.,_. .... ...... ...... .... Pipe Mmllnum Length for Time far Diameter Time Nliniumtn Langer 100h 150ft 200ft 25M 300ft 350ft 400ft 45(9t (W (nin! Tttne(ft) Length(sec) sec 4 3:46 597 .380 L 3.46 3:96 3x16 146 3.46 146 146 196 6 5..40 391 .854E SAO 540 5:40 5:40 5:40 SAO 5:92 624 8 734 298 1.520 L 734 734 734 734 736 852 1098 1124 ___.._..._._ .._. ----- - - . ..._ _ ..._,_......._ _.......... .. _..._................ ..... ... _...... ... _..... ... 10 926 239 2.374 L 9:26 916 926 953 1152 1351 15A9 17.48 12 1120 199 3.418 L 1120 1120 1124 1415 17.45 1956 22.47 2538,00 15 14:10 159 5,342 L 14:10 14:10 17.48 22:15 26:4200 3109:00 353600 4004,10 16 17,00 133 7.692 L 17110 19:13 25:3800 329300 382700 445200 51:1600 57:41,00 21 1950 114 10.470 L 19:50 26:1090 345490 43:3790 522190 619090 69:4890 783190 24 22:40 99 13.674 L 2247 34:1190 45:3490 565890 682290 79:4690 91:1000 1023390 27 _ 253090 88 17.306 L 285190 43:1690 57.4190 729790 863290 1005790 11522-00 129.4890 30 282000 BD 21.366 L 353790 532590 71:1390 899290 1065000 1243890 1422690 160:1590 33 31.1090 72 25.852 L 439590 643890 86:1000 107:4390 129.1690 15OA390 1722190 1935390 36 349090 66 30.768 L 51:1790 765590 _ 1023490 128:1290 1535000 1792990 2059790 230:4690 42 39:4890 57 41.883E 6914890 104:4290 1393790 1743090 2092490 244:1990 2790.90 3149790 48 453490 50 54.705 L 941000 136:4590 1822190 2275590 2733190 3199690 364:42-00 410:1790 54 5192:00. . 44 69.236 L 115:24'.00 173,0500 2882990 346:1190 4035390 4613490 5191690 60 56:4000 40 85.476 L 1422$90 213:4190 2845590 3569990 4272390 4%3790 56950,00 6419490 28 29 CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised December 20,2012 City Project No.01303 330130-5 SEWER AND MANHOLE TESTING Page 5 of 7 1 2 6. Stop test if no pressure loss has occurred during the first 25 percent of the 3 calculated testing time. 4 B. Low pressure joint air test(27 Inch or larger pipe) 5 1. All pipe joints, for all pipe materials, shall be tested in accordance with ASTM 6 C1103 as follows: 7 2. Equipment shall be the product of manufacturers having more than five years of 8 regular production of successful joint testers. Joint tester shall be as manufactured 9 by Cherne Industrial, Inc., of Edina,Minnesota, or approved equal. 10 3. Follow equipment manufacturer's recommendations when performing tests; only 11 experienced technicians shall perform tests. 12 4. The testing equipment shall be assembled and positioned over the center of the pipe 13 joint and the end element tubes inflated to a maximum of 25 psi. 14 5. Pressurize the center joint test area to 4.0 psig and allow the temperature and 15 pressure to stabilize at the minimum of 2.5 psig for a period of 2.0 minutes prior to 16 testing. 17 6. To test,adjust the pressure to 3.5 psig and measure the time required to decrease the 18 pressure from 3.5 psig to 2.5 psig. 19 7. The joint is acceptable if the time for the pressure to drop from 3.5 psig to 2.5 psig 20 is greater than 10 seconds. 21 C. Deflection(mandrel) test(Pipe) 22 1. For pipe 36 inches and smaller, the mandrel is pulled through the pipe by hand to 23 ensure that maximum allowable deflection is not exceeded. 24 2. Maximum percent deflection by pipe size is as follows: 25 Nominal Pipe Size Inches Percent Deflection Allowed 12 and smaller 5.0 15 through 30 1 4.0 Greater than 30 3.0 26 27 D. Vacuum test(Manhole) 28 1. Draw a vacuum of 10 inches of mercury and turn off the pump. 29 2. With the valve closed,read the level vacuum level after the required test time. 30 3. Minimum time required for vacuum drop of I inch of mercury is as follows: 31 Depth of 4-foot Dia 5-foot Dia 6-foot Dia Manhole, feet Seconds Seconds Seconds 8 20 26 33 10 25 33 41 12 30 39 49 14 35 45 57 CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised December 20,2012 City Project No.01303 33 01 30 .6 SEWER AND MANHOLE TESTING Page 6 of 7 16 40 52 67 18 40 59 73 ** T=5 T=6.5 T=8 1 **For manholes over 18 feet deep,add"T" seconds as shown for each respective 2 diameter for each 2 feet of additional depth of manhole to the time shown for 18 foot 3 depth. (Example: A 30 foot deep,4-foot diameter. Total test time would be 70 4 seconds. 40+6(5)=70 seconds) 5 6 4. Manhole vacuum levels observed to drop greater than 1 inch of mercury will have 7 failed the test. 8 3.5 REPAIR/RESTORATION [NOT USED] 9 3.6 RE-INSTALLATION [NOT USED] 10 3.7 FIELD QUALITY CONTROL 11 A. Non-Conforming Work 12 1. Low pressure air test(Pipe 60 Inch and smaller) 13 a. Should the air test fail,find and repair leak(s) and retest. 14 2. Low pressure joint air test(Pipe 27 inch or larger) 15 a. 100 percent of all joints shall be field tested,prior to the placement of backfill 16 over the spring line of the pipe, after the pipe has been substantially locked in to 17 place by embedment. If the pipe does not pass the field air test,the joint will be 18 pulled and refitted or rejected and removed from the project. After full 19 placement of backfill and proper compaction, 100%of all joints will be tested 20 again, as the installation progresses. At no time shall pipe installation exceed 21 300 feet beyond the last joint tested. 22 b. No more than 2 percent of the total number of joints failing to meet the 23 requirements of this test shall be field repaired by joint grout injection, or band 24 clamps, or other method. Any joints over 2%requiring field repairs shall be 25 rejected and removed from the project site. Rejected pipe shall be removed 26 from the project. Installation shall be stopped until defective joints are repaired 27 or replaced. 28 3. Should Deflection(mandrel)test(Pipe) 29 a. Should the mandrel fail to pass,the pipe is considered overdeflected. 30 b. Uncover overdeflected pipe. Reinstall if not damaged. 31 c. If damaged,remove and replace. 32 4. Vacuum test(Manhole) 33 a. Should the vacuum test fail,repair suspect area and retest. 34 1) External repairs required for leaks at pipe connection to manhole. 35 a) Shall be in accordance with Section 03 80 00. 36 2) Leaks within the manhole structure may be repaired internally or 37 externally. CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised December 20,2012 City Project No.01303 330130-7 SEWER AND MANHOLE TESTING Page 7 of 7 1 3.8 SYSTEM STARTUP[NOT USED] 2 3.9 ADJUSTING [NOT USED] 3 3.10 CLEANING [NOT USED] 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION[NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 END OF SECTION 9 Revision Log DATE NAME SUMMARY OF CHANGE 11/03/2015 W.Norwood Add individual joint testing option for 27 inch and larger with independent testing. Include UNI-B-6,Table 1. 10 CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised December 20,2012 City Project No.01303 3303 10-1 BYPASS PUMPING OF EXISTING SEWER SYSTEMS Page 1 of 5 1 SECTION 33 0310 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 lines 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 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. Measurement 17 a. Measurement for this Item will be by lump sum. 18 2. Payment 19 a. The work 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 WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 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 run 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 0133 00. 16 B. All submittals shall be approved by the Engineer or the City prior to delivery. 17 1.6 ACTION SUBMITTALSXVFORMATIONAL SUBMITTALS 18 A. Submit a detailed plan and description outlining all provisions and precautions that will 19 be taken with regard to the handling of sewer flows. Submit the plan to the City for 20 approval a minimum of 7 days prior to commencing work. Include the following 21 details: 22 1. Schedule for installation and maintenance of the bypass pumping 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 losses,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 Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS do Haltom City Meter Station do Outfall Sewer Revised July 1,2011 City Project No.01303 330310-3 BYPASS PUMPING OF EXISTING SEWER SYSTEMS Page 3 of 5 1 1.7 CLOSEOUT SUBMITTALS [NOT USED] 2 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 3 1.9 QUALITY ASSURANCE [NOT USED] 4 1.10 DELIVERY,STORAGE,AND HANDLING[NOT USED] 5 1.11 FIELD [SITE] CONDITIONS [NOT USED] 6 1.12 WARRANTY [NOT USED] 7 PART 2- PRODUCTS 8 2.1 OWNER-FURNISHED[OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 9 2.2 EQUIPMENT 10 A. Pumping 11 1. Provide equipment that will convey 100 percent of wet weather peak flow 12 conditions. 13 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. 17 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 e. 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 Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 330310-4 BYPASS PUMPING OF EXISTING SEWER SYSTEMS Page 4 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 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 procedures and equipment during installation when 19 necessary. 20 b. Thoroughly clean 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 Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station do Outfall Sewer Revised July 1,2011 City Project No.01303 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[OR] 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 11 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 END OF SECTION 18 Revision Log DATE NAME SUMMARY OF CHANGE 19 CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 THIS PAGE INTENTAILLY LEFT BLANK 330450-1 CLEANING OF SEWER MAINS Page I of 5 1 SECTION 33 04 50 2 CLEANING OF SEWER MAINS 3 PART1 - GENERAL 4 1.1 SUMMARY 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 Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0—Bidding Requirements, Contract Forms, and Conditions of the 12 Contract 13 2. Division 1 —General Requirements 14 3. Section 33 01 31 —Closed Circuit Television (CCTV)Inspection 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. 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 1.11 FIELD [SITE] CONDITIONS [NOT USED] 32 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH [insert Project Name] STANDARD CONSTRUCTION SPECH:ICATION DOCUMENTS [Insert Project Number] Revised December 20,2012 3304502 CLEANING OF SEWER MAINS Page 2 of 5 1 PART 2- PRODUCTS [NOT USED] 2 2.1 OWNER-FURNISHED [OR]OWNER-SUPPLIED PRODUCTS 3 2.2 PRODUCT TYPES 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[OR]SITE QUALITY CONTROL[NOT USED] 16 3.8 SYSTEM STARTUP[NOT USED] 17 3.9 ADJUSTING[NOT USED] 18 3.10 CLEANING 19 A. 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 and 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 [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] 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,dam,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-up,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 dam. 44 b. The dam must be easily collapsible to prevent damage to the sewer main, 45 property, etc. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] 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 minimum 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 balls,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[NOT USED] 42 3.13 MAINTENANCE[NOT USED] 43 3.14 ATTACHMENTS[NOT USED] 44 END OF SECTION 45 CITY OF FORT WORTH [Insect Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insect Project Number] Revised December 20,2012 330450-5 CLEANING OF SEWER MAINS Page 5 of 5 Revision Log DATE NAME SUMMARY OF CHANGE 1 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20,2012 THIS PAGE INTENTAILLY LEFT BLANK 330510- 1 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 1 of 21 1 SECTION 33 05 10 2 UTILITY TRENCH EXCAVATION,EMBEDMENT AND BACKFILL 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Excavation,Embedment and Backfill for: 7 a. Pressure Applications 8 1) Water Distribution or Transmission Main 9 2) Wastewater Force Main 10 3) Reclaimed Water Main 11 b. Gravity Applications 12 1) Wastewater Gravity Mains 13 2) Storm Sewer Pipe and Culverts 14 3) Storm Sewer Precast Box and Culverts 15 2. Including: 16 a. Excavation of all material encountered, including rock, and unsuitable soil and 17 municipal solid waste materials 18 b. Disposal of excess unsuitable soils and municipal solid waste material at 19 approved landfill 20 c. Site specific trench safety 21 d. Pumping and dewatering,and disposal of contaminated water from dewatering 22 operation at approved location 23 e. Embedment 24 f. Concrete encasement for utility lines 25 g. Backfill 26 h. Compaction 27 B. Deviations from this City of Fort Worth Standard Specification 28 1. Paragraph 1.1.A.1a 29 2. Paragraph 1.1.A.2.b 30 3. Paragraph 1.1.A.2.d 31 4. Paragraph 1.2.A.2 32 5. Paragraph 1.2.A.2.a.1 33 6. Paragraph 1.3.B.3.a 34 7. Paragraph 1.4.0 35 8. Paragraph 1.6.A.3 36 9. Paragraph 1.6.A.4 37 10. Paragraph 2.2.10 38 11. Paragraph 3.4.A.2 39 12. Paragraph 3.4.C.2.h.4 40 13. Paragraph 3.4.D.4 41 14. Paragraph 3.4.E.8 CITY OF FORT WORTH Big Fossil Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall Revised June 19,2013 City Project No.01303 330510-2 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 2 of 21 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 02 41 13—Selective Site Demolition 6 4. Section 02 41 15—Paving Removal 7 5. Section 02 41 14—Utility Removal/Abandonment 8 6. Section 03 30 00—Cast-in-place Concrete 9 7. Section 03 34 13—Controlled Low Strength Material(CLSM) 10 8. Section 31 10 00—Site Clearing 11 9. Section 3125 00—Erosion and Sediment Control 12 10. Section 33 05 26—Utility Markers/Locators 13 11. Section 34 71 13—Traffic Control 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Trench Excavation,Embedment and Backfill associated with the installation of an 17 underground utility or excavation 18 a. Measurement 19 1) This Item is considered subsidiary to the installation of the utility pipe line 20 as designated in the Drawings. 21 b. Payment 22 1) The work performed and the materials furnished in accordance with this 23 Item are considered subsidiary to the installation of the utility pipe for the 24 type of embedment and backfill as indicated on the plans.No other 25 compensation will be allowed. 26 2. Imported Embedment or Backfill and special flowable backfill 27 a. Measurement 28 1) Measured by the cubic yard as delivered to the site,and recorded by truck 29 ticket provided to the City or by on site cubic yard measurement for 30 flowable fill. 31 b. Payment 32 1) Imported fill shall only be paid when using materials for embedment and 33 backfill other than those identified in the Drawings.The work performed 34 and materials furnished in accordance with pre-bid item and measured as 35 provided under"Measurement"will be paid for at the unit price bid per 36 cubic yard of"Imported Embedment/Backfill"delivered to the Site for: 37 a) Various embedment/backfill materials 38 c. The price bid shall include: 39 1) Furnishing backfill or embedment as specified by this Specification 40 2) Hauling to the site 41 3) Placement and compaction of backfill or embedment 42 3. Concrete Encasement for Utility Lines 43 a. Measurement 44 1) Measured by the cubic yard per plan quantity. 45 b. Payment CITY OF FORT WORTH Big Fossil Parallel Relief Sanitary Sewer,Phase J STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS do Haltom City Meter Station and Sewer Outfall Revised June 19,2013 City Project No.01303 330510-3 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 3 of 21 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 cubic yard of"Concrete Encasement for Utility Lines"per 4 plan quantity. 5 c. The price bid shall include: 6 1) Furnishing,hauling,placing and finishing concrete in accordance with 7 Section 03 30 00 8 2) Clean-up 9 4. Ground Water Control 10 a. Measurement 11 1) Measurement shall be lump sum when a ground water control plan is 12 specifically required by the Contract Documents. 13 b. Payment 14 1) Payment shall be per the lump sum price bid for"Ground Water Control" 15 including: 16 a) Submittals 17 b) Additional Testing 18 c) Ground water control system installation 19 d) Ground water control system operations and maintenance 20 e) Disposal of water 21 f) Removal of ground water control system 22 5. Trench Safety 23 a. Measurement 24 1) Measured per linear foot of excavation for all trenches that require trench 25 safety in accordance with OSHA excavation safety standards (29 CFR Part 26 1926 Subpart P Safety and Health regulations for Construction) 27 b. Payment 28 1) The work performed and materials furnished in accordance with this Item 29 and measured as provided under"Measurement"will be paid for at the unit 30 price bid per linear foot of excavation to comply with OSHA excavation 31 safety standards(29 CFR Part 1926.650 Subpart P),including, but not 32 limited to, all submittals, labor and equipment. 33 1.3 REFERENCES 34 A. Definitions 35 1. General—Definitions used in this section are in accordance with Terminologies 36 ASTM F412 and ASTM D8 and Terminology ASTM D653,unless otherwise 37 noted. 38 2. Definitions for trench width,backfill,embedment,initial backfill,pipe zone, 39 haunching bedding, springline,pipe zone and foundation are defined as shown in 40 the following schematic: CITY OF FORT WORTH Big Fossil Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall Revised June 19,2013 City Project No.01303 330510-4 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKF Li_ Page 4 of 21 \\�\\ PAVED rAREAS UNPAVED AREAS \\/X\� .M, m Q M J J Q INITIAL Xx BACKFILL UJ a o SPRINGLINE M CL MUNCHING BEDDING FOUNDATION \/ \ OD CLEARANCE EXCAVATED TRENCH WIDTH 1 2 3. Deleterious materials—Harmful materials such as clay lumps, silts and organic 3 material 4 4. Excavated Trench Depth—Distance from the surface to the bottom of the bedding 5 or the trench foundation 6 5. Final Baclfill Depth 7 a. Unpaved Areas—The depth of the final baclfill measured from the top of the 8 initial baclfill to the surface 9 b. Paved Areas—The depth of the final baclfill measured from the top of the 10 initial baclfill to bottom of permanent or temporary pavement repair 11 B. Reference Standards 12 1. Reference standards cited in this Specification refer to the current reference 13 standard published at the time of the latest revision date logged at the end of this 14 Specification,unless a date is specifically cited. 15 2. ASTM Standards: 16 a. ASTM C33-08 Standard Specifications for Concrete Aggregates 17 b. ASTM C88-05 Soundness of Aggregate by Use of Sodium Sulfate or 18 Magnesium Sulfate 19 c. ASTM C136-01 Test Method for Sieve Analysis of Fine and Coarse Aggregate 20 d. ASTM D448-08 Standard Classification for Sizes of Aggregate for Road and 21 Bridge Construction. CITY OF FORT WORTH Big Fossil Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS do Haltom City Meter Station and Sewer Outfall Revised June 19,2013 City Project No.01303 330510-5 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 5 of 21 l e. ASTM C535-09 Standard Test Method for Resistance to Degradation of Large- 2 Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine 3 f. ASTM D588—Standard Test method for Moisture-Density Relations of Soil- 4 Cement Mixture 5 g. ASTM D698-07 Test Method for Laboratory Compaction Characteristics of 6 Soil Using Stand Efforts (12,400 ft-lb/ft3 600 Kn-m/M3)). 7 h. ASTM 1556 Standard Test Methods for Density and Unit Weight of Soils in 8 Place by Sand Cone Method. 9 i. ASTM 2487— 10 Standard Classification of Soils for Engineering Purposes 10 (Unified Soil Classification System) 1 l j. ASTM 2321-09 Underground Installation of Thermoplastic Pipe for Sewers 12 and Other Gravity-Flow Applications 13 k. ASTM D2922—Standard Test Methods for Density of Soils and Soil 14 Aggregate in Place by Nuclear Methods(Shallow Depth) 15 1. ASTM 3017 -Standard Test Method for Water Content of Soil and Rock in 16 place by Nuclear Methods(Shallow Depth) 17 m. ASTM D4254-Standard Test Method for Minimum Index Density and Unit 18 Weight of Soils and Calculations of Relative Density 19 3. OSHA 20 a. Occupational Safety and Health Administration CFR 29,Part 1926-Safety 21 Regulations for Construction, Subpart P—Excavations and other requirements 22 for landfill gas and contamination. 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 A. Coordination 25 1. Utility Company Notification 26 a. Notify area utility companies at least 48 hours in advance, excluding weekends 27 and holidays,before starting excavation. 28 b. Request the location of buried lines and cables in the vicinity of the proposed 29 work. 30 c. Coordination with Republic Services 31 B. Sequencing 32 1. Sequence work for each section of the pipe installed to complete the embedment 33 and backfill placement on the day the pipe foundation is complete. 34 2. Sequence work such that proctors are complete in accordance with ASTM D698 35 prior to commencement of construction activities. 36 C. TCEQ Permit: 37 1. Follow the procedures established in TCEQ authorization letter where applicable. 38 Refer to Appendix- GC 6.09 39 1.5 SUBMITTALS 40 A. Submittals shall be in accordance with Section 0133 00. 41 B. All submittals shall be approved by the City prior to construction. 42 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 43 A. Shop Drawings CITY OF FORT WORTH Big Fossil Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall Revised June 19,2013 City Project No.01303 330510-6 UTII.ITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFML Page 6 of 21 1 1. Provide detailed drawings and explanation for ground water and surface water 2 control,if required. 3 2. Trench Safety Plan in accordance with Occupational Safety and Health 4 Administration CFR 29,Part 1926-Safety Regulations for Construction,Subpart P- 5 Excavations 6 3. Stockpiled excavation and/or backfill material 7 a. Provide a description of the storage of the excavated material only if the 8 Contract Documents do not allow storage of materials in the right-of-way of the 9 easement. 10 b. Provide storage,handling,testing and disposal of municipal solid waste and 11 contaminated water from the landfill area. 12 4. Shoring, sheeting and bracing as required in the landfill area. 13 1.7 CLOSEOUT SUBMITTALS[NOT USED] 14 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 15 1.9 QUALITY ASSURANCE[NOT USED] 16 1.10 DELIVERY,STORAGE,AND HANDLING 17 A. Storage 18 1. Within Existing Rights-of-Way(ROW) 19 a. Spoil,imported embedment and backfill materials may be stored within 20 existing ROW,easements or temporary construction easements,unless 21 specifically disallowed in the Contract Documents. 22 b. Do not block drainage ways,inlets or driveways. 23 c. Provide erosion control in accordance with Section 3125 00. 24 d. Store materials only in areas barricaded as provided in the traffic control plans. 25 e. In non-paved areas,do not store material on the root zone of any trees or in 26 landscaped areas. 27 2. Designated Storage Areas 28 a. If the Contract Documents do not allow the storage of spoils,embedment or 29 backfill materials within the ROW,easement or temporary construction 30 easement,then secure and maintain an adequate storage location. 31 b. Provide an affidavit that rights have been secured to store the materials on 32 private property. 33 c. Provide erosion control in accordance with Section 3125 00. 34 d. Do not block drainage ways. 35 e. Only materials used for 1 working day will be allowed to be stored in the work 36 zone. 37 B. Deliveries and haul-off-Coordinate all deliveries and haul-off. 38 1.11 FIELD[SITE] CONDITIONS 39 A. Existing Conditions 40 1. Any data which has been or may be provided on subsurface conditions is not 41 intended as a representation or warranty of accuracy or continuity between soils.It 42 is expressly understood that neither the City nor the Engineer will be responsible 43 for interpretations or conclusions drawn there from by the Contractor. CrrY OF FORT WORTH Big Fossil Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall Revised June 19,2013 City Project No.01303 330510-7 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 7 of 21 1 2. Data is made available for the convenience of the Contractor. 2 1.12 WARRANTY [NOT USED] 3 PART 2- PRODUCTS 4 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS 5 2.2 MATERIALS 6 A. Materials 7 1. Utility Sand 8 a. Granular and free flowing 9 b. Generally meets or exceeds the limits on deleterious substances per Table 1 for 10 fine aggregate according to ASTM C 33 11 c. Reasonably free of organic material 12 d. Gradation: Sieve Size Percent Retained 1 inch 0 3/8 inch 0-10 #40 20-60 #100 95 13 2. Crushed Rock 14 a. Durable crushed rock or recycled concrete 15 b. Meets the gradation of ASTM D448 size numbers 56, 57 or 67 16 c. May be unwashed 17 d. Free from significant silt clay or unsuitable materials 18 e. Percentage of wear not more than 40 percent per ASTM C131 or C535 19 f. Not more than a 12 percent maximum loss when subjective to 5 cycles of 20 sodium sulfate soundness per ASTM C88 21 3. Fine Crushed Rock 22 a. Durable crushed rock 23 b. Meets the gradation of ASTM D448 size numbers 8 or 89 24 c. May be unwashed 25 d. Free from significant silt clay or unsuitable materials. 26 e. Have a percentage of wear not more than 40 percent per ASTM C131 or C535 27 f. Not more than a 12 percent maximum loss when subjective to 5 cycles of 28 sodium sulfate soundness per ASTM C88 29 4. Ballast Stone 30 a. Stone ranging from 3 inches to 6 inches in greatest dimension. 31 b. May be unwashed 32 c. Free from significant silt clay or unsuitable materials 33 d. Percentage of wear not more than 40 percent per ASTM C131 or C535 34 e. Not more than a 12 percent maximum loss when subjected to 5 cycles of 35 sodium sulfate soundness per ASTM C88 36 5. Acceptable Backfill Material 37 a. In-situ or imported soils classified as CL,CH, SC or GC in accordance with 38 ASTM D2487 39 b. Free from deleterious materials,boulders over 6 inches in size and organics CITY OF FORT WORTH Big Fossil Parallel Relief Sanitary Sewer,Phase l STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall Revised June 19,2013 City Project No.01303 330510-8 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFn L Page 8 of 21 1 c. Can be placed free from voids 2 d. Must have 20 percent passing the number 200 sieve 3 6. Blended Backfill Material 4 a. In-situ soils classified as SP,SM,GP or GM in accordance with ASTM D2487 5 b. Blended with in-situ or imported acceptable backfill material to meet the 6 requirements of an Acceptable Backfill Material 7 c. Free from deleterious materials,boulders over 6 inches in size and organics 8 d. Must have 20 percent passing the number 200 sieve 9 7. Unacceptable Backfill Material 10 a. In-situ soils classified as ML,MH,PT,OL or OH in accordance with ASTM 11 D2487 12 8. Select Fill 13 a. Classified as SC or CL in accordance with ASTM D2487 14 b. Liquid limit less than 35 15 c. Plasticity index between 8 and 20 16 9. Cement Stabilized Sand(CSS) 17 a. Sand 18 1) Shall be clean,durable sand meeting grading requirements for fine 19 aggregates of ASTM C33 and the following requirements: 20 a) Classified as SW,SP,or SM by the United Soil Classification System 21 of ASTM D2487 22 b) Deleterious materials 23 (1) Clay lumps,ASTM C142,less than 0.5 percent 24 (2) Lightweight pieces,ASTM C123,less than 5.0 percent 25 (3) Organic impurities,ASTM C40,color no darker than standard 26 color 27 (4) Plasticity index of 4 or less when tested in accordance with ASTM 28 D4318. 29 b. Minimum of 4 percent cement content of Type WI portland cement 30 c. Water 31 1) Potable water,free of soils,acids, alkalis,organic matter or other 32 deleterious substances,meeting requirements of ASTM C94 33 d. Mix in a stationary pug mill,weigh-batch or continuous mixing plant. 34 e. Strength 35 1) 50 to 150 psi compressive strength at 2 days in accordance with ASTM 36 D1633,Method A 37 2) 200 to 250 psi compressive strength at 28 days in accordance with ASTM 38 D1633,Method A 39 3) The maximum compressive strength in 7 days shall be 400 psi. Backfill 40 that exceeds the maximum compressive strength shall be removed by the 41 Contractor for no additional compensation. 42 f. Random samples of delivered product will be taken in the field at point of 43 delivery for each day of placement in the work area.Spccrinens will be 44 prepared in accordance with ASTM D1632. 45 10. Controlled Low Strength Material(CLSM) 46 a. Conform to Section 03 34 13 CITY OF FORT WORTH Big Fossil Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall Revised June 19,2013 City Project No.01303 330510-9 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 9 of 21 1 b. Flowable backfill: Flowable backfill shall consist of a mixture of native soil or 2 manufactured material,cement and/or flyash and water which produces a 3 material with unconfined compressive strength between 50 psi and 150 psi after 4 28 days and a permeability of 10(power-5)centimeter per second. Any 5 material used shall be primarily granular with PI<12 and with 100% passing the 6 3/-inch sieve.The flowable mixture shall be mixed in a pugmill,concrete mixer 7 or transit mixer and shall have a minimum slump of 5-inch. The flowable fill 8 must be allowed to set prior to placing any overlying backfill. 9 11. Trench Geotextile Fabric 10 a. Soils other than ML or OH in accordance with ASTM D2487 11 1) Needle punch,nonwoven geotextile composed of polypropylene fibers 12 2) Fibers shall retain their relative position 13 3) Inert to biological degradation 14 4) Resist naturally occurring chemicals l5 5) UV Resistant 16 6) Mirafi 140N by Tencate,or approved equal 17 b. Soils Classified as ML or OH in accordance with ASTM D2487 18 1) High-tenacity monofilament polypropylene woven yarn 19 2) Percent open area of 8 percent to 10 percent 20 3) Fibers shall retain their relative position 21 4) Inert to biological degradation 22 5) Resist naturally occurring chemicals 23 6) UV Resistant 24 7) Miraff FW402 by Tencate,or approved equal 25 12. Concrete Encasement 26 a. Conform to Section 03 30 00. 27 2.3 ACCESSORIES [NOT USED] 28 2.4 SOURCE QUALITY CONTROL [NOT USED] 29 PART 3- EXECUTION 30 3.1 INSTALLERS [NOT USED] 31 3.2 EXAMINATION 32 A. Verification of Conditions 33 1. Review all known,identified or marked utilities,whether public or private,prior to 34 excavation. 35 2. Locate and protect all known, identified and marked utilities or underground 36 facilities as excavation progresses. 37 3. Notify all utility owners within the project limits 48 hours prior to beginning 38 excavation. 39 4. The information and data shown in the Drawings with respect to utilities is 40 approximate and based on record information or on physical appurtenances 41 observed within the project limits. 42 5. Coordinate with the Owner(s)of underground facilities. CITY OF FORT WORTH Big Fossil Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall Revised June 19,2013 City Project No.01303 330510-10 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 10 of 21 1 6. Immediately notify any utility owner of damages to underground facilities resulting 2 from construction activities. 3 7. Repair any damages resulting from the construction activities. 4 B. Notify the City immediately of any changed condition that impacts excavation and 5 installation of the proposed utility. 6 3.3 PREPARATION 7 A. Protection of In-Place Conditions 8 1. Pavement 9 a. Conduct activities in such a way that does not damage existing pavement that is 10 designated to remain. 11 1) Where desired to move equipment not licensed for operation on public 12 roads or across pavement,provide means to protect the pavement from all 13 damage. 14 b. Repair or replace any pavement damaged due to the negligence of the 15 contractor outside the limits designated for pavement removal at no additional 16 cost to the City. 17 2. Drainage 18 a. Maintain positive drainage during construction and re-establish drainage for all 19 swales and culverts affected by construction. 20 3. Trees 21 a. When operating outside of existing ROW,stake permanent and temporary 22 construction easements. 23 b. Restrict all construction activities to the designated easements and ROW. 24 c. Flag and protect all trees designated to remain in accordance with Section 31 10 25 00. 26 d. Conduct excavation,embedment and backfill in a manner such that there is no 27 damage to the tree canopy. 28 e. Prune or trim tree limbs as specifically allowed by the Drawings or as 29 specifically allowed by the City. 30 1) Pruning or trimming may only be accomplished with equipments 31 specifically designed for tree pruning or trimming. 32 f. Remove trees specifically designated to be removed in the Drawings in 33 accordance with Section 31 10 00. 34 4. Above ground Structures 35 a. Protect all above ground structures adjacent to the construction. 36 b. Remove above ground structures designated for removal in the Drawings in 37 accordance with Section 02 41 13 38 5. Traffic 39 a. Maintain existing traffic,except as modified by the traffic control plan,and in 40 accordance with Section 34 7113. 41 b. Do not block access to driveways or alleys for extended periods of time unless: 42 1) Alternative access has been provided 43 2) Proper notification has been provided to the property owner or resident 44 3) It is specifically allowed in the traffic control plan 45 c. Use traffic rated plates to maintain access until access is restored. 46 6. Traffic Signal—Poles,Mast Arms,Pull boxes,Detector loops CITY OF FORT WORTH Big Fossil Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall Revised June 19,2013 City Project No.01303 33 05 10-11 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 1 l of 21 1 a. Notify the City's Traffic Services Division a minimum of 48 hours prior to any 2 excavation that could impact the operations of an existing traffic signal. 3 b. Protect all traffic signal poles,mast arms,pull boxes, traffic cabinets,conduit 4 and detector loops. 5 c. Immediately notify the City's Traffic Services Division if any damage occurs to 6 any component of the traffic signal due to the contractors activities. 7 d. Repair any damage to the traffic signal poles,mast arms,pull boxes,traffic 8 cabinets, conduit and detector loops as a result of the construction activities. 9 7. Fences 10 a. Protect all fences designated to remain. 11 b. Leave fence in the equal or better condition as prior to construction. 12 3.4 INSTALLATION 13 A. Excavation 14 1. Excavate to a depth indicated on the Drawings. 15 2. Trench excavations are defined as unclassified. No additional payment shall be 16 granted for rock or other in-situ materials encountered in the trench other than the 17 excavation of municipal solid waste in the landfill area. 18 3. Excavate to a width sufficient for laying the pipe in accordance with the Drawings 19 and bracing in accordance with the Excavation Safety Plan. 20 4. The bottom of the excavation shall be firm and free from standing water.. 21 a. Notify the City immediately if the water and/or the in-situ soils do not provide 22 for a firm trench bottom. 23 b. The City will determine if any changes are required in the pipe foundation or 24 bedding. 25 5. Unless otherwise permitted by the Drawings or by the City,the limits of the 26 excavation shall not advance beyond the pipe placement so that the trench may be 27 backfilled in the same day. 28 6. Over Excavation 29 a. Fill over excavated areas with the specified bedding material as specified for 30 the specific pipe to be installed. 31 b. No additional payment will be made for over excavation or additional bedding 32 material. 33 7. Unacceptable Backfill Materials 34 a. In-situ soils classified as unacceptable backfill material shall be separated from 35 acceptable backfill materials. 36 b. If the unacceptable backfill material is to be blended in accordance with this 37 Specification,then store material in a suitable location until the material is 38 blended. 39 c. Remove all unacceptable material from the project site that is not intended to be 40 blended or modified. 41 8. Rock—No additional compensation will be paid for rock excavation or other 42 changed field conditions. 43 B. Shoring, Sheeting and Bracing 44 1. Engage a Licensed Professional Engineer in the State of Texas to design a site 45 specific excavation safety system in accordance with Federal and State 46 requirements. CITY OF FORT WORTH Big Fossil Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall Revised June 19,2013 City Project No.01303 33 05 10-12 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 12 of 21 1 2. Excavation protection systems shall be designed according to the space limitations 2 as indicated in the Drawings. 3 3. Furnish,put in place and maintain a trench safety system in accordance with the 4 Excavation Safety Plan and required by Federal, State or local safety requirements. 5 4. If soil or water conditions are encountered that are not addressed by the current 6 Excavation Safety Plan,engage a Licensed Professional Engineer in the State of 7 Texas to modify the Excavation Safety Plan and provide a revised submittal to the 8 City. 9 5. Do not allow soil,or water containing soil,to migrate through the Excavation 10 Safety System in sufficient quantities to adversely affect the suitability of the 11 Excavation Protection System.Movable bracing,shoring plates or trench boxes 12 used to support the sides of the trench excavation shall not: 13 a. Disturb the embedment located in the pipe zone or lower 14 b. Alter the pipe's line and grade after the Excavation Protection System is 15 removed 16 c. Compromise the compaction of the embedment located below the spring line of 17 the pipe and in the haunching 18 C. Water Control 19 1. Surface Water 20 a. Furnish all materials and equipment and perform all incidental work required to 21 direct surface water away from the excavation. 22 2. Ground Water 23 a. Furnish all materials and equipment to dewater ground water by a method 24 which preserves the undisturbed state of the subgrade soils. 25 b. Do not allow the pipe to be submerged within 24 hours after placement. 26 c. Do not allow water to flow over concrete until it has sufficiently cured. 27 d. Engage a Licensed Engineer in the State of Texas to prepare a Ground Water 28 Control Plan if any of the following conditions are encountered: 29 1) A Ground Water Control Plan is specifically required by the Contract 30 Documents 31 2) If in the sole judgment of the City,ground water is so severe that an 32 Engineered Ground Water Control Plan is required to protect the trench or 33 the installation of the pipe which may include: 34 a) Ground water levels in the trench are unable to be maintained below 35 the top of the bedding 36 b) A firm trench bottom cannot be maintained due to ground water 37 c) Ground water entering the excavation undermines the stability of the 38 excavation. 39 d) Ground water entering the excavation is transporting unacceptable 40 quantities of soils through the Excavation Safety System. 41 e. In the event that there is no bid item for a Ground Water Control and the City 42 requires an Engineered Ground Water Control Plan due to conditions 43 discovered at the site,the contractor will be eligible to submit a change order. 44 f. Control of ground water shall be considered subsidiary to the excavation when: 45 1) No Ground Water Control Plan is specifically identified and required in the 46 Contract Documents 47 g. Ground Water Control Plan installation,operation and maintenance CITY OF FORT WORTH Big Fossil Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall Revised June 19,2013 City Project No.01303 3305 10-13 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 13 of 21 1 1) Furnish all materials and equipment necessary to implement, operate and 2 maintain the Ground Water Control Plan. 3 2) Once the excavation is complete,remove all ground water control 4 equipment not called to be incorporated into the work. 5 h. Water Disposal 6 1) Dispose of ground water in accordance with City policy or Ordinance. 7 2) Do not discharge ground water onto or across private property without 8 written permission. 9 3) Permission from the City is required prior to disposal into the Sanitary 10 Sewer. 11 4) Disposal of water from the landfill area shall be as per TCEQ permit 12 requirement and shall not violate any Federal, State or local regulations. 13 D. Embedment and Pipe Placement 14 1. Water Lines less than,or equal to, 12 inches in diameter: 15 a. The entire embedment zone shall be of uniform material. 16 b. Utility sand shall be generally used for embedment. 17 c. If ground water is in sufficient quantity to cause sand to pump,then use 18 crushed rock as embedment. 19 1) If crushed rock is not specifically identified in the Contract Documents, 20 then crushed rock shall be paid by the pre-bid unit price. 21 d. Place evenly spread bedding material on a firm trench bottom. 22 e. Provide firm,uniform bedding. 23 f. Place pipe on the bedding in accordance with the alignment of the Drawings. 24 g. In no case shall the top of the pipe be less than 42 inches from the surface of the 25 proposed grade,unless specifically called for in the Drawings. 26 h. Place embedment, including initial backfill,to a minimum of 6 inches,but not 27 more than 12 inches,above the pipe. 28 i. Where gate valves are present,the initial backfill shall extend to 6 inches above 29 the elevation of the valve nut. 30 j. Form all blocking against undisturbed trench wall to the dimensions in the 31 Drawings. 32 k. Compact embedment and initial backfill. 33 1. Place marker tape on top of the initial trench backfill in accordance with 34 Section 33 05 26. 35 2. Water Lines 16-inches through 24-inches in diameter: 36 a. The entire embedment zone shall be of uniform material. 37 b. Utility sand may be used for embedment when the excavated trench depth is 38 less than 15 feet deep. 39 c. Crushed rock or fine crushed rock shall be used for embedment for excavated 40 trench depths 15 feet,or greater. 41 d. Crushed rock shall be used for embedment for steel pipe. 42 e. Provide trench geotextile fabric at any location where crushed rock or fine 43 crushed rock come into contact with utility sand 44 f. Place evenly spread bedding material on a firm trench bottom. 45 g. Provide firm,uniform bedding. 46 1) Additional bedding may be required if ground water is present in the 47 trench. CITY OF FORT WORTH Big Fossil Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall Revised June 19,2013 City Project No.01303 33 05 10-14 UTIIITY TRENCH EXCAVATION,EMBEDMENT,AND BACKF L.L Page 14 of 21 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 alignment 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 m. 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) fl 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 lift 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 performed 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 Big Fossil Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall Revised June 19,2013 City Project No.01303 3305 10-15 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 15 of 21 1 4. Sanitary Sewer Lines and Storm Sewer Lines: 2 Unless otherwise shown on drawings, included in the specifications and/or 3 approved for a special pipe material, the following shall apply 4 a. The entire embedment zone shall be of uniform material. 5 b. Crushed rock shall be used for embedment. 6 c. Place evenly spread bedding material on a firm trench bottom. 7 d. Spread bedding so that lines and grades are maintained and that there are no 8 sags in the sanitary sewer pipe line. 9 e. Provide firm,uniform bedding. 10 1) Additional bedding may be required if ground water is present in the 11 trench. 12 2) If additional crushed rock is required which is not specifically identified in 13 the Contract Documents,then crushed rock shall be paid by the pre-bid unit 14 price. 15 f. Place pipe on the bedding according to the alignment shown in the Drawings. 16 g. The pipe line shall be within±0.1 inches of the elevation,and be consistent 17 with the grade shown on the Drawings. 18 h. Place and compact embedment material to adequately support haunches in 19 accordance with the pipe manufacturer's recommendations. 20 i. For sewer lines greater than 30 inches in diameter, the embedment lift shall not 21 exceed the spring line prior to compaction. 22 j. Place remaining embedment including initial backfill to a minimum of 6 inches, 23 but not more than 12 inches, above the pipe. 24 k. Compact the embedment and initial backfill to 95 percent Standard Proctor 25 ASTM D 698. 26 1. Density test may be performed by City to verify that the compaction of 27 embedment meets requirements. 28 m. Place trench geotextile fabric on top of the initial backfill. 29 n. Place marker tape on top of the trench geotextile fabric in accordance with 30 Section 33 05 26. 31 5. Storm Sewer(RCP) 32 a. The bedding and the pipe zone up to the spring line shall be of uniform 33 material. 34 b. Crushed rock shall be used for embedment up to the spring line. 35 c. The specified backfill material may be used above the spring line. 36 d. Place evenly spread bedding material on a firm trench bottom. 37 e. Spread bedding so that lines and grades are maintained and that there are no 38 sags in the storm sewer pipe line. 39 f. 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 g. Place pipe on the bedding according to the alignment of the Drawings. 46 h. The pipe line shall be within±0.1 inches of the elevation, and be consistent 47 with the grade, shown on the Drawings. 48 i. Place embedment material up to the spring line. 49 1) Place embedment to ensure that adequate support is obtained in the haunch. CITY OF FORT WORTH Big Fossil Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall Revised June 19,2013 City Project No.01303 3305 10-16 UTUffY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 16 of 21 1 j. Compact the embedment and initial backfill to 95 percent Standard Proctor 2 ASTM D 698. 3 k. Density test may be performed by City to verify that the compaction of 4 embedment meets requirements. 5 1. Place trench geotextile fabric on top of pipe and crushed rock. 6 6. Storm Sewer Reinforced Concrete Box 7 a. Crushed rock shall be used for bedding. 8 b. The pipe zone and the initial backfill shall be: 9 1) Crushed rock,or 10 2) Acceptable backfill material compacted to 95 percent Standard Proctor 11 density 12 c. Place evenly spread compacted bedding material on a firm trench bottom. 13 d. Spread bedding so that lines and grades are maintained and that there are no 14 sags in the storm sewer pipe line. 15 e. Provide firm,uniform bedding. 16 1) Additional bedding may be required if ground water is present in the 17 trench. 18 2) If additional crushed rock is required which is not specifically identified in 19 the Contract Documents,then crushed rock shall be paid by the pre-bid unit 20 price. 21 f. Fill the annular space between multiple boxes with crushed rock,CLSM 22 according to 03 34 13. 23 g. Place pipe on the bedding according to the alignment of the Drawings. 24 h. The pipe shall be within±0.1 inches of the elevation,and be consistent with the 25 grade,shown on the Drawings. 26 i. Compact the embedment initial backfill to 95 percent Standard Proctor ASTM 27 D698. 28 7. Water Services(Ixss than 2 Inches in Diameter) 29 a. The entire embedment zone shall be of uniform material. 30 b. Utility sand shall be generally used for embedment. 31 c. Place evenly spread bedding material on a firm trench bottom. 32 d. Provide firm,uniform bedding. 33 e. Place pipe on the bedding according to the alignment of the Plans. 34 f. Compact the initial backfill to 95 percent Standard Proctor ASTM D698. 35 8. Sanitary Sewer Services 36 a. The entire embedment zone shall be of uniform material. 37 b. Crushed rock shall be used for embedment. 38 c. Place evenly spread bedding material on a firm trench bottom. 39 d. Spread bedding so that lines and grades are maintained and that there are no 40 sags in the sanitary sewer pipe line. 41 e. Provide firm,uniform bedding. 42 1) Additional bedding may be required if ground water is present in the 43 trench. 44 2) If additional crushed rock is required which is not specifically identified in 45 the Contract Documents,then crushed rock shall be paid by the pre-bid unit 46 price. 47 f. Place pipe on the bedding according to the alignment of the Drawings. 48 g. Place remaining embedment,including initial backfill,to a minimum of 6 49 inches,but not more than 12 inches,above the pipe. CITY OF FORT WORTH Big Fossil Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall Revised June 19,2013 City Project No.01303 3305 10-17 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 17 of 21 1 h. Compact the initial backfill to 95 percent Standard Proctor ASTM D698. 2 i. Density test may be required to verify that the compaction meets the density 3 requirements. 4 E. Trench Backfill 5 1. At a minimum, place backfill in such a manner that the required in-place density 6 and moisture content is obtained, and so that there will be no damage to the surface, 7 pavement or structures due to any trench settlement or trench movement. 8 a. Meeting the requirement herein does not relieve the responsibility to damages 9 associated with the Work. 10 2. Backfill Material 11 a. Final backfill depth less than 15 feet 12 1) Backfill with: 13 a) Acceptable backfill material 14 b) Blended backfill material,or 15 c) Select backfill material,CSS,or CLSM when specifically required 16 b. Final backfill depth 15 feet or greater: (under pavement or future pavement) 17 1) Backfill depth from 0 to15 feet deep 18 a) Backfill with: 19 (1) Acceptable backfill material 20 (2) Blended backfill material,or 21 (3) Select backfill material,CSS,or CLSM when specifically required 22 2) Backfill depth from 15 feet and greater 23 a) Backfill with: 24 (1) Select Fill 25 (2) CSS,or 26 (3) CLSM when specifically required 27 c. Final backfill depth 15 feet or greater: not under pavement or future pavement) 28 1) Backfill with: 29 a) Acceptable backfill material, or 30 b) Blended backfill material 31 d. Backfill for service lines: 32 1) Backfill for water or sewer service lines shall be the same as the 33 requirement of the main that the service is connected to. 34 3. Required Compaction and Density 35 a. Final backfill (depths less than 15 feet) 36 1) Compact acceptable backfill material,blended backfill material or select 37 backfill to a minimum of 95 percent Standard Proctor per ASTM D698 at 38 moisture content within -2 to+5 percent of the optimum moisture. 39 2) CSS or CLSM requires no compaction. 40 b. Final backfill (depths 15 feet and greater/under existing or future pavement) 41 1) Compact select backfill to a minimum of 98 percent Standard Proctor per 42 ASTM D 698 at moisture content within-2 to+5 percent of the optimum 43 moisture. 44 2) CSS or CLSM requires no compaction. 45 c. Final backfill (depths 15 feet and greater/not under existing or future pavement) 46 1) Compact acceptable backfill material blended backfill material, or select 47 backfill to a minimum of 95 percent Standard Proctor per ASTM D 698 at 48 moisture content within -2 to+5 percent of the optimum moisture. CITY OF FORT WORTH Big Fossil Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall Revised June 19,2013 City Project No.01303 33 05 10-18 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFML, Page 18 of 21 1 4. Saturated Soils 2 a. If in-situ soils consistently demonstrate that they are greater than 5 percent over 3 optimum moisture content,the soils are considered saturated. 4 b. Flooding the trench or water jetting is strictly prohibited. 5 c. If saturated soils are identified in the Drawings or Geotechnical Report in the 6 Appendix,Contractor shall proceed with Work following all backfill 7 procedures outlined in the Drawings for areas of soil saturation greater than 5 8 percent. 9 d. If saturated soils are encountered during Work but not identified in Drawings or 10 Geotechnical Report in the Appendix: 11 1) The Contractor shall: 12 a) Immediately notify the City. 13 b) Submit a Contract Claim for Extra Work associated with direction from 14 City. 15 2) The City shall: 16 a) Investigate soils and determine if Work can proceed in the identified 17 location. 18 b) Direct the Contractor of changed backfill procedures associated with 19 the saturated soils that may include: 20 (1) Imported backfill 21 (2) A site specific backfill design 22 5. Placement of Backfill 23 a. Use only compaction equipment specifically designed for compaction of a 24 particular soil type and within the space and depth limitation experienced in the 25 trench. 26 b. Flooding the trench or water setting is strictly prohibited. 27 c. Place in loose lifts not to exceed 12 inches. 28 d. Compact to specified densities. 29 e. Compact only on top of initial backfill,undisturbed trench or previously 30 compacted backfill. 31 f. Remove any loose materials due to the movement of any trench box or shoring 32 or due to sloughing of the trench wall. 33 g. Install appropriate tracking balls for water and sanitary sewer trenches in 34 accordance with Section 33 05 26. 35 6. Backfill Means and Methods Demonstration 36 a. Notify the City in writing with sufficient time for the City to obtain samples 37 and perform standard proctor test in accordance with ASTM D698. 38 b. The results of the standard proctor test must be received prior to beginning 39 excavation. 40 c. Upon commencing of backfill placement for the project the Contractor shall 41 demonstrate means and methods to obtain the required densities. 42 d. Demonstrate Means and Methods for compaction including: 43 1) Depth of lifts for backfill which shall not exceed 12 inches 44 2) Method of moisture control for excessively dry or wet backfill 45 3) Placement and moving trench box,if used 46 4) Compaction techniques in an open trench 47 5) Compaction techniques around structure 48 e. Provide a testing trench box to provide access to the recently backfilled 49 material. CITY OF FORT WORTH Big Fossil Parallel Relief Sanitary Sewer,Phase/ STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Oatfall Revised June 19,2013 City Project No.01303 3305 10-19 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 19 of 21 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 8. Flowable fill shall be placed by tremie pipes maintaining a positive head to assure 12 continuous flow and no void is left in the backfill. 13 14 3.5 REPAIR[NOT USED] 15 3.6 RE-INSTALLATION[NOT USED] 16 3.7 FIELD QUALITY CONTROL 17 A. Field Tests and Inspections 18 1. Proctors 19 a. The City will perform Proctors in accordance with ASTM D698. 20 b. Test results will generally be available to within 4 calendar days and distributed 21 to: 22 1) Contractor 23 2) City Project Manager 24 3) City Inspector 25 4) Engineer 26 c. Notify the City if the characteristic of the soil changes. 27 d. City will perform new proctors for varying soils: 28 1) When indicated in the geotechnical investigation in the Appendix 29 2) If notified by the Contractor 30 3) At the convenience of the City 31 e. Trenches where different soil types are present at different depths, the proctors 32 shall be based on the mixture of those soils. 33 2. Density Testing of Backfill 34 a. Density Tests shall be in conformance with ASTM D2922. 35 b. Provide a testing trench protection for trench depths in excess of 5 feet. 36 c. Place,move and remove testing trench protection as necessary to facilitate all 37 test conducted by the City. 38 d. For final backfill depths less than 15 feet and trenches of any depth not under 39 existing or future pavement: 40 1) The City will perform density testing twice per working day when 41 backfilling operations are being conducted. 42 2) The testing lab shall take a minimum of 3 density tests of the current lift in 43 the available trench. 44 e. For final backfill depths 15 feet and greater deep and under existing or future 45 pavement: CITY OF FORT WORTH Big Fossil Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall Revised June 19,2013 City Project No.01303 330510-20 UT LrfY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 20 of 21 1 1) The City will perform density testing twice per working day when 2 backfilling operations are being conducted. 3 2) The testing lab shall take a minimum of 3 density tests of the current lift in 4 the available trench. 5 3) The testing lab will remain onsite sufficient time to test 2 additional lifts. 6 f. Make the excavation available for testing. 7 g. The City will determine the location of the test. 8 h. The City testing lab will provide results to Contractor and the City's Inspector 9 upon completion of the testing. 10 i. A formal report will be posted to the City's Buzzsaw site within 48 hours. 11 j. Test reports shall include: 12 1) Location of test by station number 13 2) Time and date of test 14 3) Depth of testing 15 4) Field moisture 16 5) Dry density 17 6) Proctor identifier 18 7) Percent Proctor Density 19 3. Density of Embedment 20 a. Storm sewer boxes that are embedded with acceptable backfill material, 21 blended backfill material,cement modified backfill material or select material 22 will follow the same testing procedure as backfill. 23 b. The City may test fine crushed rock or crushed rock embedment in accordance 24 with ASTM D2922 or ASTM 1556. 25 B. Non-Conforming Work 26 1. All non-conforming work shall be removed and replaced. 27 3.8 SYSTEM STARTUP[NOT USED] 28 3.9 ADJUSTING[NOT USED] 29 3.10 CLEANING[NOT USED] 30 3.11 CLOSEOUT ACTIVITIES [NOT USED] 31 3.12 PROTECTION[NOT USED] 32 3.13 MAINTENANCE[NOT USED] 33 3.14 ATTACHMENTS [NOT USED] 34 END OF SECTION 35 36 37 38 CITY OF FORT WORTH Big Fossil Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall Revised June 19,2013 City Project No.01303 3305 10-21 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 21 of 21 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 1 CITY OF FORT WORTH Big Fossil Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall Revised June 19,2013 City Project No.01303 THIS PAGE INTENTAILLY LEFT BLANK 3305 13-1 FRAME,COVER,AND GRADE RINGS Page 1 of 5 1 SECTION 33 05 13 2 FRAME, COVER, AND GRADE RINGS 3 PART1 - 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 1 —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[NOT USED] 36 1.5 SUBMITTALS 37 A. Submittals shall be in accordance with Section 01 33 00. CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 330513-2 FRAME,COVER,AND GRADE RINGS Page 2 of 5 1 B. All submittals shall be approved by the Engineer or the City prior to delivery and/or 2 fabrication for specials. 3 1.6 ACTION SUBMITTALS/INFORMATIONAL 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 origin 9 2. Provide manufacturer's: 10 a. Specifications 11 b. Load tables 12 c. Dimension diagrams 13 d. Anchor details 14 e. 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 DELIVERY,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[oR] OWNER-SUPPLIED PRODUCTS UNOT USED] 26 2.2 EQUIPMENT,PRODUCT TYPES,MATERIALS 27 A. Manufacturers 28 1. Only the manufacturers as listed on the City's Standard Products List will be 29 considered as shown in Section 0160 00. 30 a. The manufacturer must comply with this Specification and related Sections. 31 2. Any product that is not listed on the Standard Products List is considered a 32 substitution and shall be submitted in accordance with Section 0125 00. 33 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 Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS do Haltom City Meter Station do Outfall Sewer Revised July 1,2011 City Project No.01303 330513-3 FRAME,COVER,AND GRADE RINGS Page 3 of 5 1 a. Size to set flush with the frame with no larger than a 1/8 inch gap between the 2 frame and cover 3 b. Provide with 2 inch wide pick slots in lieu of pick holes. 4 c. Provide gasket in frame 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/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 24 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 lid 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 f. 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 loading areas. 35 3. In non-traffic areas concrete or HDPE can be used. 36 D. Joint Sealant 37 1. Provide a pre-formed 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. CrrY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 330513-4 FRAME,COVER,AND GRADE RINGS Page 4 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 INSTALLATION 8 A. Grade Rings 9 1. Place as shown in the water and sanitary sewer City Standard Details. 10 2. Clean surfaces of dirt,sand,mud or other foreign matter before placing sealant, 11 3. Seal each grade ring with sealant specified in this Specification and as shown on the 12 City Standard Details. 13 B. Frame and Cover 14 1. Water 15 a. For water structures install frame,cover and grade rings in accordance with 16 applicable City Standard Detail. 17 2. Sanitary Sewer 18 a. For sanitary sewer structures install frame,cover and grade rings in accordance 19 with applicable City Standard Detail. 20 3. Storm Drain 21 a. For storm drain structures install frame,cover and grade rings in accordance 22 with applicable City Standard Detail. 23 4. Hinge Cover 24 a. Provide hinge cover on elevated manholes,junction boxes,in the flood plain 25 and where specified on the Drawings. 26 C. Joint Sealing 27 1. Seal frame,grade rings and structure with specified sealant. 28 D. Concrete Collar 29 1. Provide concrete collar around all frame and cover assemblies. CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 330513-5 FRAME,COYER,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] 8 3.12 PROTECTION[NOT USED] 9 3.13 MAINTENANCE [NOT USED] 10 3.14 ATTACHMENTS [NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS do Haltom City Meter Station do Ou#Wl Sewer Revised July 1,2011 City Project No.01303 THIS PAGE INTENTAILLY LEFT BLANK 3305 17-1 CONCRETE COLLARS Page 1 of 3 1 SECTION 33 05 17 2 CONCRETE COLLARS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Concrete Collars for Manholes 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include but are not necessarily limited to: 10 1. Division 0—Bidding Requirements,Contract Forms, and Conditions of the 11 Contract 12 2. Division 1 —General Requirements 13 3. Section 03 30 00—Cast-In-Place Concrete 14 4. Section 03 80 00—Modifications to Existing Concrete Structures 15 5. Section 33 05 13—Frame,Cover, and Grade Rings 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Manhole 19 a. Measurement 20 1) Measurement for this Item shall be per each. 21 b. Payment 22 1) The work performed and the materials furnished in accordance with this 23 Item shall be paid for at the unit price bid per each"Concrete Collar" 24 installed. 25 c. The price bid will include: 26 1) Concrete Collar 27 2) Excavation 28 3) Forms 29 4) Reinforcing steel(if required) 30 5) Concrete 31 6) Backfill 32 7) Pavement removal 33 8) Hauling 34 9) Disposal of excess material 35 10) Placement and compaction of backfill 36 11) Clean-up 37 12) Additional pavement around perimeter of concrete collar as required for 38 rim adjustment on existing manhole. 39 CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised December 20,2012 City Project No.01303 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 USED] 11 1.6 ACTION SUBMITTALSAMORMATIONAL SUBMITTALS [NOT USED] 12 1.7 CLOSEOUT SUBMITTALS [NOT USED] 13 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 14 1.9 QUALITY ASSURANCE[NOT USED] 15 1.10 DELIVERY,STORAGE,AND HANDLING[NOT USED] 16 1.11 FIELD[SITE] CONDITIONS [NOT USED] 17 1.12 WARRANTY [NOT USED] 18 PART 2- PRODUCTS 19 2.1 OWNER-FURNISHED[OR]OWNER-SUPPLIEDPRODUCTS [NOT USED] 20 2.2 EQUIPMENT,PRODUCT TYPES,MATERIALS 21 A. Materials 22 1. Concrete—Conform to Section 03 30 00. 23 2. Reinforcing Steel—Conform to Section 03 2100. 24 3. Frame and Cover—Conform to Section 33 05 13. 25 4. Grade Ring—Conform to Section 33 05 13. 26 2.3 ACCESSORIES [NOT USED] 27 2.4 SOURCE QUALITY CONTROL[NOT USED] 28 PART 3- EXECUTION 29 3.1 INSTALLERS[NOT USED] 30 3.2 EXAMINATION 31 A. Evaluation and Assessment 32 1. Verify lines and grades are in accordance to the Drawings. CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised December 20,2012 City Project No.01303 330517-3 CONCRETE COLLARS Page 3 of 3 1 3.3 PREPARATION [NOT USED] 2 3.4 INSTALLATION 3 A. 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 frame 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 3.5 REPAIR/RESTORATION[NOT USED] 12 3.6 RE-INSTALLATION[NOT USED] 13 3.7 FIELD QUALITY CONTROL [NOT USED] 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 END OF SECTION 22 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson l.1.A.2—Blue text added to clarify where concrete collars are to be installed. 23 CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised December 20,2012 City Project No.01303 330526-2 UTU=MARKERSIL.00ATORS Page 2 of 6 1 B. All submittals shall be approved by the Engineer or the City prior to delivery. 2 1.6 ACTION SUBMITTALSAMORMATIONAL SUBMITTALS 3 A. Product Data 4 1. Buried Marker 5 2. Surface Marker 6 1.7 CLOSEOUT SUBMITTALS [NOT USED] 7 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 8 1.9 QUALITY ASSURANCE[NOT USED] 9 1.10 DELIVERY,STORAGE,AND HANDLING[NOT USED] 10 1.11 FIELD[SITE] CONDITIONS [NOT USED] 11 1.12 WARRANTY[NOT USED] 12 PART 2- PRODUCTS 13 2.1 OWNER-FURNISHED[oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 14 2.2 MATERIALS 15 A. Manufacturers 16 1. Only the manufacturers as listed on the City's Standard Products List will be 17 considered as shown in Section 0160 00. 18 a. The manufacturer must comply with this Specification and related Sections. 19 2. Any product that is not listed on the Standard Products List is considered a 20 substitution and shall be submitted in accordance with Section 0125 00. 21 3. Provide new Utility Markers/Locators from a manufacturer regularly engaged in the 22 manufacturing of Utility Markers/Locators. 23 B. Materials 24 1. Buried Markers 25 a. Detectable warning tape shall be as follows: 26 1) 5.0 mil overall thickness 27 2) Width—3 inch minimum 28 3) Weight—27.5 pounds per inch per 1,000 square feet 29 4) Triple Layer with: 30 a) Minimum thickness 0.35 mils solid aluminum foil encased in a 31 protective inert plastic jacket 32 (1) 100 percent virgin low density polyethylene 33 (2) Impervious to all known alkalis,acids,chemical reagents and 34 solvents within soil 35 (3) Aluminum foil visible to both sides 36 5) Locatable by conductive and inductive methods 37 6) Printing encased to avoid ink rub-off 38 7) Color and Legends 39 a) Potable water lines CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 330526-3 UTILITY MARKERSILOCATORS Page 3 of 6 1 (l) Color—Blue(in accordance with APWA Uniform Color Code) 2 (2) Legend—Caution Potable Water Line Below (repeated every 24 3 inches) 4 b) Reclaimed water lines 5 (1) Color—Purple(in accordance with APWA Uniform Color Code) 6 (2) Legend—Caution Reclaimed Water Line Below (repeated every 24 7 inches) 8 c) Sewer Line 9 (1) Color—Green (in accordance with APWA Uniform Color Code) 10 (2) Legend—Caution Sewer Line Below (repeated every 24 inches) 11 b. Electronic utility marker balls shall be as follows: 12 1) Sealed shell containing a passive antenna—low-frequency resonance circuit 13 tuned to specific frequency 14 2) Size—4.5-inch diameter 15 3) Range—5 feet minimum 16 4) Field Type/Shape—Spherical 17 5) Material—high-density polyethylene 18 6) Color and Frequency 19 a) Water Lines 20 (1) Color—Blue(in accordance with APWA Uniform Color Code) 21 (2) Frequency— 145.7 kHz 22 b) Sewer Line Markers 23 (l) Color—Green (in accordance with APWA Uniform Color Code) 24 (2) Frequency— 121.6 kHz 25 2. Surface Markers 26 a. Provide as follows: 27 1) 4-inch diameter,6-feet minimum length,polyethylene posts, or equal 28 2) White posts with colored,ultraviolet resistant domes as follows: 29 a) Water Lines 30 (1) Color—Blue(in accordance with APWA Uniform Color Code) 31 (2) Legend—Caution Potable Water Line Below 32 b) Reclaimed water lines 33 (1) Color—Purple(in accordance with APWA Uniform Color Code) 34 (2) Legend—Caution Reclaimed Water Line Below 35 c) Sewer lines 36 (1) Color—Green(in accordance with APWA Uniform Color Code) 37 (2) Legend—Caution Sewer Line Below CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 330526-4 UTILITY MARKERSd OCATORS Page 4 of 6 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL[NOT USED] 3 PART 3- EXECUTION 4 3.1 INSTALLERS[NOT USED] 5 3.2 EXAMINATION[NOT USED] 6 3.3 PREPARATION [NOT USED] 7 3.4 INSTALLATION 8 A. Buried Markers 9 1. Detectable Warning Tape 10 a. Install in accordance with manufacturer's recommendations below natural 11 ground surface and directly above the utility for which it is marking. 12 1) Allow 18 inches minimum between utility and marker. 13 2) Bury to a depth of 3 feet or as close to the grade as is practical for optimum 14 protection and detectability. 15 2. Electronic Marker Balls 16 a. Install in accordance with manufacturer's recommendations below natural 17 ground surface and directly above the utility for which it is marking. 18 1) Allow 4 inches minimum between utility and marker. 19 2) Bury to a depth of 5 feet maximum,or as close to the grade as is practical 20 for optimum protection and detectability. 21 3) Allow at least 6 feet between each marker. 22 b. Use tie-downs for placement of markers if deemed necessary by the City,or 23 Engineer. 24 c. Upon completion of installation,the City will inspect that electronic marker 25 balls are installed in place,prior to paving over any of the required locations. 26 d. See table below for other details related to marker ball installation: 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&OuVWl Sewer Revised July 1,2011 City Project No.01303 330526-5 UTILITY MARKERSILOCATORS Page 5 of 6 1 Marker Ball Clearance Spacing,Bury and Placement 16-inch and Larger 12-inch and Smaller Water Lines Water Lines Sanitary Sewer Clearance between 4 inches 4 inches 4 inches Utility and (minimum) (minimum) (minimum) Marker Maximum 5 feet 5 feet 5 feet Bury Depth Minimum 6 feet 6 feet 6 feet Spacing -Horizontal Bends Placement -Vertical Bends -Horizontal Pts of curvature,tangency, -Horizontal Bends reverse curvature -Vertical Bends -ROW/Casings (Highways) -Horizontal Tees -Horizontal Pts of -ROW/Casings (excluding fire curvature, tangency, (Railroads) hydrants) reverse curvature -Casings -Casings -Other Locations shown on Drawings -Cleaning wyes -Dead-ends -Plugs -Stub-outs -Other Locations shown on Drawings 2 3 B. Surface Markers 4 1. Bury a minimum of 2 feet deep,with a minimum of 4 feet above ground 5 2. The warning sign for all surface markers shall be 21 inches(not including post cap). 6 3. Where possible,place surface markers near fixed objects. 7 4. Place Surface Markers at the following locations: 8 a. Buried Features 9 1) Place directly above a buried feature. 10 b. Above-Ground Features I 1 1) Place a maximum of 2 feet away from an above-ground feature. 12 c. Water lines 16-inches and larger 13 1) Each right-of-way line (or end of casing pipe)for: 14 a) Highway crossings 15 b) Railroad crossings 16 2) Utility crossings such as: 17 a) High pressure or large diameter gas lines 18 b) Fiber optic lines 19 c) Underground electric transmission lines 20 d) Or other locations shown on the Drawings,or directed by the City 21 d. Surface markers not required for 12-inch and smaller water lines 22 e. For sanitary sewer lines: CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 330526-6 UTn.ITY MARKERSK-OCATORS Page 6 of 6 1 1) In undeveloped areas,place marker maximum of 2 feet away from an 2 above-ground feature such as a manhole or combination air valve vault. 3 2) Place at 500-foot intervals along the pipeline. 4 3.5 REPAIR/RESTORATION[NOT USED] 5 3.6 RE-INSTALLATION[NOT USED] 6 3.7 FIELD[oR]SITE QUALITY CONTROL[NOT USED] 7 3.8 SYSTEM STARTUP[NOT USED] 8 3.9 ADJUSTING[NOT USED] 9 3.10 CLEANING[NOT USED] 10 3.11 CLOSEOUT ACTIVITIES[NOT USED] 11 3.12 PROTECTION[NOT USED] 12 3.13 MAINTENANCE[NOT USED] 13 3.14 ATTACHMENTS[NOT USED] 14 END OF SECTION 15 Revision Log DATE NAME SUMMARY OF CHANGE 16 CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS do Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 330530-1 EXPLORATORY EXCAVATION OF EXISTING UTILITIES Page 1 of 4 I SECTION 33 05 30 2 EXPLORATORY EXCAVATION FOR EXISTING UTILITIES 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Locating and verifying the location and elevation of the existing underground 7 utilities that may conflict with a facility proposed for construction 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include,but are not necessarily limited to: 11 1. Division 0—Bidding Requirements,Contract Forms, and Conditions of the 12 Contract 13 2. Division 1 —General Requirements 14 3. Section 33 05 10—Utility Trench Excavation, Embedment and Backfill 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Measurement 18 a. Measurement for this Item shall be per each excavation performed as identified 19 in the Drawings, or as directed. 20 2. Payment: 21 a. The work performed and materials furnished in accordance with this Item and 22 measured as provided under"Measurement"will be paid for at the unit price 23 bid per each "Exploratory Excavation of Existing Utilities"of the type 24 specified. 25 3. The price bid shall include: 26 a. Grade survey 27 b. Pavement removal 28 c. Excavation 29 d. Hauling 30 e. Disposal of excess material 31 f. Furnishing, placing and compaction of embedment 32 g. Furnishing,placing and compaction of backfill 33 h. Clean-up 34 i. Surface restoration 35 1.3 REFERENCES 36 A. Reference Standards 37 1. Reference standards cited in this Specification refer to the current reference 38 standard published at the time of the latest revision date logged at the end of this 39 Specification,unless a date is specifically cited. CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 330530-2 EXPLORATORY EXCAVATION OF EXISTING UT IITIES Page 2 of 4 1 1.4 ADMINISTRATIVE REQUIREMENTS 2 A. Coordination 3 1. Coordinate with City Inspector at least 48 hours prior to commencing on site for 4 Exploratory Excavation of Existing Utilities. 5 2. Coordinate location of all other existing utilities within vicinity of excavation prior 6 to commencing Exploratory Excavation. 7 3. Coordinate staking of Exploratory Excavations with City at least 1 week prior to 8 commencement. 9 B. Sequencing 10 1. Exploratory Excavations shall be conducted prior to the construction of the entire 11 project. 12 C. Scheduling 13 1. For critical utility locations,the City may choose to be present during excavation. 14 2. Alter schedule for Exploratory Excavation of Existing Utilities to accommodate 15 City personnel. 16 1.5 SUBMITTALS [NOT USED] 17 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 18 1.7 CLOSEOUT SUBMITTALS 19 A. Report of Utility Location 20 1. Horizontal location of utility as surveyed 21 2. Vertical elevation of utility as surveyed 22 a. Top of utility 23 b. Spring line of utility 24 c. Existing ground 25 3. Material type, diameter and description of the condition of existing utility 26 1.8 MAINTENANCE MATERIAL SUBMITTALS[NOT USED] 27 1.9 QUALITY ASSURANCE[NOT USED] 28 1.10 DELIVERY,STORAGE,AND HANDLING[NOT USED] 29 1.11 FIELD[SITE] CONDITIONS [NOT USED] 30 1.12 WARRANTY [NOT USED] 31 PART 2- PRODUCTS [NOT USED] CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 330530-3 EXPLORATORY EXCAVATION OF EXISTING UTILITIES Page 3 of 4 1 PART 3- EXECUTION 2 3.1 INSTALLERS [NOT USED] 3 3.2 EXAMINATION 4 A. Verification of Conditions 5 1. Verify location of existing utilities in accordance with the General Requirements, 6 the General Notes and the Drawings. 7 3.3 PREPARATION 8 A. Coordinate with City Survey, if applicable. 9 3.4 INSTALLATION 10 A. Verify location of existing utility at location denoted on the Drawings, or as directed by 11 the City or Engineer. 12 1. Expose utility to spring line, as necessary. 13 2. Excavate and Backfill Trench for the Exploratory Excavation in accordance with 14 Section 33 05 10. 15 B. Upon completion of the utility exploration, submit a report of the findings. 16 C. If location of utility is in conflict with the Drawings, notify the City Project Manager 17 for appropriate design modifications. 18 D. Place embedment and backfill in accordance with Section 33 05 10. 19 E. Once necessary data is obtained,immediately restore surface to existing conditions to: 20 1. Obtain a safe and proper driving surface, if applicable 21 2. Ensure the safety of the general public 22 3. The satisfaction of the City 23 3.5 REPAIR/RESTORATION [NOT USED] 24 3.6 RE-INSTALLATION [NOT USED] 25 3.7 FIELD[OR] SITE QUALITY CONTROL[NOT USED] 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 3.12 PROTECTION [NOT USED] 31 3.13 MAINTENANCE[NOT USED] 32 3.14 ATTACHMENTS [NOT USED] 33 END OF SECTION CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 330530-4 EXPLORATORY EXCAVATION OF EXISTING UTILITIES Page 4 of 4 1 Revision Log DATE NAME SUMMARY OF CHANGE 2 CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 33 11 05-1 BOLTS,NUTS,AND GASKETS Page 1 of 7 1 SECTION 33 1105 2 BOLTS, NUTS, AND GASKETS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. All nuts,bolts and gaskets associated with pressurized water utility lines including: 7 a. T-Bolts and Nuts 8 b. Flange Bolts and Nuts 9 c. Threaded Rods 10 d. Push-on Gaskets 11 e. Mechanical Joint Gaskets 12 f. Flange Gaskets 13 g. Flange Isolation Kits 14 h. Petrolatum Tape Systems 15 B. Deviations from this City of Fort Worth Standard Specification 16 1. None. 17 C. Related Specification Sections include,but are not necessarily limited to: 18 1. Division 0—Bidding Requirements, Contract Forms, and Conditions of the 19 Contract 20 2. Division 1 —General Requirements 21 3. Section 33 04 10—Joint Bonding and Electrical Isolation 22 4. Section 33 11 10—Ductile Iron Pipe 23 1.2 PRICE AND PAYMENT PROCEDURES 24 A. Measurement and Payment 25 1. Hydrocarbon Resistant Gaskets 26 a. Measurement 27 1) Measurement for this Item shall be by lump sum. 28 b. Payment 29 1) The work performed and the materials furnished in accordance with this 30 Item shall be paid for at the lump sum price bid for all "Hydrocarbon 31 Resistant Gaskets". 32 2. All Other Items 33 a. Measurement 34 1) The Items in this Section are considered subsidiary to the Item being 35 installed. 36 b. Payment 37 1) The work performed and materials furnished in accordance with this Item 38 are subsidiary to the unit price bid for the Item being installed and no other 39 compensation will be allowed. CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised December 20,2012 City Project No.01303 331105-2 BOLTS,NUTS,AND GASKETS Page 2 of 7 1 1.3 REFERENCES 2 A. Reference Standards 3 1. Reference standards cited in this specification refer to the current reference standard 4 published at the time of the latest revision date logged at the end of this 5 specification,unless a date is specifically cited. 6 2. American Iron and Steel Institute(AISI). 7 3. American Society of Mechanical Engineers(ASME): 8 a. PCC-1-2012 Guidelines for Pressure Boundary Bolted Flange Joint Assembly. 9 4. American Society of Testing and Materials(ASTM): 10 a. A193,Standard Specification for Alloy-Steel and Stainless Steel Bolting for 11 High Temperature or High Pressure Service and Other Special Purpose 12 Applications. 13 b. A194,Standard Specification for Carbon and Alloy Steel Nuts for Bolts for 14 High Pressure or High Temperature Service,or Both. 15 c. A242,Standard Specification for High-Strength Low-Alloy Carbon Structural 16 Steel 17 d. B117,Salt Spray Testing 18 e. F436,Standard Specification for Hardened Steel Washers 19 5. American Water Works Association(AWWA): 20 a. C111/A21.11,Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and 21 Fittings. 22 b. C207,Steel Pipe Flanges for Waterworks Service—Sizes 4 In.Through 144 In. 23 (100 mm Through 3,600 mm). 24 c. C600,Installation of Ductile-Iron Mains and Their Appurtenances. 25 d. M11,Steel Pipe. 26 e. M41,Ductile-Iron Pipe and Fittings. 27 6. Fastener Quality Act(FQA) 28 a. Public Law 106-34(P.L. 106-34) 29 7. NSF International(NSF): 30 a. 61,Drinking Water System Components-Health Effects. 31 8. Society for Protective Coating(SSPC)Surface Preparation Standards(SP): 32 a. SP2,Hand Tool Cleaning 33 b. SP3,Power Tool Cleaning 34 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 35 1.5 SUBMITTALS 36 A. Submittals shall be in accordance with Section 0133 00. 37 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 38 specials. 39 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 40 A. Product Data 41 1. Bolts and nuts for mechanical and or flange joints 42 2. Gaskets 43 B. Certificates CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase l STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised December 20,2012 City Project No.01303 33 11 05-3 BOLTS,NU'T'S,AND GASKETS Page 3 of 7 1 1. Furnish an affidavit certifying that all fasteners,excluding T-Bolts, shall conform to 2 the Fastener Quality Act(FQA) (P.L. 106-34). 3 2. Furnish an affidavit certifying that the Xylan Coating is manufactured by Whitford 4 Corporation,or a Whitford Corporation certified Applicator. 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE 8 A. Qualifications 9 1. Manufacturers 10 a. Fastener manufacturing operations(bolts,nuts, gaskets and coatings) shall be 11 performed under the control of the manufacturer. 12 b. All gaskets shall meet or exceed the latest revisions NSF 61 and shall meet or 13 exceed the requirements of this Specification. 14 B. Preconstruction Testing 15 1. The City may, at its own cost, subject random fittings for destructive testing by an 16 independent laboratory for compliance with this Specification. 17 a. The compliance test shall be performed in the United States. 18 b. Any visible defects or failure to meet the quality standards herein will be 19 grounds for rejecting the entire order. 20 1.10 DELIVERY,STORAGE,AND HANDLING 21 A. Storage and Handling Requirements 22 1. Secure and maintain a location to store the material in accordance with Section 01 23 6600. 24 1.11 FIELD [SITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 PART 2- PRODUCTS 27 2.1 OWNER-FURNISHED[OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 28 2.2 EQUIPMENT,PRODUCT TYPES AND MATERIALS 29 A. Manufacturers 30 1. Only the manufacturers as listed on the City's Standard Products List will be 31 considered as shown in Section 01 60 00. 32 a. The manufacturer must comply with this Specification and related Sections. 33 2. Any product that is not listed on the Standard Products List is considered a 34 substitution and shall be submitted in accordance with Section 01 25 00. 35 B. Regulatory Requirements 36 1. All fasteners, excluding T-Bolts,shall conform to the Fastener Quality Act(FQA) 37 (P.L. 106-34). All fasteners shall meet the marking requirements set forth by this 38 Act. CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Ourfall Sewer Revised December 20,2012 City Project No.01303 331105-4 BOLTS,NUTS,AND GASKETS Page 4 of 7 1 C. T-Bolts and Nuts 2 1. Standard Xylan Coated T-bolt and Nut 3 a. High strength,corrosion-resistant,low-carbon weathering steel in accordance 4 with AWWA/ANSI C1 I/A21.11 and ASTM A242 5 b. Xylan Coating in accordance with this Section 6 2. Stainless Steel T-bolt with Xylan Coated Stainless Steel Nut 7 a. Stainless Steel T-bolt and Nut in accordance with AISI 304. 8 b. Coat nut with Xylan in accordance with this Section. 9 D. Flange Bolts and Nuts 10 1. Stainless Steel Bolt and Xylan Coated Nut 11 a. Meet requirements of AWWA C207 12 b. Bolts:ASTM A193,Grade B8,Class 1(AISI 304 Stainless Steel,carbide 13 solution treated) 14 c. Nuts and Washers: ASTM A194,Grade 8 Nuts with AISI 304 Stainless Steel 15 Washers 16 1) Coat nut with Xylan in accordance with this Section. 17 E. Threaded Rods 18 1. Meet requirements of AWWA C207 19 2. Rods: ASTM A193,Grade B8,Class 1(AISI 304 Stainless Steel,carbide solution 20 treated) 21 3. Nuts and Washers: ASTM A194,Grade 8 Nuts with AISI 304 Stainless Steel 22 Washers 23 a. Coat nut with Xylan in accordance with this Section. 24 F. Push-on Gaskets 25 1. Conforming to the physical and marking requirements specified in ANSI/AWWA 26 C111/A21.11. 27 2. All gaskets shall meet or exceed the latest revisions NSF 61. 28 3. Rubber gaskets shall be made of vulcanized styrene butadiene rubber SBR,unless 29 otherwise specified in Drawings. 30 4. Gaskets shall be free from porous areas,foreign material and other defects that 31 make them unfit for intended use. 32 5. Gaskets shall be the size and shape required to provide an adequate compressive 33 force against the plain end and socket after assembly to affect a positive seal under 34 all combinations of joint and gasket tolerances. 35 G. Mechanical Joint Gaskets 36 1. Conforming to the physical and marking requirements specified in ANSI/AWWA 37 C1 I I/A21.11. 38 2. All gaskets shall meet or exceed the latest revisions NSF 61. 39 3. Rubber gaskets shall be made of vulcanized styrene butadiene rubber SBR,unless 40 otherwise specified in Drawings. 41 4. Gaskets shall be free from porous areas,foreign material and other defects that 42 make them unfit for intended use. 43 H. Flange Gaskets 44 1. Class E Flanges CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised December 20,2012 City Project No.01303 33 11 05-5 BOLTS,NUTS,AND GASKETS Page 5 of 7 l a. Full face 2 b. Manufactured true to shape from minimum 80 durometer SBR rubber stock of a 3 thickness not less than 1/8 inch 4 c. Virgin stock 5 d. Conforming to the physical and test requirements specified in AWWA/ANSI 6 C111/A21.11 7 e. All gaskets shall meet or exceed the latest revisions NSF 61. 8 f. Finished gaskets shall have holes punched by the manufacturer and shall match 9 the flange pattern in every respect. 10 g. Frayed cut edges are not acceptable. 11 h. Field cut sheet gaskets are not acceptable. 12 I. Hydrocarbon Resistant Gaskets 13 1. Furnish Viton® (Fluorocarbon)Rubber,hydrocarbon resistant gaskets,when 14 required. 15 J. Flange Isolation Kits 16 1. Flanges which are required by the Drawings to be Isolation Flanges shall conform 17 to Section 33 04 10. 18 2. For bolts used with isolation sleeves per Section 33 04 10, threading must extend to 19 bolt head with no grip to ensure sleeves fit properly. 20 K. Petrolatum Tape System 21 1, Petrolatum Tape Primer: Denso Paste,or approved equal 22 2. Molding and Filler mastic: Densyl Mastic,or approved equal 23 3. All Purpose Petrolatum Tape: Densyl Tape,or approved equal 24 L. Xylan Coating 25 a. Coat nuts and bolts with a ceramic-filled,baked on fluorocarbon resin, when 26 required. 27 b. Coated nuts and bolts shall be prepared"near white"or"white"when coated to 28 the coating manufacturer's recommended thickness by a certified applicator. 29 c. Coating shall be of Xylan as manufactured by Whitford Corporation and 30 applied by Whitford Corporation or Whitford Corporation Recommended 31 Coater. 32 d. Coating shall be free from holidays and defects. 33 e. Coating thickness shall between 0.0007-inches and 0.0012-inches and shall be 34 such that the nut turns freely on the bolt. 35 f. Coating shall conform to the performance requirements of ASTM B117, "Salt 36 Spray Test" and shall include,if required,a certificate of conformance. 37 2.3 ACCESSORIES [NOT USED] 38 2.4 SOURCE QUALITY CONTROL [NOT USED] 39 PART 3- EXECUTION 40 3.1 INSTALLERS [NOT USED] 41 3.2 EXAMINATION[NOT USED] CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised December 20,2012 City Project No.01303 331105-6 BOLTS,NUTS,AND GASKETS Page 6 of 7 1 3.3 PREPARATION[NOT USED] 2 3.4 INSTALLATION 3 A. Mechanical Joints 4 1. Assemble mechanical joints in accordance with ANSI/AWWA C111/A21.11 5 Appendix A,AWWA C600 and AWWA Manual M41. 6 2. Use Standard Xylan Coated T-bolts and Nuts. 7 a. Stainless Steel T-bolts with Xylan Coated Stainless Steel Nuts shall only be 8 used when specifically required in the Drawings. 9 B. Flanged Joints 10 1. Install in accordance with ASME PCC-1-2012. 11 2. Use Stainless Steel Bolts and Xylan Coated Nuts. 12 3. Wrap all buried steel flanges for AWWA C200,C301 or C303 pipe with 13 Petrolatum Tape System. 14 a. If only 1 flange in a joint is steel(AWWA C200,C301,or C303),petrolatum 15 tape wrapping will be required. 16 b. If a joint is made between two ductile iron flanges,the joint should be 17 polyethylene encased in accordance with Section 33 1110. 18 4. Flange bolts are normally spaced evenly around the flange. 19 5. During assembly,tighten nuts gradually and equally using a three-pass method in 20 accordance with ASME PCC-1-2012. 21 a. For the first pass,tighten the nuts to 50 percent at diametrically opposite sides 22 to prevent misalignment and to ensure that all bolts carry equal loads. 23 b. For the second pass,tighten the nuts to 100 percent again in a diametrically 24 opposite pattern. 25 c. Allow a minimum of 1 hour to pass to provide time for settlement between 26 bolts and nuts and gasket relaxation. 27 d. Complete the third pass by checking each bolt in a clockwise pattern. Each nut 28 should be tightened until it will no longer turn. This step compensates for 29 elastic interaction and brings all bolts into parity. 30 6. The threads of the bolts should protrude a minimum of/2-inch from the nuts. 31 C. Flanged Joints with Isolation Kit 32 1. Flange Isolation Kits shall be installed in accordance with Section 33 04 10. 33 2. City will verify Isolation in accordance with Section 33 04 10. 34 D. Threaded Rod 35 1. Install as part of joint harness assembly in accordance with AWWA Manual M11. 36 2. Space rods evenly around the pipe. 37 3. During assembly,tighten nuts gradually and equally using a three-pass method in 38 accordance with ASME PCC-1-2012. 39 a. For the first pass,tighten the nuts to 50 percent at diametrically opposite sides 40 to prevent misalignment and to ensure that all bolts carry equal loads. 41 b. For the second pass,tighten the nuts to 100 percent again in a diametrically 42 opposite pattern. 43 4. The threads of the bolts should protrude a minimum of/2-inch from the nuts. CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised December 20,2012 City Project No.01303 33 11 05-7 BOLTS,NUTS,AND GASKETS Page 7 of 7 1 5. Wrap joint harness assembly with Petrolatum Tape System. 2 E. Petrolatum Tape System 3 1. Surfaces should be free from dirt, loose rust, scale or flaking coatings. 4 a. Clean surfaces in accordance with SSPC SP2 or SSPC SP3. 5 1) High pressure wash of 3,000 to 7,000 psi is also suitable. 6 b. Surfaces may be damp but shall not have droplets or continuous film of water. 7 2. Apply a uniform,thin coat of Petrolatum Tape Primer to the entire surface by stiff 8 brush,gloved hand or rag at normal ambient temperatures. 9 3. By hand application,apply Molding and Filler Mastic to a rounded configuration to 10 fill irregular shapes and reduce sharp-edged surfaces. 11 4. Spirally wrap All Purpose Petrolatum Tape with a minimum overlap of l inch. 12 a. For severely corrosive environments, an overlap of 55 percent is recommended. 13 b. Press air pockets out and smooth all lap seams. 14 5. For additional mechanical protection,overwrap may be applied to increase impact 15 strength and electrical resistance. 16 3.5 REPAIR/RESTORATION[NOT USED] 17 3.6 RE-INSTALLATION[NOT USED] 18 3.7 FIELD[OR] SITE QUALITY CONTROL[NOT USED] 19 3.8 SYSTEM STARTUP[NOT USED] 20 3.9 ADJUSTING[NOT USED] 21 3.10 CLEANING [NOT USED] 22 3.11 CLOSEOUT ACTIVITIES [NOT USED] 23 3.12 PROTECTION[NOT USED] 24 3.13 MAINTENANCE [NOT USED] 25 3.14 ATTACHMENTS [NOT USED] 26 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 27 CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised December 20,2012 City Project No.01303 THIS PAGE INTENTAILLY LEFT BLANK 33 11 10-1 DUCTILE IRON PIPE Page 1 of 14 1 SECTION 33 11 10 2 DUCTILE IRON PIPE 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Ductile Iron Pipe 3-inch through 64-inch for potable water, wastewater and reuse 7 applications 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include,but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 12 Contract 13 2. Division 1 —General Requirements 14 3. 33 01 31 —Closed Circuit Television(CCTV)Inspection 15 4. 33 04 40—Cleaning and Acceptance Testing of Water Mains 16 5. 33 05 10—Utility Trench Excavation, Embedment and Backfill 17 6. 33 05 24—Installation of Carrier Pipe in Casing 18 7. 33 11 11 —Ductile Iron Fittings 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Ductile Iron Pipe 22 a. Measurement 23 1) Measured horizontally along the surface from center line to center line of 24 the fitting,manhole, or appurtenance 25 b. Payment 26 1) The work performed and materials furnished in accordance with this Item 27 and measured as provided under"Measurement" will be paid for at the unit 28 price bid per linear foot for"DIP"installed for: 29 a) Various sizes 30 b) Various types of backfill 31 c) Various linings 32 d) Various gaskets 33 e) Various Depths,for miscellaneous projects only 34 f) Various restraints 35 g) Various uses 36 c. The price bid shall include: 37 1) Furnishing and installing Ductile Iron Pipe with joints as specified by the 38 Drawings 39 2) Mobilization 40 3) Polyethylene encasement CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 33 1110-2 DUCTILE IRON PIPE Page 2 of 14 1 4) Lining 2 5) Pavement removal 3 6) Excavation 4 7) Hauling 5 8) Disposal of excess material 6 9) Furnishing,placement and compaction of embedment 7 10)Furnishing,placement and compaction of backfill 8 11) Clay Dams 9 12)Thrust restraint,if required in Contract Documents 10 13)Bolts and nuts 11 14) Gaskets 12 15) Clean-up 13 16) Cleaning 14 17)Disinfection 15 18) Testing 16 2. Hydrocarbon Resistant Gaskets 17 a. Measurement 18 1) Measurement for this Item shall be by lump sum. 19 b. Payment 20 1) The work performed and the materials furnished in accordance with this 21 Item shall be paid for at the lump sum price bid for"Hydrocarbon Resistant 22 Gaskets". 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. American Association of State Highway and Transportation Officials(AASHTO). 29 3. American Society of Mechanical Engineers(ASME): 30 a. B16.1,Gray Iron Pipe Flanges and Flanged Fittings(Classes 25, 125 and 250). 31 4. ASTM International(ASTM): 32 a. A242,Standard Specification for High-Strength Low-Allay Structural Steel. 33 b. A307,Standard Specification for Carbon Steel Bolts and Studs, 60,000 psi 34 Tensile Strength. 35 c. A674,Standard Practice for Polyethylene Encasement for Ductile Iron Pipe for 36 Water or Other Liquids. 37 d. B117,Standard Practice for Operating Salt Spray(Fog)Apparatus. 38 e. B633,Standard Specification for Electrodeposited Coatings of Zinc on Iron and 39 Steel. 40 5. American Water Works Association(AWWA): 41 a. C203,Coal-Tar Protective Coatings and Linings for Steel Water Pipelines- 42 Enamel and Tape-Hot Applied. 43 b. C600,Installation of Ductile-Iron Water Mains and their Appurtenances. 44 c. M41,Ductile-Iron Pipe and Fittings. 45 6. American Water Works Association/American National Standards Institute 46 (AW WA/ANSI): CrrY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 33 11 10-3 DUCTILE IRON PIPE Page 3 of 14 1 a. C104/A21.4,Cement—Mortar Lining for Ductile-Iron Pipe and Fittings. 2 b. C105/A21.5,Polyethylene Encasement for Ductile-Iron Pipe Systems. 3 c. C 111/A21.11,Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings. 4 d. C 115/A21.15,Flanged Ductile-Iron Pipe with Ductile-Iron or Gray-Iron 5 Threaded Flanges. 6 e. C150/A21.50,Thickness Design of Ductile-Iron Pipe. 7 f. C151/A21.51,Ductile-Iron Pipe, Centrifugally Cast, for Water. 8 g. C600,Installation of Ductile-Iron Water Mains and their Appurtenances 9 7. NSF International (NSF): 10 a. 61,Drinking Water System Components-Health Effects. 11 8. Society for Protective Coatings (SSPC): 12 a. PA 2,Measurement of Dry Coating Thickness with Magnetic Gages. 13 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 14 1.5 SUBMITTALS 15 A. Submittals shall be in accordance with Section 0133 00. 16 B. All submittals shall be approved by the Engineer or the City prior to delivery and/or 17 fabrication for specials. 18 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 19 A. Product Data 20 1. Interior lining 21 a. If it is other than cement mortar lining in accordance with AWWA/ANSI 22 C104/A21.4,including: 23 1) Material 24 2) Application recommendations 25 3) Field touch-up procedures 26 2. Thrust Restraint 27 a. Retainer glands,thrust harnesses or any other means 28 3. Gaskets 29 a. If hydrocarbon or other special gaskets are required 30 B. Shop Drawings—Furnish for Ductile Iron Pipe used in the water distribution system or 31 for a wastewater force main for 24-inch and greater diameters, including: 32 1. Wall thickness design calculations sealed by a Licensed Professional Engineer in 33 Texas including: 34 a. Working pressure 35 b. Surge pressure 36 c. Deflection 37 2. Provide thrust restraint calculations for all fittings and valves, sealed by a Licensed 38 Professional Engineer in Texas, to verify the restraint lengths shown in the 39 Drawings. 40 3. Lay schedule/drawing for 24-inch and greater diameters, sealed by a Licensed 41 Professional Engineer in Texas including: 42 a. Pipe class 43 b. Joints type CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 331110-4 DUCTILE IRON PIPE Page 4 of 14 1 c. Fittings 2 d. Stationing 3 e. Transitions 4 f. Joint deflection 5 C. Certificates 6 1. Furnish an affidavit certifying that all Ductile Iron Pipe meets the provisions of this 7 Section,each run of pipe furnished has met Specifications,all inspections have 8 been made,and that all tests have been performed in accordance with 9 AWWA/ANSI C151/A21.51. 10 2. Furnish a certificate stating that buried bolts and nuts conform to ASTM B 117. 11 1.7 CLOSEOUT SUBMITTALS[NOT USED] 12 1.8 MAINTENANCE MATERIAL SUBMITTALS[NOT USED] 13 1.9 QUALITY ASSURANCE 14 A. Qualifications 15 1. Manufacturers 16 a. Finished pipe shall be the product of 1 manufacturer. 17 1) Change orders,specials,and field changes may be provided by a different 18 manufacturer upon City approval. 19 b. Pipe manufacturing operations(pipe,lining, and coatings)shall be performed 20 under the control of the manufacturer. 21 c. Ductile Iron Pipe 22 1) Manufactured in accordance with AWWA/ANSI C151/A21.51 23 a) Perform quality control tests and maintain results as outlined within 24 standard to assure compliance. 25 2) Subject each pipe to a hydrostatic test of not less than 500 psi for duration 26 of at least 10 seconds. 27 B. Preconstruction Testing 28 1. The City may,at its own cost,subject random lengths of pipe for testing by an 29 independent laboratory for compliance with this Specification. 30 a. The compliance test shall be performed in the United States. 31 b. Any visible defects or failure to meet the quality standards herein will be 32 grounds for rejecting the entire order. 33 1.10 DELIVERY,STORAGE,AND HANDLING 34 A. Storage and Handling Requirements 35 1. Ductile Iron Pipe shall be stored and handled in accordance with the guidelines as 36 stated in AWWA M41. 37 2. Secure and maintain a location to store the material in accordance with Section 01 38 6600. CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 3311 10-5 DUCTILE IRON PIPE Page 5 of 14 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2- PRODUCTS 4 2.1 OWNER-FURNISHED[OR]OWNER-SUPPLIED PRODUCTS [NOT USED] 5 2.2 EQUIPMENT,PRODUCT TYPES AND 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 Sections. 10 2. Any product that is not listed on the Standard Products List is considered a 11 substitution and shall be submitted in accordance with Section 01 25 00. 12 B. Pipe 13 1. Pipe shall be in accordance with AWWA/ANSI C111/A2L11,AWWA/ANSI 14 C150/A21.15, and AWWA/ANSI C151/A21.51. 15 2. All pipe shall meet the requirements of NSF 61. 16 3. Pipe shall have a lay length of 18 feet or 20 feet except for special fittings or 17 closure pieces and necessary to comply with the Drawings. 18 4. As a minimum the following pressures classes apply. The Drawings may specify a 19 higher pressure class or the pressure and deflection design criteria may also require 20 a higher pressure class,but in no case should they be less than the following: 21 Diameter Min Pressure Class (inches) (psi) 3 through 12 350 14 through 20 250 24 200 30 through 64 150 22 23 5. Pipe markings shall meet the minimum requirements of AWWA/ANSI 24 C151/A21.51. Minimum pipe markings shall be as follows: 25 a. "DI"or"Ductile"shall be clearly labeled on each pipe 26 b. Weight,pressure class and nominal thickness of each pipe 27 c. Year and country pipe was cast 28 d. Manufacturer's mark 29 6. Pressure and Deflection Design 30 a. Pipe design shall be based on trench conditions and design pressure class 31 specified in the Drawings. 32 b. Pipe shall be designed according to the methods indicated in AWWA/ANSI 33 C150/A21.50,AWWA/ANSI C151/A21.51, and AWWA M41 for trench 34 construction,using the following parameters: 35 1) Unit Weight of Fill(w)= 130 pcf 36 2) Live Load=AASHTO HS 20 CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 3311 10-6 DUCTME IRON PIPE Page 6 of 14 1 3) Trench Depth= 12 feet minimum,or as indicated in Drawings 2 4) Bedding Conditions=Type 4 3 5) Working Pressure(Pa,)= 150 psi 4 6) Surge Allowance(Pe)= 100 psi 5 7) Design Internal Pressure(P)=Pa,+Pg or 2:1 safety factor of the actual 6 working pressure plus the actual surge pressure,whichever is greater. 7 a) Test Pressure= 8 (1) No less than 1.25 minimum times the stated working pressure(187 9 psi minimum)of the pipeline measured at the highest elevation 10 along the test section. 11 (2) No less than 1.5 times the stated working pressure(225 psi 12 minimum)at the lowest elevation of the test section. 13 8) Maximum Calculated Deflection(DJ=3 percent 14 9) Restrained Joint Safety Factor(Sf)= 15 percent 15 c. Trench depths shall be verified after existing utilities are located. 16 1) Vertical alignment changes required because of existing utility or other 17 conflicts shall be accommodated by an appropriate change in pipe design 18 depth. 19 2) In no case shall pipe be installed deeper than its design allows. 20 7. Provisions for Thrust 21 a. Thrust at bends,tees,plugs or other fittings shall be mechanically restrained 22 joints when required by the Drawings. 23 b. Thrust at bends adjacent to casing pipe shall be restrained by mechanical means 24 through casing and for a sufficient distance each side of casing. 25 c. No thrust restraint contribution shall be allowed for the restrained length of 26 pipe within the casing. 27 d. Restrained joints,when required,shall be used for a sufficient distance from 28 each side of the bend,tee,plug,valve or other fitting to resist thrust which will 29 be developed at the design pressure of the pipe. For the purpose of thrust,the 30 following shall apply: 31 1) Valves shall be calculated as dead ends. 32 2) Design pressure shall be greater than the working pressure of the pipe or 33 the internal pressure(P)whichever is greater. 34 3) Restrained joints shall consist of approved mechanical restrained or push- 35 on restrained joints as listed in the City's Standard Products List as shown 36 in Section 0160 00. 37 e. The Pipe Manufacturer shall verify the length of pipe with restrained joints to 38 resist thrust in accordance with the Drawings,AWWA M41,and the following: 39 1) The weight of earth(We)shall be calculated as the weight of the projected 40 soil prism above the pipe,for unsaturated soil conditions. 41 2) Soil density= 130 pcf(maximum value to be used),for unsaturated soil 42 conditions 43 3) If indicated on the Drawings and the Geotechnical Borings that ground 44 water is expected,account for reduced soil density. 45 8. Joints 46 a. General—Comply with AWWA/ANSI C111/A21.11. 47 b. Push-On Joints 48 c. Mechanical Joints 49 d. Push-On Restrained Joints CrrY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS do Haltom City Meter Station do Outfall Sewer Revised July 1,2011 City Project No.01303 33 11 10-7 DUCTILE IRON PIPE Page 7 of 14 1 1) Restraining Push-on joints by means of a special gasket 2 a) Only those products that are listed in Section 0160 00 3 b) The working pressure rating of the restrained gasket must exceed the 4 test pressure of the pipe line to be installed. 5 c) Approved for use of restraining Ductile Iron Pipe in casing with a 6 carrier pipe of 4-inches to 12-inches 7 d) Otherwise only approved if specially listed on the Drawings 8 2) Push-on Restrained Joint bell and spigot 9 a) Only those products list in the standard products list will be allowed for 10 the size listed in the standard products list per Section 01 60 00. 11 b) Pressure rating shall exceed the working and test pressure of the pipe 12 line. 13 e. Flanged Joints—AWWA/ANSI Cl 15/A21.15, ASME B16.1, Class 125 14 f. Flange bolt circles and bolt holes shall match those of ASME B 16.1,Class 125. 15 g. Field fabricated flanges are prohibited. 16 9. Gaskets 17 a. All rubber joint gaskets utilized on Ductile Iron Pipe shall be in conformance 18 with AWWA/ANSI C111/A21.11. 19 b. Flanged Gaskets 20 1) Full face 21 2) Manufactured true to shape from minimum 80 durometer SBR rubber stock 22 of a thickness not less than 1/8 inch 23 3) Virgin stock 24 4) Conforming to the physical and test requirements specified in 25 AWWA/ANSI C111/A21.11. 26 5) Finished gaskets shall have holes punched by the manufacturer and shall 27 match the flange pattern in every respect. 28 6) Frayed cut edges resulting from job site gasket fabrication are not 29 acceptable. 30 7) Furnish Viton®Rubber gaskets hydrocarbon restraint gaskets,when 31 required. 32 c. Isolation Flanges 33 1) Flanges required by the drawings to be Isolation Flanges shall conform to 34 Section 3 04 10. 35 10. Bolts and Nuts 36 a. Mechanical Joints 37 1) High strength corrosion restraint low-carbon weathering steel in 38 accordance with AWWA/ANSI C111/A21.11 and ASTM A242. 39 2) Cor-Blue coated with FluoroKote#1,or equal 40 a) Coating shall conform to the performance requirements of ASTM B 117 41 for up to 4000 hours and shall include, if required, a certificate of 42 conformance. 43 b. Flanged Ends 44 1) Meet requirements of AWWA C115. 45 a) For buried and non-buried applications,provide ASTM A193 Grade B7 46 Bolts and ASTM 194 Grade 2H Nuts. 47 11. Flange Coatings 48 a. Connections to Steel Flanges CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 3311 10-8 DUCTII E IRON PIPE Page 8 of 14 1 1) Coatings for buried flanges shall be Densyl Tape system manufactured by 2 Carboline,consisting of Densyl Mastic,Densyl Paste,and Densyl Tape,or 3 approved equal. 4 12. Ductile Iron Pipe Exterior Coatings 5 a. All ductile iron shall have an asphaltic coating,minimum of 1 mil thick,on the 6 pipe exterior,unless otherwise specified in the Contract Documents. 7 13. Polyethylene Encasement 8 a. All buried Ductile Iron Pipe shall be polyethylene encased. 9 b. Only manufacturers listed in the City's Standard Products List as shown in 10 Section 0160 00 will be considered acceptable. 11 c. Use only virgin polyethylene material. 12 d. Encasement for buried pipe shall be 8 mil linear low density(LLD) 13 polyethylene conforming to AWWA/ANSI C105/A21.5 or 4 mil high density 14 cross-laminated(HDCL)polyethylene encasement conforming to 15 AWWA/ANSI C105/A21.5 and ASTM A674. 16 e. Marking: At a minimum of every 2 feet along its length,the mark the 17 polyethylene film with the following information: 18 1) Manufacturer's name or trademark 19 2) Year of manufacturer 20 3) AWWA/ANSI C105/A21.5 21 4) Minimum film thickness and material type 22 5) Applicable range of nominal diameter sizes 23 6) Warning—Corrosion Protection—Repair Any Damage 24 f. Special Markings/Colors 25 1) Reclaimed Water,perform one of the following: 26 a) Label polyethylene encasement with"RECLAIMED WATER", 27 b) Provide purple polyethylene in accordance with the American Public 28 Works Association Uniform Color Code;or 29 c) Attach purple reclaimed water marker tape to the polyethylene wrap. 30 2) Wastewater,perform one of the following: 31 a) Label polyethylene encasement with"WASTEWATER"; 32 b) Provide green polyethylene in accordance with the American Public 33 Works Association Uniform Color Code;or 34 c) Attach green sanitary sewer marker tape to the polyethylene wrap. 35 g. Minimum widths 36 37 Polyethylene Tube and Sheet Sizes for Push-On Joint Pipe Nominal Pipe Diameter Min.Width—Flat Tube Min.Width—Sheet (inches) (inches) (inches) 3 14 28 4 14 28 6 16 32 8 20 40 10 24 48 12 27 54 14 30 60 16 34 68 CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&OuVWI Sewer Revised July 1,2011 City Project No.01303 3311 10-9 DUCTILE IRON PIPE Page 9 of 14 18 37 74 20 41 82 24 54 108 30 67 134 36 81 162 42 81 162 48 95 190 54 108 216 60 108 216 64 121 242 1 2 14. Ductile Iron Pipe Interior Lining 3 a. Cement Mortar Lining 4 1) Ductile Iron Pipe for potable water shall have a cement mortar lining in 5 accordance with AWWA/ANSI C104/A21.04 and be acceptable according 6 to NSF 61. 7 b. Ceramic Epoxy or Epoxy Linings 8 1) Ductile Iron Pipe for use in wastewater applications shall be lined with a 9 Ceramic Epoxy or Epoxy lining as designated in the City's Standard 10 Products List as shown in Section 0160 00. 11 2) Apply lining at a minimum of 40 mils DFT. 12 3) Due to the tolerances involved,the gasket area and spigot end up to 6 13 inches back from the end of the spigot end must be coated with 6 mils 14 nominal, 10 mils maximum using a Joint Compound as supplied by the 15 manufacturer. 16 a) Apply the joint compound by brush to ensure coverage. 17 b) Care should be taken that the joint compound is smooth without excess 18 buildup in the gasket seat or on the spigot ends. 19 c) Coat the gasket seat and spigot ends after the application of the lining. 20 4) Surface preparation shall be in accordance with the manufacturer's 21 recommendations. 22 5) Check thickness using a magnetic film thickness gauge in accordance with 23 the method outlined in SSPC PA 2. 24 6) Test the interior lining of all pipe barrels for pinholes with a non- 25 destructive 2,500 volt test. 26 a) Repair any defects prior to shipment. 27 7) Mark each fitting with the date of application of the lining system along 28 with its numerical sequence of application on that date and records 29 maintained by the applicator of his work. 30 8) For all Ductile Iron Pipe in wastewater service where the pipe has been 31 cut,coat the exposed surface with the touch-up material as recommended 32 by the manufacturer. 33 a) The touch-up material and the lining shall be of the same manufacturer. CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS do Haltom City Meter Station do Outfall Sewer Revised July 1,2011 City Project No.01303 3311 10-10 DUCTILE 1RON PIPE Page 10 of 14 1 2.3 ACCESSORIES[NOT USED] 2 2.4 SOURCE QUALITY CONTROL[NOT USED] 3 PART 3- EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION[NOT USED] 6 3.3 PREPARATION[NOT USED] 7 3.4 INSTALLATION 8 A. General 9 1. Install pipe,fittings,specials and appurtenances as specified herein,as specified in 10 AWWA C600,AWWA M41 and in accordance with the pipe manufacturer's 11 recommendations. 12 2. See Section 33 11 11 for installation requirements for Ductile Iron Fittings. 13 3. Lay pipe to the lines and grades as indicated in the Drawings. 14 4. Excavate and backfill trenches in accordance with Section 33 05 10. 15 5. Embed Ductile Iron Pipe in accordance with Section 33 05 10. 16 6. For installation of carrier pipe within casing,see Section 33 05 24. 17 B. Pipe Handling 18 1. Haul and distribute pipe and fittings at the project site. 19 2. Handle piping with care to avoid damage. 20 a. Inspect each joint of pipe and reject or repair any damaged pipe prior to 21 lowering into the trench. 22 b. Do not handle the pipe in such a way that will damage the interior lining. 23 c. Use only nylon ropes,slings or other lifting devices that will not damage the ! 24 surface of the pipe for handling the pipe. 25 3. At the close of each operating day: 26 a. Keep the pipe clean and free of debris,dirt,animals and trash—during and after 27 the laying operation. 28 b. Effectively seal the open end of the pipe using a gasketed night cap. 29 C. Joint Making 30 1. Mechanical Joints 31 a. Bolt the follower ring into compression against the gasket with the bolts 32 tightened down evenly then cross torqued in accordance with AWWA C600. 33 b. Overstressing of bolts to compensate for poor installation practice will not be 34 permitted. 35 2. Push-on Joints 36 a. Install Push-on joints as defined in AWWA/ANSI C1 I/A21.11. 37 b. Wipe clean the gasket seat inside the bell of all extraneous matter. 38 c. Place the gasket in the bell in the position prescribed by the manufacturer. CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 33 11 10-11 DUCTILE IRON PIPE Page 11 of 14 1 d. Apply a thin film of non-toxic vegetable soap lubricant to the inside of the 2 gasket and the outside of the spigot prior to entering the spigot into the bell. 3 e. When using a field cut plain end piece of pipe,refinish the field cut and scarf to 4 conform to AWWA C600. 5 3. Flanged Joints 6 a. Use erection bolts and drift pins to make flanged connections. 7 1) Do not use undue force or restraint on the ends of the fittings. 8 2) Apply even and uniform pressure to the gasket. 9 b. The fitting must be free to move in any direction while bolting. 10 1) Install flange bolts with all bolt heads faced in one direction. 11 4. Joint Deflection 12 a. Deflect the pipe only when necessary to avoid obstructions or to meet the lines 13 and grades and shown in the Drawings. 14 b. The deflection of each joint must be in accordance with AWWA C600 Table 3. 15 c. The maximum deflection allowed is 50 percent of that indicated in AWWA 16 C600. 17 d. The manufacturer's recommendation may be used with the approval of the 18 Engineer. 19 D. Polyethylene Encasement Installation 20 1. Preparation 21 a. Remove all lumps of clay,mud,cinders, etc.,on pipe surface prior to 22 installation of polyethylene encasement. 23 1) Prevent soil or embedment material from becoming trapped between pipe 24 and polyethylene. 25 b. Fit polyethylene film to contour of pipe to affect a snug,but not tight encase 26 with minimum space between polyethylene and pipe. 27 1) Provide sufficient slack in contouring to prevent stretching polyethylene 28 where it bridges irregular surfaces such as bell-spigot interfaces,bolted 29 joints or fittings and to prevent damage to polyethylene due to backfilling 30 operations. 31 2) Secure overlaps and ends with adhesive tape and hold. 32 c. For installations below water table and/or in areas subject to tidal actions, seal 33 both ends of polyethylene tube with adhesive tape at joint overlap. 34 2. Tubular Type(Method A) 35 a. Cut polyethylene tube to length approximately 2 feet longer than pipe section. 36 b. Slip tube around pipe,centering it to provide 1-foot overlap on each adjacent 37 pipe section and bunching it accordion-fashion lengthwise until it clears pipe 38 ends. 39 c. Lower pipe into trench and make up pipe joint with preceding section of pipe. 40 d. Make shallow bell hole at joints to facilitate installation of polyethylene tube. 41 e. After assembling pipe joint,make overlap of polyethylene tube,pull bunched 42 polyethylene from preceding length of pipe, slip it over end of the new length 43 of pipe and wrap until it overlaps joint at end of preceding length of pipe. 44 f. Secure overlap in place. 45 g. Take up slack width at top of pipe to make a snug,but not tight,fit along barrel 46 of pipe, securing fold at quarter points. 47 h. Repair cuts, tears,punctures or other damage to polyethylene. 48 i. Proceed with installation of next pipe in same manner. CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 3311 10-12 DUC=IRON PIPE Page 12 of 14 1 3. Tubular Type(Method B) 2 a. Cut polyethylene tube to length approximately 1 foot shorter than pipe section. 3 b. Slip tube around pipe,centering it to provide 6 inches of bare pipe at each end. 4 c. Take up slack width at top of pipe to make a snug,but not tight,fit along barrel 5 of pipe,securing fold at quarter points;secure ends. 6 d. Before making up joint,slip 3-foot length of polyethylene tube over end of 7 proceeding pipe section,bunching it accordion-fashion lengthwise. 8 e. After completing joint,pull 3-foot length of polyethylene over joint, 9 overlapping polyethylene previously installed on each adjacent section of pipe 10 by at least 1 foot;make each end snug and secure. 11 4. Sheet Type 12 a. Cut polyethylene sheet to a length approximately 2 feet longer than piece 13 section. 14 b. Center length to provide 1-foot overlap on each adjacent pipe section,bunching 15 it until it clears the pipe ends. 16 c. Wrap polyethylene around pipe so that it circumferentially overlaps top 17 quadrant of pipe. 18 d. Secure cut edge of polyethylene sheet at intervals of approximately 3 feet. 19 e. Lower wrapped pipe into trench and make up pipe joint with preceding section 20 of pipe. 21 f. Make shallow bell hole at joints to facilitate installation of polyethylene. 22 g. After completing joint,make overlap and secure ends. 23 h. Repair cuts,tears,punctures or other damage to polyethylene. 24 i. Proceed with installation of next section of pipe in same manner. 25 5. Pipe-Shaped Appurtenances 26 a. Cover bends,reducers,offsets and other pipe-shaped appurtenances with 27 polyethylene in same manner as pipe and fittings. 28 6. Odd-Shaped Appurtenances 29 a. When it is not practical to wrap valves,tees,crosses,and other odd-shaped 30 pieces in tube,wrap with flat sheet or split length polyethylene tube by passing 31 sheet under appurtenances and bringing it up around body. 32 b. Make seams by bringing edges together,folding over twice and taping down. 33 c. Tape polyethylene securely in place at the valve stem and at any other 34 penetrations. 35 7. Repairs 36 a. Repair any cuts,tears,punctures or damage to polyethylene with adhesive tape 37 or with short length of polyethylene sheet or cut open tube,wrapped around 38 fitting to cover damaged area and secured in place. 39 8. Openings in Encasement 40 a. Provide openings for branches,service taps,blow-offs,air valves and similar 41 appurtenances by making an X-shaped cut in polyethylene and temporarily 42 folding back film. 43 b. After appurtenance is installed,tape slack securely to appurtenance and repair 44 cut,as well as other damaged area in polyethylene with tape. 45 C. Service taps may also be made directly through polyethylene,with any 46 resulting damaged areas being repaired as described above. 47 9. Junctions between Wrapped and Unwrapped Pipe: CrrY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS do Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 33 11 10-13 DUCTILE IRON PIPE Page 13 of 14 1 a. Where polyethylene-wrapped pipe joins an adjacent pipe that is not wrapped, 2 extend polyethylene wrap to cover adjacent pipe for distance of at least 3 feet. 3 b. Secure end with circumferential turns of tape. 4 c. Wrap service lines of dissimilar metals with polyethylene or suitable dielectric 5 tape for minimum clear distance of 3 feet away from Cast or Ductile Iron Pipe. 6 3.5 REPAIRIRESTORATION 7 A. Patching 8 1. Excessive field-patching is not permitted of lining or coating. 9 2. Patching of lining or coating will be allowed where area to be repaired does not 10 exceed 100 square inches and has no dimensions greater than 12 inches. 11 3. In general, there shall not be more than 1 patch on either the lining or the coating of 12 any 1 joint of pipe. 13 4. Wherever necessary to patch the pipe: 14 a. Make patch with cement mortar as previously specified for interior joints. 15 b. Do not install patched pipe until the patch has been properly and adequately 16 cured and approved for laying by the City. 17 5. Promptly remove rejected pipe from the site. 18 3.6 RE-INSTALLATION [NOT USED] 19 3.7 FIELD [OR] SITE QUALITY CONTROL 20 A. Potable Water Mains 21 1. Cleaning, disinfection, hydrostatic testing and bacteriological testing of water mains 22 a. Clean,flush,pig,disinfect,hydrostatic test and bacteriological test the water 23 main as specified in Section 33 04 40. 24 B. Wastewater Lines 25 1. Closed Circuit Television (CCTV)Inspection 26 a. Provide a Post-CCTV Inspection in accordance with Section 33 01 31. 27 3.8 SYSTEM STARTUP[NOT USED] 28 3.9 ADJUSTING [NOT USED] 29 3.10 CLEANING [NOT USED] 30 3.11 CLOSEOUT ACTIVITIES [NOT USED] 31 3.12 PROTECTION [NOT USED] 32 3.13 MAINTENANCE[NOT USED] 33 3.14 ATTACHMENTS [NOT USED] 34 END OF SECTION 35 Revision Log CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 3311 10-14 DUCTILE IRON PIPE Page 14 of 14 DATE NAME SUMMARY OF CHANGE 1 CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIRCATION DOCUMENTS do Haltom City Meter Station do Outfall Sewer Revised July 1,2011 City Project No.01303 331111-1 DUCTH-E MON FrrMGS Page 1 of 13 1 SECTION 33 11 11 2 DUCTILE IRON FITTINGS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Ductile Iron Fittings 3-inch through 64-inch for potable water,wastewater, and 7 other liquids for use with Ductile Iron Pipe and Polyvinyl Chloride(PVC)Pipe 8 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. 03 34 16—Concrete Base Material for Trench Repair 15 4. 33 04 40—Cleaning and Acceptance Testing of Water Mains 16 5. 33 05 10—Utility Trench Excavation,Embedment and Backfill 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Ductile Iron Water Fittings 20 a. Measurement 21 1) Shall be per ton of fittings supplied 22 2) Fittings weights are the sum of the various types of fittings multiplied by 23 the weight per fitting as listed in AWWA/ANSI C153/A21.53. 24 3) The fitting weights listed in AWWA/ANSI C110/A21.10 are only allowed 25 for specials where an AWWA/ANSI C153/A21.53 is not available, or if the 26 Drawings specifically call for an AWWA/ANSI C110/A21.10 fittings. 27 4) If the Contractor chooses to supply AWWA/ANSI C110/A21.10(full 28 body)Ductile Iron Fittings in lieu of AWWA/ANSI C 153/A21.53 29 (compact)Ductile Iron Fittings at his convenience, then the weight shall be 30 measured in accordance with AWWA/ANSI C153/A21.53. 31 b. Payment 32 1) The work performed and materials furnished in accordance with this Item 33 and measured as provided under"Measurement'will be paid for at the unit 34 price bid per ton of"Ductile Iron Water Fittings". 35 c. The price bid shall include: 36 1) Furnishing and installing Ductile Iron Water Fittings as specified by the 37 Drawings 38 2) Polyethylene encasement 39 3) Lining 40 4) Pavement removal 41 5) Excavation 42 6) Hauling CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 3311 11-2 DUCTILE IRON FITTINGS Page 2 of 13 1 7) Disposal of excess material 2 8) Furnishing and installing bolts,nuts,and restraint(if required) 3 9) Furnishing,placement and compaction of embedment 4 10) Furnishing,placement and compaction of backfill 5 11) Clay Dams 6 12) Clean-up 7 13) Cleaning 8 14) Disinfection 9 15)Testing 10 2. Ductile Iron Sewer Fittings 11 a. Measurement 12 1) Shall be per ton of fittings supplied 13 2) Fittings weights are the sum of the various types of fittings multiplied by 14 the weight per fitting as listed in AWWA/ANSI C153/A21.53. 15 3) The fitting weights listed in AWWA/ANSI Cl 10/A21.10 are only allowed 16 for specials where an AWWA/ANSI C153/A21.53 is not available, or if the 17 Drawings specifically call for an AWWA/ANSI Cl 10/A21.10 fittings. 18 4) If the Contractor chooses to supply AWWA/ANSI CI IO/A21.1O(full 19 body)Ductile Iron Fittings in lieu of AWWA/ANSI C153/A21.53 20 (compact)Ductile Iron Fittings at his convenience,then the weight shall be 21 measured in accordance with AWWA/ANSI C153/A21.53. 22 b. Payment 23 1) The work performed and materials furnished in accordance with this Item 24 and measured as provided under"Measurement"will be paid for at the unit 25 price bid per ton of"Ductile Iron Sewer Fittings". 26 c. The price bid shall include: 27 1) Furnishing and installing Ductile Iron Water Fittings as specified by the 28 Drawings 29 2) Epoxy Coating 30 3) Polyethylene encasement 31 4) Lining 32 5) Pavement removal 33 6) Excavation 34 7) Hauling 35 8) Disposal of excess material 36 9) Furnishing and installing bolts,nuts,and restraint(if required) 37 10)Furnishing,placement and compaction of embedment 38 11)Furnishing,placement and compaction of backfill 39 12) Clean-up 40 13) Cleaning 41 14)Disinfection 42 15)Testing 43 3. Hydrocarbon Resistant Gaskets 44 a. Measurement 45 1) Measurement for this Item shall be by lump sum. 46 b. Payment 47 1) The work performed and the materials furnished in accordance with this 48 Item shall be paid for at the lump sum price bid for"Hydrocarbon Resistant 49 Gaskets". CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 3311 11 -3 DUCTILE IRON FITTINGS Page 3 of 13 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. American Society of Mechanical Engineers (ASME): 7 a. 1316.1, Gray Iron Pipe Flanges and Flanged Fittings (Classes 25, 125 and 250). 8 3. ASTM International (ASTM): 9 a. A242, Standard Specification for High-Strength Low-Alloy Structural Steel. 10 b. A674, Standard Practice for Polyethylene Encasement for Ductile Iron Pipe for 11 Water or Other Liquids. 12 c. B 117, Standard Practice for Operating Salt Spray (Fog)Apparatus. 13 4. American Water Works Association(AWWA): 14 a. C203,Coal-Tar Protective Coatings and Linings for Steel Water Pipelines- 15 Enamel and Tape-Hot Applied. 16 b. C600,Installation of Ductile-Iron Water Mains and their Appurtenances. 17 c. M41,Ductile-Iron Pipe and Fittings. 18 5. American Water Works Association/American National Standards Institute 19 (AWWA/ANSI): 20 a. CI04/A21.4, Cement—Mortar Lining for Ductile-Iron Pipe and Fittings. 21 b. CI05/A21.5,Polyethylene Encasement for Ductile-Iron Pipe Systems. 22 c. C110/A21.10,Ductile-Iron and Gray-Iron Fittings. 23 d. CI I I/A21.11,Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings. 24 e. C115/A21.15,Flanged Ductile-Iron Pipe with Ductile-Iron or Gray-Iron 25 Threaded Flanges. 26 f. C151/A21.51,Ductile-Iron Pipe,Centrifugally Cast,for Water. 27 g. C153/A21.53,Ductile-Iron Compact Fittings for Water Service. 28 6. NSF International (NSF): 29 a. 61, Drinking Water System Components- Health Effects. 30 7. Society for Protective Coatings (SSPC): 31 a. PA 2,Measurement of Dry Coating Thickness with Magnetic Gages. 32 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 33 1.5 SUBMITTALS 34 A. Submittals shall be in accordance with Section 01 33 00. 35 B. All submittals shall be approved by the Engineer or the City prior to delivery and/or 36 fabrication for specials. 37 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 38 A. Product Data 39 1. Ductile Iron Fittings 40 a. Pressure class 41 b. Interior lining 42 c. Joint types 43 2. Polyethylene encasement and tape 44 a. Planned method of installation CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Ouifall Sewer Revised July 1,2011 City Project No.01303 331111-4 DUCTILE IRON FITTINGS Page 4 of 13 1 b. Whether the film is linear low density or high density cross linked polyethylene 2 c. The thickness of the film provided 3 3. The interior lining,if it is other than cement mortar lining in accordance with 4 AWWA/ANSI C104/A21.4 5 a. Material 6 b. Application recommendations 7 c. Field touch-up procedures 8 4. Thrust Restraint 9 a. Retainer glands 10 b. Thrust harnesses 11 c. Any other means 12 5. Bolts and nuts for mechanical and or flange joints 13 6. Gaskets 14 B. Certificates 15 1. The manufacturer shall furnish an affidavit certifying that all Ductile Iron Fittings 16 meet the provisions of this Section and meet the requirements of AWWA/ANSI 17 C110/A21.10 or AWWA/ANSI C153/A21.53. 18 2. Furnish a certificate stating that buried bolts and nuts conform to ASTM B 117. 19 1.7 CLOSEOUT SUBMITTALS[NOT USED] 20 1.8 MAINTENANCE MATERIAL SUBMITTALS[NOT USED] 21 1.9 QUALITY ASSURANCE 22 A. Qualifications 23 1. Manufacturers 24 a. Fittings manufacturing operations(fittings,lining,and coatings)shall be 25 performed under the control of the manufacturer. 26 b. Ductile Iron Fittings shall be manufactured in accordance with AWWA/ANSI 27 C110/A21.10 or AWWA/ANSI C153/A21.53. 28 1) Perform quality control tests and maintain the results as outlined in these 29 standards to assure compliance. 30 B. Preconstruction Testing 31 1. The City may,at its own cost, subject random fittings for destructive testing by an 32 independent laboratory for compliance with this Specification. 33 a. The compliance test shall be performed in the United States. 34 b. Any visible defects or failure to meet the quality standards herein will be 35 grounds for rejecting the entire order. 36 1.10 DELIVERY,STORAGE,AND HANDLING 37 A. Storage and Handling Requirements 38 1. Store and handle in accordance with the guidelines as stated in AWWA M41. 39 2. Secure and maintain a location to store the material in accordance with Section 01 40 6600. CrrY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS do Haltom City Meter Station do Outfall Sewer Revised July 1,2011 City Project No.01303 3311 11-5 DUCME IRON FITTINGS Page 5 of 13 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY[NOT USED] 3 PART 2- PRODUCTS 4 2.1 OWNER-FURNISHED[OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 5 2.2 EQUIPMENT,PRODUCT TYPES AND MATERIALS 6 A. Manufacturers 7 1. Only the manufacturers as listed on the City's Standard Products List will be 8 considered as shown in Section 01 60 00. 9 a. The manufacturer must comply with this Specification and related Sections. 10 2. Any product that is not listed on the Standard Products List is considered a 11 substitution and shall be submitted in accordance with Section 01 25 00. 12 B. Ductile Iron Fittings 13 1. Ductile Iron Fittings shall be in accordance with AWWA/ANSI C110/A21.10, 14 AWWA/ANSI C153/A21.53. 15 2. All fittings for potable water service shall meet the requirements of NSF 61. 16 3. Ductile Iron Fittings, at a minimum,shall meet or exceed the pressures classes of 17 the pipe which the fitting is connected,unless specifically indicated in the 18 Drawings. 19 4. Fittings Markings 20 a. Meet the minimum requirements of AWWA/ANSI C151/A21.51. 21 b. Minimum markings shall include: 22 1) "DI"or"Ductile"cast or metal stamped on each fitting 23 2) Applicable AWWA/ANSI standard for that the fitting 24 3) Pressure rating 25 4) Number of degrees for all bends 26 5) Nominal diameter of the openings 27 6) Year and country fitting was cast 28 7) Manufacturer's mark 29 5. Joints 30 a. Push-On Joints 31 1) Comply with AWWA/ANSI C111/A21.11. 32 b. Mechanical Joints 33 1) Comply with AWWA/ANSI Cl 11/A21.11. 34 c. Mechanical Joints with mechanical restraint 35 1) Restraint devices shall consist of multiple gripping wedges incorporated 36 into a follower gland meeting the applicable requirements of ANSI/AWWA 37 C 110/A21.10. 38 2) The devices shall have the following working pressure ratings based on size 39 and type of pipe: 40 a) Ductile Iron Pipe 41 (1) 3-inch— 16-inch, 350 psi 42 (2) 18-inch—48-inch,250 psi 43 b) PVC C900 and C905 44 (1) 3-inch— 12-inch,305psi CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 331111-6 DUCTILE IRON FITTINGS Page 6 of 13 1 (2) 14-inch—16-inch,235psi 2 (3) 18-inch—20-inch,200psi 3 (4) 24-inch—30—inch 165psi 4 c) Ratings are for water pressure and must include a minimum safety 5 factor of 2 to 1 in all sizes 6 3) Restraint devices shall have specific designs for Ductile Iron and PVC and 7 should be easily differentiate between the two. 8 4) Gland body,wedges and wedge actuating components shall be cast from 9 grade 65-45-12 ductile iron material in accordance with ASTM A536 10 5) Mechanical joint restraint shall require conventional tools and installation 11 procedures per AWWA C600,while retaining full mechanical joint 12 deflection during assembly as well as allowing joint deflection after 13 assembly. 14 6) Proper actuation of the gripping wedges shall be ensured with torque 15 limiting twist off nuts. 16 d. Push-On-Restrained Joints 17 1) Restraining Push-on joints by means of a special gasket 18 a) Only those products that are listed in 0160 00 19 b) The working pressure rating of the restrained gasket must exceed the 20 test pressure of the pipe line to be installed. 21 c) Approved for use of restraining Ductile Iron Pipe in casing with a 22 carrier pipe of 4-inches to 12-inches 23 d) Otherwise only approved if specially listed on the drawings 24 2) Push-on Restrained Joint bell and spigot 25 a) Only those products list in the standard products list will be allowed for 26 the size listed in the standard products list per Section 0160 00 27 b) Pressure rating shall exceed the working and test pressure of the pipe 28 line 29 e. Flanged Joints 30 1) AWWA/ANSI C115/A21.15,ASME B16.1,Class 125 31 2) Flange bolt circles and bolt holes shall match those of ASME B 16.1,Class 32 125. 33 3) Field fabricated flanges are prohibited. 34 6. Gaskets 35 a. All rubber joint gaskets utilized on Ductile Iron Fittings shall be in 36 conformance with AWWA/ANSI Cl l l/A21.11. 37 b. Flanged Gaskets 38 1) Full face 39 2) Manufactured true to shape from minimum 80 durometer SBR rubber stock 40 of a thickness not less than 1/8 inch 41 3) Virgin stock 42 4) Conforming to the physical and test requirements specified in 43 AWWA/ANSI C111/A21.11 44 5) Finished gaskets shall have holes punched by the manufacturer and shall 45 match the flange pattern in every respect. 46 6) Frayed cut edges resulting from job site gasket fabrication are not 47 acceptable. 48 7) Furnish Viton®Rubber gaskets hydrocarbon restraint gaskets,when 49 required. CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 33 11 11-7 DUCTILE IRON FrrrINGS Page 7 of 13 1 c. Isolation Flanges 2 1) Flanges required by the drawings to be Isolation Flanges shall conform to 3 Section 3 04 10. 4 7. Bolts and Nuts 5 a. Mechanical Joints 6 1) High strength corrosion restraint low-carbon weathering steel in 7 accordance with AWWA/ANSI C111/A21.11, and ASTM A242. 8 2) Cor-Blue coated with FluoroKote#1,or equal 9 a) Coating shall conform to the performance requirements of ASTM BI 17 10 for up to 4000 hours and shall include,if required, a certificate of 11 conformance. 12 b. Flanged Ends 13 1) Meet requirements of AWWA Cl 15. 14 a) For buried and non-buried applications, provide ASTM A193 Grade B7 15 bolts and ASTM 194 Grade 2H Nuts. 16 8. Flange Coatings 17 a. Connections to Steel Flanges 18 1) Coatings for buried flanges shall be Densyl Tape system manufactured by 19 Carboline, consisting of Densyl Mastic,Densyl Paste,and Densyl Tape, or 20 approved equal. 21 9. Ductile Iron Fitting Exterior Coatings 22 a. All Ductile Iron Fittings shall have an asphaltic coating, minimum of 1 mil 23 thick, on the exterior,unless otherwise specified in the Contract Documents. 24 10. Polyethylene Encasement 25 a. All buried Ductile Iron Fittings shall be polyethylene encased. 26 b. Only manufacturers listed in the City's Standard Products List as shown in 27 Section 0160 00 will be considered acceptable. 28 c. Use only virgin polyethylene material. 29 d. Encasement for buried fittings shall be 8 mil linear low density (LLD) 30 polyethylene conforming to AWWA/ANSI C105/A21.5 or 4 mil high density 31 cross-laminated (HDCL)polyethylene encasement conforming to conforming 32 to AWWA/ANSI C105/A21.5 and ASTM A674. 33 e. Marking: At a minimum of every 2 feet along its length, the mark the 34 polyethylene film with the following information: 35 1) Manufacturer's name or trademark 36 2) Year of manufacturer 37 3) AWWA/ANSI C 105/A21.5 38 4) Minimum film thickness and material type 39 5) Applicable range of nominal diameter sizes 40 6) Warning—Corrosion Protection—Repair Any Damage 41 f. Special Markings/Colors 42 1) Reclaimed Water,perform one of the following: 43 a) Label polyethylene encasement with"RECLAIMED WATER", 44 b) Provide purple polyethylene in accordance with the American Public 45 Works Association Uniform Color Code; or 46 c) Attach purple reclaimed water marker tape to the polyethylene wrap. 47 2) Wastewater,perform one of the following: 48 a) Label polyethylene encasement with"WASTEWATER"; CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 33 11 11-8 DUCTILE IRON FITTINGS Page 8 of 13 1 b) Provide green polyethylene in accordance with the American Public 2 Works Association Uniform Color Code;or 3 c) Attach green sanitary sewer marker tape to the polyethylene wrap. 4 g. Minimum widths 5 Polyethylene Tube and Sheet Sizes for Push-On Joint Fittings Nominal Fittings Diameter Min.Width—Flat Tube Min.Width—Sheet (inches) (inches) (inches) 3 14 28 4 14 28 6 16 32 8 20 40 10 24 48 12 27 54 14 30 60 16 34 68 18 37 74 20 41 82 24 54 108 30 67 134 36 81 162 42 81 162 48 95 190 54 108 216 60 108 216 64 121 242 6 11. Ductile Iron Fittings Interior Lining 7 a. Cement Mortar Lining 8 1) Ductile Iron Fittings for potable water shall have a cement mortar lining in 9 accordance with AWWA/ANSI C104/A21.4 and be acceptable according to 10 NSF 61. 11 b. Ceramic Epoxy or Epoxy Linings 12 1) Ductile Iron Fittings for use in wastewater applications shall be lined with 13 a Ceramic Epoxy or Epoxy lining as designated in the Standard Products 14 List as shown in Section 0160 00. 15 2) Apply lining at a minimum of 40 mils DFT 16 3) Due to the tolerances involved,the gasket area and spigot end up to 6 17 inches back from the end of the spigot end must be coated with 6 mils 18 nominal, 10 mils maximum using a Joint Compound as supplied by the 19 manufacturer. 20 a) Apply the joint compound by brush to ensure coverage. 21 b) Care should betaken that the joint compound is smooth without excess 22 buildup in the gasket seat or on the spigot ends. 23 c) Coat the gasket seat and spigot ends after the application of the lining, CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS do Haltom City Meter Station do Osufall Sewer Revised July 1,2011 City Project No.01303 3311 11 -9 DUCTILE IRON FITTINGS Page 9 of 13 1 4) Surface preparation shall be in accordance with the manufacturer's 2 recommendations. 3 5) Check thickness using a magnetic film thickness gauge in accordance with 4 the method outlined in SSPC PA 2. 5 6) Test the interior lining of all fittings for pinholes with a non-destructive 6 2,500 volt test. 7 a) Repair any defects prior to shipment. 8 7) Mark each fitting with the date of application of the lining system along 9 with its numerical sequence of application on that date and records 10 maintained by the applicator of his work. 11 8) For all Ductile Iron Fittings in wastewater service where the fitting has 12 been cut,coat the exposed surface with the touch-up material as 13 recommended by the manufacturer. 14 a) The touch-up material and the lining shall be of the same manufacturer. 15 2.3 ACCESSORIES [NOT USED] 16 2.4 SOURCE QUALITY CONTROL [NOT USED] 17 PART 3- EXECUTION 18 3.1 INSTALLERS [NOT USED] 19 3.2 EXAMINATION [NOT USED] 20 3.3 PREPARATION [NOT USED] 21 3.4 INSTALLATION 22 A. General 23 1. Install fittings, specials and appurtenances as specified herein, as specified in 24 AWWA C600,AWWA M41, and in accordance with the fittings manufacturer's 25 recommendations. 26 2. Lay fittings to the lines and grades as indicated in the Drawings. 27 3. Excavate and backfill trenches in accordance with 33 05 10. 28 4. Embed Ductile Iron Fittings in accordance with 33 05 10. 29 B. Joint Making 30 1. Mechanical Joints 31 a. Bolt the follower ring into compression against the gasket, with the bolts 32 tightened down evenly then cross torqued in accordance with AWWA C600. 33 b. Overstressing of bolts to compensate for poor installation practice will not be 34 permitted. 35 2. Push-on Joints 36 a. Install Push-on joints as defined in AWWA/ANSI C1 I/A21.11. 37 b. Wipe clean the gasket seat inside the bell of all extraneous matter. 38 c. Place the gasket in the bell in the position prescribed by the manufacturer. 39 d. Apply a thin film of non-toxic vegetable soap lubricant to the inside of the 40 gasket and the outside of the spigot prior to entering the spigot into the bell. 41 e. When using a field cut plain end piece of pipe,refinished the field cut and scarf 42 to conform to AWWA M-41. CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 3311 11-10 DUCTILE IRON FITTINGS Page 10 of 13 1 3. Flanged Joints 2 a. Use erection bolts and drift pins to make flanged connections. 3 1) Do not use undue force or restraint on the ends of the fittings. 4 2) Apply even and uniform pressure to the gasket. 5 b. The fitting must be free to move in any direction while bolting. 6 1) Install flange bolts with all bolt heads faced in 1 direction. 7 4. Joint Deflection 8 a. Deflect the pipe only when necessary to avoid obstructions or to meet the lines 9 and grades and shown in the Drawings. 10 b. The deflection of each joint must be in accordance with AWWA C600 Table 3. 11 c. The maximum deflection allowed is 50 percent of that indicated in AWWA 12 C600. 13 d. The manufacturer's recommendation may be used with the approval of the 14 Engineer. 15 C. Polyethylene Encasement Installation: 16 1. Preparation 17 a. Remove all lumps of clay,mud,cinders,etc.,on fittings surface prior to 18 installation of polyethylene encasement. 19 1) Prevent soil or embedment material from becoming trapped between 20 fittings and polyethylene. 21 b. Fit polyethylene film to contour of fittings to affect a snug,but not tight encase 22 with minimum space between polyethylene and fittings. 23 1) Provide sufficient slack in contouring to prevent stretching polyethylene 24 where it bridges irregular surfaces such as bell-spigot interfaces,bolted 25 joints or fittings,and to prevent damage to polyethylene due to backfilling 26 operations. 27 2) Secure overlaps and ends with adhesive tape and hold. 28 c. For installations below water table and/or in areas subject to tidal actions, seal 29 both ends of polyethylene tube with adhesive tape at joint overlap. 30 2. Tubular Type(Method A) 31 a. Cut polyethylene tube to length approximately 2 feet longer than fittings 32 section. 33 b. Slip tube around fittings,centering it to provide 1 foot overlap on each adjacent 34 pipe section and bunching it accordion-fashion lengthwise until it clears fittings 35 ends. 36 c. Lower fittings into trench with preceding section of pipe. 37 d. Make shallow bell hole at joints to facilitate installation of polyethylene tube. 38 e. After assembling fittings make overlap of polyethylene tube,pull bunched 39 polyethylene from preceding length of pipe,slip it over end of the fitting and 40 wrap until it overlaps joint at end of preceding length of pipe. 41 f. Secure overlap in place. 42 g. Take up slack width at top of fitting to make a snug,but not tight,fit along 43 barrel of fitting,securing fold at quarter points. 44 h. Repair cuts,tears,punctures or other damage to polyethylene. 45 i. Proceed with installation of next fitting in same manner. 46 3. Tubular Type(Method B) 47 a. Cut polyethylene tube to length approximately 1 foot shorter than fitting 48 section. CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 33 11 11 -11 DUCTILE IRON FITTINGS Page 11 of 13 1 b. Slip tube around fitting,centering it to provide 6 inches of bare fitting at each 2 end. 3 c. Take up slack width at top of fitting to make a snug, but not tight,fit along 4 barrel of fitting, securing fold at quarter points; secure ends. 5 d. Before making up joint,slip 3-foot length of polyethylene tube over end of 6 proceeding pipe section,bunching it accordion-fashion lengthwise. 7 e. After completing joint,pull 3-foot length of polyethylene over joint, 8 overlapping polyethylene previously installed on each adjacent section of pipe 9 by at least 1 foot; make each end snug and secure. 10 4. Sheet Type 11 a. Cut polyethylene sheet to a length approximately 2 feet longer than piece 12 section. 13 b. Center length to provide 1-foot overlap on each fitting,bunching it until it 14 clears the fitting ends. 15 c. Wrap polyethylene around fitting so that it circumferentially overlaps top 16 quadrant of fitting. 17 d. Secure cut edge of polyethylene sheet at intervals of approximately 3 feet. 18 e. Lower wrapped fitting into trench with preceding section of pipe. 19 f. Make shallow bell hole at joints to facilitate installation of polyethylene. 20 g. After completing joint, make overlap and secure ends. 21 h. Repair cuts,tears,punctures or other damage to polyethylene. 22 i. Proceed with installation of fittings in same manner. 23 5. Pipe-Shaped Appurtenances 24 a. Cover bends,reducers, offsets, and other pipe-shaped appurtenances with 25 polyethylene in same manner as pipe and fittings. 26 6. Odd-Shaped Appurtenances 27 a. When it is not practical to wrap valves, tees,crosses and other odd-shaped 28 pieces in tube,wrap with flat sheet or split length polyethylene tube by passing 29 sheet under appurtenances and bringing it up around body. 30 b. Make seams by bringing edges together,folding over twice and taping down. 31 c. Tape polyethylene securely in place at the valve stem and at any other 32 penetrations. 33 7. Repairs 34 a. Repair any cuts, tears,punctures or damage to polyethylene with adhesive tape 35 or with short length of polyethylene sheet or cut open tube,wrapped around 36 fitting to cover damaged area,and secure in place. 37 8. Openings in Encasement 38 a. Provide openings for branches, service taps, blow-offs, air valves and similar 39 appurtenances by making an X-shaped cut in polyethylene and temporarily 40 folding back film. 41 b. After appurtenance is installed,tape slack securely to appurtenance and repair 42 cut, as well as other damaged area in polyethylene with tape. 43 c. Service taps may also be made directly through polyethylene, with any 44 resulting damaged areas being repaired as described above. 45 9. Junctions between Wrapped and Unwrapped Fittings 46 a. Where polyethylene-wrapped fitting joins an adjacent pipe that is not wrapped, 47 extend polyethylene wrap to cover adjacent pipe for distance of at least 3 feet. 48 b. Secure end with circumferential turns of tape. CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 33 11 11-12 DUCTILE IRON FITTINGS Page 12 of 13 1 c. Wrap service lines of dissimilar metals with polyethylene or suitable dielectric 2 tape for minimum clear distance of 3 feet away from cast or Ductile Iron 3 Fittings. 4 D. Blocking 5 1. Install concrete blocking in accordance with Section 03 34 16 for all bends,tees, 6 crosses and plugs in the pipe lines as indicated in the Drawings. 7 2. Place the concrete blocking so as to rest against firm undisturbed trench walls, 8 normal to the thrust. 9 3. The supporting area for each block shall be at least as great as that indicated on the 10 Drawings and shall be sufficient to withstand the thrust,including water hammer, 11 which may develop. 12 4. Each block shall rest on a firm,undisturbed foundation or trench bottom. 13 5. If the Contractor encounters soil that appears to be different than that which was 14 used to calculate the blocking according to the Drawings,the Contractor shall 15 notify the Engineer prior to the installation of the blocking. 16 3.5 REPAIR/RESTORATION 17 A. Patching 18 1. Excessive field-patching is not permitted of lining or coating. 19 2. Patching of lining or coating will be allowed where area to be repaired does not 20 exceed 100 square inches and has no dimensions greater than 12 inches. 21 3. In general,there shall not be more than 1 patch on either the lining or the coating of 22 any fitting. 23 4. Wherever necessary to patch the fitting: 24 a. Make patch with cement mortar as previously specified for interior joints. 25 b. Do not install patched fitting until the patch has been properly and adequately 26 cured and approved for laying by the City. 27 C. Promptly remove rejected fittings from the site. 28 3.6 RE-INSTALLATION[NOT USED] 29 3.7 FIELD[oR]SITE QUALITY CONTROL 30 A. Potable Water Mains 31 1. Cleaning,disinfection,hydrostatic testing and bacteriological testing of water mains 32 a. Clean,flush,pig,disinfect,hydrostatic test and bacteriological test the water 33 main as specified in Section 33 04 40. CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUC77ON SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 33 11 11-13 DUCTILE IRON FITTINGS Page 13 of 13 1 3.8 SYSTEM STARTUP [NOT USED] 2 3.9 ADJUSTING[NOT USED] 3 3.10 CLEANING [NOT USED] 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION[NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 END OF SECTION 9 Revision Log DATE NAME SUMMARY OF CHANGE 10 CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Hahom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 THIS PAGE INTENTAILLY LEFT BLANK 333113-1 FIBERGLASS REINFORCED PIPE FOR GRAVITY SANITARY SEWERS Page 1 of 7 1 SECTION 33 3113 2 FIBERGLASS REINFORCED PIPE FOR GRAVITY SANITARY SEWERS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Fiberglass Reinforced pipe 18-inch and larger for gravity sanitary sewer 7 applications 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. Paragraph 1.9.A.l.b 10 2. Paragraph 2.2.B.Lb.1 11 3. Paragraph 3.4.A.6 12 C. Related Specification Sections include,but are not necessarily limited to: 13 1. Division 0—Bidding Requirements, Contract Forms, and Conditions of the 14 Contract 15 2. Division 1 —General Requirements 16 3. Section 33 0130—Sewer and Manhole Testing 17 4. Section 33 01 31 —Closed Circuit Television(CCTV) Inspection 18 5. Section 33 05 10—Utility Trench Excavation,Embedment and Backfill 19 6. Section 33 05 26—Utility Markers/Locators 20 7. Section 33 3150—Sanitary Sewer Service Connections and Service Line 21 1.2 PRICE AND PAYMENT PROCEDURES 22 A. Measurement and Payment 23 1. Measurement 24 a. Measured horizontally along the surface from center line to center line of the 25 manhole, or appurtenance 26 2. Payment 27 a. The work performed and materials furnished in accordance with this Item and 28 measured as provided under"Measurement" will be paid for at the unit price 29 bid per linear foot for"Fiberglass Sewer Pipe"installed for: 30 1) Various sizes 31 2) Various backfills 32 3. The price bid shall include: 33 a. Furnishing and installing Fiberglass gravity pipe with joints as specified by the 34 Drawings 35 b. Mobilization 36 c. Pavement removal 37 d. Excavation 38 e. Hauling 39 f. Disposal of excess material CrrY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall Revised December 20,2012 City Project No.01303 333113-2 FIBERGLASS REINFORCED PIPE FOR GRAVITY SANITARY SEWERS Page 2 of 7 1 g. Gaskets 2 h. Furnishing,placement and compaction of embedment 3 i. Furnishing,placement and compaction of backfill 4 j. Trench water stops 5 k. Clean-up 6 1. Cleaning 7 m. Testing 8 1.3 REFERENCES 9 A. Reference Standards 10 1. Reference standards cited in this Specification refer to the current reference 11 standard published at the time of the latest revision date logged at the end of this 12 Specification,unless a date is specifically cited. 13 2. ASTM International(ASTM): 14 a. D3236 et.,,,a....a Test Method f F Apparent Vise seity of Het M& Adhesives 15 and Coating Mattqials. 16 b. D3262, Standard Specification for"Fiberglass" (Glass-Fiber-Reinforced 17 Thermosetting-Resin) Sewer Pipe. 18 c. D3681, Standard Test Method for Chemical Resistance of"Fiberglass" (Glass- 19 Fiber-Reinforced Thermosetting-Resin)Pipe in a Deflected Condition. 20 d. D4161, Standard Specification for"Fiberglass" (Glass-Fiber-Reinforced 21 Thermosetting-Resin)Pipe Joints Using Flexible Elastomeric Seals. 22 e. F477, Standard Specification for Elastomeric Seals(Gaskets)for Joining Plastic 23 Pipe. 24 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 25 1.5 SUBMITTALS 26 A. Submittals shall be in accordance with Section 0133 00. 27 B. All submittals shall be approved by the City prior to delivery. 28 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 29 A. Product Data 30 1. Manufacturer 31 2. Manufacturer Number(identifies factory,location,and date manufactured.) 32 3. Nominal Diameter 33 4.B —Pipe Stiffness 34 5. Laying lengths 35 6. ASTM designation 36 B. Shop Drawings 37 1. Pipe details 38 2. Joint details 39 3. Miscellaneous items to be furnished and fabricated for the pipe 40 4. Dimensions 41 5. Tolerances CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall Revised December 20,2012 City Project No.01303 333113-3 FIBERGLASS REINFORCED PIPE FOR GRAVITY SANITARY SEWERS Page 3 of 7 1 6. Wall thickness 2 7. Properties and strengths 3 8. Pipe calculations 4 a. Calculations confirming the pipe will handle anticipated loading signed and 5 sealed by a Licensed Professional Engineer in Texas 6 C. Certificates 7 1. Furnish an affidavit certifying that all Fiberglass Reinforced Pipe meets the 8 provisions of this Section and has been tested and meets the requirements of ASTM 9 D3262. 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE 13 A. Qualifications 14 1. Manufacturers 15 a. Finished pipe shall be the product of 1 manufacturer for each size per project. 16 b. Pipe manufacturing operations shall be performed under the control of the 17 manufacturer. The Contractor shall submit the pipe manufacturer's quality 18 control program for review prior to any pipe being manufactured. 19 c. All pipe furnished shall be in conformance with this specification and ASTM 20 D3262. 21 1.10 DELIVERY,STORAGE,AND HANDLING 22 A. Delivery 23 1. Provide adequate strutting during transport to prevent damage to the pipe, fittings 24 and appurtenances. 25 B. Storage and Handling Requirements 26 1. Gravity pipe shall be stored and handled in accordance with the manufacturer's 27 guidelines. 28 2. Secure and maintain a location to store the material in accordance with 29 Section 0166 00. 30 1.11 FIELD [SITE] CONDITIONS [NOT USED] 31 1.12 WARRANTY [NOT USED] 32 PART 2- PRODUCTS 33 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 34 2.2 EQUIPMENT,PRODUCT TYPES AND MATERIALS 35 A. Manufacturers 36 1. Only the manufacturers as listed in the City's Standard Products List will be 37 considered as shown in Section 01 60 00. 38 a. The manufacturer must comply with this Specification and related Sections. CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall Revised December 20,2012 City Project No.01303 3331 13-4 FIBERGLASS REINFORCED PIPE FOR GRAVrrY SANITARY SEWERS Page 4 of 7 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. Performance/Design Criteria 4 1. Pipe 5 a. Design in accordance with ASTM D3262 6 b. Design pipe for service loads that include: 7 1) External groundwater and earth loads including buoyancy loads 8 2) Jacking/pushing loads 9 a) The allowable jacking/pushing capacity shall not exceed 40 percent of 10 the ultimate compressive strength or the maximum allowable 11 compressive strength recommended by the manufacturer, whichever is 12 less. 13 3) Traffic loads 14 4) Practical considerations for handling, shipping and other construction 15 operations 16 c. Design is to be conducted under the supervision of a Professional Engineer 17 licensed in the State of Texas,who shall seal and sign the design. 18 d. Standard lay length of 16 to 40 feet,except for special fittings or closure pieces 19 necessary to comply with the Drawings. 20 e. Stiffness class that satisfies design requirement on the Drawings,but not less 21 than 46 psi when used in direct bury operations. 22 f. Accommodate vertical alignment changes required because of existing utility or 23 other conflicts by an appropriate change in pipe design depth. 24 g. In no case shall pipe be installed deeper than its design allows. 25 2. Dimensional Tolerances 26 a. Inside diameter 27 1) Pipe shall not vary more than 1/8 inch from the nominal inside diameter. 28 b. Roundness 29 1) Maximum allowable long term deflection is 3% of the initial diameter. 30 c. Wall thickness 31 1) Provide minimum single point thickness no less than 98 percent of stated 32 design thickness. 33 d. End Squareness 34 1) Provide pipe ends square to pipe axis with maximum tolerance of 1/8 inch. 35 e. Fittings 36 1) Provide tolerance of angle of elbow and angle between main and leg of Wye 37 or tee to±2 degrees. 38 2) Provide tolerance of laying length of fitting to±2 inches. 39 C. Materials 40 1. Resin Systems 41 a. Only use polyester resin system with proven history of performance in this 42 particular application. 43 2. Glass Reinforcements 44 a. Use reinforcing glass fibers of highest quality commercial grade E-glass 45 filaments with binder and sizing compatible with impregnated resins to 46 manufacture components. 47 3. Fillers CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall Revised December 20,2012 City Project No.01303 333113-5 FIBERGLASS REINFORCED PIPE FOR GRAVITY SANITARY SEWERS Page 5 of 7 1 a. Silica sand or other suitable materials may be used. 2 b. Use 98 percent silica with maximum moisture contest of 0.2 percent. 3 4. Additives 4 a. Resin additives, such as curing agents, pigments, dyes, fillers, thixotropic 5 agents, etc., when used, shall not detrimentally affect the performance of the 6 product. 7 5. Internal liner resin 8 a. Suitable for service as sewer pipe 9 b. Highly resistant to exposure to sulfuric acid 10 c. Produced by biological activity from hydrogen sulfide gases 11 d. Meet or exceed requirements of ASTM D3681 12 6. Gaskets 13 a. Supply from approved gasket manufacturer in accordance with ASTM F477 14 and suitable for service intended. 15 b. Affix gaskets to pipe by means of suitable adhesive or install in a manner so as 16 to prevent gasket from rolling out of pre-cut groove in pipe or sleeve coupling. 17 c. Provide the following gaskets in potentially contaminated areas. 18 1) Petroleum(diesel, gasoline)-Viton 19 2) Other contaminants-Manufacturer recommendation 20 7. Couplings 21 a. Field connect pipe with fiberglass sleeve couplings that utilize elastomeric 22 sealing gaskets as sole means to maintain joint water tightness. 23 8. Joints 24 a. Joints must meet requirements of ASTM D4161. 25 9. Pipe markings shall meet the minimum requirements of ASTM D3236. Minimum 26 pipe markings shall be as follows: 27 a. Manufacturer 28 b. Manufacturer Number(identifies factory, location, date manufactured, shift 29 and sequence) 30 c. Nominal diameter 31 d- B-oafi-i--leiid Pipe Stiffness 32 e. Laying length 33 f. ASTM designation 34 10. Connections 35 a. Use only manufactured fittings. 36 b. See Section 33 3150. 37 11. Detectable Metallic Tape 38 a. See Section 33 05 26. 39 2.3 ACCESSORIES [NOT USED] 40 2.4 SOURCE QUALITY CONTROL[NOT USED] 41 PART 3 - EXECUTION 42 3.1 INSTALLERS [NOT USED] 43 3.2 EXAMINATION [NOT USED] CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall Revised December 20,2012 City Project No,01303 3331 13-6 FIBERGLASS REINFORCED PIPE FOR GRAVITY SANITARY SEWERS Page 6 of 7 1 3.3 PREPARATION [NOT USED] 2 3.4 INSTALLATION 3 A. General 4 1. Install pipe,fittings, specials and appurtenances as specified herein,as specified in 5 Section 33 05 10 and in accordance with the pipe manufacturer's recommendations. 6 2. Lay pipe to the lines and grades as indicated in the Drawings. 7 3. Excavate and backfill trenches in accordance with Section 33 05 10. 8 4. Embed pipe in accordance with Section 33 05 10. 9 5. For installation of carrier pipe within casing, see Section 33 05 24. 10 6. A meeting shall be called prior to any installation to include the Contractor, the pipe 11 manufacturer,Engineer and City representatives to review and approve the 12 recommended procedure for pipe joining techniques and the field quality control. 13 7. 14 B. Pipe Handling 15 1. Haul and distribute pipe and fittings at the project site. 16 2. Handle piping with care to avoid damage. 17 a. Inspect each joint of pipe and reject or repair any damaged pipe prior to 18 lowering into the trench. 19 b. Use only nylon ropes, slings or other lifting devices that will not damage the 20 surface of the pipe for handling pipe. 21 3. At the close of each operating day: 22 a. Keep the pipe clean and free of debris,dirt, animals and trash—during and after 23 the laying operation. 24 b. Effectively seal the open end of the pipe using a gasketed night cap. 25 C. Pipe Joint Installation 26 a. Clean dirt and foreign material from the gasketed socket and the spigot end. 27 b. Assemble pipe joint by sliding the lubricated spigot end into the gasketed bell 28 end to the reference mark. 29 c. Install such that identification marking on each joint are oriented upward 30 toward the trench opening. 31 d. When making connection to manhole,use an elastomeric seal or flexible boot 32 to facilitate a seal. 33 D. Connection Installation 34 1. See Section 33 3150. 35 E. Detectable Metallic Tape Installation 36 1. See Section 33 05 26. 37 3.5 REPAIR/RESTORATION[NOT USED] 38 3.6 RE-INSTALLATION[NOT USED] 39 3.7 FIELD [OR] SITE QUALITY CONTROL 40 A. Field Tests and Inspections CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall Revised December 20,2012 City Project No.01303 3331 13-7 FIBERGLASS REINFORCED PIPE FOR GRAVITY SANITARY SEWERS Page 7 of 7 1 1. Closed Circuit Television(CCTV) Inspection 2 a. Provide a CCTV inspection in accordance with Section 33 01 31. 3 2. Air Test and Deflection(Mandrel)Test 4 a. Perform test in accordance with Section 33 01 30. 5 3.8 SYSTEM STARTUP [NOT USED] 6 3.9 ADJUSTING[NOT USED] 7 3.10 CLEANING [NOT USED] 8 3.11 CLOSEOUT ACTIVITIES [NOT USED] 9 3.12 PROTECTION [NOT USED] 10 3.13 MAINTENANCE[NOT USED] 11 3.14 ATTACHMENTS [NOT USED] 12 END OF SECTION 13 Revision Log DATE NAME SUMMARY OF CHANGE 14 CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall Revised December 20,2012 City Project No.01303 333115-1 HIGH DENSITY POLYETHYLENE(HDPE)PIPE FOR SANITARY SEWER Page 1 of 6 1 SECTION 33 3115 2 HIGH DENSITY POLYETHYLENE(HDPE)PIPE FOR SANITARY SEWER 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. High Density Polyethylene(HDPE)pipe 8-inch and larger for the use in sanitary 7 sewer rehabilitation by pipe enlargement per Section 33 3121 8 2. For use in installation of 30"Haltom City Sewer outfall by open-cut as shown on 9 the construction drawings. 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. 1.1.A.2 12 2. 1.2.A.Lb 13 3. 1.2.A.2.b 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 3. Section 33 0130—Sewer and Manhole Testing 19 4. Section 33 0131 —Closed Circuit Television(CCTV)Inspection 20 5. Section 33 05 10—Utility Trench Excavation, Embedment and Backfill 21 6. Section 33 05 26—Utility Markers/Locators 22 7. Section 33 3121 —Sanitary Sewer Pipe Enlargement 23 8. Section 33 3150—Sanitary Sewer Service Connections and Service Line 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment 26 1. Measurement 27 a. For Pipe-Bursting: This item is considered subsidiary to Sanitary Sewer Pipe 28 Enlargement per Section 33 3121. 29 b. By open-cut: Measured horizontally along the surface from center line to center 30 line of the manhole or appurtenance 31 2. Payment 32 a. For Pipe Bursting: The work performed and materials furnished in accordance 33 with this Item are subsidiary to the unit price bid per linear foot of Pipe 34 Enlargement per Section 33 3121, and no other compensation will be allowed. 35 36 CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall Revised December 20,2012 City Project No.01303 3331 15-2 HIGH DENSITY POLYETHYLENE CHDPE)PIPE FOR SANITARY SEWER Page 2 of 6 1 b. By open-cut:The work performed and materials furnished in accordance with 2 this Item and measured as provided under"Measurement"will be paid for at the 3 unit price bid per linear foot of"HDPE Pipe"installed for: 4 1) Various sizes 5 2) Various Standard Dimension Ratios 6 3) Various embedments 7 4) Various depths,for miscellaneous projects only 8 9 1.3 REFERENCES 10 A. Reference Standards 11 1. Reference standards cited in this Specification refer to the current reference 12 standard published at the time of the latest revision date logged at the end of this 13 Specification,unless a date is specifically cited. 14 2. ASTM International(ASTM): 15 a. D3350,Standard Specification for Polyethylene Plastic Pipe and Fittings 16 Materials. 17 b. F2620,Standard Practice for Heat Fusion Joining of Polyethylene Pipe and 18 Fittings. 19 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 20 1.5 SUBMITTALS 21 A. Submittals shall be in accordance with Section 0133 00. 22 B. All submittals shall be approved by the City prior to delivery. 23 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 24 A. Product Data 25 1. Gravity pipe 26 2. Manufacturer 27 3. Nominal pipe diameter 28 4. Pressure Rating 29 5. Standard Dimension ratio(SDR) 30 6. Cell classification 31 7. Laying lengths 32 B. Certificates 33 1. Furnish an affidavit certifying that all HDPE gravity pipe meets the provisions of 34 this Section and has been tested and meets the requirements of ASTM standards as 35 listed herein. 36 1.7 CLOSEOUT SUBMITTALS [NOT USED] 37 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 38 1.9 QUALITY ASSURANCE 39 A. Qualifications CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall Revised December 20,2012 City Project No.01303 3331 15-3 HIGH DENSITY POLYETHYLENE(HDPE)PIPE FOR SANITARY SEWER Page 3 of 6 1 1. Manufacturers 2 a. Finished pipe shall be the product of 1 manufacturer for each size, unless 3 otherwise specified by the City. 4 1) Change orders, specials and field changes may be provided by a different 5 manufacturer upon City approval. 6 b. Pipe manufacturing operations shall be performed under the control of the 7 manufacturer. 8 c. All pipe furnished shall be in conformance with and ASTM D3350. 9 1.10 DELIVERY,STORAGE,AND HANDLING 10 A. Storage and Handling Requirements 11 1. Pipe and fittings shall be transported, stored and handled in accordance with the 12 manufacturer's guidelines. 13 2. Secure and maintain a location to store the material in accordance with 14 Section 0166 00. 15 1.11 FIELD [SITE] CONDITIONS [NOT USED] 16 1.12 WARRANTY [NOT USED] 17 PART 2- PRODUCTS 18 2.1 OWNER-FURNISHED[OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 19 2.2 EQUIPMENT,PRODUCT TYPES AND MATERIALS 20 A. Manufacturers 21 1. Only the manufacturers as listed in the City's Standard Products List will be 22 considered as shown in Section 0160 00. 23 a. The manufacturer must comply with this Specification and related 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 0125 00. 26 B. Materials 27 1. Pipe and Fittings 28 a. Material shall be minimum DR-17 Extra High Molecular Weight,High Density 29 Polyethylene PE 3408,Cell Class PE345464D or E(inner wall shall be white or 30 light in color)per ASTM D3350. 31 b. Material shall be homogeneous throughout and free of: 32 1) Abrasion, cutting or gouging of the outside surface extending to more than 33 10 percent of the wall thickness in depth 34 2) Cracks 35 3) Kinking (generally due to excessive or abrupt bending) 36 4) Flattening 37 5) Holes 38 6) Blisters 39 7) Other defects CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall Revised December 20,2012 City Project No.01303 3331 15-4 HIGH DENSITY POLYETHYLENE(HDPE)PIPE FOR SANITARY SEWER Page 4 of 6 1 c. Pipe with gashes,nicks,abrasions or any such physical damage which may 2 have occurred during storage and/or handling,which are larger/deeper than 10 3 percent of the wall thickness shall not be used and shall be removed from the 4 construction site. 5 d. Pipe and fittings shall be uniform in color,opacity,density and other physical 6 properties. 7 1) Pipe and fittings not meeting these criteria will be rejected. 8 e. Pipe Markings 9 1) Meet the minimum requirements of ASTM D3350. 10 2) Minimum pipe markings shall be as follows: 11 a) Marking intervals shall be at 6-inch intervals 12 b) Manufacturer's Name or Trademark and production record 13 c) Nominal pipe size 14 d) ASTM or Standard Dimension Ratio (SDR)designation 15 e) Cell classification 16 f) Seal of testing agency that verified the suitability of the pipe 17 2. Connections 18 a. Use only manufactured fittings. 19 b. See Section 33 3150. 20 3. Detectable Metallic Tape 21 a. See Section 33 05 26. 22 4. Polyethylene Repair Clamp 23 a. Smith-Blair Full Circle Clamp Style 228 or 263. 24 2.3 ACCESSORIES[NOT USED] 25 2.4 SOURCE QUALITY CONTROL[NOT USED] 26 PART 3- EXECUTION 27 3.1 INSTALLERS [NOT USED] 28 3.2 EXAMINATION[NOT USED] 29 3.3 PREPARATION [NOT USED] 30 3.4 INSTALLATION 31 A. General 32 1. Install pipe,fittings,specials and appurtenances as specified herein,as specified in 33 Section 33 3121,and in accordance with the pipe manufacturer's 34 recommendations. 35 2. Lay pipe to the lines and grades as indicated in the Drawings. 36 3. If applicable excavate and backfill trenches in accordance with Section 33 05 10. 37 B. Pipe Handling 38 1. Haul and distribute pipe and fittings at the project site. 39 2. Handle piping with care to avoid damage. CrrY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall Revised December 20,2012 City Project No.01303 3331 15-5 HIGH DENSITY POLYETHYLENE(HDPE)PIPE.FOR SANITARY SEWER Page 5 of 6 1 a. Inspect each joint of pipe and rejector repair any damaged pipe prior to 2 lowering into the trench. 3 b. Use only nylon ropes, slings or other lifting devices that will not damage the 4 surface of the pipe for handling the pipe. 5 3. At the close of each operating day: 6 a. Keep the pipe clean and free of debris, dirt, animals and trash—during and after 7 the laying operation. 8 b. Effectively seal the open end of the pipe using a gasketed night cap. 9 C. Pipe Joining 10 a. Join pipe in accordance with ASTM F2620. 11 b. Operators must be certified by the manufacturer to use the fusion equipment. 12 c. Follow the time and temperature recommendations of the manufacturer. 13 d. Joints shall be stronger than the pipe itself,be properly aligned and contain no 14 gaps or voids. 15 e. Remove bead projection on the outside of the pipe to reduce drag during pipe 16 installation process. 17 D. Connection Installation 18 1. See Section 33 31 50. 19 E. Detectable Metallic Tape Installation 20 1. See Section 33 05 26. 21 3.5 REPAIR/RESTORATION[NOT USED] 22 3.6 RE-INSTALLATION[NOT USED] 23 3.7 FIELD[oR] SITE QUALITY CONTROL 24 A. Field Tests and Inspections 25 1. Closed Circuit Television (CCTV)Inspection 26 a. Provide a Post-CCTV inspection in accordance with Section 33 01 31. 27 2. Air Test 28 a. Provide an Air Test in accordance with Section 33 01 30. 29 3.8 SYSTEM STARTUP[NOT USED] 30 3.9 ADJUSTING[NOT USED] 31 3.10 CLEANING[NOT USED] 32 3.11 CLOSEOUT ACTIVITIES [NOT USED] 33 3.12 PROTECTION[NOT USED] 34 3.13 MAINTENANCE[NOT USED] 35 3.14 ATTACHMENTS [NOT USED] 36 END OF SECTION 37 Revision Log CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall Revised December 20,2012 City Project No.01303 3331 15-6 HIGH DENSTIY POLYETHYLENE(HDPE)PIPE FOR SANUARY SEWER Page 6 of 6 DATE NAME SUMMARY OF CHANGE 1 CTIY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station and Sewer Outfall Revised December 20,2012 City Project No.01303 33 31 20- 1 POLYVINYL CHLORIDE(PVC)GRAVITY SANITARY SEWER PIPE Page 1 of 6 1 SECTION 33 3120 2 POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Polyvinyl Chloride (PVC)pipe 4-inch through 30-inch for gravity sanitary sewer 7 applications 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. 1.1.A.1 10 2. 1.9.A.Lc 11 3. 2.2.13.Lc 12 C. Related Specification Sections include,but are not necessarily limited to: 13 1. Division 0—Bidding Requirements, Contract Forms, and Conditions of the 14 Contract 15 2. Division 1 —General Requirements 16 3. Section 33 01 30—Sewer and Manhole Testing 17 4. Section 33 01 31 —Closed Circuit Television (CCTV) Inspection 18 5. Section 33 05 10—Utility Trench Excavation, Embedment and Backfill 19 6. Section 33 05 26 —Utility Markers/Locators 20 7. Section 33 31 50—Sanitary Sewer Service Connections and Service Line 21 1.2 PRICE AND PAYMENT PROCEDURES 22 A. Measurement and Payment 23 1. Measurement 24 a. Measured horizontally along the surface from center line to center line of the 25 manhole or appurtenance 26 2. Payment 27 a. The work performed and materials furnished in accordance with this Item and 28 measured as provided under"Measurement" will be paid for at the unit price bid 29 per linear foot of"PVC Pipe" installed for: 30 1) Various sizes 31 2) Various Standard Dimension Ratios 32 3) Various embedments 33 4) Various depths, for miscellaneous projects only 34 3. The price bid shall include: 35 a. Furnishing and installing PVC gravity pipe with joints as specified by the 36 Drawings 37 b. Pavement removal 38 c. Excavation 39 d. Hauling 40 e. Disposal of excess material 41 f. Furnishing, placement and compaction of embedment CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 333120-2 POLYVINYL CHLORIDE(PVC)GRAVITY SANITARY SEWER PIPE Page 2 of 6 1 g. Furnishing,placement and compaction of backfill 2 h. Clay Dams 3 i. Clean-up 4 j. Cleaning 5 k. 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. American Association of State Highway and Transportation(AASHTO). 12 3. ASTM International(ASTM): 13 a. D1784, Standard Specification for Rigid Poly(Vinyl Chloride) (PVC) 14 Compounds and Chlorinated Poly(Vinyl Chloride)(CPVC)Compounds. 15 b. D2412,Standard Test Method for Determination of External Loading 16 Characteristics of Plastic Pipe by Parallel-Plate Loading. 17 c. D3034, Standard Specification for Type PSM Poly(Vinyl Chloride) (PVC) 18 Sewer Pipe and Fittings. 19 d. D3212, Standard Specification for Joints for Drain and Sewer Plastic Pipes 20 Using Flexible Elastomeric Seals. 21 e. F679, Standard Specification for Poly(Vinyl Chloride)(PVC)Large-Diameter 22 Plastic Gravity Sewer Pipe and Fittings. 23 4. Texas Commission on Environmental Quality(TCEQ): 24 a. Title 30,Part I,Chapter 217, Subchapter C,Rule 217.53—Pipe Design. 25 b. Title 30,Part I,Chapter 217, Subchapter C, Rule 217.54—Criteria for Laying 26 Pipe. 27 c. Title 30,Part I,Chapter 217,Subchapter C,Rule 217.57—Testing 28 Requirements for Installation of Gravity Collection System Pipes. 29 5. Underwriters Laboratories,Inc. (UL). 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 Engineer or the City prior to delivery. 34 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 35 A. Product Data 36 1. Product data sheet 37 2. Manufacturer 38 3. Nominal pipe diameter 39 4. Standard dimension ratio(SDR) 40 5. Cell classification 41 6. Laying lengths 42 B. Certificates CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 333120-3 POLYVINYL CHLORIDE(PVC)GRAVITY SANITARY SEWER PIPE Page 3 of 6 1 1. Furnish an affidavit certifying that all PVC Gravity Pipe meets the provisions of 2 this Section and has been air and deflection tested and meets the requirements of 3 ASTM D3034 and ASTM F679. 4 1.7 CLOSEOUT SUBMITTALS [NOT USED] 5 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 6 1.9 QUALITY ASSURANCE 7 A. Qualifications 8 1. Manufacturers 9 a. Finished pipe shall be the product of 1 manufacturer for each size per project, 10 unless otherwise approved by the City. 11 1) Change orders, specials and field changes may be provided by a different 12 manufacturer upon City approval. 13 b. Pipe manufacturing operations shall be performed under the control of the 14 manufacturer. 15 c. All pipe furnished shall be in conformance with ASTM D3034 (4-inch through 16 15-inch) and ASTM F679 (18-inch through :,() i�trl�). 17 1.10 DELIVERY,STORAGE,AND HANDLING 18 A. Storage and Handling Requirements 19 1. Gravity pipe shall be stored and handled in accordance with the manufacturer's 20 guidelines. 21 2. Secure and maintain a location to store the material in accordance with 22 Section 0166 00. 23 1.11 FIELD [SITE] CONDITIONS [NOT USED] 24 1.12 WARRANTY [NOT USED] 25 PART 2 - PRODUCTS 26 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 27 2.2 EQUIPMENT,PRODUCT TYPES AND MATERIALS 28 A. Manufacturers 29 1. Only the manufacturers as listed in the City's Standard Products List will be 30 considered as shown in Section 01 60 00. 31 a. The manufacturer must comply with this Specification and related Sections. 32 2. Any product that is not listed on the Standard Products List is considered a 33 substitution and shall be submitted in accordance with Section 01 25 00. 34 B. Performance/Design Criteria 35 1. Pipe 36 a. Meet all requirements of TCEQ. 37 b. Design in accordance with ASTM D3034 for 4-inch through 15-inch SDR 35/26 38 and ASTM F679 for 18-inch through ,'0-i1i,21 i -10PS 39 c. PVC Gravity Sanitary Sewer Pipe shall be approved by the UL. CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 333120-4 POLYVINYL CHLORIDE(PVC)GRAVITY SANITARY SEWER PIPE Page 4 of 6 1 d. Assume a standard lay length of 14 feet and 20 feet except for special fittings or 2 closure pieces necessary to comply with the Drawings. 3 e. Use green coloring for ground identification as Sanitary sewer pipe. 4 f. PVC meeting the requirements of ASTM D1784, with a cell classification of 5 12454 or 12364 6 g. Deflection Design 7 1) Base pipe design on pipe stiffness, soil stiffness and load on the pipe. 8 2) Design pipe according to the Modified Iowa Formula as detailed by the 9 Uni-Bell PVC Pipe Association in the Handbook of PVC Pipe,using the 10 following parameters: 11 a) Unit Weight of Fill(w)= 130 pounds per cubic foot 12 b) Live Load=AASHTO HS 20 13 c) Trench Depth= 12 feet minimum,or as indicated in Drawings 14 d) Maximum(E') = 1,000 max 15 e) Deflection Lag Factor(DL)= 1.0 16 f) Bedding Factor constant(K)=0.1 17 g) Mean radius of the pipe(r),inches, as indicated in Drawings 18 h) Marston's load per unit length(W),pounds per inch,calculate per 19 Drawings 20 i) PVC modulus of elasticity(E)=400,000 psi 21 j) Moment of inertia of pipe wall per unit length, (1) =e112,(in4lin),per 22 pipe type and size 23 (1) Where(t)=pipe thickness,inches 24 k) Maximum Calculated Deflection=5 percent 25 h. Pipe Flotation: If the pipe is buried in common saturated soil(about 120 pounds 26 per cubic foot)with at least 11/2 pipe diameters of cover,pipe is generally not 27 subject to flotation. If shallower,check groundwater flotation potential. 28 Flotation will occur if: 29 30 Fb>Wp+Wf+Wd 31 32 Where: Fb=buoyant force,pound per foot 33 Wp=empty pipe weight,pound per foot 34 Wf=weight of flooded soil,pound per foot 35 Wd=weight of dry soil,pound per foot 36 37 Values and formulas for the above variables can be obtained from the pipe 38 manufacturer and site specific soil conditions. 39 i. Verify trench depths after existing utilities are located. 40 j. Accommodate vertical alignment changes required because of existing utility or 41 other conflicts by an appropriate change in pipe design depth. 42 k. In no case shall pipe be installed deeper than its design allows. 43 2. Minimum pipe stiffness of 46 psi at 5 percent deflection when test in accordance 44 with ASTM D2412. 45 3. Pipe markings 46 a. Meet the minimum requirements of ASTM D3034 and ASTM F679. 47 b. Minimum pipe markings shall be as follows: 48 1) Manufacturer's Name or Trademark and production record 49 2) Nominal pipe size 50 3) PVC cell classification CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 333120-5 POLYVINYL CHLORIDE(PVC)GRAVITY SANITARY SEWER PIPE Page 5 of 6 1 4) ASTM or Standard Dimension Ratio (SDR) designation 2 5) Seal of testing agency that verified the suitability of the pipe 3 4. Joints 4 a. Joints shall be gasket, bell and spigot,push-on type conforming to 5 ASTM D3212. 6 b. Since each pipe manufacturer has a different design for push-on joints; gaskets 7 shall be part of a complete pipe section and purchased as such. 8 5. Connections 9 a. Only use manufactured fittings. 10 b. See Section 33 31 50. 11 6. Detectable Metallic Tape 12 a. See Section 33 05 26. 13 2.3 ACCESSORIES [NOT USED] 14 2.4 SOURCE QUALITY CONTROL [NOT USED] 15 PART 3 - EXECUTION 16 3.1 INSTALLERS [NOT USED] 17 3.2 EXAMINATION [NOT USED] 18 3.3 PREPARATION [NOT USED] 19 3.4 INSTALLATION 20 A. General 21 1. Install pipe, specials and appurtenances as specified herein, as specified in Section 22 33 05 10, and in accordance with the pipe manufacturer's recommendations. 23 2. Lay pipe to the lines and grades as indicated in the Drawings. 24 3. Excavate and backfill trenches in accordance with Section 33 05 10. 25 4. Embed PVC pipe in accordance with Section 33 05 10. 26 B. Pipe Handling 27 1. Haul and distribute pipe and fittings at the project site. 28 2. Handle piping with care to avoid damage. 29 a. Inspect each joint of pipe and rejector repair any damaged pipe prior to 30 lowering into the trench. 31 b. Use only nylon ropes, slings or other lifting devices that will not damage the 32 surface of the pipe for handling the pipe. 33 3. At the close of each operating day: 34 a. Keep the pipe clean and free of debris, dirt, animals and trash—during and after 35 the laying operation. 36 b. Effectively seal the open end of the pipe using a gasketed night cap. 37 C. Pipe Joint Installation 38 a. Clean dirt and foreign material from the gasketed socket and the spigot end. 39 b. Assemble pipe joint by sliding the lubricated spigot end into the gasketed bell 40 end to the reference mark. CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 333120-6 POLYVINYL CHLORIDE(PVC)GRAVITY SANITARY SEWER PIPE Page 6 of 6 1 c. Install such that identification marking on each joint are oriented upward toward 2 the trench opening. 3 d. When making connection to manhole,use an elastomeric seal or flexible boot to 4 facilitate a seal. 5 D. Connection Installation 6 1. See Section 33 3150. 7 E. Detectable Metallic Tape Installation 8 1. See Section 33 05 26. 9 3.5 REPAIR J RESTORATION [NOT USED] 10 3.6 RE-INSTALLATION [NOT USED] 11 3.7 FIELD [OR] SITE QUALITY CONTROL 12 A. Field Tests and Inspections 13 1. Video Inspection 14 a. Provide a Post-CCTV inspection in accordance with Section 33 0131. 15 2. Air Test and Deflection(Mandrel)Test 16 a. Perform in accordance with Section 33 0130. 17 3.8 SYSTEM STARTUP [NOT USED] 18 3.9 ADJUSTING [NOT USED] 19 3.10 CLEANING [NOT USED] 20 3.11 CLOSEOUT ACTIVITIES [NOT USED] 21 3.12 PROTECTION [NOT USED] 22 3.13 MAINTENANCE [NOT USED] 23 3.14 ATTACHMENTS [NOT USED] 24 END OF SECTION 25 Revision Log DATE NAME SUMMARY OF CHANGE 26 CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 333150-1 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 1 of 9 1 SECTION 33 3150 2 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Sanitary sewer service connection,service line and 2-way cleanout from the main 7 to the right-of-way, as shown on the Drawings,directed by the Engineer and 8 specified herein for: 9 a. New Service 10 b. New Service(Bored) 11 c. Private Service Relocation 12 d. Service Reinstatement 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. None. 15 C. Related Specification Sections include,but are not necessarily limited to: 16 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 17 2. Division 1 —General Requirements 18 3. Section 33 05 10—Utility Trench Excavation, Embedment and Backfill 19 4. Section 33 11 10—Ductile Iron Pipe 20 5. Section 33 11 11 —Ductile Iron Fittings 21 6. Section 33 31 20—Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 22 1.2 PRICE AND PAYMENT PROCEDURES 23 A. Measurement and Payment 24 1. New Sewer Service 25 a. Measurement 26 1) Measurement for this Item shall be per each"Sewer Service" complete in 27 place. 28 b. Payment 29 1) The work performed and materials furnished in accordance with this Item 30 will be paid for at the unit price bid per each"Sewer Service"installed for: 31 a) Various sizes 32 c. The price bid shall include: 33 1) Furnishing and installing New Sanitary Sewer Service Line as specified by 34 the Drawings 35 2) Pavement removal 36 3) Excavation 37 4) Hauling 38 5) Disposal of excess material 39 6) Tee connection to main 40 7) Fittings 41 8) 2-way cleanout and cap with concrete pad CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised April 26,2013 City Project No.01303 333150-2 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 2 of 9 1 9) Surface restoration,excluding grass(seeding,sodding or hydro-mulch paid 2 separately) 3 10)Furnishing,placing and compaction of embedment 4 11)Furnishing,placing and compaction of backfill 5 12)Clean-up 6 2. New Ductile Iron Sewer Service 7 a. Measurement 8 1) Measurement for this Item shall be per each Ductile Iron Sewer Service 9 complete in place. 10 b. Payment 11 1) The work performed and materials furnished in accordance with this Item 12 will be paid for at the unit price bid per each"DIP Sewer Service"installed 13 for: 14 a) Various sizes 15 c. The price bid shall include: 16 1) Furnishing and installing New DIP Sanitary Sewer Service Line as 17 specified by the Drawings 18 2) Pavement removal 19 3) Excavation 20 4) Hauling 21 5) Disposal of excess material 22 6) Tee connection to main 23 7) Fittings 24 8) 2-way cleanout and cap with concrete pad 25 9) Surface restoration,excluding grass(seeding,sodding or hydro-mulch paid 26 separately) 27 10)Furnishing,placing and compaction of embedment 28 11) Furnishing,placing and compaction of backfill 29 12) Clean-up 30 3. New Bored Sewer Service 31 a. Measurement 32 1) Measurement for this Item shall be per each Bored Sewer Service complete 33 in place. 34 b. Payment 35 1) The work performed and materials furnished in accordance with this Item 36 and measured as provided under"Measurement!'will be paid for at the unit 37 price bid per each"Bored Sewer Service"installed for: 38 a) Various sizes 39 b) Various materials 40 c. The price shall include: 41 1) Furnishing and installing New Sanitary Sewer Service Line as specified by 42 the Drawings 43 2) Pavement removal 44 3) Excavation 45 4) Hauling 46 5) Disposal of excess material 47 6) Tee connection to main 48 7) Service Line 49 8) Fittings CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised April 26,2013 City Project No.01303 3331 50-3 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 3 of 9 1 9) 2-way cleanout and cap with concrete pad 2 10) Surface restoration surrounding 2-way cleanout 3 11) Furnishing,placing and compaction of embedment and backfill 4 12) Clean-up 5 4. Private Service Relocation 6 a. Measurement 7 1) Measured horizontally along the surface from center line to center line of 8 the fitting,manhole or appurtenance 9 b. Payment 10 1) The work performed and the materials furnished in accordance with this 11 Item and measured as provided under"Measurement"will be paid for at the 12 unit price bid per linear foot for"Private Sewer Service"installed for: 13 a) Various sizes 14 b) Various materials 15 c. The price shall include: 16 1) Obtaining appropriate Permit 17 2) Obtaining Right of Entry 18 3) Performing relocation as specified in the Drawings 19 4) Excavation 20 5) Hauling 21 6) Disposal of excess material 22 7) Service Line-private side by plumber 23 8) Fittings 24 9) Furnishing,placing and compaction of embedment 25 10) Furnishing,placing and compaction of backfill 26 11) Clean-up—surface restoration,excluding grass (seeding, sodding or hydro- 27 mulch paid separately) 28 5. Sewer Service Reconnection 29 a. Measurement 30 1) Measurement for this Item shall be per each"Sewer Service Reconnection" 31 complete in place from public service line connection to private service line 32 connection. 33 b. Payment 34 1) The work performed in conjunction with the relocation of a sewer service, 35 associated with private service line,fittings and cleanout 5 feet or less in 36 any direction from the centerline of the existing service line and the 37 materials furnished in accordance with this Item will be paid for at the unit 38 price per each"Sewer Service,Reconnection"performed for: 39 a) Various service sizes 40 c. The price bid shall include: 41 1) Private service line 42 2) Fittings 43 3) Private connection to sewer service 44 4) Pavement removal 45 5) Excavation 46 6) Hauling 47 7) Disposal of excess material 48 8) Surface restoration,excluding grass (seeding, sodding or hydro-mulch paid 49 separately) CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised April 26,2013 City Project No.01303 333150-4 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 4 of 9 1 9) 2 10) 3 11)Clean-up 4 6. 2-way Cleanout 5 a. Measurement 6 1) Measurement for this Item shall be per each when only a"2-way Cleanout" 7 is installed. 8 b. Payment 9 1) The work performed and the materials furnished in accordance with this 10 Item shall be paid for at the unit price bid per each"2-way Cleanout" 11 installed for: 12 a) Various sizes 13 b) Various materials 14 c. The price bid shall include: 15 1) Furnishing and installing the 2-way Cleanout and cap as specified in the 16 Drawings 17 2) Pavement removal 18 3) Concrete pad 19 4) Surface restoration,excluding grass(seeding,sodding or hydro-mulch paid 20 separately) 21 5) Hauling 22 6) Disposal of excess material 23 7) Furnishing,placing and compaction of backfill 24 8) Clean-up 25 7. Service Reinstatement 26 a. Measurement 27 1) Measurement for this Item shall be per each Reinstatement of Service 28 associated with the sewer main being rehabilitated by a trenchless method. 29 b. Payment 30 1) The work performed and materials furnished in accordance with this item 31 and measured as provided under"Measurement"will be paid for at the unit 32 price bid per each"Sewer Service,Reinstatement"for: 33 a) Various sizes 34 c. The price bid shall include: 35 1) Tap to existing main(if required) 36 2) Pavement removal 37 3) Excavation 38 4) Hauling 39 5) Disposal of excess material 40 6) Tee connection to main 41 7) Service line(if required) 42 8) Fittings 43 9) Furnishing,placing and compaction of embedment and backfill 44 10) Clean-up—surface restoration,excluding grass(seeding,sodding or hydro- 45 mulch paid separately)references 46 B. Definitions 47 1. New Service 48 a. New service applies to the installation of a service with connection to a new or 49 existing sewer main. CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Ou#Wl Sewer Revised April 26,2013 City Project No.01303 33 3150-5 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 5 of 9 1 b. The service materials would include service line,fittings and cleanout. 2 2. Bored Service 3 a. Bored service applies to the installation of a service with connection to a new or 4 existing sewer main including a bore under an existing road. 5 b. The service materials would include service line,fittings and cleanout. 6 3. Private Service Relocation 7 a. Private service relocation applies to the replacement of the existing sewer 8 service line on private property typically associated with the relocation of the 9 existing main. 10 b. Typical main relocation will be from a rear lot easement or alley to the street. 11 4. Service Reinstatement 12 a. Service reinstatement applies to the reconnection of an existing service to an 13 existing main that has been rehabilitated by trenchless methods such as pipe 14 enlargement(pipe bursting), slip lining or CIPP. 15 C. Reference Standards 16 1. Reference standards cited in this Specification refer to the current reference 17 standard published at the time of the latest revision date logged at the end of this 18 Specification,unless a date is specifically cited. 19 2. ASTM International(ASTM): 20 a. ASTM D3034 Standard Specification for Type PSM Poly(Vinyl Chloride) 21 (PVC) Sewer Pipe and Fittings 22 b. ASTM D 1785 Standard Specification for Poly(Vinyl Chloride) (PVC)Plastic 23 Pipe, Schedules 40, 80 and 120. 24 c. ASTM D2321 Standard Practice for Underground Installation of Thermoplastic 25 Pipe for Sewers and Other Gravity-Flow Applications 26 d. ASTM D2412 Standard Test Method for Determination of External Loading 27 Characteristics of Plastic Pipe by Parallel-Plate Loading 28 e. ASTM D3212 Standard Specification for Joints for Drain and Sewer Plastic 29 Pipes Using Flexible Elastomeric Seals 30 3. Texas Commission on Environmental Quality 31 a. Title 30,Part I, Chapter 217, Subchapter C, Rule 217.54—Criteria for Laying 32 Pipe and Rule 33 b. Title 30, Part I,Chapter 217, Subchapter C, 217.55—Manholes and Related 34 Structures 35 1.3 ADMINISTRATIVE REQUIREMENTS 36 A. Scheduling 37 1. Provide advance notice for service interruption to property owner and meet 38 requirements of Division 0. 39 1.4 SUBMITTALS 40 A. Submittals shall be in accordance with Section 01 33 00. 41 B. All submittals shall be approved by the City prior to delivery. 42 1.5 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 43 A. Product data shall include,if applicable: 44 1. Tee connection or saddle CrrY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&OutfmR Sewer Revised April 26,2013 City Project No.01303 333150-6 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 6 of 9 1 2. Fittings(including type of cleanout) 2 3. Service line 3 B. Certificates 4 1. Furnish an affidavit certifying that service line and fittings meet the provisions of 5 this Section. 6 1.6 CLOSEOUT SUBMITTALS[NOT USED] 7 1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 8 1.8 QUALITY ASSURANCE [NOT USED] 9 1.9 DELIVERY,STORAGE,AND HANDLING 10 A. Storage and Handling Requirements 11 1. Gravity pipe shall be stored and handled in accordance with the manufacturer's 12 guidelines. 13 2. Protect all parts such that no damage or deterioration will occur during a prolonged 14 delay from the time of shipment until installation is completed and the units and 15 equipment are ready for operation. 16 3. Protect all equipment and parts against any damage during a prolonged period at the 17 site. 18 4. Prevent plastic and similar brittle items from being directly exposed to sunlight or 19 extremes in temperature. 20 5. Secure and maintain a location to store the material in accordance with Section 01 21 6600. 22 1.10 FIELD[SITE] CONDITIONS [NOT USED] 23 1.11 WARRANTY [NOT USED] 24 PART 2- PRODUCTS 25 2.1 OWNER-FURNISHED[NOT USED] 26 2.2 EQUIPMENT,PRODUCT TYPES,MATERIALS 27 A. Manufacturers 28 1. Only the manufacturers as listed on the City's Standard Products List will be 29 considered as shown in Section 0160 00. 30 a. The manufacturer must comply with this Specification and related Sections. 31 2. Any product that is not listed on the Standard Products List is considered a 32 substitution and shall be submitted in accordance with Section 0125 00. 33 3. The services and appurtenances shall be new and the product of a manufacturer 34 regularly engaged in the manufacturing of services and appurtenances having 35 similar service and size. 36 B. Materials/Design Criteria 37 1. Service Line and Fittings(including tee connections) CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised April 26,2013 City Project No.01303 3331 50-5 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 5 of 9 1 b. The service materials would include service line,fittings and cleanout. 2 2. Bored Service 3 a. Bored service applies to the installation of a service with connection to a new or 4 existing sewer main including a bore under an existing road. 5 b. The service materials would include service line,fittings and cleanout. 6 3. Private Service Relocation 7 a. Private service relocation applies to the replacement of the existing sewer 8 service line on private property typically associated with the relocation of the 9 existing main. 10 b. Typical main relocation will be from a rear lot easement or alley to the street. 11 4. Service Reinstatement 12 a. Service reinstatement applies to the reconnection of an existing service to an 13 existing main that has been rehabilitated by trenchless methods such as pipe 14 enlargement(pipe bursting), slip lining or CIPP. 15 C. Reference Standards 16 1. Reference standards cited in this Specification refer to the current reference 17 standard published at the time of the latest revision date logged at the end of this 18 Specification,unless a date is specifically cited. 19 2. ASTM International(ASTM): 20 a. ASTM D3034 Standard Specification for Type PSM Poly (Vinyl Chloride) 21 (PVC) Sewer Pipe and Fittings 22 b. ASTM D1785 Standard Specification for Poly(Vinyl Chloride) (PVC) Plastic 23 Pipe, Schedules 40, 80 and 120. 24 c. ASTM D2321 Standard Practice for Underground Installation of Thermoplastic 25 Pipe for Sewers and Other Gravity-Flow Applications 26 d. ASTM D2412 Standard Test Method for Determination of External Loading 27 Characteristics of Plastic Pipe by Parallel-Plate Loading 28 e. ASTM D3212 Standard Specification for Joints for Drain and Sewer Plastic 29 Pipes Using Flexible Elastomeric Seals 30 3. Texas Commission on Environmental Quality 31 a. Title 30,Part I, Chapter 217, Subchapter C, Rule 217.54—Criteria for Laying 32 Pipe and Rule 33 b. Title 30,Part I, Chapter 217, Subchapter C, 217.55—Manholes and Related 34 Structures 35 1.3 ADMINISTRATIVE REQUIREMENTS 36 A. Scheduling 37 1. Provide advance notice for service interruption to property owner and meet 38 requirements of Division 0. 39 1.4 SUBMITTALS 40 A. Submittals shall be in accordance with Section 0133 00. 41 B. All submittals shall be approved by the City prior to delivery. 42 1.5 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 43 A. Product data shall include,if applicable: 44 1. Tee connection or saddle CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised April 26,2013 City Project No.01303 333150-6 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 6 of 9 1 2. Fittings(including type of cleanout) 2 3. Service line 3 B. Certificates 4 1. Furnish an affidavit certifying that service line and fittings meet the provisions of 5 this Section. 6 1.6 CLOSEOUT SUBMITTALS [NOT USED] 7 1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 8 1.8 QUALITY ASSURANCE[NOT USED] 9 1.9 DELIVERY,STORAGE,AND HANDLING 10 A. Storage and Handling Requirements 11 1. Gravity pipe shall be stored and handled in accordance with the manufacturer's 12 guidelines. 13 2. Protect all parts such that no damage or deterioration will occur during a prolonged 14 delay from the time of shipment until installation is completed and the units and 15 equipment are ready for operation. 16 3. Protect all equipment and parts against any damage during a prolonged period at the 17 site. 18 4. Prevent plastic and similar brittle items from being directly exposed to sunlight or 19 extremes in temperature. 20 5. Secure and maintain a location to store the material in accordance with Section 01 21 6600. 22 1.10 FIELD[SITE] CONDITIONS [NOT USED] 23 1.11 WARRANTY [NOT USED] 24 PART 2- PRODUCTS 25 2.1 OWNER-FURNISHED[NOT USED] 26 2.2 EQUIPMENT,PRODUCT TYPES,MATERIALS 27 A. Manufacturers 28 1. Only the manufacturers as listed on the City's Standard Products List will be 29 considered as shown in Section 0160 00. 30 a. The manufacturer must comply with this Specification and related Sections. 31 2. Any product that is not listed on the Standard Products List is considered a 32 substitution and shall be submitted in accordance with Section 0125 00. 33 3. The services and appurtenances shall be new and the product of a manufacturer 34 regularly engaged in the manufacturing of services and appurtenances having 35 similar service and size. 36 B. Materials/Design Criteria 37 1. Service Line and Fittings(including tee connections) CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&OuVWI Sewer Revised April 26,2013 City Project No.01303 33 31 50-7 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 7 of 9 l a. PVC pipe and fittings on public property shall be in accordance with Section 33 2 3120. 3 b. PVC pipe and fittings on private property shall be Schedule 40 in accordance 4 with ASTM D1785. 5 c. Ductile iron pipe and fittings shall be coated with ceramic epoxy in accordance 6 with Section 33 11 10 and Section 33 11 11. 7 2. Service saddle 8 a. Service saddles shall only be allowed when connecting a new service to an 9 existing sanitary sewer main and shall: 10 1) Be a I-piece prefabricated saddle,either polyethylene or PVC, with I 1 neoprene gasket for seal against main 12 2) Use saddle to fit outside diameter of main 13 3) Use saddle with grooves to retain band clamps 14 4) Use at least 2 stainless steel band clamps for securing saddles to the main 15 b. Inserta tees service connections may not be used. 16 3. Cleanout 17 a. Cleanout stack material should be in accordance with City Standard Details or 18 as shown on Drawings. 19 b. For paved areas,provide a cast iron cleanout and cast iron lid. 20 c. For unpaved areas,provide PVC cleanout and polyethylene lid. 21 4. Coupling 22 a. For connections between new PVC pipe stub out and existing service line,use 23 rubber sleeve couplings with stainless steel double-band repair sleeves to 24 connect to the line. 25 2.3 ACCESSORIES [NOT USED] 26 2.4 SOURCE QUALITY CONTROL [NOT USED] 27 PART 3- EXECUTION [NOT USED] 28 3.1 INSTALLERS 29 A. A licensed plumber is required for installations of the service line on private property. 30 3.2 EXAMINATION[NOT USED] 31 3.3 PREPARATION [NOT USED] 32 3.4 INSTALLATION 33 A. General 34 1. Install service line,fittings and cleanout as specified herein, as specified in Section 35 33 05 10 and in accordance with the pipe manufacturer's recommendations. 36 B. Handling 37 1. Haul and distribute service lines, fittings and cleanouts at the project site and handle 38 with care to avoid damage. 39 a. Inspect each segment of service line and reject or repair any damaged pipe 40 prior to lowering into the trench. 41 2. Do not handle the pipe in such a way that will damage the pipe. CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised April 26,2013 City Project No.01303 333150-8 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 8 of 9 1 C. Service Line 2 1. Lay service line at a minimum grade of 2 percent, as shown on City Standard 3 details,or at lines and grades as indicated in the Drawings. 4 2. If service line is installed by bore as an alternative to open cut,the cost associated 5 with open cut installation,such as pavement removal,trenching,embedment and 6 backfill and pavement patch will not be included as part of the bore installation. 7 3. Excavate and backfill trenches in accordance with 33 05 10. 8 4. Embed PVC Pipe in accordance with 33 05 10. 9 D. Cleanout 10 1. Install out of traffic areas such as driveways,streets and sidewalks whenever 11 possible. 12 a. When not possible,install cast iron cleanout stack and cap. 13 2. Install 2-way cleanout in non-paved areas in accordance with City Standard Details. 14 3. Install 2-way cleanout in paved areas in accordance with City Standard Details. 15 E. Service line connection to main 16 1. New service on new or replacement main 17 a. Determine location of service connections before main installation so the 18 service fittings can be installed during main installation. 19 b. Connect service line to main with a molded or fabricated tee fitting. 20 2. Reconnection to main after pipe enlargement 21 a. Tapping the existing main and installing a strap on tee connection may be used. 22 b. Allow the new main to recover from imposed stretch before tapping and service 23 installation. 24 1) Follow manufacturer's recommendation for the length of time needed. 25 c. Tap main at 45 degree angle to horizontal when possible. 26 1) Avoid tapping the top of main. 27 d. Extend service line from main to property line or easement line before 28 connecting to the existing service line. 29 3. New service on existing main 30 a. Connect service line to main with a molded or fabricated tee fitting if possible. 31 b. Tapping the existing main and installing a strap on tee connection may be used. 32 F. Private Service Relocation 33 1. Requirements for the relocation of service line on private property 34 a. A licensed plumber must be used to install service line on private property. 35 b. Obtain permit from the Development Department for work on private property. 36 c. Pay for any inspection or permit fees associated with work on private property. 37 d. Verify(by Exploratory Excavation of Existing Utilities)the elevations at the 38 building cleanout and compare to data on the Drawings before beginning 39 service installation. 40 e. Submit elevation information to the City inspector. 41 f. Verify that the 2 percent slope installation requirement can be met. 42 1) If the 2 percent slope cannot be met,verify with the Engineer that line may 43 be installed at the lesser slope. CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised April 26,2013 City Project No.01303 3331 50-9 SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE Page 9 of 9 1 3.5 REPAIR/RESTORATION [NOT USED] 2 3.6 RE-INSTALLATION 3 A. Service Relocation 4 1. All relocations that are not installed as designed or fail to meet the City code shall 5 be reinstalled at the Contractor's expense. 6 3.7 FIELD QUALITY CONTROL 7 A. Inspections 8 1. Private property service line requires approval by the City plumbing inspector 9 before final acceptance. 10 3.8 SYSTEM STARTUP[NOT USED] 11 3.9 ADJUSTING [NOT USED] 12 3.10 CLEANING [NOT USED] 13 3.11 CLOSEOUT ACTIVITIES [NOT USED] 14 3.12 PROTECTION[NOT USED] 15 3.13 MAINTENANCE [NOT USED] 16 3.14 ATTACHMENTS [NOT USED] 17 END OF SECTION 18 Revision Log DATE NAME SUMMARY OF CHANGE Throughout—Deep Sewer Service was removed 1.2—Measurement and Payment Items were revised to include relocation and 12/20/2012 D.Johnson reconnection;Blue text was added for guidance in applying the bid Items;Price bid lists revised to include clean-out caps,pads and surface restoration. Added the phrase`,including grass'to lines; Part 1, 1.2.A.1.c.9,Part 1, 1.2.A.2.c.9,Part 1,1.2.A.5.c.8,Part 1, 1.2.A.6.c.4 Added the phrase`-surface restoration,including grass'to lines; 2/13/2013 F.Griffin Part 1, 1.2.A.4.c.11,Part 1, 1.2.A.7.10 Removed the phrase`surrounding 2-way cleanout'from lines; Part 1,1.2.A.1.c.9,Part 1, 1.2.A.2.c.9,Part 1, 1.2.A.6.c.4 Revised lines with`including grass'replacing with `excluding grass(seeding, sodding or hydromulching paid separately)' 4/26/2013 F.Griffin Included in Part 1, 1.2,A, 1,c,9;Part 1, 1.2,A,2,c,9;Part 1, 1.2,A,4,c, 11;Part 1, 1.2,A,5,c,8;Part 1, 1.2,A,6,c,4;Part 1, 1.2,A,7,c, 10 19 CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised April 26,2013 City Project No.01303 THIS PAGE INTENTAILLY LEFT BLANK 3339 10-1 CAST-IN-PLACE CONCRETE MANHOLE Page 1 of 7 1 SECTION 33 3910 2 CAST-IN-PLACE CONCRETE MANHOLE 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Sanitary Sewer Cast-in-Place Concrete Manholes 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include but are not necessarily limited to: 10 1. Division 0—Bidding Requirements,Contract Forms, and Conditions of the 11 Contract 12 2. Division 1 —General Requirements 13 3. Section 03 30 00—Cast-In-Place Concrete 14 4. Section 03 80 00—Modifications to Existing Concrete 15 5. Section 33 0130—Sewer and Manhole Testing 16 6. Section 33 05 13—Frame,Cover, and Grade Rings 17 7. Section 33 39 60—Epoxy Liners for Sanitary Sewer Structures 18 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) Reinforcing steel (if required) 33 5) Concrete 34 6) Baclfill 35 7) Foundation 36 8) Drop pipe 37 9) Stubs 38 10) Frame 39 11) Cover 40 12) Grade rings CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 333910-2 CAST-IN-PLACE CONCRETE MANHOLE Page 2 of 7 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 1/10 foot. 11 b. Payment 12 1) The work performed and the materials furnished in accordance with this 13 Item and measured as provided under"Measurement"will be paid for at the 14 unit 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 backfill 34 18) Clean-up 35 3. Sanitary Sewer Junction Structure 36 a. Measurement 37 1) Measurement for this Item will be per each Sewer Junction Structure being 38 installed. 39 b. Payment 40 1) The work performed and materials furnished in accordance with this Item 41 and measured as provided under"Measurement"shall be paid for at the 42 lump sum bid per each"Sewer Junction Structure"location. 43 c. Price bid will include: 44 1) Junction Structure complete in place 45 2) Excavation 46 3) Forms 47 4) Reinforcing steel(if required) 48 5) Concrete 49 6) Backfill CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station do Outfall Sewer Revised July 1,2011 City Project No.01303 333910-3 CAST-IN-PLACE CONCRETE MANHOLE Page 3 of 7 1 7) Foundation 2 8) Drop pipe 3 9) Stubs 4 10) Frame 5 11) Cover 6 12) Grade rings 7 13) Pipe connections 8 14) Pavement removal 9 15) Hauling 10 16) Disposal of excess material 11 17) Placement and compaction of backfill 12 18) Clean-up 13 1.3 REFERENCES 14 A. Definitions 15 1. Manhole Type 16 a. Standard Manhole(See City Standard Details) 17 1) Greater than 4 feet deep up to 6 feet deep 18 b. Standard Drop Manhole(See City Standard Details) 19 1) Same as Standard Manhole with external drop connection (s) 20 c. Type"A"Manhole(See City Standard Details) 21 1) Manhole set on a reinforced concrete block placed around 39-inch and 22 larger sewer pipe 23 d. Shallow Manhole(See City Standard Details) 24 1) Less than 4 feet deep with formed invert for sewer pipe diameters smaller 25 than 39-inch 26 2. Manhole Size 27 a. 4 foot diameter 28 1) Used with pipe ranging from 8-inch to 15-inch 29 b. 5 foot diameter 30 1) Used with pipe ranging from 18-inch to 36-inch 31 c. See specific manhole design on Drawings for pipes larger than 36-inch. 32 B. Reference Standards 33 1. Reference standards cited in this Specification refer to the current reference 34 standard published at the time of the latest revision date logged at the end of this 35 Specification,unless a date is specifically cited. 36 2. ASTM International (ASTM): 37 a. D4258, Standard Practice for Surface Cleaning Concrete for Coating. 38 b. D4259, Standard Practice for Abrading Concrete. 39 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 40 1.5 SUBMITTALS 41 A. Submittals shall be in accordance with Section 0133 00. 42 B. All submittals shall be approved by the Engineer or the City prior to delivery. CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 333910-4 CASTAN-PLACE CONCRETE MANHOLE Page 4 of 7 1 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 2 A. Product Data 3 1. Drop connection materials 4 2. Pipe connections at manhole walls 5 3. Stubs and stub plugs 6 4. Admixtures 7 5. Concrete Mix Design 8 1.7 CLOSEOUT SUBMITTALS [NOT USED] 9 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 10 1.9 QUALITY ASSURANCE [NOT USED] 11 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 12 1.11 FIELD [SITE] CONDITIONS [NOT USED] 13 1.12 WARRANTY [NOT USED] 14 PART 2- PRODUCTS 15 2.1 OWNER-FURNISHED[oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 16 2.2 EQUIPMENT,PRODUCT TYPES,MATERIALS 17 A. Manufacturers 18 1. Only the manufacturers as listed on the City's Standard Products List will be 19 considered as shown in Section 0160 00. 20 a. The manufacturer must comply with this Specification and related Sections. 21 2. Any product that is not listed on the Standard Products List is considered a 22 substitution and shall be submitted in accordance with Section 0125 00. 23 B. Materials 24 1. Concrete—Conform to Section 03 30 00. 25 2. Reinforcing Steel—Conform to Section 03 2100. 26 3. Frame and Cover—Conform to Section 33 05 13. 27 4. Grade Ring—Conform to Section 33 05 13. 28 5. Pipe Connections 29 a. Pipe connections can be premolded pipe adapter,flexible locked-in boot 30 adapter,or integrally cast gasket channel and gasket. 31 6. Interior Coating or Liner—Conform to Section 33 39 60,if required. 32 7. Exterior Coating 33 a. Use Coal Tar Bitumastic for below grade damp proofing. 34 b. Dry film thickness shall be no less than12 mils and no greater than 30 mils. 35 c. Solids content is 68 percent by volume t 2 percent. CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS do Haltom City Meter Station do Outfall Sewer Revised July 1,2011 City Project No.01303 333910-5 CAST-IN-PLACE CONCRETE MANHOLE Page 5 of 7 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3- EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION 6 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 12 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 1/2 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 Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 333910-6 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 frame 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. CM OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 333910-7 CAST-IN-PLACE CONCRETE MANHOLE Page 7 of 7 1 3.8 SYSTEM STARTUP[NOT USED] 2 3.9 ADJUSTING[NOT USED] 3 3.10 CLEANING[NOT USED] 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION[NOT USED] 6 3.13 MAINTENANCE[NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 END OF SECTION 9 Revision Log DATE NAME SUMMARY OF CHANGE 10 CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 THIS PAGE INTENTAILLY LEFT BLANK 333920-1 PRECAST CONCRETE MANHOLE Page 1 of 6 1 SECTION 33 39 20 2 PRECAST CONCRETE MANHOLE 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Sanitary Sewer Precast Concrete Manholes 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0—Bidding Requirements,Contract Forms, and Conditions of the 11 Contract 12 2. Division 1 —General Requirements 13 3. Section 03 30 00—Cast-in-Place Concrete 14 4. Section 03 80 00—Modifications to Existing Concrete 15 5. Section 33 0130—Sewer and Manhole Testing 16 6. Section 33 05 13—Frame, Cover, and Grade Rings 17 7. Section 33 39 60—Epoxy Liners for Sanitary Sewer Structures 18 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 concrete manhole installed. 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) Reinforcing steel(if required) 33 5) Concrete 34 6) Backfill 35 7) Foundation 36 8) Drop pipe 37 9) Stubs 38 10) Frame 39 11) Cover 40 12) Grade rings 41 13) Pipe connections CITY OF]FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 333920-2 PRECAST CONCRETE MANHOLE Page 2 of 6 1 14) Pavement removal 2 15) Hauling 3 16) Disposal of excess material 4 17) Placement and compaction of backfill 5 18) Clean-up 6 2. Extra Depth Manhole 7 a. Measurement 8 1) Measurement for added depth beyond 6 feet will be per vertical foot, 9 measured to the nearest 1/10 foot. 10 b. Payment 11 1) The work performed and materials furnished in accordance with this Item 12 and measured as provided under"Measurement"will be paid for at the unit 13 price bid per vertical foot for"Extra Depth Manhole"specified for: 14 a) Various sizes 15 c. The price bid will include: 16 1) Manhole structure complete in place 17 2) Excavation 18 3) Forms 19 4) Reinforcing steel(if required) 20 5) Concrete 21 6) Backfill 22 7) Foundation 23 8) Drop pipe 24 9) Stubs 25 10) Frame 26 11) Cover 27 12) Grade rings 28 13) Pipe connections 29 14) Pavement removal 30 15) Hauling 31 16) Disposal of excess material 32 17) Placement and compaction of backfill 33 18) Clean-up 34 1.3 REFERENCES 35 A. Definitions 36 1. Manhole Type 37 a. Standard Manhole(See City Standard Details) 38 1) Greater than 4 feet deep up to 6 feet deep 39 b. Standard Drop Manhole(See City Standard Details) 40 1) Same as Standard Manhole with external drop connection(s) 41 c. Type"A"Manhole(See City Standard Details) 42 1) Manhole set on a reinforced concrete block placed around 39-inch and 43 larger sewer pipe. 44 d. Shallow Manhole(See City Standard Details) 45 1) Less than four 4 deep with formed invert for sewer pipe diameters smaller 46 than 39-inch 47 2. Manhole Size 48 a. 4 foot diameter CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase J STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 333920-3 PRECAST CONCRETE MANHOLE Page 3 of 6 1 1) Used with pipe ranging from 8-inch to 15-inch 2 b. 5 foot diameter 3 1) Used with pipe ranging from 18-inch to 36-inch 4 2) See specific manhole design on Drawings for pipes larger than 36-inch. 5 B. Reference Standards 6 1. Reference standards cited in this Specification refer to the current reference 7 standard published at the time of the latest revision date logged at the end of this 8 Specification, unless a date is specifically cited. 9 2. ASTM International(ASTM): 10 a. C478, Standard Specification for Precast Reinforced Concrete Manhole 11 Sections. 12 b. C923, Standard Specification for Resilient Connectors Between Reinforced 13 Concrete Manholes Structures, Pipes, and Laterals. 14 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 15 1.5 SUBMITTALS 16 A. Submittals shall be in accordance with Section 0133 00. 17 B. All submittals shall be approved by the Engineer or the City prior to delivery. 18 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 19 A. Product Data 20 1. Precast Concrete Manhole 21 2. Drop connection materials 22 3. Pipe connections at manhole walls 23 4. Stubs and stub plugs 24 5. Admixtures 25 6. Concrete Mix Design 26 1.7 CLOSEOUT SUBMITTALS [NOT USED] 27 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 28 1.9 QUALITY ASSURANCE[NOT USED] 29 1.10 DELIVERY,STORAGE,AND HANDLING[NOT USED] 30 1.11 FIELD [SITE] CONDITIONS [NOT USED] 31 1.12 WARRANTY 32 A. Manufacturer Warranty 33 1. Manufacturer's Warranty shall be in accordance with Division 1. CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 333920-4 PRECAST CONCRETE MANHOLE Page 4 of 6 1 PART 2- PRODUCTS 2 2.1 OWNER-FURNISHED[oR] OWNER-SUPPLIED PRODUCTS [NOT USED] 3 2.2 EQUIPMENT,PRODUCT TYPES,AND MATERIALS 4 A. Manufacturers 5 1. Only the manufacturers as listed on the City's Standard Products List will be 6 considered as shown in Section 0160 00. 7 a. The manufacturer must comply with this Specification and related Sections. 8 2. Any product that is not listed on the Standard Products List is considered a 9 substitution and shall be submitted in accordance with Section 0125 00. 10 B. Materials 11 1. Concrete—Conform to Section 03 30 00. 12 2. Precast Joints—Conform to ASTM C478. 13 3. Precast Sections 14 a. Provide bell-and-spigot design incorporating a premolded joint sealing 15 compound for wastewater use. 16 b. Clean bell spigot and gaskets,lubricate and join. 17 c. Minimize number of segments. 18 d. Use long joints at the bottom and shorter joints toward the top. 19 e. Include manufactures stamp on each section. 20 4. Lifting Devices 21 a. Manhole sections and cones may be furnished with lift lugs or lift holes. 22 1) If lift lugs are provided,place 180 degrees apart. 23 2) If lift holes are provided,place 180 degrees apart and grout during manhole 24 installation. 25 5. Frame and Cover—Conform to Section 33 05 13. 26 6. Grade Ring—Conform to Section 33 05 13 and ASTM C478. 27 7. Pipe Connections 28 a. Utilize either an integrally cast embedded pipe connector or a boot-type 29 connector installed in a circular block out opening conforming to ASTM C923. 30 8. Steps 31 a. No steps are allowed. 32 9. Interior Coating or Liner—Conform to Section 33 39 60. 33 10. Exterior Coating 34 a. Use Coal Tar Bitumastic for below grade damp proofing. 35 b. Dry film thickness shall be no less than 12 mils and no greater than 30 mils. 36 c. Solids content is 68 percent by volume t 2 percent. CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 333920-5 PRECAST CONCRETE MANHOLE Page 5 of 6 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3- EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION 6 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 manhole 12 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. Precast Sections 19 a. Provide bell-and-spigot design incorporating a premolded joint sealing 20 compound for wastewater use. 21 b. Clean bell spigot and gaskets,lubricate and join. 22 c. Minimize number of segments. 23 d. Use long joints used at the bottom and shorter joints toward the top. 24 B. Invert 25 1. Construct invert channels to provide a smooth waterway with no disruption of flow 26 at pipe-manhole connections. 27 2. For direction changes of mains,construct channels tangent to mains with maximum 28 possible radius of curvature. 29 a. Provide curves for side inlets. 30 3. For all standard manholes provide full depth invert. 31 4. For example,if 8-inch pipe in connected to manhole construct the invert to full 8 32 inches in depth. 33 C. Drop Manhole Connection 34 1. Install drop connection when sewer line enters manhole higher than 24 inches 35 above the invert. 36 D. Final Rim Elevation 37 1. Install concrete grade rings for height adjustment. 38 a. Construct grade ring on load bearing shoulder of manhole. 39 b. Use sealant between rings as shown on Drawings. CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Out/all Sewer Revised July 1,2011 City Project No.01303 333920-6 PRECAST CONCRETE MANHOLE Page 6 of 6 1 2. Set frame on top of manhole or grade rings using continuous water sealant. 2 3. Remove debris,stones and dirt to ensure a watertight seal. 3 4. Do not use steel shims,wood,stones or other unspecified material to obtain the 4 final surface elevation of the manhole frame. 5 E. Internal coating 6 1. Internal coating application will conform to Section 33 39 60,if required by 7 Drawings. 8 F. External coating 9 1. Remove dirt,dust,oil and other contaminants that could interfere with adhesion of 10 the coating. 11 2. Cure manhole for 3 days before baclfilling around the structure. 12 3. Application will follow manufacturer's recommendation. 13 G. Modifications and Pipe Penetrations 14 1. Conform to Section 03 80 00. 15 3.5 REPAIR/RESTORATION[NOT USED] 16 3.6 RE-INSTALLATION[NOT USED] 17 3.7 FIELD QUALITY CONTROL 18 A. Field Tests and Inspections 19 1. Perform vacuum test in accordance with Section 33 0130. 20 3.8 SYSTEM STARTUP[NOT USED] 21 3.9 ADJUSTING[NOT USED] 22 3.10 CLEANING[NOT USED] 23 3.11 CLOSEOUT ACTIVITIES[NOT USED] 24 3.12 PROTECTION[NOT USED] 25 3.13 MAINTENANCE[NOT USED] 26 3.14 ATTACHMENTS[NOT USED] 27 END OF SECTION 28 Revision Log DATE NAME SUMMARY OF CHANGE 29 CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS do Haltom City Meter Station do Outfall Sewer Revised July 1,2011 City Project No.01303 333960-1 EPDXY LINERS FOR SANITARY SEWER STRUCTURES Page 1 of 6 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 1. None. 11 C. Related Specification Sections include but are not necessarily limited to: 12 1. Division 0—Bidding Requirements,Contract Forms, and Conditions of the 13 Contract 14 2. Division 1 —General Requirements 15 3. Section 33 0130—Sewer and Manhole Testing 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Manholes 19 a. Measurement 20 1) Measurement for this Item shall be per vertical foot of coating as measured 21 from the bottom of the frame to the top of the bench. 22 b. Payment 23 1) The work performed and materials furnished in accordance with this Item 24 and measured as provided under"Measurement"will be paid for at the unit 25 price bid per vertical foot of"Epoxy Manhole Liner" applied. 26 c. The price bid shall include: 27 1) Furnishing and installing Liner as specified by the Drawings 28 2) Hauling 29 3) Disposal of excess material 30 4) Clean-up 31 5) Cleaning 32 6) Testing 33 2. Non-Manhole Structures 34 a. Measurement 35 1) Measurement for this Item shall be per square foot of area where the 36 coating is applied. 37 b. Payment 38 1) The work performed and materials furnished in accordance with this Item 39 and measured as provided under"Measurement" shall be paid for at the 40 unit price bid per square foot of"Epoxy Structure Liner"applied. 41 c. The price bid shall include: 42 1) Furnishing and installing Liner as specified by the Drawings CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 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 Fihn 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(MACE). 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 Engineer or the City prior to delivery. 34 1.6 ACTION SUBMITTALSANFORMATIONAL 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 CrrY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 333960-3 EPDXY LINERS FOR SANITARY SEWER STRUCTURES Page 3 of 6 1 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 material 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] 10 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 1.10 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 [OR] 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 Big Fossil Creek Parallel Relief Sanitary•Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Ouifall Sewer Revised July 1,2011 City Project No.01303 333960-4 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 municipal 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 environment 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 [NOT 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 1 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. CrrY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 333960-5 EPDXY LINERS FOR SANITARY SEWER STRUCTURES Page 5 of 6 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 Big Fossil Creek Parallel Relief Sanitary Server,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 333960-6 EPDXY LINERS FOR SANNARY SEWER STRUCTURES Page 6 of 6 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 cure 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 END OF SECTION 28 Revision Log DATE NAME SUMMARY OF CHANGE 29 CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&OuVWI Sewer Revised July 1,2011 City Project No.01303 334910-1 CAST-IN-PLACE STORM DRAIN MANHOLES AND JUNCTION BOXES Page 1 of 6 1 SECTION 33 4910 2 CAST-IN-PLACE STORM DRAIN MANHOLES AND JUNCTION BOXES 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Storm drain cast-in-place concrete manholes and junction boxes 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. This Item shall address the construction of the reinforced concrete siphon inlet 9 and exit vaults,the meter vault and flow diversion boxes as proposed in this 10 Project. The measurement and payment provisions of Paragraph 1.2.A.3 and 11 the provisions of all following paragraphs shall apply. Payment shall include 12 the furnishing and installation of the structural provisions to support fontaine 13 stoplogs and redwood stoplogs,as detailed for the diversion and siphon boxes 14 respectively. Epoxy lining of the structures shall be measured and paid for in 15 accordance with Section 33 39 60. 16 C. Related Specification Sections include,but are not necessarily limited to: 17 1. Division 0—Bidding Requirements,Contract Forms,and Conditions of the 18 Contract 19 2. Division 1—General Requirements 20 3. Division 3—Concrete 21 4. Section 03 30 00—Cast-In-Place Concrete 22 5. Section 3123 16—Unclassified Excavation 23 6. Section 3150 00—Excavation Support and Protection 24 7. Section 33 05 10—Utility Trench Excavation,Embedment and Backfill 25 8. Section 33 05 13—Frame,Cover and Grade Rings 26 1.2 PRICE AND PAYMENT PROCEDURES 27 A. Measurement and Payment 28 1. Storm Drain Manhole Risers 29 a. Measurement 30 1) Measurement for this Item shall be per each Manhole Riser complete,or 31 completed to the stage of construction required by Drawings. 32 b. Payment 33 1) The work performed and materials furnished in accordance with this Item 34 and will be paid for at the unit price bid per each"Manhole Riser"installed 35 for: 36 a) Various Sizes 37 c. The price bid shall include: 38 1) Mobilization 39 2) Excavation 40 3) Hauling 41 4) Disposal of excess materials CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I and Haltom City Relief Sewer STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01303 Revised July 1,2011 334910-4 CAST-IN-PLACE STORM DRAIN MANHOLES AND JUNCTION BOXES Page 4 of 6 1 2. Ensure that covers and grates fit properly into frames and seat uniformly and 2 solidly. 3 D. Steps 4 1. Provide polypropylene supports and steps to the shape and dimensions shown on 5 Drawings that meet the requirements of ASTM D4101 and ASTM C478,Section 6 16, "Steps and Ladders." 7 2.3 ACCESSORIES [NOT USED] 8 2.4 SOURCE QUALITY CONTROL [NOT USED] 9 PART 3- EXECUTION 10 3.1 INSTALLERS [NOT USED] 11 3.2 EXAMINATION[NOT USED] 12 3.3 PREPARATION [NOT USED] 13 3.4 INSTALLATION 14 A. General 15 1. Perform all concrete work in accordance with Division 3. 16 2. Use of forms is required for all concrete walls,except where the nature of the 17 surrounding material is such that it can be trimmed to a smooth vertical face 18 a. Outside form for concrete bases supporting brick walls may be omitted with 19 approval from the Engineer. 20 3. Cast polypropylene supports and steps into concrete walls when concrete is placed 21 or drill and grout steps in place after concrete placement. 22 B. Excavation and Embedment 23 1. Conform to the requirements of Section 3123 16, Section 3150 00 and Section 33 24 05 10,where applicable. 25 C. Manholes for Precast Concrete Drain Pipes 26 1. Construct manholes for precast concrete pipe drains as soon as is practicable after 27 drain lines into or through the manhole locations are completed. 28 2. Neatly cut all drain pipes at the inside face of the walls of the manhole and point up 29 with mortar. 30 D. Manholes for Monolithic Drain Pipes 31 1. Construct bases for manholes on monolithic drain pipes either monolithically with 32 the drain pipe or after the pipe is constructed. 33 E. Manholes for Box Drains 34 1. Cast bases for manholes for box drains as an integral part of the drainage system. 35 2. Manholes may be constructed prior to backfilling or,if the Contractor so elects, 36 manhole opening may be temporarily covered with timber to facilitate compaction 37 of backfill for the pipe system as a whole with tractor equipment. 38 a. Perform required excavation for manhole,construct manhole and backfill in 39 accordance with Drawings. CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I and Haltom City Relief Sewer STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01303 Revised July 1,2011 334910-5 CAST-IN-PLACE STORM DRAIN MANHOLES AND JUNCTION BOXES Page 5 of 6 1 3. For manholes that are over 5-feet deep,include all manhole steps required in the 2 wall of the box drain. 3 F. Junction Structures 4 1. All structures shall be installed as specified in Drawings. 5 G. Inverts 6 1. Shape and route floor inverts passing out or through the manhole as shown on the 7 Drawings. 8 2. Shape by adding and shaping mortar or concrete after the base is cast or by placing 9 the required additional material with the base. 10 H. Curing 11 1. Cure all exposed concrete as required in Division 3. 12 I. Finishing 13 1. Finish all concrete as required in Division 3. 14 J. Form Removal 15 1. Remove concrete form as required in Division 3. 16 K. Placement and Treatment of Castings,Frames,and Fittings 17 1. Place castings,frames and fittings in positions indicated on Drawings or as directed 18 by Engineer,true to line and correct elevation. 19 2. Frames or fittings set in new concrete or mortar 20 a. Place and position anchors or bolts before concrete mortar is placed. 21 b. Do not disturb unit until mortar or concrete has set. 22 3. Frames or fittings placed upon previously constructed masonry 23 a. Bring bearing surface or masonry true to line and grade, and present an even 24 bearing surface, so that entire face or back of unit will come in contact with 25 masonry. 26 b. Set unit in mortar beds or anchor to masonry, as indicated on Drawings or as 27 directed and approved by the Engineer. 28 4. Ensure that units are set firm and secure. 29 5. Allow concrete or mortar to harden for a minimum 7 days. 30 6. Replace and fasten down grates or covers. CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I and Haltom City Relief Sewer STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01303 Revised July 1,2011 334910-6 CAST-IN-PLACE STORM DRAIN MANHOLES AND JUNCTION BOXES Page 6 of 6 1 3.5 [REPAIR]/[RESTORATION] [NOT USED] 2 3.6 RE-INSTALLATION[NOT USED] 3 3.7 FIELD[oR]SITE QUALITY CONTROL[NOT USED] 4 3.8 SYSTEM STARTUP[NOT USED] 5 3.9 ADJUSTING[NOT USED] 6 3.10 CLEANING[NOT USED] 7 3.11 CLOSEOUT ACTIVITIES [NOT USED] 8 3.12 PROTECTION[NOT USED] 9 3.13 MAINTENANCE[NOT USED] 10 3.14 ATTACHMENTS [NOT USED] 11 Revision Log DATE NAME SUMMARY OF CHANGE 12 END OF SECTION CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I and Haltom City Relief Sewer STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01303 Revised July 1,2011 SECTION 33 99 03 SERIES 95 STOP LOGS 1. GENERAL CONDITIONS 1.1. SCOPE. This section covers Stainless Steel Stop Logs. 1.2. GENERAL. The equipment provided under this section shall be fabricated, assembled, erected, and placed in proper operating condition in full conformity with the drawings, specifications, engineering data, instructions and recommendations of the equipment manufacturer unless exceptions are noted by the engineer. Stop logs shall be supplied with all the necessary parts and accessories indicated on the drawings, specified or otherwise required for a complete, properly operating installation, and shall be the latest standard product of a manufacturer regularly engaged in the production of stop logs. The stop logs supplied under this section shall be Series 95 Stainless Steel Stop Logs as manufactured by H. Fontaine Ltd. 1.3. QUALITY ASSURANCE 1.3.1. The manufacturer shall have experience in the production of substantially similar equipment and shall show evidence of satisfactory operation in at least 5 installations. The manufacturer's shop welds, welding procedures and welders shall be qualified and certified in accordance with the requirement of the latest edition of ASME, Section IX. 1.3.2.The fully assembled stop logs shall be shop inspected before shipping. 1.3.3.The manufacturer shall be ISO 9001 : 2000 certified. 1.4. SUBMITTALS. The manufacturer shall submit, for approval by the purchaser, drawings showing the principal dimensions, general construction and materials used in the gate and lift mechanism. 2.PERFORMANCE 2.1. LEAKAGE. Stop logs shall be substantially watertight under the design head conditions. Leakage shall not exceed 0.1 U.S. gallon per minute per foot (1.25 Umin per meter) of periphery for the rated seating head. 2.2. DESIGN HEAD. For the purpose of these specifications, stop logs shall be defined as meeting the leakage requirements maximum water level (height of stop logs in channel). Page 1 of 3 3.PRODUCT 3.1. STOP LOGS 3.1.1. GENERAL DESIGN. Stop logs shall be constructed entirely of stainless steel. All hardware shall be stainless steel. 3.1.2. FRAME. The frame shall be made of stainless steel channels. The frame shall be suitable for mounting on a concrete wall (CW), embedding in a channel (FE), or installation inside an existing channel(EC). 3.1.3. LOGS. The logs shall consist of a flat plate reinforced with formed plates or structural members to limit their deflection to 1/360 of the gate's span under the design head. The guide shall be of UHMWPE(ultra high molecular weight polyethylene). 3.1.4. SEALS. Seals shall be made of EPDM attached to the logs by means of a UHMWPE retainer guide. The bottom seal is attached to the log with a stainless steel retainer and seal on top of the log immediately underneath. 3.2. LIFTING DEVICE. When required, a stainless steel lifting device shall be supplied for each log width. The width of the lifting device will be the same as the log channel. The lifting device shall be equipped with a device to allow releasing of the stop log from the operating floor. This device shall grab the log automatically. 4.MATERIALS PART MATERIAL Frame, log, reinforcements, bottom Stainless steel ASTM A-240 type 304L or 316L seal retainer Guide Ultra high molecular weight polyethylene UHMWPE ASTM D-4020 Seal EPDM ASTM D-2000 Fasteners ASTM F593 and F594 GR1 for type 304 and GR2 for type 316 Page 2 of 3 5.SCHEDULE Mounting: FE- Frame-embedded EC - Existing channel CW - Concrete wall mounted Refer to the Engineering drawings. 6. EXECUTION 6.1. INSTALLATION. Gates and appurtenances shall be handled and installed in accordance with the manufacturer's recommendations. Page 3 of 3 THIS PAGE INTENTAILLY LEFT BLANK 3471 13-1 TRAFFIC CONTROL Page 1 of 5 1 SECTION 34 7113 2 TRAFFIC CONTROL 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Installation of Traffic Control Devices and preparation of Traffic Control Plans 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Installation of Traffic Control Devices 15 a. Measurement 16 1) Measurement for Traffic Control Devices shall be per month for the Project 17 duration. 18 a) A month is defined as 30 calendar days. 19 b. Payment 20 1) The work performed and materials furnished in accordance with this Item 21 and measured as provided under"Measurement"shall be paid for at the 22 unit price bid for"Traffic Control". 23 c. The price bid shall include: 24 1) Traffic Control implementation 25 2) Installation 26 3) Maintenance 27 4) Adjustments 28 5) Replacements 29 6) Removal 30 2. Portable Message Signs 31 a. Measurement 32 1) Measurement for this Item shall be per week for the duration of use. 33 b. Payment 34 1) The work performed and materials furnished in accordance to this Item and 35 measured as provided under"Measurement''shall be paid for at the unit 36 price bid per week for"Portable Message Sign"rental. 37 c. The price bid shall include: 38 1) Delivery of Portable Message Sign to Site 39 2) Message updating 40 3) Sign movement throughout construction 41 4) Return of the Portable Message Sign post-construction 42 3. Preparation of Traffic Control Plan Details CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 347113-2 TRAFFIC CONTROL Page 2 of 5 1 a. Measurement 2 1) Measurement for this Item shall be per each Traffic Control Detail 3 prepared. 4 b. Payment 5 1) The work performed and materials furnished in accordance with this Item 6 shall be paid for at the unit price bid per each"Traffic Control Detail' 7 prepared. 8 c. The price bid shall include: 9 1) Preparing the Traffic Control Plan Details 10 2) Adherence to City and Texas Manual on Uniform Traffic Control Devices 11 (TMUTCD) 12 3) Obtaining the signature and seal of a licensed Texas Professional Engineer 13 4) Incorporation of City comments 14 1.3 REFERENCES 15 A. Reference Standards 16 1. Reference standards cited in this Specification refer to the current reference 17 standard published at the time of the latest revision date logged at the end of this 18 Specification,unless a date is specifically cited. 19 2. Texas Manual on Uniform Traffic Control Devices(TMUTCD). 20 3. Item 502,Barricades,Signs,and Traffic handling of the Texas Department of 21 Transportation,Standard Specifications for Construction and Maintenance of 22 Highways,Streets,and Bridges. 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 A. Coordination 25 1. Contact Traffic Services Division(817-392-7738)a minimum of 48 hours prior to 26 implementing Traffic Control within 500 feet of a traffic signal. 27 B. Sequencing 28 1. Any deviations to the Traffic Control Plan included in the Drawings must be first 29 approved by the City and design Engineer before implementation. 30 1.5 SUBMITTALS 31 A. Provide the City with a current list of qualified flaggers before beginning flagging 32 activities.Use only flaggers on the qualified list. 33 B. Obtain a Street Use Permit from the Street Management Section of the Traffic 34 Engineering Division,311 W. 10h Street. The Traffic Control Plan(TCP)for the 35 Project shall be as detailed on the Traffic Control Plan Detail sheets of the Drawing set. 36 A copy of this Traffic Control Plan shall be submitted with the Street Use Permit. 37 C. Traffic Control Plans shall be signed and sealed by a licensed Texas Professional 38 Engineer. 39 D. Contractor shall prepare Traffic Control Plans if required by the Drawings or 40 Specifications. The Contractor will be responsible for having a licensed Texas 41 Professional Engineer sign and seal the Traffic Control Plan sheets. 42 E. Contractor responsible for having a licensed Texas Professional Engineer sign and seal 43 changes to the Traffic Control Plan(s)developed by the Design Engineer. CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS do Haltom City Meter Station de Ouowl Sewer Revised July 1,2011 City Project No.01303 347113-3 TRAFFIC CONTROL Page 3 of 5 1 F. Design Engineer will furnish standard details for Traffic Control. 2 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY,STORAGE,AND HANDLING[NOT USED] 7 1.11 FIELD[SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2- PRODUCTS 10 2.1 OWNER-FURNISHED[OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 11 2.2 ASSEMBLIES AND MATERIALS 12 A. Description 13 1. Regulatory Requirements 14 a. Provide Traffic Control Devices that conform to details shown on the 15 Drawings,the TMUTCD, and TxDOT's Compliant Work Zone Traffic Control 16 Device List(CWZTCDL). 17 2. Materials 18 a. Traffic Control Devices must meet all reflectivity requirements included in the 19 TMUTCD and TxDOT Specifications—Item 502 at all times during 20 construction. 21 b. Electronic message boards shall be provided in accordance with the TMUTCD. 22 2.3 ACCESSORIES [NOT USED] 23 2.4 SOURCE QUALITY CONTROL [NOT USED] 24 PART 3- EXECUTION 25 3.1 EXAMINATION [NOT USED] 26 3.2 PREPARATION 27 A. Protection of In-Place Conditions 28 1. Protect existing traffic signal equipment. 29 3.3 INSTALLATION 30 A. Follow the Traffic Control Plan(TCP) and install Traffic Control Devices as shown on 31 the Drawings and as directed. 32 B. Install Traffic Control Devices straight and plumb. CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 3471 13-4 TRAFFIC CONTROL Page 4 of 5 1 C. Do not make changes to the location of any device or implement any other changes to 2 the Traffic Control Plan without the approval of the Engineer. 3 1. Minor adjustments to meet field constructability and visibility are allowed. 4 D. Maintain Traffic Control Devices by taking corrective action as soon as possible. 5 1. Corrective action includes but is not limited to cleaning,replacing, straightening, 6 covering,or removing Devices. 7 2. Maintain the Devices such that they are properly positioned,spaced, and legible, 8 and that retroreflective characteristics meet requirements during darkness and rain. 9 E. If the Inspector discovers that the Contractor has failed to comply with applicable federal 10 and state laws (by failing to furnish the necessary flagmen,warning devices,barricades, 11 lights,signs,or other precautionary measures for the protection of persons or property),the 12 Inspector may order such additional precautionary measures be taken to protect persons 13 and property. 14 F. Subject to the approval of the Inspector,portions of this Project,which are not affected by 15 or in conflict with the proposed method of handling traffic or utility adjustments,can be 16 constructed during any phase. 17 G. Barricades and signs shall be placed in such a manner as to not interfere with the sight 18 distance of drivers entering the highway from driveways or side streets. 19 H. To facilitate shifting,barricades and signs used in lane closures or traffic staging may 20 be erected and mounted on portable supports. 21 1. The support design is subject to the approval of the Engineer. 22 I. Lane closures shall be in accordance with the approved Traffic Control Plans. 23 J. If at any time the existing traffic signals become inoperable as a result of construction 24 operations,the Contractor shall provide portable stop signs with 2 orange flags,as 25 approved by the Engineer,to be used for Traffic Control. 26 K. Flaggers 27 1. Provide a Contractor representative who has been certified as a flagging instructor 28 through courses offered by the Texas Engineering Extension Service,the American 29 Traffic Safety Services Association,the National Safety Council, or other approved 30 organizations. 31 a. Provide the certificate indicating course completion when requested. 32 b. This representative is responsible for training and assuring that all flaggers are 33 qualified to perform flagging duties. 34 2. A qualified flagger must be independently certified by 1 of the organizations listed 35 above or trained by the Contractor's certified flagging instructor. 36 3. Flaggers must be courteous and able to effectively communicate with the public. 37 4. When directing traffic,flaggers must use standard attire,flags, signs,and signals 38 and follow the flagging procedures set forth in the TMUTCD. 39 5. Provide and maintain flaggers at such points and for such periods of time as may be 40 required to provide for the safety and convenience of public travel and Contractor's 41 personnel,and as shown on the Drawings or as directed by the Engineer. 42 a. These flaggers shall be located at each end of the lane closure. 43 L. Removal CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Oatfall Sewer Revised July 1,2011 City Project No.01303 347113-5 TRAFFIC CONTROL Page 5 of 5 1 1. Upon completion of Work,remove from the Site all barricades, signs, cones,lights 2 and other Traffic Control Devices used for work-zone traffic handling in a timely 3 manner, unless otherwise shown on the Drawings. 4 3.4 REPAIR/RESTORATION[NOT USED] 5 3.5 RE-INSTALLATION[NOT USED] 6 3.6 FIELD [oR] SITE QUALITY CONTROL[NOT USED] 7 3.7 SYSTEM STARTUP[NOT USED] 8 3.8 ADJUSTING[NOT USED] 9 3.9 CLEANING[NOT USED] 10 3.10 CLOSEOUT ACTIVITIES [NOT USED] 11 3.11 PROTECTION [NOT USED] 12 3.12 MAINTENANCE [NOT USED] 13 3.13 ATTACHMENTS [NOT USED] 14 END OF SECTION 15 Revision Log DATE NAME SUMMARY OF CHANGE 16 CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Oulfall Sewer Revised July 1,2011 City Project No.01303 THIS PAGE INTENTAILLY LEFT BLANK APPENDIX GC-4.01 Availability of Lands: Permanent and Temporary Construction easements Exhibit GC-4.02 Subsurface and Physical Conditions: Geotechnical Study,Report No.DG-07-17480,prepared by HVJ Associates,Inc.;Available for download from Project's Buzzsaw folder. GC-4.04 Underground Facilities None Known. GC-4.06 14azafdeus Environmental Condition at Site:Non-Hazardous Municipal Solid Waste GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates-The Davis-Bacon Act prevailing wage rates for Heavy and Highway construction projects by the United States Department of Labor and current, September 2013. GC-6.09 Permits and Utilities 1. TCEQ Permit: Ref No. (176907777 & 17811306) 2. USACE Authorization: Ref No. SWF-2011-0041 3. Oncor service agreement for Haltom City Meter Station 4. City of Fort Worth Floodplain development permit 5. Haltom City Floodplain development permit 6. Standard Agreement template for discharging fluids in to City of Fort Worth Sanitary Sewer System GC-6.24 Nondiscrimination—TWDB form WRD-255 GR-01 60 00 Product Requirements OTHER: STORM WATER POLLUTION PREVENTION PLAN(SWPPP)by ANA Consultants,Inc. Available for download from Project's Buzzsaw folder. CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 GC-4.01 Availability of Lands 1. Parcel and Easement Map CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTTON SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 0 300 il, 'FIT PERMANENT SEWER FACILITYEASEMENT BY SEPERATE INSTRUMENT(LAND TO BEACQUIRED) TEMPORARYCONSTRUCTIONEASEMENT -- BYSEPERATEINSTRUMENT PARCEL 3—HAL TOM CITY METER STATION 8 SEWER OUTFALL LOT 1,BLOCK 1 HALTOM CITYADDMOIV CAB.A,SLIDE 5533, P.R.T.CT. CITY HUTM o - i _ AMDMYaa staoi PARCEL LOCATION MAP OF ----' BIG FOSSIL CREEK AND HAL TOM CITY METER STATIONAND SEWER OUTFALL 'VICINITY MAP' CITY OF FORT*UM AND�'�HAL TOM CITY, (NOT TO SCALE) TARRANT � roux N'wW ;7wr-0R&,;6U Dw SP40NERc z OM70O 100 �Dr97 8182 "1 JObAb tp � o:enaetx�ee Assoc lgtE3 p e,ieeeeeal � u�, ff6/J�ffG0 g0ffJY0Hm LAND 9JfV(rp/ � 4 °�N�ffi111� GC-4.02 Subsurface and Physical Conditions Geotechnical Report is available on City of Fort Worth Buzzsaw for download at the following URL: https://projectpoint.buzzsaw.com/client/f`ortworthgov/Infrastructure Projects 101303 - Big Fossil Creek Parallel Relief- M-402 - Parts 1-2-3/Bid Package/Reports/DG-07-17480 Big Fossil- Final 8-14-13.pdf CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 THIS PAGE INTENTAILLY LEFT BLANK GC-4.04 Underground Facilities THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 THIS PAGE INTENTAILLY LEFT BLANK GC-4.06 Hazardous Environmental Condition at Site 1. Municipal Solid Waste Characteristics in project area CITY OF FORT WORTH Big Fossil Creek Parallel Relie(Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project Mo.01303 THIS PAGE INTENTAILLY LEFT BLANK m a v T 0 0 c 0 E 12'1 O N a 0 � CL r :ALE:T 20(r e f U N T.rB=t tmS staMOn,16Mo ca B 16-030 14wamtr cammaarutndm•mr IDW-Water 16.t acnl (0.5 ao•1 701roR.pwamnPDU 7pp waror�rcL. 6/28113 11.1a1• .17171 •Non Daamt Whw•Lr4ad liaaw M•.* x4 2 200 0.000861 J Bwiun 300 4" 5096 444 119233 0.00275 J 1.5 1.55 37.5 163 249 Cadmium 1.51 32.4 151 am 0.115 cnmmlu^ 30 2400 325W 2400 11 0.000389 J t..d 500 160o WWI 10 _157 $45 470 5527 0.00615 v s.r wn 0.3 2.30 309 2.30 4857 0.00691 J 3.65 0.22 0 Tod r'Mlmlaaa 1909•Mot DM•erd vm1.w awe pssJ•Non D•laet saa"1a5ru Lia4ad Md- 00121 J 1.243c1•o1o0•R•n• F 179 720 171) f 1103 0.0002 J PRELIMINARY - FOR REVIEW ONLY 0 1.44A00.0ara rr 2.10 253 2.10 1192 These documents are for Design Review 293 2.Bwna» 39301 57S 19313D 0.00042 J and not Intended for Construction. _ iL s1 n. Bidding or Permit Purposes. They were 232 0190 691 1022.0 prepared by.or under supervision ofit tJ Aataw 42.1 55513 1211 435025 n R.MANOHAR G.PYDIPELLY H0213 7/19/2015 amen drum. _ _ _ _12._6 44118 40.6 _ 13113 0.00114 Cer .n..na•e 1.09 523 1.09 1021 0.04720 Type or Print Name PE • Data B mama 7'413 63w 753 29176 0.00035 J m q w X 105 1141511 105 130 tl i 6.wi vaw. Non D~Bum wh«.u.t•d go- 0.00074 J 5 O 1.24)i hMft Oman• 17805370 71992 1780 1103 0 00045 J 4 j 2 17 0973541 252.10 5097 2475 _ ° a n. 17.743072 5.65 30.74 24 0.00037 J 2 na 7.6403242 055 7.64 2 0.00029 J 1 L 9wna 410.115807 571 134.56 24 0.02040 ITEM DATE By Beogp,n.9Qaryrn 45486_1165 1750.34 131IM18 1658 s • 615.15055 5723 137796 237 0.00045 J WATER DEPARTMENT 2 163 52166 4316 16352 563 000037 J n CNY- 1512.3884 5w 63 -117 2370 BIG L 06SQ PARALLEL REEF SEWER,PHASE 1 10 I IZ3cd n. m.37090 5.72 38e.a 24 FIAL1'OM CITY METER STATION k SEWER OUfFAL1,PHASE 3 0 eL CN•1lnwad llnbkldaa 161•Not Wbciied Wham SANITARY SEWER PROJECT NO.P258-531200,-70014013MW a tl MSW CHARACTERISTICS y 4 8.07 m <0.0990 p�1 <2D FoRT WoRTH 3< Note: _ < = Non detect at stated reporting Iimit. > 100 >• PCL (Protective Concentration Leve11 is listed only for selected Bold Concentrations Indicate detections above laboratory repo a RPL Is the laboratory reporting limit. `o Orange Cell indicates where the readings exceeded Resider Regulatory PCLs. ° Green Cell indicates where the readings exceeded Residenf _ Regulatory PCLs,but within allowable Texas-specific backgrl U Z � 4 h 01% 4ECOM COMPANY TEXAS .FIRM REC,M),F-3162 CIESIG-RWA,MGP O`EOl k DCM,BA DAZE CPA- PAK,JT *PRLWM JV mil GC-6.06.D Minority and Women Owned Business Enterprise Compliance 1. Special Instructions for Offerors 2. MBE Joint Venture Eligibility Form 3. MBE Subcontractors/Suppliers Utilization Form 4. Prime Contractor Waiver Form 5. MBE Good Faith Effort Form CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Ou#Wl Sewer Revised July 1,2011 City Project No.01303 FORT WORTH City of Fort Worth Minority Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR OFFERORS APPLICATION OF POLICY if the total dollar value of the contract is$5o,000 or more,then a MBE subcontracting l is icabte. 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 10%of the base bid value of the contract. Note: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: 1. 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.tie evidence that the`City received the documentatiion. 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 partici ation: 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 Derform 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.2/10/15 Joint Venture Page 1 of 3 FORT WORTH CITY OF FORT WORTH MBE Joint Venture Eligibility Form All questions must be answered;use"NIA"if not applicable. Name of City project: Big Fossil Creek Parallel Relief Sanitary Sewer.Phase 1&Haltom City Meter Station and Sewer Outtall,Phase 3 A joint venture form must be completed on tach project RFP/Bid/Purchasing Number: 1.Joint venture information: Joint Venture Name: Joint Venture Address: (If applicable) Telephone: Facsimile: E-mail address: Cellular: Identify the firms that comprise the joint venture: Please attach extra sheets if additional space is required to provide detailed explanations of work to be performed by each firm comprising the joint venture MBE firm Non-MBE firm name: name: Business Address: Business Address: City,State,Zip: City,State,Zip: Telephone Facsimile E-mail Telephone Facsimile Cellular Cellular Certification Status: E-mail address Name of Certifying Agency: 2.Scope of work performed by the Joint Venture: Describe the scope of work of the MBE: Describe the scope of work of the non-MBE: Rev.2/10/15 Joint Venture Page 2 of 3 3.What is the percentage of MBE participation on this joint venture that you wish to be counted toward meeting the project goal? 4.Attach a copy of the joint venture agreement. 5.List components of ownership of joint venture: (Do not complete if this information is described in joint venture agreement) Profit and loss sharing: Capital contributions,including equipment: Other applicable ownership interests: 6.Identify by name,race,sex and firm those individuals(with titles)who are responsible for the day-to-day management and decision making of the joint venture: Financial decisions (to include Account Payable and Receivable): Management decisions: a. Estimating ------------------------------------ ----- b. Marketing and Sales c.—Hiring and Firing of management personnel d. Purchasing of major equipment and/or supplies Supervision of field operations The City's Minority and Women Business Enterprise Office will review your joint venture submission and will have final approval of the MBE percentage applied toward the goal for the project listed on this form. NOTE: From and after the date of project award, if any of the participants, the individually defined scopes of work or the dollar amounts/percentages change from the originally approved information, then the participants must inform the Citys M/WBE Office immediately for approval. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the City's BDE Ordinance. Rev.2/10/15 Joint Venture Page 3 of 3 AFFIDAVIT The undersigned affirms that the foregoing statements are true and correct and include all material information necessary to identify and explain the terms and operation of the joint venture. Furthermore, the undersigned shall agree to provide to the joint venture the stated scope of work, decision-making responsibilities and payments herein. The City also reserves the right to request any additional information deemed necessary to determine if the joint venture is eligible. Failure to cooperate and/or provide requested information within the time specified is grounds for termination of the eligibility process. The undersigned agree to permit audits,interviews with owners and examination of the books,records and files of the joint venture by any authorized representatives of the City of Fort Worth. Failure to comply with this provision shall result in the termination of any contract, which may be awarded under the provisions of this joint venture's eligibility and may initiate action under Federal, State and/or Local laws/ordinances concerning false statements or willful misrepresentation of facts. --_-._._____-n-______-_____—___ Name of MBE firm Name of non-MBE firm Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Title Title Date Date Notarization State of County of On this day of ,20 ,before me appeared and to me personally known and who,being duly sworn, did execute the foregoing affidavit and did state that they were properly authorized to execute this affidavit and did so as their free act and deed. Notary Public Print Name Notary Public Signature Commission Expires (Seal) Rev.2/10/15 THIS PAGE INTENTAII.LY LEFT BLANK ATTACHMENT IA Page 1 of 4 FORT WORTH City of Fort Worth Minority Business Enterprise MBE Subcontractors/Suppliers Utilization Form OFFEROR COMPANY NAME: Check applicable block to describe Offeror PROJECT NAME: M/W/DBE NON-M/W/DBE Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1&Haltom City Meter Station and Sewer Outfall,Phase 3 BID DATE City's MBE Project Goal: 7ror's MBE Project Commitment: PROJECT HUMBER 10 % % 01303 Identify 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 1considered non-responsive to bid specifications. MBEs listed toward meeting the project goal 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 1st 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. Certification 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.2/10/15 FORTWORTH ATTACHMENT 1A Page 2of4 Offerors are required to identity ALL subcontractors/suppliers, regardless of status; i.e., Minority and non-MBEs. 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. NCTRCA N SUBCONTRACTOR/SUPPLIER o Company Name T n Detail Detail Address i M W Subcontracting Supplies Dollar Amount Telephone/Fax ' B B B Work Purchased Email E E Contact Person E i El F1 El ll El M El El El El Rev.2/10/15 Fo T WORTH ATTACHMENT IA Page 3 of 4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non-MBEs. 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. NCTRCA N SUBCONTRACTOR/SUPPLIER Company Name T n Detail Detail Address i Subcontracting Supplies M W Dollar Amount Telephone/Fax e M Work Purchased Email r E E 6 Contact Person E El El El F El Rev.2110/15 FOR_ T�WOR_TH ATTACHMENT 4 1A � PageOf4 Total Dollar Amount of MBE Subcontractors/Suppliers $ Total Dollar Amount of Non-MBE Subcontractors/Suppliers $ TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ 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 change/addition 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 Printed Signature Title Contact NamaTitle(if different) Company Name Telephone and/or Fax Address E-mail Address Citotatemp Date Rev.2110/15 ATTACHMENT 16 F_OAT wORTH Page 1 of 1 City of Fort Worth Minority Business Enterprise Specifications Prime Contractor Waiver Form OFFEROR COMPANY NAME: Check applicable block to describe prime PROJECT NAME: I M/W/DBE I I NON-MUW/DBE Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1&Haltom City Meter Station and Sewer Outfall,Phase 3 BID DATE City's MBE Project Goal: Offeror's MBE Project Commitment: PROJECT NUMBER 10 % % 01303 If both answers to this form are YES, do not complete ATTACHMENT 1C (Good Faith Effort Form). All questions on this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is NO,then you must complete ATTACHMENT 1C. This form is only applicable if bQih 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? YES If yes, please provide a detailed explanation that proves based on the size and scope of this NO project, this is your normal business practice and provide an operational profile of your business. Will you perform this entire contract without suppliers? YES 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. 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 Printed Signature Title Contact Name(if different) Company.Name Phone Number Fax Number Address Email Address City/State/Zip Date �� m Rev.2/10/15 THIS PAGE INTENTAILLY LEFT BLANK ATTACHMENT IC FORT WORTH �--- City of Fort Worth Page 1 of 4 Minority Business Enterprise MBE Good Faith Effort Form OFFEROR COMPANY NAME: Check applicable block to describe Offeror PROJECT NAME: WW/DBE I I NON-M/WMBE Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1&Haltom City Meter Station and Sewer Outfall,Phase 3 BID DATE City's MBE Project Goal: Offeror's MBE Project Commitment: PROJECT NUMBER 10./. % 101303 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, 1 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. EFailure o complete this f orm, in its entirety with supporting documentation, and received by the ng Division no later than 2:00 p.m. on the second City business day after bid opening,exclusive ening 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. (Use additional sheets, if necessary) List of Subcontracting Opportunities List of Supplier Opportunities Rev.2/10/15 ATTACHMENT 1C Page 2 of 4 2.) Obtain a current(not more than two(2)months old from the bid open date)list of MBE subcontractors and/or suppliers from the City's MMBE Office. Yes Date of Listing / J No 3.) Did you solicit bids from MBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by mail,exclusive of the day the bids are opened? Yes (If yes,attach MBE mail listing to include name of firm and address and a dated copy of letter mailed.) No 4.) Did you solicit bids from MBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by telephone,exclusive of the day the bids are opened? Yes (If yes,attach list to include name of MBE firm, ea rson contacted,phone number and date and time of contact.) No 5.) Did you solicit bids from MBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by facsimile(fax), exclusive of the day the bids are opened? Yes (If yes,attach list to include name of MBE firm,fax number and date and time of contact. In addition,if the fax is returned as undeliverable,then that"undeliverable confirmation"received must be printed directly from the facsimile for proper documentation. Failure to submit confirmation and/or"undeliverable confirmation" documentation may render the GFE non-responsive.) No 6.) Did you solicit bids from MBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by email,exclusive of the day the bids are opened? _Yes (if yes,attach email confirmation to include name of MBE firm,date and time.In addition,if an email is returned as undeliverable,then that"undeliverable message"receipt must be printed directly from the email system for proper documentation. Failure to submit confirmation and/or"undeliverable message"documentation may render the GFE non-responsive.) No NOTE: The four methods identified above are acceptable for soliciting bids, and each selected method must be applied to the applicable contract. The Offeror must document that either at least two attempts were made using two of the four methods or that at least one successful contact was made using one of the four methods in order to be deemed responsive to the Good Faith Effort requirement. NOTE: The Offeror must contact the entire MBE list specific to each subcontracting and supplier opportunity to be in compliance with questions 3 through 6. 7.) Did you provide plans and specifications to potential MBEs? Yes No 8.) Did you provide the information regarding the location of plans and specifications in order to assist the MBEs? Yes No Rev.2/10/15 ATTACHMENT 1C Page 3 of 4 9.) Did you prepare a quotation for the MBEs to bid on goods/services specific to their skill set? Yes (If yes,attach all copies of quotations.) No 10.) Was the contact information on any of the listings not valid? _Yes (if yes,attach the information that was not valid in order for the M/WBE Office to address the corrections needed.) No 11.)Submit documentation if MBE quotes were rejected. The documentation submitted should be in the forms of an affidavit, include a detailed explanation of why the MBE was rejected and any supporting documentation the Offeror wishes to be considered by the City. In the event of a bona fide dispute concerning quotes, the Offeror will provide for confidential in-camera access to an inspection of any relevant documentation by City personnel. Please use additional sheets if necessary,and attach. Company Name Telephone Contact Person Scope of Work Reason for Rejection ADDITIONAL INFORMATION: Please provide additional information you feel will further explain your good and honest efforts to obtain MBE participation on this project. The Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. 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 shall create a material breach of 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. Rev.2110115 ATTACHMENT 1C Page 4of4 The undersigned certifies that the information provided and the MBE(s) listed wastwere contacted in good faith. It is understood that any MBE(s) listed in Attachment 1C will be contacted and the reasons for not using them will be verified by the City's M/WBE Office. Authorized Signature Printed Signature Title Contact Name and Title(if different) Company Name Phone Number Fax Number Address Email Address City/State/Zip Date Rev.2/10115 GC-6.07 Wage Rates 1. Prevailing Wage Rates (Heavy & Highway Construction Projects) CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&OuVWI Sewer Revised July'1,2011 City Project No.01303 2013 PREVAILING WAGE RATES (Heavy and Highway Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate Asphalt Distributor Operator $ 15.32 Asphalt Paving Machine Operator $ 13.99 Asphalt Raker $ 12.69 Broom or Sweeper Operator $ 11.74 Concrete Finisher,Paving and Structures $ 14.12 Concrete Pavement Finishing Machine Operator $ 16.05 Concrete Saw Operator $ 14.48 Crane Operator,Hydraulic 80 tons or less $ 18.12 Crane Operator,Lattice Boom 80 Tons or Less $ 17.27 Crane Operator,Lattice Boom Over 80 Tons $ 20.52 Crawler Tractor Operator $ 14.07 Electrician $ 19.80 Excavator Operator,50,000 pounds or less $ 17.19 Excavator Operator,Over 50,000 pounds $ 16.99 Flagger $ 10.06 Form Builder/Setter,Structures $ 13.84 Form Setter,Paving&Curb $ 13.16 Foundation Drill Operator,Crawler Mounted $ 17.99 Foundation Drill Operator,Truck Mounted $ 21.07 Front End Loader Operator,3 CY or Less $ 13.69 Front End Loader Operator,Over 3 CY $ 14.72 Laborer,Common $ 10.72 Laborer,Utility $ 12.32 Loader/Backhoe Operator $ 15.18 Mechanic $ 17.68 Milling Machine Operator $ 14.32 Motor Grader Operator,Fine Grade $ 17.19 Motor Grader Operator,Rough $ 16.02 Off Road Hauler $ 12.25 Pavement Marking Machine Operator $ 13.63 Pipelayer $ 13.24 Reclaimer/Pulverizer Operator $ 11.01 Reinforcing Steel Worker $ 16.18 Roller Operator,Asphalt $ 13.08 Roller Operator,Other $ 11.51 Scraper Operator $ 12.96 Servicer $ 14.58 Small Slipform Machine Operator $ 15.96 Spreader Box Operator $ 14.73 Truck Driver Lowboy-Float $ 16.24 Truck Driver Transit-Mix $ 14.14 Truck Driver,Single Axle $ 12.31 Truck Driver,Single or Tandem Axle Dump Truck $ 12.62 Truck Driver,Tandem Axle Tractor with Semi Trailer $ 12.86 Welder $ 14.84 Work Zone Barricade Servicer $ 11.68 The Davis-Bacon Act prevailing wage rates shown for Heavy and Highway construction projects were determined by the United States Department of Labor and current as of September 2013. The titles and descriptions for the classifications listed are detailed in the AGC of Texas'Standard Job Classifications and Descriptions for Highway, Heavy,Utilities,and Industrial Construction in Texas. Page 1 of 1 GC-6.09 Permits and Utilities 1. TCEQ Permit: Ref No. (176907777 & 17811306) 2. USACE Authorization: Ref No. SWF-2011-0041 3. Oncor service agreement for Haltom City Meter Station 4. City of Fort Worth Floodplain development permit 5. Haltom City Floodplain development permit 6. Standard Agreement template for discharging fluids in to City of Fort Worth Sanitary Sewer System CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 Bryan W.Shaw,Ph.D.,P.E.,Chairman p,T E O,p Cf � m Toby Baker,Commissioner FEB 0 8 2014 Zak Covar,Commissioner Richard A.Hyde,P.E.,Executive Director BY — TEXAS COMMISSION ON ENVIRONMENTAL QUALITY i Protecting Texas by Reducing and Preventing Pollution January 23,2014 Ms.Jane Berry Environmental Manager Republic Services,Inc. 2559 FM 66 Itasca,Texas 76o55 Re: Fort Worth Regional Landfill—Tarrant County Municipal Solid Waste—Permit No.464A Permit Modification—Sanitary Sewer Construction Tracking Nos. 1769.o777 and 178113o6;RN1026681oo/CN601354574 9 Dear Ms.Berry: We have reviewed your application for a municipal solid waste permit modification dated November 26, 2013,and the revisions dated January 16,2014,requesting authorization to disturb the final cover to construct a 66-inch sanitary sewer main and a 3o-inch sanitary sewer outfall. The sanitary sewer main and outfall will be double-contained and the construction and backfilling procedures will comply with requirements of Title 3o Texas Administrative Code(3o TAC)Chapter 380,Sections 330.954 to 330.957.The application was prepared and submitted on behalf of you,and the City of Fort Worth,by Mr.Manohar G. Pydipelly,P.E.,with URS Corporation. The information presented is technically sufficient for a municipal solid waste permit modification. Enclosed is a copy of the above referenced modification which is now part of your permit and should be attached thereto. The documentation prepared and submitted to support the modification request shall be considered as requirements of the permit. If you have questions concerning this matter,please contact Ms.Mihaela Chilarescu at(512) 239-6175. When addressing written correspondence,please use mail code MC 124. This action is taken under authority delegated by the Executive Director of the Texas .Commission on Environmental Quality. Sincerely, Christine M.Bergren Manager,Municipal Solid Waste Permits Section. Waste Permits Division CMB/MEC/dp Enclosure P.O.Box 13o87 Austin,Texas 787u-3087 512-239-1000 tcegts.gov How is our customer service? tceq.texas.gov/customersuivey pfted on rep YeW pq LrFEB OTOTT 0 3 2014 Texas Commission on Environmental Ft x Y Modification to Municipal Solid Waste Permit No.464A Fort Worth Regional Landfill Municipal Solid Waste Permit No.464A is hereby modified as follows: Description of Change: This modification revises the Post-Closure Care Plan to add an engineering report addressing the construction of a 66-inch sanitary sewer main and a 3o-inch sanitary sewer outfall. The sanitary sewer main and outfall will be double-contained and the construction and bacldilling procedures will comply with requirements of Title 3o Texas Administrative Code Chapter 330,Sections 330.954 to 330.957• The details of this permit modification are contained in the application dated November 26, 2013,and the revisions dated January 16,2014. Part of Permit Modified: Part III—Site Development Plan Attachment-7-Post-Closure Plan—Title Page,Table of Contents, Section 7.7—Construction of Sanitary Sewer within the Property Boundary of Closed Landfill in Post-Closure Care(New) This modification is a part of Permit No.464A and should be attached thereto. Approved,Issued,and Effective in accordance with Title 3o Texas Administrative Code Chapter 305,Section 305.700)(28),and Chapter 330,Section 330.954. This modification is a minor change and does not substantially alter the permit. .Issued Date: •__-- JAN 2 3 2014 For the Commiss on DEPARTMENT OF THE ARMY FORT WORTH OISTRICT,CORPS OF ENGINEERS P.O.SOX AS 17300 FORT WORTH,TEXAS 78102-03G0 JUN 0 5 2015 Operations Division Mr. Kenneth Cross Public Works Superintendent City of Richland Hills 6700 Rena Drive Richland Hills, Texas 76118 Dear Mr. Cross: This letter is in response to a request by the city of Fort Worth regarding the proposed installation of a 66-inch sanitary sewer line crossing the Big Fossil Floodway channel approximately 3,300 feet south of State Highway 121 on Big Fossil Creek. Also included in the proposal is the removal of two aerial crossings of a 21-inch sanitary sewer line located approximately 3,400 and 5,000 feet southwest of State Highway 121 on Big Fossil Creek. The proposed installation and removal projects will not impact the levee. This project has been assigned Project Number SWF-2011-0041. Please include this number in all future correspondence concerning the project. Based on the review by my staff, I have determined that the proposed work will not adversely affect the functionality, or the operation and maintenance of the Big Fossil Floodway, and is not injurious to the public interest. The proposed work is hereby authorized pursuant to my delegated authority under 33 United States Code 408. 1 have reviewed the proposed work in accordance with Section 404 of the Clean Water Act and Section 10 of the Rivers and Harbors Act of 1899. Under Section 404, the U.S. Army Corps of Engineers regulates the discharge of dredged and fill material into waters of the United States, including wetlands. The Corps' responsibility under Section 10 is to regulate any work in, or affecting, navigable waters of the United States. Based on the description of the proposed work, and other information available to us, I have determined the proposed work will require the Regional General Permit 12. My authorization of the work should not be considered as an approval of the design features of any activity authorized, or an implication that such construction is considered adequate for the purpose intended. It does not authorize any damage to private property, invasion of private rights, or any infringement of federal, state, or local laws or regulations. -2- Thank you for your coordination efforts that impact an important federal project, the Big Fossil Floodway. Please contact Mr. Mike Gilbert, Civil Engineer, (817) 886-1600 for questions concerning the provisions in 33 United States Code 408. Sincerely, Ct X ..__ Cla . Morgan, P.�! Y 9 Lieu nant Colonel, U.S. Army Acting Commander s FINDING OF NO SIGNIFICANT IMPACT PROGRAMMATIC ENVIRONMENTAL ASSESSMENT CIVIL WORKS SECTION 448 NEPA COMPLIANCE City of Fort Worth 66 Inch Sanitary Sewer Line Located in Tarrant County Texas Regulatory Project Number SWF-2411-0441 Description of the Action: The City of Fort Worth (City) is requesting permission to construct a buried 66 inch sanitary sewer line and remove 2 aerial sections of a 21 inch sanitary sewer line across Big Fossil Creek located in Tarrant County north of the West Fork Trinity River, south of Texas State Highway 121, and west of 1-820. This project will be located within the Big Fossil Floodway, a U.S. Amory Corps of Engineers (USACE) completed public works project that requires 33 USC Section 408 (Section 408) compliance. The proposed alterations within the Big Fossil Floodway consist of. construction of a 66 inch sanitary sewer line (also named Big Fossil Parallel Relief Sanitary Sewer)which will cross Big Fossil Creek downstream of Midway Road and upstream of the mouth of Little Fossil Creek by open trench and backfill; and removal and abandonment of 2 aerial sections of a 21 inch sanitary sewer line which crosses Big Fossil Creek in 2 places downstream of the planned 66 inch sewer line. The City submitted a Section 408 request for review using the guidance provided within the "Programmatic Environmental Assessment (PEA)for Civil Works Section 408 National Environmental Policy Act (NEPA) Compliance dated April 11, 2011 with a Finding of No Significant Impact (FONSI) signed April 15, 2011" as a Future Section 408 Request. The PEA covers NEPA compliance required by Section 408 for Future Section 408 Requests if those requests adhere to the following criteria: a) primary vegetative impacts must consist of grasslands with no riparian bottomland forest impacted, b) no impacts to federal mitigation areas and/or lands specified as ecosystem restoration, c) impacts to waters of the United States would have to meet the requirements of a Nationwide or Regional General Permit, d) no significant impacts to threatened or endangered species will be allowed to ensure Endangered Species Act (ESA) compliance, and e) no significant impacts to cultural resources will be allowed. Anticipated Environmental Effects: The construction of the 66 inch sewer line where it crosses Big Fossil Creek will require open trenching and will be backfilled after installation. The backfilled areas along the banks of the creek will be armored with articulated concrete block to prevent future erosion after the soil disturbance in this area. After pipe installation the area will be returned to pre-construction contours. Downstream flows in Big Fossil Creek will be maintained during excavation. The flow may be temporarily constricted by use of berms or culverts to divert the water to allow for trenching operations. Abandonment of the 2 aerial sections of a 21 inch sanitary sewer line will include the removal of concrete piers and the sections of pipe which cross Big Fossil Creek by mechanical lifting. Impacts at these removal sites will be -2- temporary soil disturbance at the pier locations and equipment access to either side of the creek. The proposed project has been evaluated in accordance with the criteria set forth in the April 2011 PEA. No significant adverse direct, indirect, or cumulative impacts to the human and natural environment associated with implementation of the proposed action have been identified. The proposed project area is not within federal mitigation lands or considered ecosystem restoration associated with the Big Fossil Floodway. There is little potential to affect historic properties and consultation under Section 106 of the NHPA has been satisfied. Due to the lack of suitable habitat, short duration of construction, and small construction footprint, the proposed project will have "no effect" on threatened or endangered species, including potential migrants. No riparian woodlands will be affected by the proposed action. The placement of temporary or permanent dredge or fill material in waters of the U.S., including wetlands, would be authorized by Regional General Permit 12 (RGP-12)for the Modification and/or Alteration of Corps of Engineers Projects and Associated Regulated Activities. Facts and Conclusions: Based on a review of the information, it is determined that the implementation of the Proposed Action is not a major federal action, which would significantly affect the quality of the human environment within the meaning of Section 102(2)(c) of the National Environmental Policy Act of 1969, as amended. Therefore, the preparation of an Environmental Impact Statement is not required. /x1 G G ms`s to A. Mordanj P.E Date Lie ant Colonel, Os. Army Acting Commander 6NCPR 04-22-2013 Oncor Electric Daily cry LLC a Delaware limited liability company Oncor Electric DeWeay Ronnie Lewis 2501 urban Dr WR 3203178 Fort WortI Tx.76106 940-2550202 Ft Worth&p Fossil Meter Station 2100 Minnie Dr Haltom C ty,Tx 76117 Re:2100 Minnis Dr Dear,foaeph.Kotris P.E. For!NAorth Bier F"M Maher Station QCwtomiwj hes requested go Onoor Electric Delivery ' Co omp r i �addMiortei aMcI rk efts sufficient to povide tic esrvios for Z-V kw or Na kris/unA at 2100 ii kw*Or Pursuant to company's Twff for Rated Delivery Servics,the extension length or cost of the additional electric facilities is within the amount slowed by the TwW and can be installed at no cost to the customs. Company at al times shalt have We to and complete ownership and control over said fsc tidies. In odder to provide electric facilities at no cost to the Customs,the Customer has elacbd to provide,without cost to the Company.as OW construction necessary to instal Oncor Electric Delivery facilities on the CusWnWs premtises,including labor and mater Customer agrees to provide al civil construction in ecoordanoe with the Company's standards. Customer is responsible for providing,without cost to the Company (1)suitable space on cat~*pnennses for the installation of the facilities;and(2)rough sib grading to final grade Mhng the mule of the facilities and daa ft the area of al obstructions. Customer has disclosed to Company ail underground facet n owned by Customs or shy other parry that is not a pubic utilty or govemnrsnW entity,that we located within red pr operty owned by Customer. in the event that Customner has hied to do so,or in the event of the existence of such fecifts of which Customer has no knowledge,Company,Its agents and contractors.shall have no liability. of any nature whatsoever,to Customer.or Customer's agents or assignees,for any actual or consequential damages resulting from damage to such undisclosed or unknown facilities. TMs agroenet supersedes al previous agroanemb or repieaantatiso,either wrrtlen or oral,between Company and Customer made with respect to the matters heroin contained.and when duty executed constitutes the agreernsnht between the parties hersto and is not binding upon Company unless and untl signed by one of its duly sutirorm eed rwpresentetives. This agrawnwiL if not accepted within 30 days of the dab of thin letter,wil be of no force and efhcL Acceptance shal consist of delivery of an executed copy of this sWeemne t to Company. Please be more that the start data of duo propet will be no earlier than tunes weeks following the execution of this agreement Wong win any payment that may be required pursuant to Conpany's Tariff for Retail Delivery Service.A more definitive xnstitiabon schedule wil be provided upon yawn daivery of One agreement to assist in your planning for this projscL Sincerely. Ronnie Lewis Project Manager fl Fart YOM Big Fowl Mats►Sbtlon agrees to the conditions set forth in this agreement, planes,execute the agraarrrrR std rstrrn to era sQ the address above. " dooe�" Prtrnbd Marna TW ^'.409 aY F-Mys THIS PAGE INTENTAILLY LEFT BLANK rAPPLICATION FOR PLEASE TYPE FLOODPLAIN DEVELOPMENT PERMIT Date:June 6,2015 Permit No Name of Owner or Applicant: Telephone No. Use Only owner: City of Fort Worth,Water Department Owner:817-392-8215 Approved Approved Applicant:817-390-1000 With Project Manager: Madelene Rafalko, PE Ap2licant(Contact): Mano Pydipelly, PE URS Corporation Denied'• Condfilgne" Address of Owner.,1000 Throckmorton Street,Fort Worth,TX 78102 Nearest Stream:Big Fossil Creek Location of Permit Area(Address or Legal Description) Date In: 1(0; Date Ou:g 0 v7 s�j' Project: Big Fossil Parallel Relief SS, Phase I &Haltom City Meter Station&Sewer Outfall [Processaiav: Address: Project is located in Mapsco areas 51X,65B,65C,65G&65L;See attached construction planset for location maps. Approved B . PURPOSE OF REQUEST: Q Excavation Filling Dredging or Mining Q Utility Construction Building Permit U Grading Paving Drilling Operations Other BRIEF DESCRIPTION OF PROPOSAL: The project entails the construction of 66-inch Big Fossil parallel relief sanitary sewer (SS), Phase 1 and a 30-inch Haltom City Sewer outfall. The project begins as 66-inch main at the existing 96-inch SS main M- 280A,extending north and in parallel to the existing 54-inch SS main M-402A,to a terminus south of Hwy 121.At this point,the project extends westwards as a 30-inch Haltom City Sewer Outfall and terminates approximately 400 linear feet west of Minnis Drive. The project also Involves abandoning/removal of existing 21-inch Haltom City Sewer main that requires removal of existing SS aerial crossings at two locations on Big Fossil Creek. Most of the project area is in 100-yr floodplain associated with Big Fossil Creek.The proposed 66-inch relief SS crosses the Big Fossil Creek and requires installation of an Inverted siphon pipe crossing.The siphon will be installed underneath the Big Fossil Creek by means of open-cut trenching and backfliled to original conditions or better. Per the comments received from the City of Fort Worth storm drain department,Articulated Concrete Blocks(ACB)will be installed as a slope protection measure. Please refer to the enclosed construction planset for additional details.A copy of Storm Water Pollution Prevention plan (SWPPP)has also been attached. COMPLETE APPLICABLE QUESTIONS: 1. Total drainage area of watercourse a sa. 2. Regulatory flood elev. V � Q Not available. 3. Has site previovaly flooded? ®s 642� No Q Unknown 4. Is site subject to flooding? Q Yes No 6. Is safe access available during times of flood? R1 Yes No Unknown 6. Is the proposal within the designated floodway? Q Yes No Unknown 7. Have all necessary prior approval permits been obtained from federal,state or local govemmental agencies? None Required 0 Yes No (it no,explain;if yes,provide oopies of approval letters or permits.) USACE authorization has been granted under Regional General Permit 12 and 408 permit.Copy of approval e-mall Is attached.Final permit Is being signed by the USACE district Engineer. ATTACH THE FOLLOWING IF APPLICABLE: 1. Two(2)sets scale drawings showing location,dimensions,elevations of existing and proposed topographic alterations,existing and proposed structures, location relative to floodplain area:Two sets of construction plans and SWPPP document,each have been enclosed with this submittal. 2. Extent to which watercourse or natural drainage will be altered or relocated:NIA 3. Supporting hydraulic calculations,reports,etc.,used as a basis for proposed Improvements:NiA 4. Lowest floor elevation(Including basement)of all proposed structures.WA 5. Elevation to which any non-residential structure shall be flood proofed.N/A 6. Certification by registered professional engineer or architect that flood proofing criteria are met as set forth in Section 7-347,Sub-Section b,Ordinance No. 11998.NIA '• Page 1 DURING THE OCCURRENCE OF A 100-YEAR FREQUENCY FLOOD WILL THE Info. Not PROPOSAL: Yes No Available 1. Reduce capacity of channels/floodwa s/watercourse in floodplain area? X 2. Measurably increase flood flows/hef hts/dame a on off-site properties? X 3. Individually or combined with other existing or anticipated development expose adjacent X ro erties to adverse flood effects? 4. Increase velocities/volumes of flood waters sufficiently to create significant erosion of X floodplain soils on subject property or adjacent property upstream/downstream? 5. Encroach on floodway causing increase in flood levels? X 6. Provide compensatory store a for any measurable loss of flood storage capacity? x Up FLOODPLAIN DEVELOPMENT PERMIT The City of Fort Worth's Floodplain Permit Program Is authorized by Section 7-318 of City Ordinance No. 11998, adopted June 13, 1995. This permit is required for all development taking place within the area of the 100-year floodplain(special flood hazard areas)as shown on the current Flood Insurance Rate Maps and Flood Boundary Floodway Maps, published by the Federal Emergency Management Agency(FEMA). These maps are available for public inspection in the Engineering Department,Municipal Building,1000 Throckmorton Street, Failure to obtain a Floodplain Development Permit or violating other provisions of City Ordinance No.11998 or the conditions described within the permit constitutes a misdemeanor and upon conviction, a person,firm,or corporation could be fined up to one thousand dollars($1,000)a day for each day that the violation occurs. I understand that the conditions which may be stated for permit approval or the provisions of City Ordinance No. 11998 may be superseded by other provisions of City code or policies. I further understand that this Floodplain Development Permit does not constitute final approval until all development requirements placed on the property have been met. These requirements include,but are not limited to,City construction plan approval,platting and community facilities agreements. This proposal shall be subject to any change in floodplain development policy at the actual time of development. Application is hereby made for a permit to authorize the activities described herein. I hereby certify that I am familiar with the Information contained on this application and to the best of my knowledge such information is true and accurate. I further certify that I possess the authority to undertake the proposed activity. I understand that if my application is denied, I have sixty(60)days from the date of such denial to appeal the adverse action to the City Pla Commissio S nature f Applicant or Authorized Agent OFFICE USE ONLY FLOODPLAIN AREA DEFINED BY: FEMA' COE FLOOD STUDIES HIGH WATER MARKS OTHER FEMA INS.ZONF FEMA MAP NO. 21 r K FLOOD ELEV. "3 GROUND ELEV. Y14ff .-5 FLOOD PLAIN STUDY PLATE NO. FLOOD ELEV. CONDITIONS FOR APPROVAL'OR REASONS FOR DENIAL" 4&4) T f24;!!�f tJ nth ties THIS PERMIT SHALL EXPIRE TWO YEARS FROM THE DATE OUT ON PAGE 1 ABOVE Page 2 City of Haltom City 411AW FLOODPLAIN DEVELOPMENT PERMIT APPLICATION SECTION 1:GENERAL PROVISIONS 1 No work of any kind may begin until permit is issued. 2 The permit may be revoked if any false statements are made within. 3 If revoked,all work must cease until permit is re-issued. 4 Development shall not be used and/or occupied until a Certificate of Occupancy is issued or construction has been accepted by the City of Haltom City. 5 The permit will expire if no work is commenced within six months of issuance. 6 Applicant is hereby informed that other permits may be required to fulfill local,state,and federal regulatory requirements(refer to Exhibit A). 7 Applicant hereby gives consent to the City of Haltom City Floodplain Administrator or his/her representative to make reasonable inspections required to verify compliance. SECTION 2:PROPOSED DEVELOPMENT INFORMATION(to be completed by Applicant) NAME COMPANY ADDRESS TELEPHONE EMAIL Applicant Walter Norwood,PE,1000 Throckmorton St.,Fort Worth TX 76102 Waiter.Norwood @fortworthtexas.gov Ph.No:817-392-5026 Builder Engineer/Surveyor Mano Pydipelly,PE,AECOM 1200 Summit Ave.Suite 302 Fort Worth TX 76102 mano.pydipelly @aecom.com Ph.No:817-390-1000 PROJECT LOCATION: To avoid a delay in processing of the application, please provide enough information to easily Identify the project location. Provide the street address, lot number or legal description,and/or the distance to the nearest intersecting road or well-known landmark.A sketch of the project location is strongly recommended,and may be required if location is not easily identified. Project Name:Big Fossil Parallel Relief SS,Phase I&Haltom City Meter Station&Sewer Outfaft,PN#01303 A portion of this project is located within Haltom City limits.The nearest mailing address is 2100 Minnis Dr.,Haltom City TX 76117. The legal description of the Haltom City parcels where this project is located: 1.Lot 1,Block 1 Rifle&Pistol Club Addition CAB.B,Slide 120,P.R.T.C.T. 2.Lot 1,Block 1 Haltom City Addition CAB.A,Slide 5533,P.R.T.C.T. Exhibits are attached showing project limits and property maps. Page 1 of 6 ���J•ate- ��(0� �d� Fioodplain Perrrrlt/ " kaj t I SS DESCRIPTION OF WORK(check all applicable boxes): PIl( A Structural Development Activity ❑New Structure •Addition •Alteration ❑Relocation ❑Demolition Structure Typ§ ❑ Residential(Single Family) ❑ Non-Residential(Includes Multi-Family) ❑ Combined Use ❑ Manufactured Home Estimated Cost of Project S B.Other Development Acthritlee ■Clearing o Cut(Fill •Mining •Drilling •Grading •Excavation(except for structural development above) •Watercourse Alteration(including dredging and channel modifications) ❑Drainage Improvements(including culverts) ❑Road,Street,or Bridge Construction o Subdivision—Acreage? ac ■Utility Improvement ■Other(specify):Sanitary Sewer Meter Station&Vault SECTION 3: FLOODPLAIN INFORMATION(to be completed by the Applicant) The proposed development is located on FIRM Panel No.215 of 495, Dated September 25,2009 48439CO215K The Proposed Development ❑ is NOT located in a Special Flood Hazard Area(no application required). ❑ Is partially located in the SFHA but building/development is NI. S Is located in a SFHA ZONE AE o FIRM Zone Designation is 0 BFE at the site is 505.00 ft. NAVD88(MSL) ❑ Is located in the floodway. o See section 4 for additional instructions. Authorized Signature Date Page 2 of 6 SECTION 4: ADDITIONAL INFORMATION REQUIRED (To be completed by Local Floodplain Administrator).The applicant must submit the following documents which are applicable to the development before the application will be processed. • A site plan showing the location of all existing structures,water bodies,adjacent roadways,lot dimensions,utilities,and proposed development improvements. • Development plans,drawn to scale,and specification,including where applicable:details for anchoring structures,proposed elevation of lowest floor(Including basement),types of water-resistant materials used below the first floor,details of floodprooflng of utilities below the first floor,and details of enclosures below the first floor. • Subdivision or other development plans. If the subdivision or other development exceeds 50 lots or 5 acres,the applicant must provide 100-year base flood elevations if they are not otherwise available. • Plans showing the extent of watercourse relocation and/or landform alterations. ❑ Change in water surface elevation(in feet) o Meets Ordinance limits on elevation increases?(Yes/No) ❑ Fioodproofing protection level(non-residential only) ft.NAVD88(MSL).For floodproofed structures,applicants must attach certification from registered engineer or architect. Please note that for floodprooflng of non-residential structures is not allowed. ❑ Certification from a registered engineer that the proposed activity within a SFHA with Base Flood Elevations established(Zone AE,etc.)but outside the Floodway will not result in an increase of more than 1 ft to the Base Flood Elevation(BFE).A copy of all data and hydraulicthydrologic calculations supporting this finding must also be submitted.Additionally,supporting data must ensure that there will be 114 adverse Impacts to any adjacent properties(both upstream and downstream)of the proposed development without documented landowner approval. ❑ Certification from a registered engineer that the proposed activity within a SFHA with both Base Flood Elevations and Floodway(no proposed encroachment into the Floodway)established will agi adversely affect any adjacent properties(both upstream and downstream)without documented landowner approval.A copy of all data and hydraullclhydrologic calculations supporting this finding must also be submitted. ❑ Certification from a registered engineer that the proposed activity In a regulatory floodway will not result in any increase in height of the Base Flood Elevation(BFE).A copy of all data and hydraulicfhydrologic calculations supporting this finding must also be submitted. 1 ❑ Fee:;25.00 Ras "'*'-' OQ merclal ❑ Complete this section if the proposed development involves the improvement of a structure V.e.walled and roofed building, manufactured home,or gas and liquid storage tanks) Pre-improve nt Value of Structure Post of Improvement Page 3 of 6 SECTION b:PERMIT DETERMINATION(To be completed by the Local Floodplain Administrator). 1 have reviewed the Information provided and the proposed activity DOES/DOES NOT comply with all applicable codes of the City of Haltom City.The permit is issued subiect to the conditions attached hereto,Ind Tito; low,and made pail of this pe SIGNED: DATE: 1 PERMIT* D T L RArt .SS Prlt' SECTION 6:Elevation Certificate(To be submitted by Applicant prior to CO issuance). This permit Is Issued with the condition that the lowest floor(including basement floor) of any new or substantially Improved residential building will be elevated two feet(2')above the base flood elevation.if the proposed development Is a nonresidential building,the permit Is issued with the condition that the lowest floor(including basement)of a new or substantially Improved nonresidential building will be elevated two feet(2')above the base flood elevation(one hundred year flood elevation),or flood-proofed to at least two feet(21 above the base flood elevation. With the Issuance of a permit,the Developer/Owner understands that an elevation certificate is required and shall be produced by a registered Engineer, Architect, or band Surveyor of the "as-bu lt' lowest floor elevation (Including basement)or fioodproofed elevation of any new or substantially Improved building.A copy of the elevation certificate or floodproofing Certificate shall be provided to Haltom City Public Works 4200 Hollis Street Haltom City,TX 76111 Attn: Engineering Department. au provisions of the CltZof_matew CLtr EloodpUta Ihaaamsent Qxd1aance xhau ba oarp2ftd with. SECTION 7:COMPLIANCE ACTION(To be completed by Applicant prior to CO issuance). The Local Administrator will complete the following section(as required)based on visual inspections of the project to ensure compliance with the commun@y's local law for flood damage prevention. INSPECTIONS DATE 8Y: DEFiC1ENCiES? (YES/NO) DATE: 8Y: DEFICIENCIES? (YESINO) DATE: 8Y: DEFICIENCIES? (YES/NO) Notes: Page 4 of 6 DISCLAIMER:The flood hazard boundary mope and other flood data used by the Coy of Hdam City In evaluating flood hazards to proposed devatopments are considered reasonable and accurate for regulatory purposes and are based on the best available se(enift and eminserft dell.On rare occasions,greater floods may occur and flood height may be increased.ConsWction standards required by the City of Haltom City Floodplain Management are the minimum standards doomed necessary to minimize or eliminate flood don age,but reliance on these minimum standards shall not create liability on the part of the CNy of Halom City or any other employee of the City or Halom City in the event flooding or flood damage occurs. The applicant does hereby: 1 understand this permit is not complete until signed,dated and returned to the City's Floodplaln Group; 2 acknowledge the disclaimer described above: 3 agree with the conditions of permit approval; 4 agree to provide certifications of work as may be required; 5 understand that violations of this permit will be subject to citations as provided by the Code; AMDKAIN MANAGER'S SIGMATURE UUfNEIt COMMCMIt r afeo T Croi4erg Date 1 0/6/is .l SECTION 8: CERTIFICATE OF COMPLETION (To be Completed by Local Floodplain Administrator or Building Inspections Department) Certificate of Completion Issued: Date: BY• be f✓b.rt f'ff e� U�dA cd^�lC -r,t.ae..., Page 5 of 6 THIS PAGE INTENTAILLY LEFT BLANK STATE OF TEXAS COUNTY OF TARRANT AGREEMENT This agreement is made and entered into by and between INSERT COMPANY NAME, (On behalf of INSERT COMPANY NAME) Fort Worth, Texas, and the City of Fort Worth (CITY). For and in consideration of the covenants and promises contained herein, the parties hereto agree as follows: I. RECITALS 1. INSERT COMPANY NAME requests approval for the sewer discharge of groundwater from beneath, COMPANY NAME, located at ADDRESS, Fort Worth, Texas ------------- INSERT COMPANY NAME, proposes performing analysis of the groundwater to identify characteristic pollutants known or reasonably expected to be present in the wastewater. INSERT COMPANY NAME, also proposes to treat said wastewater for such pollutants to the levels described herein prior to discharge into the sanitary sewer. 2. The proposed discharge would enter the sewerage system of CITY. II. COVENANTS 1. The CITY agrees to receive pretreated effluent from a wastewater recovery and pretreatment system operated by INSERT COMPANY NAME & ADDRESS, Fort Worth, Texas. 2. INSERT COMPANY NAME, agrees to install and operate a pretreatment facility for the treatment of water prior to discharge into the public sanitary sewerage system. The pretreatment system shall (at a minimum) consist of: a) A facility to treat water to acceptable and safe limits prior to discharge to the sanitary sewerage system; b) Sample points installed on influent and effluent lines for water quality monitoring; and C) A flow meter installed to totalize effluent volume in cubic feet. Effluent discharged from the pretreatment system will not exceed the following limitations: All discharges shall be compliant with any ordinance requirement Pollutant Ordinance requirement (Dail mg/L) Arsenic 0..25 Cadmium 0.15 Chromium(total) 5.0 Copper 4.0 Lead 2.9 Mercury 0.01 Nickel 2.0 Silver 1.0 Zinc 5.0 Effluent discharged from the pretreatment system will not exceed the following limitations: BTEX of 1.0 mg/L. Limits for other parameters will be added based on the contaminants present in the wastewater. All discharges shall be compliant with any ordinance requirement of the CITY or requirement of the Publicly Owned Treatment Works (POTW), and any state and/or federal: laws, regulations,codes,or requirements. If any other parameters are expected or if contaminants are unknown EPA Methods 624/625 and 608 will be performed, limits will be established for those parameters present. 3. INSERT COMPANY NAME, agrees that the sewer discharge shall not exceed a rate of _gpm (gallons per minute); if an increase is desired, INSERT COMPANY NAME, will request an increase in writing. The CITY will endeavor to respond within 30 days from date of receipt of such request. CITY reserves the right to refuse such request if, in the sole opinion of the CITY such requested increase will adversely affect the CITY's treatment plant or collection system. 4. INSERT COMPANY NAME, agrees to discontinue discharges if the sewer lines receiving the discharge are found at any time to contain an atmosphere equal to 10% of the lower_explosive limit and/or exhibit a petroleum-like nuisance odor. INSERT COMPANY NAME, will be permitted to resume discharge if sampling and investigation show that INSERT COMPANY NAME, treated wastewater discharge is not the source of nuisance odors and/or sewer LEL levels equal to or greater than 10%. INSERT COMPANY NAME, also agrees to discontinue discharges that violate the discharge requirements established by this Agreement and may recommence discharge only when compliance is assured. 2 5. INSERT COMPANY NAME, agrees to collect and analyze samples of the influent (prior to treatment) and the effluent (discharge after treatment) and report all results to the CITY. Samples to be used for reporting purposes must, at a minimum, be collected monthly and analyzed for benzene, toluene, ethyl benzene, xylene, total petroleum hydrocarbon, and any other pollutants identified at quantifiable levels. Sample collection, analytical and notification procedures must conform to methods approved by the U.S. Environmental Protection Agency, listed in 40 CFR 136 and 40 CFR 403.12(0)(1)(2), (p)(1)(2)(3)(4) except total petroleum hydrocarbons which is listed in standard methods, 18th edition. CITY must receive analysis results within thirty (30) days from sampling date. INSERT COMPANY NAME, agrees that although a minimum sampling frequency is stated herein that continuous and consistent compliance is INSERT COMPANY NAME's responsibility and INSERT COMPANY NAME, will act accordingly to insure continuous and consistent compliance. CITY agrees insofar as permitted by law, to keep all these reports and results confidential and will endeavor to provide INSERT COMPANY NAME, with copies of any request from a third party for this information, 6. INSERT COMPANY NAME, agrees to procure prior to discharge, and maintain during the life of this agreement contract, Environmental Impairment Liability (EEL) insurance which is site specific at a minimum limit of $3,000,000 each occurrence. The EEL insurance shall include but not necessarily be limited to, coverage as follows: a) Sudden and/or accidental environmental impairment, contamination or pollution, and for gradual emissions. b) Clean-up costs. C) Defense costs. d) Damage incurred to any party or to any property while groundwater is being discharged and carried by Fort Worth's sewer transportation system to the Village Creek Wastewater Treatment Plant. e) Coverage under the EIL policy shall be maintained for a period of two (2) years after termination or expiration of this agreement. f) CITY shall be endorsed as an additional insured and a waiver of subrogation in favor of the CITY. g) A thirty (30) day notice of cancellation shall be provided to the CITY. 3 h) Maximum deductible of$5,000 per occurrence unless otherwise approved by the CITY. i) Certificates of Insurance are required to provide proof of insurance and shall be provided to the CITY prior to discharge being permitted. 7. INSERT COMPANY NAME, agrees to provide the CITY with access to the monitored site so that the CITY may monitor/sample at its discretion. CITY agrees, insofar as permitted by law, to keep all results of these samples confidential. 8. INSERT COMPANY NAME, agrees to compensate the CITY for the cost-of-doing business in the following amounts: a) Monitoring Fee: A payment of$500 for the cost of administering and monitoring the discharge during the agreement period. b) Transportation Fee: A discharge fee based on the CITY billing rates for the volume of wastewater discharged. Current billing rate is $3.24 per CCF (100 cubic feet=748 gallons) The Monitoring Fee shall be paid to the CITY prior to the commencement of discharge. The Transportation Fee shall be paid to the CITY upon receipt of a bill for services. 9. Except as a party may otherwise direct by written notice to the other, all correspondence and reports shall be directed as follows: City of Fort Worth INSERT COMPANY NAME Ms. Laly Joseph, REM ---------------------------------------- Pretreatment Services ---------------------------------------- Fort Worth Water Department ---------------------------------------- 920 Fournier Street ---------------------------------------- Fort Worth, Texas 76102 ---------------------------------------- 111. INDEMNIFICATION INSERT COMPANY NAME, covenants and agrees to, and does hereby, indemnify and hold harmless and defend the CITY, its officers, agents, and employees, from and against any and all suits or claims for damages or injuries, including death, to any and all persons or property, resulting from any negligent act of omission or commission on the part of INSERT COMPANY NAME, its officers, agents, servants, employees or subcontractors in the performance of this Agreement, and INSERT COMPANY NAME, does hereby assume all liability and responsibility for injuries, claims or suits for damages, to persons or property, of whatsoever kind of character, whether real or asserted, occurring during or arising out of the performance of this Agreement, as a result of any negligent act of omission or commission on the part of INSERT COMPANY 4 NAME, its officers, agents, servants, employees or subcontractors in the performance of this Agreement, provided, however, that INSERT COMPANY NAME liability shall be limited to that established in Article 6252-19, Texas Revised Civil Statues, and other applicable state statutes and constitutional provisions. IV. AMENDMENT AND TERMINATION OF AGREEMENT 1. This Agreement may be amended in writing by mutual agreement of the parties hereto. 2. This Agreement shall terminate after the discharge of ---------- gallons of groundwater located at the facility. If further discharge of treated water is required after the end of this Agreement, INSERT COMPANY NAME, may request renewal of this Agreement. 3. The CITY may terminate this Agreement without notice at any time if, in its sole opinion, the discharge authorized thereunder is adversely affecting the CITY's treatment plant or collection system. In addition, this Agreement may be terminated by the CITY if and when the CITY determines that INSERT COMPANY NAME, wastewater discharge will subject the CITY to fines, penalties, administrative orders or any enforcement action by state or federal agencies, or require CITY to perform treatment to remove toxicity, including any additional biomonitoring requirements for compliance with CITY's NPDES permit. VENUE Venue and jurisdiction of any suit, right, or cause of action arising under, or in connection with, this contract shall lie exclusively in Tarrant County, Texas. IN WITNESS WHEREOF, the parties hereto have made and executed this Agreement this day of , A.D., 200 City of Fort Worth Attest: By: City Secretary Mr. Fernando Costa Title: Assistant City Manager By: Mr. Sebastian Fichera, REM Title: Asst. Dir. Water/Pollution Control Fort Worth Water Department Approved as to Form and Legality: Date: Ms. Christa Reynolds 5 Title : Asst. City Attorney INSERT COMPANY NAME By: Title: 6 GR-0160 00 Product Requirements CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 THIS PAGE INTENTAILLY LEFT BLANK STORM WATER POLLUTION PREVENTION PLAN (SWPPP) SWPPP Report is available on City of Fort Worth Buzzsaw for download at the following URL: https://projectpoint.buzzsaw.com/clientlfortworthgov/Infrastructure Projects/01303 - Big Fossil Creek Parallel Relief- M-402 - Parts l-2-3/Bid Package/Reports/BIG—FOSSIL—SWPPP Report.pdf CITY OF FORT WORTH Big Fossil Creek Parallel Relief Sanitary Sewer,Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS &Haltom City Meter Station&Outfall Sewer Revised July 1,2011 City Project No.01303 ED-101 Revised 11112011 STATE OF TEXAS § COUNTY OF TARRANT § SITE CERTIFICATE Before me, the undersigned notary, on this day personally appeared Stacy L. Walters, a person whose identify is known to we or who has presented to me a satisfactory proof of identity. After I administered an oath, this person swore to the following: (1) My name is Stacy L.Walters. I am over 18 years of age and I am of sound mind, and capable of swearing to the facts contained in this Site Certificate. The facts stated in this certificate are within my personal knowledge and are true and correct. (2) I am an authorized representative of Fort Worth Water Department, an entity that has filed an application for financial assistance with the Texas Water Development Board for a(wastewater) roect. LEGAL CERTIFICATION—OWNERSHIP INTEREST This is to certify that the City of Fort Worth (Legal Name of Applicant,i.e.,City,District,etc.) has acquired or is in the process of acquiring the necessary real property interest, as evidenced by fee simple purchase or fully executed earnest money contracts,firm option agreements to purchase the subject property or the initiation of eminent domain procedures, that such acquisition will guarantee access and egress and such interest will contain the necessary easements, rights of way or unrestricted use as is required for the project being financed by the Texas Water Development Board. The legal description is referenced below: All EASEMENTS HAVE BEEN OBTAINED FOR THE BIG F05SIL CREEK PARALLEL RELIEF SANITARY SEWER M-402A,PHASE 1AND HALTOM CITY METERSTATION&SEWER OLITFALL,PHASE 3 (Location.and Description of Property Interests acquired for Proiect) Any deeds or other instruments required to be recorded to protect the title(s)held by City of Fort Worth (Legal Name of Applicant) have been recorded or filed for the record in the County deed records or other required location. ED-101 Revised II/M011 LEGAL CERTIFICATION—LEASE/CONTRACT In the alternative,I certify that ¢.ega1 Name of Applicant.i.e_City MtricL etc.) has executed a written lease or other contractual agreement to use the property needed for this (water) (wastewater) project that extends through the life of the Texas Water Development Board loan or grant that will be used to finance this project, either in whole or in part. A copy of this lease or agreement is attached hereto. LEGAL CERTIFICATION—PROPERTY EASEMENT In the alternative,I certify that (Legal Name cfApplicant,Le.,City,District,etc.) has executed an express easement to use the property needed for this (water) (wastewater) project that extends through ,the Iife of the Texas Water Development Board loan or grant that will be used to finance this project, either in whole or in part. A copy of the express easement agreement is attached hereto. EXECUTED this day of ' (sign ) ii?I (TWITJJJ Sworn to and subscribed before me by a5 on FtJb ,20j-(o—. s;"a� ? JULIE A GEHO :_° Notary Public.State of texas X. My Commission Expires E +cr ,, July o9, 201 b Notary Pub c in and for the State o Texas [SEAL] 1 My Commission expires:mil(/ Oq i Attachment C12 Form ED-101 List of Property Easements for the Big ossil Sanitary Sewer Project g ry � t Parcel Number Property Description Grantor Permanent Temporary and Sewer Facility Construction (Instrument Number) 1A2 Abstract No.960,Tract 1,Hugh F. KD&G (D214069207) Largent Survey Riverbend West Drive, Consolidated, X Fort Worth LLC 1TCE1131 Abstract No.960,Tract 1,Hugh F. KD&G (D214069159) Largent Survey Riverbend West Drive, Consolidated, X Fort Worth LLC 1TCE1132 Abstract No.960,Tract 1,Hugh F. KD&G (D214069163) Largent Survey Riverbend West Drive, Consolidated, X Fort Worth LLC 2 Abstract No.960,Tract 10,Hugh F. Tarrant (D214069865) Largent Survey Acquisition Ltd. X Austin Road,Fort Worth 2TCE Abstract No.960,Tract 10,Hugh F. Tarrant (D214069138) Largent Survey Acquisition Ltd. X Austin Road,Fort Worth 3 Block 1,Lot 111,Riverbend West Tarrant (D214069690) Trussway Addition Acquisition Ltd. X 7001 Enterprise Avenue,Fort Worth 4 Lot 1,Austin Road Company Subdivision Austin (D213165134) 2301 Austin Road,Fort Worth International X Ventures,Inc. 4TCE 1132 Lot 1,Austin Road Company Subdivision Austin (D213165131) 2301 Austin Road,Fort Worth International X Ventures,Inc. 2 Abstract No.1165 William Norris Survey Allied Waste X (D213143281) State Highway 121,Fort Worth Systems,Inc. 2 Abstract No.1165 William Norris Survey Allied Waste X (D213143282) State Highway 121,Fort Worth Systems,Inc. 5 Abstract No.1165,Tract 4,William Allied Waste (D213143296 Norris Survey Systems, Inc. X State Highway 121,Fort Worth 5131 Abstract No.1165,Tract 4,William Allied Waste (D213143297) Norris Survey Systems, Inc_ X State Highway 121, Fort Worth 5132 Abstract No. 1165,Tract 4,William Allied Waste (D213143299) Norris Survey Systems, Inc. X Midway Road, Fort Worth 5133 Abstract No.1165,Tract 4,William Allied Waste X (D213143300) Norris Survey Midway Road,Fort Worth Systems,Inc. 8 Lot 1, Block 1, Haltom City Addition, City of Haltom X (D212290876) 2100 Minnis Drive, Haltom City City 8 TCE 1131 Lot 1, Block 1, Haltom City Addition, City of Haltom X (D212290877) 2100 Minnis Drive, Haltom City City 8 TCE 2131 Lot 1, Block 1, Haltom City Addition, City of Haltom X (D212290884) 2100 Minnis Drive, Haltom City City t Texas Water Development Board 0 Texas Water Development Board Supplemental Conditions and Instructions for the Clean Water Tier II State Revolving Fund TWDB-0551 Revised 2014/2/18 Page I Table of Contents GENERALINFORMATION.......................................................................................................................3 Applicability.................................................................................................................................................3 Applicationof Conditions.............................................................................................................................3 Modifications to Provisions..........................................................................................................................3 GoodBusiness Practices...............................................................................................................................3 OtherRequirements......................................................................................................................................4 Advertisementsfor Bids...............................................................................................................................4 BidProposal..................................................................................................................................................5 BiddingProcess............................................................................................................................................5 SUPPLEMENTALCONDITIONS..............................................................................................................6 Instructionsto Bidders..................................................................................................................................6 1. CONTINGENT AWARD OF CONTRACT....................................................................................6 2. EQUAL EMPLOYMENT OPPORTUNITY AND AFFIRMATIVE ACTION..............................6 3. BID GUARANTEE..........................................................................................................................6 4. AWARD OF CONTRACT TO NONRESIDENT BIDDER............................................................6 Construction Contract—Supplemental Conditions.......................................................................................8 1. SUPERSESSION..................................................................................................................................8 2.PRIVITY OF CONTRACT...................................................................................................................8 3.DEFINITIONS......................................................................................................................................8 4.LAWS TO BE OBSERVED.................................................................................................................8 5. REVIEW BY OWNER and TWDB......................................................................................................8 6.PERFORMANCE AND PAYMENT BONDS.....................................................................................8 7.PROGRESS PAYMENTS AND PAYMENT SCHEDULE.................................................................9 8. WORKMAN'S COMPENSATION INSURANCE COVERAGE......................................................11 9.CHANGES..........................................................................................................................................11 10. PREVAILING WAGE RATES........................................................................................................12 11.Davis-Bacon Requirements...............................................................................................................16 MONTHLY DAVIS BACON ACT CERTIFICATE of COMPLIANCE Submittal by Recipient.............18 STATEMENT OF COMPLIANCE CERTIFICATION BY CONTRACTOR FOR SRF.............20 DOLPayroll form WH-347 ....................................................................................................................22 12.EQUAL EMPLOYMENT OPPORTUNITY AND AFFIRMATIVE ACTION...............................25 13.ARCHEOLOGICAL DISCOVERIES AND CULTURAL RESOURCES......................................26 14. ENDANGERED SPECIES...............................................................................................................27 15.HAZARDOUS MATERIALS ..........................................................................................................27 16. PROJECT SIGN................................................................................................................................27 17. OPERATION AND MAINTENANCE MANUALS AND TRAINING..........................................27 18.AS-BUILT DIMENSIONS AND DRAWINGS...............................................................................28 AdditionalForms: ...................................................................................................................................29 BIDDER'S CERTIFICATIONS.............................................................................................................31 VENDOR COMPLIANCE WITH RECIPROCITY ON NON-RESIDENT BIDDERS........................32 CONTRACTOR'S RESOLUTION ON AUTHORIZED REPRESENTATIVE....................................33 Many of the TWDB forms noted in this instruction document may be accessed through the TWDB website link, http://www.twdb.state.tx.us/financial/instructions/ TWDB-0551 Revised 2014/2/18 Page 2 GENERAL INFORMATION Applicability These Supplemental Conditions contain provisions that are worded to comply with certain statutes and regulations which specifically relate to the Clean Water State Revolving Fund (CWSRF) Tier II (projects receiving state funds only). Provisions that are applicable to the project's funding source or dollar value of the contract are so noted within with the provision. Construction projects which are financed by CWSRF Tier III and Drinking Water State Revolving Fund (projects receiving federal funds) do not use these conditions but instead use TWDB Supplemental Conditions TWDB-0550. Projects with State Loan funding use Supplemental Conditions TWD13-0552. Application of Conditions The conditions and forms listed under Instructions to Bidders are to be included in the instructions to bidders for construction services. The provisions listed under Construction Contract Supplemental Conditions should be included with the other general and special conditions that are typically included in the construction contract documents by the design engineer. Modifications to Provisions The Applicant may need to modify parts of these provisions to better fit the other provisions of the construction contract. The Applicant and the consulting engineer should carefully study these provisions before incorporating them into the construction contract documents. In particular, Water Districts and other types of districts should be aware of statutes relating to their creation and operation that may affect the application of these conditions. The Owner (Sub-Recipient) is to determine and incorporate the affirmative action goals for the project into supplemental condition No. 11. Condition number No. 12 (Archeological Discoveries and Cultural Resources) and No. 13 (Endangered Species) may be superseded or modified by project specific conditions established during the application process. These documents may confer certain duties and responsibilities on the consulting engineer that are beyond, or short of, what the Applicant intends to delegate. The Applicant should ensure that the contractual agreement with the engineer provides for the appropriate services. Otherwise the Applicant should revise the wording in these special conditions to agree with actually delegated functions. Good Business Practices There are other contract provisions that the Owner and Designer need to include as a matter of good business practices. It is recommended that provisions addressing the following matters be included in the construction contract. Contract Provisions that satisfy these are available from TWDB upon request. TWDB-0551 Revised 2014/2/18 Page 3 • Specifying the time frame for accomplishing the Construction of the project, and the consequences of not completing on time, including liquidation damages. • Specifying the type and dollar value of and documentation of insurance the contractor is to carry. As a minimum the contractor should carry liability and builder's risk insurance • Identifying the responsibility of the contractor-Responsibility and warranty of work. • Price reduction for defective pricing of negotiated costs. • Differing site conditions - notice and claims regarding site conditions differing from indicated conditions. • Covenants against contingent fees -Prohibit contingent fees for securing business. • Gratuities -Prohibitions against offering and accepting gratuities • Audit and access records • Suspension of work- Conditions under which owner may suspend work. • Termination - Conditions under which owner may terminate • Remedies -How disputes will be remedied. Other Requirements There may be other local government requirements and applicable Federal and State statutes and regulations that are not accommodated by these conditions. It is the Loan/Grant Recipient's responsibility to ensure that the project and all contract provisions are consistent with the relevant statutes and regulations. Advertisements for Bids The official advertisement for bids that is published in newspapers should include certain information including: • A clear description of what is being procured. • How to obtain P&S, and necessary forms and information. • The date and time by which bids are to be received. (deadline) • The address where bids are to be provided. • Acknowledgement of any special requirements such as mandatory pre-bid conference and Affirmative Action requirements. • Right to reject any and all bids. • All laborers and mechanics employed by contractors and subcontractors on projects funded directly by or assisted in whole or in part by and through the Clean Water State Revolving Fund or Drinking Water State Revolving Fund shall by paid wages at rates not less than those prevailing on projects of a character similar in the locality as determined by the Secretary of Labor in accordance with subchapter IV of chapter 31 of title 40, United States Code. Wages to be paid on this project will be governed by the Department of Labor Wage General Decision or Decisions included in the bid documents for this project. • Pursuant to Reorganization Plan No. 14 and the Copeland Act, 40 U.S.C. 3145, the Department of Labor has issued regulations at 29 CFR parts 1, 3 and 5 to implement Davis- Bacon and Related Acts. Regulations in 29 CFR 5.5 instruct agencies concerning application of the standard Davis-Bacon contract clauses set forth in that section. All grants, cooperative agreements and loans funded under the Clean Water State Revolving Fund and Drinking TWDB-0551 Revised 2014/288 Page 4 Water State Revolving Fund programs shall include the standard Davis-Bacon contract clauses found in 29 CFR 5.5(a), which shall also be incorporated in any resultant covered contracts that are in excess of$2,000 for construction, alteration or repair (including painting and decorating). Bid Proposal The Bid proposal form should account for the following: • If lump sum bid, account for Property Consumed in Contracts to Improve Real Property; Tax Code 151.056. • Distinguish Eligible and Ineligible items. • Accommodate Trench Safety requirements with separate per unit pay item for trench excavation safety protection Health and Safety Code Chapter 756. • Accommodate Non-Resident Bidder Reciprocity requirements in Government Code 2252.002, by utilizing TWDB-0459, Vendor Compliance with Reciprocity on Non-Resident Bidders • Include space for Contractor to acknowledge receipt of each Addendum issued during the bidding process. Bidding Process The Plans and Specifications should include an explanation of how the bids will be processed. The explanation should include the following components: • Whether a Pre-bid Conference, will be held, whether it is optional or mandatory, and where and when it will be held. • Specify the criteria and process for determining responsiveness and responsibleness of the bidder. • Specify the method of determining the successful bidder and award, and accounting for non- resident bidder reciprocity requirements Gov. Code 2252.002 (IE. Award to the lowest responsive responsible bidder, accounting for any multiple parts to bids.) • Allow for withdrawal of a bid due to a material mistake. • Identify the time frame that the bids may be held by the Owner before awarding a contract. (IE. Typically for 60 or 90 days.) • Acknowledge right of the Owner to reject any and all bids. All proposed modifications to these conditions should be brought to the attention of and discussed with the appropriate TWDB area engineer. The TWDB engineer can also answer any questions regarding these conditions. The questions and proposed modifications can be sent to the following address: Texas Water Development Board Water Supply& Infrastructure P. O. Box 13231 1700 N. Congress Ave. Austin, Texas 78711-3231 PHONE (512)463-8420 FAX (512)475-2086 'rWDB-0551 Revised 2014/2/18 P a=c r �, ,� SUPPLEMENTAL CONDITIONS Instructions to Bidders 1. CONTINGENT AWARD OF CONTRACT This contract is contingent upon release of funds from the Water Development Board. Any contract or contracts awarded under this Invitation for Bids are expected to be funded in part by a loan or grant from the Texas Water Development Board, and a grant from the United States Environmental Protection Agency (U.S. EPA.) Neither the State of Texas, or U.S. EPA nor any of its departments, agencies, or employees are or will be a party to this Invitation for Bids or any resulting contract. 2. EQUAL EMPLOYMENT OPPORTUNITY AND AFFIRMATIVE ACTION All qualified applicants will receive consideration for employment without regard to race, color, religion, sex (including pregnancy), national origin, age (40 or older), disability or genetic information. Bidders on this work will be required to comply with the Department of Labor regulations 41 CFR Part 60-2 Affirmative Action Programs which include the President's Executive Order No. 11246 as amended by Executive Order 11375. The Bidder's Certifications regarding Equal Employment Opportunity and Non-Segregated Facilities (WRD-255)must be submitted with the bid. 3. BID GUARANTEE Each bidder shall furnish a bid guarantee equivalent to five percent of the bid price. (Water Code 17.183) If a bid bond is provided, the contractor shall utilize a surety company which is authorized to do business in Texas in accordance with Art. 7.19-1. Bond of Surety Company; Chapter 7 of the Insurance Code. 4. AWARD OF CONTRACT TO NONRESIDENT BIDDER A governmental entity may not award a governmental contract to a nonresident bidder unless the nonresident underbids the lowest bid submitted by a responsible resident bidder by an amount that is not less than the amount by which a resident bidder would be required to underbid the nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located. A non-resident bidder is a contractor whose corporate offices or principal place of business is outside of the state of Texas. (Source: Texas Government Code Chapter 2252 Subchapter A Nonresident Bidders, (§ 2252.002) The bidder will complete form TWDB-0459 which must be submitted with the bid. Forms to be submitted with Bid: • Bidder's Certifications regarding Equal Employment Opportunity and Non-Segregated Facilities (WRD-255) • Vendor Compliance with Non-Resident Bidder Requirements, TWDB-0459 TWDB-0551 Revised 2014/2/18 Page 6 TWDB-0551 Revised 2014/2/18 Page 7 Construction Contract — Supplemental Conditions 1. SUPERSESSION The Owner and the contractor agree that the TWDB Supplemental Conditions apply to that work eligible for Texas Water Development Board assistance to be performed under this contract and these clauses supersede any conflicting provisions of this contract. 2. PRIVITY OF CONTRACT Funding for this project is expected to be provided in part by the Texas Water Development Board. Neither the State of Texas, nor any of its departments, agencies or employees is, or will be, a party to this contract or any lower tier contract. This contract is subject to applicable provisions 31 TAC Chapters 363 and 375 in effect on the date of the assistance award for this project. 3. DEFINITIONS (a)The term Owner means the local entity contracting for the construction services. (b) The term "TWDB" means the Executive Administrator of the Texas Water Development Board, or other person who may be at the time acting in the capacity or authorized to perform the functions of such Administrator, or the authorized representative thereof. 4. LAWS TO BE OBSERVED In the execution of the Contract, the Contractor must comply with all applicable Local, State and Federal laws, including but not limited to laws concerned with labor, safety, minimum wages, and the environment. The Contractor shall make himself familiar with and at all times shall observe and comply with all Federal, State, and Local laws, ordinances and regulations which in any manner affect the conduct of the work, and shall indemnify and save harmless the Owner, Texas Water Development Board, and their representatives against any claim arising from violation of any such law, ordinance or regulation by himself or by his subcontractor or his employees. 5. REVIEW BY OWNER and TWDB (a) The Owner, authorized representatives and agents of the Owner, and TWDB shall, at all times have access to and be permitted to observe and review all work, materials, equipment, payrolls, personnel records, employment conditions, material invoices, and other relevant data and records pertaining to this Contract, provided, however that all instructions and approval with respect to the work will be given to the Contractor only by the Owner through authorized representatives or agents. (b) Any such inspection or review by the TWDB shall not subject the State of Texas to any action for damages. 6. PERFORMANCE AND PAYMENT BONDS Each contractor awarded a construction contract furnish performance and payment bonds: TWDB-0551 Revised 2014/2/18 Page 8 (a) the performance bond shall include without limitation guarantees that work done under the contract will be completed and performed according to approved plans and specifications and in accordance with sound construction principles and practices; and (b) the performance and payment bonds shall be in a penal sum of not less than 100 percent of the contract price and remain in effect for one year beyond the date of approval by the engineer of the political subdivision. (c) The contractor shall utilize a surety company which is authorized to do business in Texas in accordance with Art. 7.19-1. Bond of Surety Company; Chapter 7 of the Insurance Code 7. PROGRESS PAYMENTS AND PAYMENT SCHEDULE (a) The Contractor shall submit for approval immediately after execution of the Agreement, a carefully prepared Progress Schedule, showing the proposed dates of starting and completing each of the various sections of the work,the anticipated monthly payments to become due the Contractor, and the accumulated percent of progress each month. (b) The following paragraph applies only to contracts awarded on a lump sum contract price: COST BREAKDOWN - The Contractor shall submit to the Owner a detailed breakdown of his estimated cost of all work to be accomplished under the contract, so arranged and itemized as to meet the approval of the Owner or funding agencies. This breakdown shall be submitted promptly after execution of the agreement and before any payment is made to the Contractor for the work performed under the Contract. After approval by the Owner the unit prices established in the breakdown shall be used in estimating the amount of partial payments to be made to the Contractor. (c) Progress Payments (1) The Contractor shall prepare his requisition for progress payment as of the last day of the payment month and submit it, with the required number of copies, to the Engineer for his review. Except as provided in Paragraph (3) of this subsection, the amount of the payment due the Contractor shall be determined by adding to the total value of work completed to date, the value of materials properly stored on the site and deducting (1) five percent (5%) minimum of the total amount, as a retainage and (2) the amount of all previous payments. The total value of work completed to date shall be based on the actual or estimated quantities of work completed and on the unit prices contained in the agreement (or cost breakdown approved pursuant to section 6.b relating to lump sum bids) and adjusted by approved change orders. The value of materials properly stored on the site shall be based upon the estimated quantities of such materials and the invoice prices. Copies of all invoices shall be available for inspection by the Engineer. (2) The Contractor shall be responsible for the care and protection of all materials and work upon which payments have been made until final acceptance of such work and materials by the Owner. Such payments shall not constitute a waiver of the right of the Owner to require the fulfillment of all terms of the Contract and the delivery of all improvements embraced in this Contract complete and satisfactory to the Owner in all details. TWDB-0551 Revised 2014/2/18 Page 9 (3) This clause applies to contracts when the Owner is a Municipal Utility District, or Water Control and Improvement District. The retainage shall be ten percent minimum of the amount otherwise due until at least fifty percent of the work has been completed. After the project is fifty percent completed, the District may reduce the retainage from ten percent to no less than five percent. (4) The five percent (5%) minimum retainage of the progress payments due to the Contractor may not be reduced until the building of the project is substantially complete and a reduction in the retainage has been authorized by the TWDB. (5) The following clause applies only to contracts where the total price at the time of execution is $400,000 or greater and the retainage is greater than 5% and the Owner is not legally exempted from the condition(i.e. certain types of water districts). The Owner shall deposit the retainage in an interest-bearing account, and the interest earned on such retainage funds shall be paid to the Contractor after completion of the contract and final acceptance of the project by the Owner. (d) Withholding Payments. The Owner may withhold from any payment otherwise due the Contractor so much as may be necessary to protect the Owner and if so elects may also withhold any amounts due from the Contractor to any subcontractors or material dealers, for work performed or material furnished by them. The foregoing provisions shall be construed solely for the benefit of the Owner and will not require the Owner to determine or adjust any claims or disputes between the Contractor and his subcontractors or Material dealers, or to withhold any moneys for their protection unless the Owner elects to do so. The failure or refusal of the Owner to withhold any moneys from the Contractor shall in no way impair the obligations of any surety or sureties under any bond or bonds furnished under this Contract. (e) Payments Subject to Submission of Certificates. Each payment to the Contractor by the Owner shall be made subject to submission by the Contractor of all written certifications required of him and his subcontractors by Section 3 hereof(relating to labor standards) and other general and special conditions elsewhere in this contract. (f) Final Payment. (1) Upon satisfactory completion of the work performed under this contract, as a condition before final payment under this contract or as a termination settlement under this contract the contractor shall execute and deliver to the Owner a release of all claims against the Owner arising under, or by virtue of, this contract, except claims which are specifically exempted by the contractor to be set forth therein. Unless otherwise provided in this contract, by State law or otherwise expressly agreed to by the parties to this contract, final payment under this contract or settlement upon termination of this contract shall not constitute a waiver of the Owner's claims against the contractor or his sureties under this contract or applicable performance and payment bonds. TWDB-0551 Revised 2014/2/18 Page 10 (2) After final inspection and acceptance by the Owner of all work under the Contract, the Contractor shall prepare his requisition for final payment which shall be based upon the carefully measured or computed quantity of each item of work at the applicable unit prices stipulated in the Agreement or cost breakdown (if lump sum), as adjusted by approved change orders. The total amount of the final payment due the Contractor under this contract shall be the amount computed as described above less all previous payments. (3) The retainage and its interest earnings, if any, shall not be paid to the Contractor until the TWDB has authorized a reduction in, or release of, retainage on the contract work. (4) Withholding of any amount due the Owner, under general and/or special conditions regarding "Liquidated Damages," shall be deducted from the final payment due the Contractor. 8. WORKMAN'S COMPENSATION INSURANCE COVERAGE (a) The contractor shall certify in writing that the contractor provides workers' compensation insurance coverage for each employee of the contractor employed on the public project. (b) Each subcontractor on the public project shall provide such a certificate relating to coverage of the subcontractor's employees to the general contractor, who shall provide the subcontractor's certificate to the governmental entity. (c) A contractor who has a contract that requires workers' compensation insurance coverage may provide the coverage through a group plan or other method satisfactory to the governing body of the governmental entity. (d) The employment of a maintenance employee by an employer who is not engaging in building or construction as the employer's primary business does not constitute engaging in building or construction. (e) In this section: (1) "Building or construction" includes: (A)erecting or preparing to erect a structure, including a building, bridge, roadway, public utility facility, or related appurtenance; (B)remodeling, extending,repairing, or demolishing a structure; or (C)otherwise improving real property or an appurtenance to real property through similar activities. (2) "Governmental entity" means this state or a political subdivision of this state. The term includes a municipality. 9. CHANGES (a) The Owner may at any time, without notice to any surety, by written order, make any change in the work within the general scope of the contract,including but not limited to changes: (1) In the specifications(including drawings and designs); (2) In the time,method or manner of performance of the work; (3) In the Owner-furnished facilities,equipment,materials,services or site,or (4) Directing acceleration in the performance of the work. (5) The original contract price may not be increased under this section by more than 25 percent. The original contract price may not be decreased under this section by more than 25 percent without the consent of the contractor.(Local Government Code 271.060) TWDB-0551 Revised 2014/2/18 Page 11 (b) A change order shall also be any other written order (including direction, instruction, interpretation or determination) from the Owner which causes any change, provided the contractor gives the Owner written notice stating the date, circumstances and source of the order and that the contractor regards the order as a change order. (c) Except as provided in this clause, no order, statement or conduct of the Owner shall be treated as a change under this clause or entitle the contractor to an equitable adjustment. (d) If any change under this clause causes an increase or decrease in the contractor's cost or the time required to perform any part of the work under this contract, whether or not changed by any order, the Owner shall make an equitable adjustment and modify the contract in writing. Except for claims based on defective specifications, no claim for any change under paragraph (a)(2) above shall be allowed for any costs incurred more than 20 days before the contractor gives written notice as required in paragraph(a)(2). In the case of defective specifications for which the Owner is responsible, the equitable adjustment shall include any increased cost the contractor reasonably incurred in attempting to comply with those defective specifications. (e) If the contractor intends to assert a claim for an equitable adjustment under this clause, the contractor must, within 30 days after receipt of a written change order under paragraph (a) (I) or the furnishing of a written notice under paragraph(a)(2),submit a written statement to the Owner setting forth the general nature and monetary extent of such claim The Owner may extend the 30- day period. The contractor may include the statement of claim in the notice under paragraph (2) of this changes clause. (f) No claim by the contractor for an equitable adjustment shall be allowed if made after final payment under this contract. (g) Changes that involve an increase in price will be supported by documentation of the costs components in a format acceptable to the Owner. 10. PREVAILING WAGE RATES Insert Wage Rate Determination(s) A "wage determination" is the listing of wage and fringe benefit for each classification of laborers and mechanics which the Administrator of the Wage and Hour Division of the U.S. DOL has determined to be prevailing in a given area for a particular type of construction. The Davis Bacon Wage Determinations are classified by the nature of the construction projects performed, specifically listed as "schedules": residential, building, highway, and heavy construction. Insert Wage Rate Determinations indicating which construction type is being used. (More than one may be checked). (a) ❑ Construction Type: Heavy determination Includes those projects that are not properly classified as either "building," "highway," or "residential." Unlike these classifications, heavy construction is not a homogenous classification. Because of this catch-all nature, projects within the heavy classification may sometimes be distinguished on the basis of their particular project characteristics, and separate schedules may be issued for dredging projects, water and sewer line projects, dams, major bridges, and flood control projects. (b) ❑ Construction Type: Highway determination TWDB-0551 Revised 2014/2/18 Page 12 Includes construction, alteration or repair of roads, streets, highways, runways, taxiways, alleys, trails, paths, parking areas, and other similar projects not incidental to building or heavy construction. (c) ❑ Construction Type: Building determination Includes construction of sheltered enclosures with walk-in access for the purpose of housing persons, machinery, equipment or supplies; all construction of such structures; the installation of utilities and of equipment, both above and below grade levels; as well as incidental grading, utilities and paving. Such structures need not be "habitable" to be building construction. Also, the installation of heavy machinery and/or equipment does not generally change the project's character as a building. (d) ❑ Construction Type: Residential Includes the construction, alteration or repair of single-family houses, apartment buildings of no more than four stories in height. This includes all incidental items such as site work, parking areas, utilities, streets, and sidewalks. Entities should review their contractor's wage decisions and confirm they provide an adequate classification of the labor required for the specific construction contract. Most CWSRF projects will fall under the "Heavy" construction type, but entities should ask their consulting engineers if unsure. Some contracts or projects may require more than one general schedule to be included depending on the nature and extent of the work(i.e. a building is constructed in a water treatment facility). This is described in more detail in DOL's All Agency Memo No. 131. See website http://www.dol.gov/whd/12rograms/dbra/memorand.htm. In such cases, the contracting agency should designate the work to which each wage determination or part thereof applies per FAR 22.404-2 thru 404-3 (Federal Acquisition Regulations). http://www.acquisition.gov/far/htmi/Subpart%2022 4.htm1 Should overlaps occur in the wage classification schedules for the contract(s), the owner may consider adopting the higher rate classification. In all cases, the entity is responsible to insure an adequate classification is provided to insure compliance with the law. Where contractors alert the owner that the classification is inadequate, the owner should work with the contractor and the DOL to address any valid concerns. See the Contact Information for additional resources. Contact Information All questions regarding the Davis-Bacon guidance can be directed to: U.S. Department of Labor Wage and Hour Divisionl-866 4USWAGE (1-866-487-9243), TTY: 1-877-889-5627, Monday- Friday 8 a.m. to 8 p.m. Eastern Time. If you require further information about Davis-Bacon and how to apply it to your project, please contact the Texas Water Development Board, Darrell Nichols, Director, at(512) 463-8491. TWDB-0551 Revised 2014/2/18 Page 13 Additional Resources: 1. For Wage Determinations applicable to construction projects in Texas: hU://www.wdol.jzov/dba.asi2x#3 2. Source for determine the prevailing wage rate for each state and county is on the web page, Selecting Davis-Bacon Wage Decisions,provides criteria for state and county: hqp://www.wdol.gov/archdba.aspx 3. For more information on prevailing wage and wage determinations visit the Prevailing Wage Resource Book: http://www.dol.gov/whd/recovery/pwrb/toc.htm 4. The United States Department of Labor website: http://www.dol. ovg /compliance/laws/comp-dbra.htm The webpage provides an overview, compliance assistance material, poster information, recordkeeping, DOL contact information and more. 5. Davis-Bacon and Related Acts Frequently Asked questions More in-depth information can be accessed at the Department of Labor(DOL)website: httl2://www.dol.gov/whd/Trograms/dbra/fags.htm TW'DB-0551 Revised 2014/2/18 Page 14 Contact Information—DOL Texas Offices Dallas District Office Phone: Curtis L. Poer US Dept. of Labor (817)861-2150 District Director Wage& Hour Division 1-866-4-US WAGE The Offices @ Brookhollow (1-866-487-9243) 1701 E. Lamar Blvd., Suite 270, Box 22 Arlington,TX 76006-7303 Houston District Office Phone: Robin Mallet US Dept. of Labor (713)339-5525 District Director Wage&Hour Division 1-866-4-USWAGE 8701 S.Gessner Drive, Suite 1164 (1-866-487-9243) Houston,TX 77074-2944 McAllen District Office Phone: Eden Ramirez US Dept. of Labor (956)682-4631 District Director Wage&Hour Division 1-866-4-USWAGE 320 N.Main Street,Room 238 (1-866-487-9243) McAllen,TX 78501 Corpus Christi Area Office Phone: Vacant US Dept. of Labor (361)888-3152 Asst. District Director Wage& Hour Division 1-866-4-USWAGE Wilson Plaza (1-866-487-9243) 606 W. Carancahua, Suite 705 Corpus Christi,Texas 78476 San Antonio District Office Phone: Juan Coria ~ US Dept. of Labor (210)308-4515 District Director Wage& Hour Division 1-866-4-USWAGE Northchase 1 Office Building (1-866-487-9243) 10127 Morocco, Suite 140 San Antonio,TX 78216 West Texas Panhandle and Northwest Quadrant: See Albuquerque,NM Albuquerque District Office Phone: Patricia Davidson Mailing Address: (505)248-6100 District Director US Dept. of Labor 1-866-4-USWAGE 'Wage and Hour Division (1-866-487-9243) i P.O. Box 907 Albuquerque,NM 87103-0907 Physical Address: 500 Gold, SW-Suite 12000 Albuquerque,NM 87102 i TWDB-0551 Revised 2014/2/18 Page 15 11. Davis-Bacon Requirements A. The following terms and conditions specify how sub-recipients that are governmental entities will assist the TWDB, as the State recipient, in meeting its Davis-Bacon responsibilities to EPA. If a sub-recipient has questions regarding when Davis-Bacon applies, obtaining the correct Davis-Bacon wager determinations, Davis-Bacon provisions, or compliance monitoring, it may contact the TWDB. The sub-recipient may also obtain additional guidance from the Department of Labor's Wage and Hour Division (WHD) website at http://www.dol.gov/whd/programs/dbra/ 1. Applicability of the Davis-Bacon prevailing wage requirements Davis-Bacon prevailing wage requirements apply to the construction, alteration, and repair activity of infrastructure, including all construction, alteration and repair activity involving wastewater or drinking water treatment plants is subject to Davis-Bacon. If a sub-recipient encounters a unique situation at a site that presents uncertainties regarding Davis-Bacon applicability, the sub-recipient must discuss the situation with the recipient State before authorizing work on that site. 2. Obtaining Wage Determinations (a) Sub-recipients shall obtain the wage determination for the locality in which a covered activity subject to Davis-Bacon will take place prior to issuing requests for bids, proposals, quotes or other methods for soliciting contracts (solicitation) for activities subject to Davis-Bacon. These wage determinations shall be incorporated into solicitations and any subsequent contracts. Prime contracts must contain a provision requiring that subcontractors follow the wage determination incorporated into the prime contract. (i) While the solicitation remains open, the sub-recipient shall monitor www.wdol.gov on a on a weekly basis to ensure that the wage determination contained in the solicitation remains current. The sub-recipients shall amend the solicitation if DOL issues a modification more than 10 days prior to the closing date (i.e. bid opening) for the solicitation. If DOL modifies or supersedes the applicable wage determination less than 10 days prior to the closing date, the sub-recipients may request a finding from the State recipient that there is not a reasonable time to notify interested contractors of the modification of the wage determination. The State recipient will provide a report of its findings to the sub-recipient. (ii) If the sub-recipient does not award the contract within 90 days of the closure of the solicitation, any modifications or supersedes DOL makes to the wage determination contained in the solicitation shall be effective unless the State recipient, at the request of the sub-recipient, obtains an extension of the 90 day period from DOL pursuant to 29 CFR 1.6(c)(3)(iv). The sub-recipient shall monitor www.wdol.gov on a weekly basis if it does not award the contract within 90 days of closure of the solicitation to ensure that wage determinations contained in the solicitation remain current. TWDB-0551 Revised 2014/2/18 Page 16 (b) If the sub-recipient carries out activity subject to Davis-Bacon by issuing a task order, work assignment or similar instrument to an existing contractor (ordering instrument) rather than by publishing a solicitation, the sub-recipient shall insert the appropriate DOL wage determination from www.wdol.gov into the ordering instrument. (c) Sub-recipients shall review all subcontracts subject to Davis-Bacon entered into by prime contractors to verify that the prime contractor has required its subcontractors to include the applicable wage determinations. (d)As provided in 29 CFR 1.6(f), DOL may issue a revised wage determination applicable to a sub-recipient's contract after the award of a contract or the issuance of an ordering instrument if DOL determines that the sub-recipient has failed to incorporate a wage determination or has used a wage determination that clearly does not apply to the contract or ordering instrument. If this occurs, the sub-recipient shall either terminate the contract or ordering instrument and issue a revised solicitation or ordering instrument or incorporate DOL's wage determination retroactive to the beginning of the contract or ordering instrument by change order. The sub-recipient's contractor must be compensated for any increases in wages resulting from the use of DOL's revised wage determination. 3. Contract and Subcontract provisions All contracts and subcontracts in excess of$2,000 for the construction of the project carried out in whole or in part with financial assistance made available through the State Revolving Fund (SRF),shall insert in full the contract clauses as provided by the TWDB and/or as included within the sub-recipient's financial assistance agreement(s). The following Monthly Davis Bacon Act Certificate of Compliance Submittal by Owner (Sub- Recipient)(DB-0154), must be completed by the project owner/sub-recipient and submitted monthly with each the outlay report. Information on outlay reporting may be accessed at: http://www.twdb.state.tx.us/about/contract admin/outlay/index.asp TWDB-0551 Revised 2014/2/18 Page 17 DB-0154 Revised 3/11/2013 MONTHLY DAVIS BACON ACT CERTIFICATE of COMPLIANCE Submittal by Recipient TWDB Project No. Loan/Grant No. This executed certificate must be submitted with each Outlay report for labor included within construction contracts. This Certificate applies only for LOANS CLOSED AFTER 10/30/2009. I, of (Name) (Title) hereby certify that interviews, periodic reviews of a (Name of entity) representative sample of the weekly payroll data, and contractor weekly payroll certifications such as OMB No. 1215-0149, have been performed to verify that contractors and subcontractors are paying the appropriate wage rate for compliance with the DAVIS BACON ACT, 40 U.S.C. §§3141 et seq. as amended and in conformance with the U.S. Department of Labor regulations at 29 CFR Part 5, (Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction) and 29 CFR Part 3 (Contractors and Subcontractors on Public Work Financed in Whole or in Part by Loans or Grants from the United States). I understand that a false statement herein may subject me to penalties under federal and state laws relating to filing false statements and other relevant statutes. Signature Date TWDB-0551 Revised 2014/2/18 Page 18 Additional Forms for Davis-Bacon The following forms are suggestions only and may be used as tools which may aid in complying with the Davis Bacon requirements. TWDB-0551 Revised 2014/2/18 rage 19 o to � � o 0 �CA G z $ t'.. 6. ° c nom°' z � LU G O y cep � � `^ c `3 a� LU A° aoi •� °° ° c w C a G o obi O r p g o x ,n z OC b N �n Y, CA p w a G a U n •� �, 4A cr N C> 3 <� d r Z uW,LU CA Fn _ z W y y AQA ctl N p .V a O w W W o > NQ � p t' ti v O WCd �^ K x LU O a to Y Y 3 W cd O z o u o N y ¢ N V] a s O m u LLof- O W H_LU IaL a o b u v, F n o . W �, z Joey cd = Y W -0 cr w J z0 •� � 4~ tin U 3 W w LU ❑ E � auXl ❑ � z = o � w` ';u 5TH T 9 N U a9i 4. ce u$3C6 C's 10 o id H °'obi F N y o O c0 p� U O y H•=L W COT Em`n 9-40. L, v � 41 49 N UZ E ; O A aEi H d N �d .o (� i0 V - O _ 4' C d r d 40 n,A O u y.401 3 y .p = •5 w a Ffl o'S y O bo= > =Q u a� � ..r EcTaU .' co s.3o � dog Q o ` is V O o I T 49 3 ° c c c o y U t•'.8 u •d • O y [CC-C y Q0 a E o c _ =13 I m m o 0 � F� w 0 $ o s1 5 >sa ao OM H or $ A z A �L o C �T. O A a�9� aci5$on 40, �1F" I c °' g ofguv � Cv�i� 14.? r� 'O- f3 c6 O 7 y U UUO CC 5 _OD O y' UOU F�- T 'z y fy cN O W N T R O T I I W '� = L y.�F M N .�., y y a O a E•y N y -9 O c� O 7 0 0 'O y N Y N w y F C = on0 ^ 5of o s e y ¢ v O a O y 0 5 S3.0 � c Q W _, y u ti E 11 u O O C N 4, - 7O r0 N V U 0.,. L L«O'� N d C I ka I n O . m o Noo o 2VQ U U � a �o a� �o �Y .� a v 0 N 'O .' d �i O CG DOt Payroll f rm WH-47h !! 0+a.ms£eoUmNRAr s eu Alr.»o7nr mk_» -�| }ƒ M - � |! � ■ �'!. !| Of ! � ■;|| !| 2 { ||f| �■ | I k } �� � k ■ § �1 0 � � < �&�� _ �■ CL ■• c ■ ! | ��|| � �� 2 t Etf/ ! |■ � { tu r. ° � �!|� ■ 3:� �� | � ` D §k�� !| It . || a a O ■// I■!! `| §k ! ■B. !iI| | ; CL o/ ¢ |!■_ !«§! || t -] ||� �f � | �+ |$k� !■ TWDsnflRevised klAG& Page 22 W a • P S U'ww i In w �G O �w J7 ag �: lz Qo Li ❑ W �nw Lu W a> l fig liltfry E$ 1. a < g a ° 5 jai lus yy TTTT»ii Y "y1 5 u o � $ E h gN ��e St7F W El 6m m v q o ° E Fig ❑ TWDB-0551 Revised 2014/2/18 Page 23 Davis Bacon Poster, WH-1321 http://www.dol.,gov/whd/re s/g com lln •ance/posters/davis.htm EMPLOYEE RIGHTS UNDER THE DAVIS-BACON ACT FOR LABORERS AND MECHANICS EMPLOYED ON FEDERAL OR FEDERALLY ASSISTED CONSTRUCTION PROJECTS THE UNITED STATES DEPARTMENT OF LABOR WAGE AND HOUR DIVISION PREVAILING You must be paid not less than the wage rate listed in the Davis-Bacon WAGES Wage Decision posted with this Notice for the work you perform. OVERTIME You must be paid not less than one and one-half times your basic rate of pay for all hours worked over 40 in a work week.There are few exceptions. ENFORCEMENT Contract payments can be withheld to ensure workers receive wages and overtime pay due,and liquidated damages may apply if overtime pay requirements are not met.Davis-Bacon contract clauses allow contract termination and debarment of contractors from future federal contracts for up to three years.A contractor who falsifies certified payroll records or induces wage kickbacks may be subject to civil or criminal prosecution,fines and/or Imprisonment. APPRENTICES Apprentice rates apply only to apprentices property registered under approved Federal or State apprenticeship programs. PROPER PAY If you do not receive proper pay,or require further information on the applicable wages,contact the Contracting Officer listed below: or contact the U.S.Department of Labor's Wage and Hour Division. For additional information: MHO 1 -866-4-USWAGE(1-866-487-9243) TTY 1-877-889--5627 VMW.WAGEHOUR.DOL.GOV U.S.Department of Labor I Employment standards Administration I wage and Hour Division vnr tffi,nlw~AW XW" TWDB-0551 Revised 2014/2/18 Page 24 12. EQUAL EMPLOYMENT OPPORTUNITY AND AFFIRMATIVE ACTION This provision only applies to Clean Water State Revolving Fund Program projects and Drinking Water Financial Assistance Program projects which receive funds made directly available by Federal funding and the contract agreement is for more than $10,000. During the performance of this contract,the Contractor agrees as follows: (a) The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, age, handicap, or national origin. The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, age, handicap, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. (b) The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive considerations for employment without regard to race, color, religion, sex, age, handicap, or national origin. (c) The Contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the Contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (d) The Contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, the Age Discrimination in Employment Act of 1967,29 U.S.C.A. 621 (1985), Executive Order 12250 of November 2, 1980, the Rehabilitation Act of 1973, 29 U.S.C.A. 701 et seq. (1985), and of the rules, regulations, and relevant orders of the Secretary of Labor. (e) The Contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. (f) In the event of the Contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. T.rDB-0551 Revised 2014/2/18 Page 25 (g) The Contractor will include the portion of the sentence immediately preceding paragraph (a) and the provisions of paragraphs (a) through (g) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: PROVIDED, HOWEVER, That in the event a Contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency the Contractor may request the United States to enter into such litigation to protect the interest of the United States. (h) The Contractor will comply with Executive Order 11246 based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the Standard Federal Equal Employment Opportunity Construction Contract Specifications, as set forth in 41 CFR Part 60-4 and its efforts to meet the goals established for the geographical area where the Contract is to be performed. The hours of minority and female employment and training must be substantially uniform throughout the length of the Contract, and in each trade, and the Contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's goals shall be a violation of the Contract, the Executive Order, and the regulations in 41 CFR Part 60-4. The goals are expressed as percentages of the total hours of employment and training of minority and female utilization the Contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. Goals are published periodically in the Federal Register in notice form, and such notices may be obtained from any office of federal contract compliance programs office or from federal procurement contracting officers (512) 229-5835. The Contractor is expected to make substantially uniform progress toward its goal in each craft during the period specified. Whenever the Contractor, or any subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions of these specifications and the notice which contains the applicable goals set for minority and female participation and which is set forth in the solicitations from which this contract resulted. 13. ARCHEOLOGICAL DISCOVERIES AND CULTURAL RESOURCES No activity which may affect properties listed or properties eligible for listing in the National Register of Historic Places, or eligible for designation as a State Archeological Landmark is authorized until the Owner has complied with the provisions of the National Historic Preservation Act and the Antiquities Code of Texas. The Owner has previously coordinated with the appropriate agencies and impacts to known cultural or archeological deposits have been avoided or mitigated. However, the Contractor may encounter unanticipated cultural or archeological deposits during construction. If archeological sites or historic structures which may qualify for designation as a State Archeological Landmark according to the criteria in 13 TAC 41.6-41.10,or that may be eligible for listing on the National Register of Historic Places in accordance with 36 CFR Part 800,are discovered after construction operations are begun, the Contractor shall immediately cease operations in that particular area and notify the Owner, TWD$-0551 Revised 2014/2/18 Page 26 the TWDB, and the Texas Antiquities Committee, P.O. Box 12276, Capitol Station, Austin, Texas 78711- 2276. The Contractor shall take reasonable steps to protect and preserve the discoveries until they have been inspected by the Owner's representative and the TWDB. The Owner will promptly coordinate with the State Historic Preservation Officer and any other appropriate agencies to obtain any necessary approvals or permits to enable the work to continue. The Contractor shall not resume work in the area of the discovery until authorized to do so by the Owner. 14. ENDANGERED SPECIES No activity is authorized that is likely to jeopardize the continued existence of a threatened or endangered species as listed or proposed for listing under the Federal Endangered Species Act(ESA),and/or the State of Texas Parks and Wildlife Code on Endangered Species,or to destroy or adversely modify the habitat of such species. If a threatened or endangered species is encountered during construction, the Contractor shall immediately cease work in the area of the encounter and notify the Owner, who will immediately implement actions in accordance with the ESA and applicable State statutes. These actions shall include reporting the encounter to the TWDB,the U. S. Fish and Wildlife Service, and the Texas Parks and Wildlife Department, obtaining any necessary approvals or permits to enable the work to continue, or implement other mitigation actions. The Contractor shall not resume construction in the area of the encounter until authorized to do so by the Owner. 15. HAZARDOUS MATERIALS Materials utilized in the project shall be free of any hazardous materials, except as may be specifically provided for in the specifications. If the Contractor encounters existing material on sites owned or controlled by the Owner or in material sources that are suspected by visual observation or smell to contain hazardous materials,the Contractor shall immediately notify the Engineer and the Owner. The Owner will be responsible for the testing for and removal or disposition of hazardous materials on sites owned or controlled by the Owner. The Owner may suspend the work,wholly or in part during the testing, removal or disposition of hazardous materials on sites owned or controlled by the Owner. 16. PROJECT SIGN A project IDENTIFICATION SIGN will be provided to the contractor. The contractor shall erect the sign in a prominent location at the construction project site or along a major thoroughfare within the community as directed by the Owner. 17. OPERATION AND MAINTENANCE MANUALS AND TRAINING (a)The Contractor shall obtain installation,operation,and maintenance manuals from manufacturers and suppliers for equipment furnished under the contract. The Contractor shall submit three copies of each complete manual to the Engineer within 90 days after approval of shop drawings,product data, and samples, and not later than the date of shipment of each item of equipment to the project site or storage location. (b) The Owner shall require the Engineer to promptly review each manual submitted, noting necessary corrections and revisions. If the Engineer rejects the manual, the Contractor shall correct and resubmit the manual until it is acceptable to Engineer as being in conformance with design concept of project and for compliance with information given in the Contract Documents. Owner may assess Contractor a charge for reviews of same items in excess of three (3) times. Such procedure TWDB-0551 Revised 2014/2/18 Page 27 shall not be considered cause for delay. Acceptance of manuals by Engineer does not relieve Contractor of any requirements of terms of Contract. (c) The Contractor shall provide the services of trained, qualified technicians to check final equipment installation, to assist as required in placing same in operation, and to instruct operating personnel in the proper manner of performing routine operation and maintenance of the equipment. (d) Operations and maintenance manuals specified hereinafter are in addition to any operation, maintenance, or installation instructions required by the Contractor to install, test, and start-up the equipment. (e) Each manual to be bound in a folder and labeled to identify the contents and project to which it applies. The manual shall contain the following applicable items: (1)A listing of the manufacturer's identification, including order number, model, serial number, and location of parts and service centers. (2)A list of recommended stock of parts,including part number and quantity. (3)Complete replacement parts list. (4)Performance data and rating tables. (5)Specific instructions for installation, operation,adjustment,and maintenance. (6)Exploded view drawings for major equipment items. (7)Lubrication requirements. (8)Complete equipment wiring diagrams and control schematics with terminal identification. 18. AS-BUILT DIMENSIONS AND DRAWINGS (a) Contractor shall make appropriate daily measurements of facilities constructed and keep accurate records of location(horizontal and vertical)of all facilities. (b) Upon completion of each facility, the Contractor shall furnish Owner with one set of direct prints, marked with red pencil, to show as-built dimensions and locations of all work constructed. As a minimum,the final drawings shall include the following: (1)Horizontal and vertical locations of work. (2)Changes in equipment and dimensions due to substitutions. (3)"Nameplate"data on all installed equipment. (4)Deletions,additions,and changes to scope of work. (5)Any other changes made. TWDB-0551 Revised 2014/2/18 Page 28 Additional Forms: 1. Contractor's act of Assurance (ED-103) 2. Contractor's Resolution on Authorized Representative (ED-104) 3. Bidder's Certification (WRD-255) 4. Vendor Compliance with Reciprocity on Non-Resident Bidders (TWDB-0459) These forms are available on the TWDB website, http://www.twdb.state.tx.us/financial/instructions/ TWDB-0551 Revised Page 29 ED-103 Reviewed 3/11/2013 CONTRACTOR'S ACT OF ASSURANCE STATE OF TEXAS COUNTY OF BEFORE ME, , a Notary Public duly commissioned and qualified in and for the County of in the State of Texas came and appeared as represented by ,the corporations , who declares he/she is authorized to represent pursuant to provisions of a resolution adopted by said corporation on the day of , 20 (a duly certified copy of such resolution is attached to and is hereby made a part of this document). as the representative of , declares that assures the Texas Water Development Board that it will construct project at , Texas, in accordance with sound construction practice, all laws of the State of Texas, and the rules of the Texas Water Development Board. GIVEN UNDER MY HAND and seal of office this day of , 200 A.D. Printed Name My Commission expires TWDB-0551 Revised 2014/2/18 Page 30 W RD-255 01/2010 BIDDER'S CERTIFICATIONS Project Name: Oscar Renda Contracting Inc. Project Number: City No. 01303 Contract For: Big Fossil Creek Parallel Relief Sanitary Sewer M-402A, Phase 1 & Haltom Meter Station and Sewer Outfall, Phase 3 The following certifications must be completed by the bidder for each contract. A. EQUAL EMPLOYMENT OPPORTUNITY: (x) I have developed and have on file at my each establishment affirmative action programs pursuant to 41 CFR Part 60-2. (x) I have participated in previous contract(s)or subcontract(s)subject to the equal opportunity clause under Executive Orders 11246 and 11375. I have filed all reports due under the requirements contained in 41 CFR 60-1.7. ( ) I have not participated in previous contracts(s)subject to the equal opportunity clause under Executive Orders 11246 and 11375. ( ) I will obtain a similar certification from any proposed subcontractor(s),when appropriate. B. NONSEGREGATED FACILITIES (x) I certify that I do not and will not maintain any facilities provided for my employees in a segregated manner,or permit my employees to perform their services at any location under my control where segregated facilities are maintained;and that I will obtain a similar certification prior to the award of any federally assisted subcontract exceeding$10,000 which is not exempt from the equal opportunity clause as required by 41 CFR 60-1.8. I understand that a false statement on this certification may be grounds for rejection of this bid proposal or termination of the contract award. Janie Rodriguez,Assistant Corporate Secretary ed Name&Title of Bidder's Authorized Representative Si n ure of Bidder's Aut orized Representative Date car Renda Contracting Inc. 608 Henrietta Creek Road, Roanoke, TX 76262 Name&Address of Bidder TWDB-0551 Revised 2014/2/18 Page 31 TWDB-0459 Reviewed 3/11/2013 VENDOR COMPLIANCE WITH RECIPROCITY ON NON- RESIDENT BIDDERS Government Code 2252.002 provides that, in order to be awarded a contract as low bidder, a non- resident bidder must 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 non-resident bidder in order to obtain a comparable contract in the state in which the non-resident's principal place of business is located. A non-resident bidder is a contractor whose corporate offices or principal place of business is outside of the state of Texas.This requirement does not apply to a contract involving Federal funds. The appropriate blanks in Section A must be filled out by all out-of-state or non-resident bidders in order for your bid to meet specifications. The failure of out-of-state or non-resident contractors to do so will automatically disqualify that bidder. Resident bidders must check the blank in Section B. A. Non-resident vendors in (give state),our principal place of business,are required to be percent lower than resident bidders by state law. A copy of the statute is attached. Non-resident vendors in (give state),our principal place of business,are not required to underbid resident bidders. OOur principal place of business or corporate offices are in the State of Texas: Roanoke, TX BIDDER: Oscar Renda Contracting Inc. Company 608 Henrietta Creek Road, Roanoke,TX 76262 City State Zip Janie Rodriguez By: (please print) Sign 0i re Assistant Corporate Secretary Title: (please print) ��- THIS FORM MUST BE RETURNED WITH THE BID TWDB-0551 Revised 2014/2/18 Page 37 ED-104 Reviewed 3/11/2013 CONTRACTOR'S RESOLUTION ON AUTHORIZED REPRESENTATIVE Name or Names I hereby certify that it was RESOLVED by a quorum of the directors of the meeting Name of Corporation on the day of , 20_,that , , and be, and hereby is, authorized to act on behalf of , as its Name of Corporation representative, in all business transactions conducted in the State of Texas, and; That all above resolution was unanimously ratified by the Board of Directors at said meeting and that the resolution has not been rescinded or amended and is now in full forces and effect; and; In authentication of the adoption of this resolution, I subscribe my name and affix the seal of the corporation this day of , 20_. Secretary (seal) TWDB-0551 Revised 2014/2/18 Page 33 Taas %ter Development Board American Iron and Steel (AIS) Guidance for Clean Water & Drinking Water State Revolving Fund Projects TWDB-1106 Revised 3/25/2015 Page 1 Table of Contents Overview .............................................................................................................................................. 4 EffectiveDates .................................................................................................................................... 4 United States (U.S.)Environmental Protection Agency(EPA) Guidance .......................................... 5 CoveredIron and Steel Products ......................................................................................................... 5 Waivers ................................................................................................................................................ 6 WaiverProcess ........................................................................................................................... 7 Compliance ............................................................................................................................................... 7 TWDB Compliance Procedures ........................................................................................ 8 Recommendations and Best Management Practices ..................................................................... 9 Attachment 1: American Iron and Steel Requirement Guidance(March 20, 2014) ............................. 10 Attachment 2: Questions and Answers Part 1: Valves and Hydrants (May 30, 2014) ......................... 11 Attachment 3: Questions and Answers Part 2: Products, Projects and Process (September 10, 2014) ......................................................................................................... 12 Attachment 4: Questions and Answers Part 3: Plans and specifications dates, Refinancing and Coatings (March 16, 2015) .................................................................................. 13 Attachment 5: EPA Approved Waivers ................................................................................. 14 a. De Minimis waiver pursuant to Section 436 of P.L. 113-76, Consolidated Appropriations Act (CAA) (April 15, 2014) ............................................................................ 14 b. Nationwide Plans and Specs waiver pursuant to Section 436 of P.L. 113-76, Consolidated Appropriations Act(CAA) (April 15, 2014) ...................................................... 15 c. Short-Term National Product Waiver for Stainless Steel Nuts and Bolts used in Pipe Couplings, Restraints,Joints,Flanges, and Saddles(February 18, 2015) ........................ 16 d. National Product Waiver for Pig Iron and Direct Reduced Iron(February 18, 2015) ............... 17 Attachment 6: EPA Waiver Request .................................................................................................... 18 Information Checklist for Waiver Request .......................................................................... 18 EPA Checklist for Waiver Request .................................................................................................. 19 2 I _ J LJ r. Attachment 7: Construction Contract Language ....................................................................... 20 Attachment 8: Sample Certifications...................................................................................... 21 Final Manufacturer Certification ..................................................................................................... 22 StepCertification ................................................................................................................................... 23 Step Certification Letter .......................................................... ............. 23 ........................ StepCertification Log ................................................................................................. 24 DeMinimis Log ......................................................................................... Attachment 9: Monthly American Iron and Steel Certificate .......................................................... 26 3 Overview It is the intent of the Texas Water Development Board (TWDB)to ensure that applicants,consultants and contractors are provided with procedures and recommendations for implementation of the American Iron and Steel (AIS) provisions for the Clean and Drinking Water State Revolving Funds. These provisions are currently contained in Section 608 of the Federal Water Pollution Control Act for the Clean Water State Revolving Fund (CWSRF) and P.L. 113-235, Consolidated and Further Continuing Appropriations Act 2015, for the Drinking Water State Revolving Fund (DWSRF). The AIS provisions require CWSRF and DWSRF assistance recipients to use iron and steel products that are produced in the United States for projects for the construction, alteration, maintenance,or repair of a public water system or treatment works. Based on the statutory provisions, the effective date depends on the date the TWDB loan was closed and varies by program. Effective Dates CWSRF: 1. If the loan closed before January 17, 2014 Exempt from AIS 2. If the loan closed on January 17, 2014 through September 30, 2014: (a) If the Plans and Specifications were submitted to the TWDB prior to or on January 17, 2014 and approved by TWDB between January Exempt from AIS 17, 2014 and April 15, 2014 (b) If the Plans and Specifications were submitted to the TWDB prior to or on January 17, 2014 and approved by TWDB after April AIS applies 15, 2014 (c) If the Plans and Specifications were submitted to the TWDB after January 17, 2014 AIS applies 3. If the loan closed on or after October 1, 2014: (a) If the Plans and Specifications were approved by TWDB prior to Exempt from AIS June 10, 2014 (b) If the Plans and Specifications were approved by TWDB on or after June 10, 2014 AIS applies 4 DWSRF: 1. If the loan closed before January 17, 2014 Exempt from AIS 2. If the loan closed on January 17, 2014 through December 15, 2014: (a) If the Plans and Specifications were submitted to the TWDB prior to or on January 17, 2014 and approved by TWDB between January Exempt from AIS 17, 2014 and April 15, 2014 (b) If the Plans and Specifications were submitted to the TWDB prior to or on January 17, 2014 and approved by TWDB after April AIS applies 15, 2014 (c) If the Plans and Specifications were submitted to the TWDB after January 17, 2014 AIS applies 3. If the loan closed on or after December 16, 2014: (a) If the Plans and Specifications were approved by TWDB prior to December 16, 2014 Exempt from AIS (b) If the Plans and Specifications were approved by TWDB on or after December 16, 2014 AIS applies CWSRF and DWSRF Planning, Acquisition, and Design funded separately from the Construction Phase: If the original loan for the planning and/or design of a project closed prior to January 17, 2014, then the AIS provision would not apply to the construction phase of the same project. United States (U.S.) Environmental Protection Agency (EPA) Guidance EPA has provided guidance through the following resources: 1. American Iron and Steel Requirement Guidance(March 20, 2014) (Attachment 1) 2. Questions and Answers Part 1: Valves and Hydrants(May 30,2014) (Attachment 2) 3. Questions and Answers Part 2: Products,Projects and Process (September 10,2014) (Attachment 3) 4. Questions and Answers Part 3: Plans and specifications dates, Refinancing and Coatings (March 16,2015) (Attachment 4) 5. EPA's American Iron and Steel webpage-http://water.epa.gov/grants—ftmding/aisrequirement.cfin Please contact TWDB with any questions regarding applicability of AIS requirements. Covered Iron and Steel Products If the project receiving CWSRF or DWSRF funds must comply with the AIS requirements,then all 5 covered iron and steel products must be made in the United States, no matter whether the CWSRF or DWSRF was the source of funds used to purchase a particular covered iron and steel product. The entity may not use funds from non-State Revolving Fund sources, including the entity's own funds,to pay fora non-compliant iron or steel product used in the project. AIS requirements apply to the following products made primarily of iron or steel, permanently incorporated into the public water system or treatment works: • Lined or unlined pipes or fittings; • Manhole Covers; • Municipal Castings; • Hydrants; • Tanks; • Flanges; • Pipe clamps and restraints; • Valves; • Structural steel; • Reinforced precast concrete; and • Construction materials. Mechanical and electrical components, equipment, and systems are not considered iron and steel products, and are exempt from AIS requirements. Mechanical equipment is typically that which has motorized parts and/or is powered by a motor. Electrical equipment is typically any machine powered by electricity and includes components that are part of the electrical distribution system. TV at Vera. AIS provisions permit EPA to issue waivers for a case or category of cases where EPA finds (1) that applying these requirements would be inconsistent with the public interest; (2) iron and steel products are not produced in the United States in sufficient and reasonably available quantities and of a satisfactory quality; or(3) inclusion of iron and steel products produced in the United States will increase the cost of the overall project by more than 25 percent. EPA has granted nationwide waivers, which are attached hereto as Attachment 5: 1. De Minimis waiver pursuant to Section 436 of P.L. 113-76, Consolidated Appropriations Act (CAA) (April 15, 2014) The De Minimis waiver permits the use of products when they occur in de minimis incidental components to the project. Funds used for de minimis incidental components cumulatively may not exceed 5% of the total cost of the materials used in and incorporated into the project; the cost of an individual item may not exceed 1% of the total cost of materials used in and incorporated into the project. 6 2. Nationwide Plans and Specs waiver pursuant to Section 436 of P.L. 113-76, Consolidated Appropriations Act(CAA) (April 15, 2014) 3. Short-Term National Product Waiver for Stainless Steel Nuts and Bolts used in Pipe Couplings, Restraints, Joints, Flanges, and Saddles (February 18, 2015) 4. National Product Waiver for Pig Iron and Direct Reduced Iron (February 18, 2015) EPA's American Iron and Steel webpage includes any waivers issued since March 6, 2015 - http://water.epa. ov/grants f indin /ag isrequirement.cfm Waiver Process EPA has implemented a waiver application process to allow the State, on behalf of the applicant,to apply for waivers of the AIS requirement directly to EPA Headquarters. Only waiver requests received from the State will be considered. A waiver application may be submitted at any time during the project,however until a waiver is granted by EPA, the AIS requirement stands. In order to apply for a project waiver, the assistance recipient should email the request in the form of a Word document(.doc) to the TWDB project engineer. Proper and sufficient documentation must be provided by the assistance recipient. After receiving an application for waiver of the AIS requirements, EPA Headquarters will publish the request on its website for 15 days and receive informal comment. EPA Headquarters will then determine whether the application properly and adequately documents and justifies the statutory basis cited for the waiver—that it is quantitatively and qualitatively sufficient—and to determine whether or not to grant the waiver. EPA will notify TWDB that a waiver request has been approved or denied as soon as such a decision has been made. Approved waivers will be posted on the EPA website. The applicant should keep a copy of the signed waiver in their AIS Certification File. Compliance In order to ensure compliance with the AIS requirement, specific AIS contract language must be included in each contract, including the construction material purchase agreements. The applicant should be aware that AIS requirements will apply to the project through the TWDB commitment resolution. It is the applicant's responsibility to assure that all construction and purchase contracts are executed in compliance with AIS, and a record of all forms and certifications necessary to demonstrating compliance with AIS is maintained. To demonstrate compliance with AIS requirements either the final manufacturer that delivers the iron or steel product to the worksite, vendor, or contractor, may provide a certification asserting that all manufacturing processes occurred in the United States, or the applicant may use step certification process, similar to the Federal Highway Administration. The applicant is 7 also responsible for monitoring De Minimis Logs to ensure all iron and steel products listed on the log meet the requirements of the EPA's De Minims waiver. TWDB relies on self-certification by the applicant to document compliance with AIS, and requires the applicant to submit a Monthly American Iron and Steel Certificate of Compliance Submittal with each outlay report. Failure to submit the Monthly American Iron and Steel Certificate of Compliance could delay the release of funds. TWDB Compliance Procedures In order to be in compliance and satisfy TWDB's requirements for implementation of AIS requirements, entities will need to do the following: 1. The applicant shall prepare and submit any waiver request to the TWDB project engineer. TWDB will forward all requests to EPA. Any waiver to the AIS requirements must be issued by the EPA. A checklist detailing the types of information required for a waiver to be processed, and EPA's waiver determination checklist is attached as Attachment 6. 2. Applicants shall include the following language in the advertisement for bids for all construction contracts funded by the TWDB's DWSRF or CWSRF: For CWSRF, include -Any contract(s) awarded under this Invitation for Bids is/are subject to the American Iron and Steel (AIS) requirements of Section 608 of the Federal Water Pollution Control Act. " For DWSRF, include - "Any contract(s) awarded under this Invitation for Bids is/are subject to the American Iron and Steel (AIS) requirements of P.L. 113-235 Consolidated and Further Continuing Appropriations Act 2015. " 3. Applicants shall include the AIS requirements in all construction contracts, which are attached hereto as Attachment 7. 4. Applicants shall include the following language on the General Notes Plan Sheet(s). For CWSRF, include - "This project is subject to the American Iron and Steel (AIS) requirements of Section 608 of the Federal Water Pollution Control Act. All iron and steel products for construction, alteration, maintenance, or repairs incorporated in these plans must be produced in the United States" For DWSRF, include - "This project is subject to the American Iron and Steel (AIS) requirements of P.L. 113-235, Consolidated and Further Continuing Appropriations Act 2015. All iron and steel products for construction, alteration, maintenance, or repairs incorporated in 8 these plans must be produced in the United Slates" 5. The applicant must obtain certifications from the final manufacturer that delivers the iron and steel product to the worksite, vendor, or contractor asserting that all manufacturing processes occurred in the United States. 6. The prime construction contractor and applicant will be required to maintain a certification file, approved waivers, and De Minimis log that must be available for review by TWDB representatives. Sample Certification letters, step certification log, and De Minimis Log are included in Attachment S. 7. The applicant must submit a Monthly American Iron and Steel Certificate of Compliance Submittal with each outlay report, attached as Attachment 9. 8. The applicant will provide a letter of certification, after the completion of the construction contract and prior to issuance of a Certificate of Approval by the TWDB, stating the project was completed in compliance with the AIS requirements. Recommendations and Best Management Practices The following recommendations are not required but should be considered by the applicant in implementation of the AIS requirements: 1. AIS requirements should be addressed in the engineering feasibility study to determine availability of AIS products, and determine if any requests for waivers need to be initiated. 2. While a waiver application may be submitted at any time during the project, the applicant should consider EPA's review schedule (15 day comment period plus review time) when scheduling projects. It is not recommended to request a waiver after the advertisement for bids or start of construction unless absolutely necessary. 3. Develop procedures for maintaining a record of AIS documentation. 4. Distinguish separate bid items that must comply with AIS requirements on the Bid Form. 5. Consideration of AIS compliance documentation when developing the contractor submittal procedures for shop drawings, material lists, and manufacturer certifications, etc. 6. Discuss AIS requirements during pre-bid conference and pre-construction meetings, to address contractor's responsibilities, and availability of iron and steel products needed to complete the project. 9 Attachment 1 - American Iron and Steel Requirement Guidance (March 20, 2014) (Double click on the embedded Acrobat version below for a clear copy of the entire document) a1� T, UNITED STATES ENVIRONMENTAL PROTECTION AGENCY B � 'NASHINGTOV,D.0 20460 rye oatrs4�'�` HAR 2 0 204 ❑Fcl'E OF 6'A7FR h•1EMORArDUA•1 SUBJECT; Irnplemunl,iliun u1 American lrun and Stccl previsions ui-P.L. 113-76, Con�tlidated Approprie isms Aul,20144 1st r✓- FT2CIAA• {� Aridr>;w U.Snwyeas,llirector Ofl`icc of Naaawater Management(42011 Prtrt C.Grevatl. Diructur Of3icc of(iround Water and iinkirg Water(4601M) 11): W`Wcr Maanugcmcrit Division Dirwtm Regions 1 -x P.T.. 113-76,Consalidtucd Appropriations Art 2014(Act),includss an `Arrucricar:Trun and SLrrl(ATS)"requirement in section 436 that requires Clean Water State Revolving Loan Fund,CWSRF)and t)rinkhip'%Vater State Revolving T.oan Fund (0 NKF)assistance recipients tc use_eon and streel products that are produced in the United Statcs for projects for the construction,alteration;maintettarice,or repair of a public w•atzr system or treatment works if the project:s funded through an assistance HILFTMmrnt(rooted lic ginnin g.Tnntrstry 17,?0'4(miactmert of the Act).thnitigh the end ol-Federal Fimeal YcaT 2014. Soction 436 also sets foul:cumin ehcunawices to der which EPA may waive:hc ?►IS roquirci.cm. rt:rthcrnwm the Act spccifu:alh•cx¢mpts projects whtmY rniffiecring plans aml specifications++=approwcd by a Sla(r agency prior to January 17.2014. The appioach dmerihed lielrw explains how IYA will iriplenient the.AIN, requirement.TI:e first qection is in tie form of questions and answers that address the types of projects that must comply with the AIS requirement,the types of products co;-cmd by*c ATS rcquirmcct,and cornpliattca The second section is a step-by-step pmcens fm TequoWng waivors and the circt:mnanecs under which waivers may he granted. hww.AdImb(URQ-tcZ..'Owmveva W* RecVdDd'Retyc V b1r•K read w th lbartabla r 1 Raaad Fby on'CC%Pavmnturrer, Rrr-d*d Pafar 10 Attachment 2 - Questions and Answers Part 1: Valves and Hydrants (May 30, 2014) (Double click on the embedded Acrobat version below for a clear copy of the entire document) May 30,2014 Ameri Mn Iran A Stmt "-t of 2D14(Publit Law 113-76)O&A Part 1:Valves and Hydrants Q1: Does the AIS requirement of the Consoldated Appropriations Act of 2014 require minor, miarotna eons components wi in a covered valve or hydrant,such as nuts,bolts and washers,to be made is the US? Al: The definition of iron and steel products'that must either be domestically produced or subject to a water in order to mmply wiLth the AIS requirement of the Consolidated Appropriations Act of 2014 induces valves and hydrants. llnMe many other of the'iron and steel products'that are fisted it the del'iMmion,valves and hydrants are typidly precision mec han"products with multiple fitted, operating parts and comections. Valves and hydrants,unlike most of the other listed products,contain other moor components,such as small washers,nuts,and bolts that are of unknown origin but are added to the valve or hydrant during the mamffauttriig process_ For purposes of the 2014 AIS requirement,EPA considers only the sigtifiornt iron and steel comporvents of a covered valve or hydrant -the body,bonnet,shoe,stem,and wedge/dusc/gate/ball-to be within the definition of'son and steel products•'that must either be made domestically,or otherwise must comply with the AIS requirement- The minor components represent a very small percentage of the iron and steel in the hydrants and valves that are defined as won and steel products.' These minor connponam,which EPA has learned through our research are currently difficult to find domestically in sudfiderit quantity,such as minor units,bolts,and washers,are not required to be of U.&origin. QZ: Drs the atitstors/control systems attached to valves have to comply with the AS requirement,or jug the valve itself? A2: The AIS requirernernt of the Consolidated Appropriations Art of 2014 includes valves in its definition of"iron and steel products"that recipients must malice erxmih are either domestically made or subject to a waiver it order to comply with the AIS requirement. Actuators and control systems are not inducted in the definition- Orgy the valve itself is required to be either domestically produced or subject to a waiver in order to be compliant with the AIS m4cluiremernt. Absent a waiver,EPA considers valves and hydrards to be domestically produced if the signifro t ion and steel cornponents of a covered vale or hydrant-the body,bonnet,shoe,stem,and wedge/d Wgate/ball-if made of iron or steel,is produced it the U.S. See Q1 above for a discussion about minor components. The valves and actuators, while often purchased and shipped together,an=two unique products that are manuFactuaed separately and typically attached together during the fuel step of the process.. Valves are included it the definition of"ion and steel products•in the AIS requirenent. Actuators,whether manual,electric,hydraulic or pneunwtic,are not listed as an"iron and steel product'under the AIS requirement of the Consolidated Appropriations Act of 2014,nor am they eonselered construction materials_ Therefore,they do not need to be domestically produced in the U.S.in order to comply with the requirennent Q3: Are electric powered motor operated valves ezduded based on the valve being miftrixed equipment Cie.electrical equipment)? A3: No,electric powered motor operated valves are not enduded based an the valve being motorhed equipment. The,actuator,a motor that controls the valve,is considered a separate product,which is not loft 11 Attachment 3 - Questions and Answers Part 2: Products, Projects and Process (September 10, 2014) (Double click on the embedded Acrobat version below for a clear copy of the entire document) September 10,2014 American Iron&Steel(AJSJ Requirement of the fvnsoidaU d Appropriations Act of 2014 (Public Lary 113-IM q&A Part 2 PRODUCT QUESTIONS 1. O;Do all fasteners qualify for de minimis exemption' A: No. There is no broad exemption for fasteners from the American Iron and Steel (AIS) requirements_Significant fasteners used in SRF pn4e+ct3 are not subject to the de minims waiver for projects and must comply with the AIS requirements_Significant fasteners include fasteners produced to industry standards (e.g., ASTM standards) and/or project specificittions, special ordered or those of high value_When bulk purchase of unknown-crign fasteners that are of incidental use and small value are used on a project,they may tall under the national de minimis waiver for projects_The list of potential itehos could be varied,such as big•boxAmrdware-store-- variety screws,nrais,and staples-The key characteristics of the items that nnay qualify for the de minirnis waiver would be isms that are incidental to the project purpose(such as drywall spews) and not sipAc3nt in value or pun a (such as common nails or brads)_ See the following_ http_//water.epaAGv/grants funding/upload/Demininis-Waiver-0415-14_pdf. EPA also clarifies that minor components of two listed products—valves and hydrams—may not need to meet the AIS requirements if the minor components mnhpromcse a very small quantity of minor,low-cost fasteners that are of unknown orgprL See EPA's questions and answers on the subject atthe fodiowirhg htto_/Iv ater_ena_eavleranU f mdineluolnad/AJS-OandA-Bart-1_-ValueF and-Hydrants-final. 2. Cl; Does PCCP pipe have to be darnesdca0y produced? A: Yes.Pre-stressed concrete cylinder pipe(PCXP)or other s®hilar concrete cylinder pipes would be cuwq aMe to precast concrete whic3h is specifically listed in the ConsoTrdated Appropriations Act of 2014 as a product subject to the AIS requuernert't 3. Oi If the iron or steel is made from recycled metals will thhevendorfsupplier have to provide a certification docunwnt certifying that the recycled metals are domestically produced: A-No.Recycled source materials used in the production of iron and steel products do not have to come from the US_Iron or steel scrap,for ihsstance,are considered raw mute als that may come front anywhere.While certification is not required for the raw material,EPA does recnrnmend that additional final procming of iron and steed be certified to have occurred n thhe US. 4. 0,;Do,- I used far filtration system-%hf delivered to due construction site separately and then filed with filtration mew onsite,have to be domestically Wodrrr;ed? 12 Attachment 4 - Questions and Answers Part 3: Plans and specifications dates, Refinancing and Coatings (March 16, 2015) (Double click on the embedded Acrobat version below for a clear copy of the entire document) March 2015 American lmn A Steel Retirement far the Clean Water and Drinking Water State Revolving Funds QAA Part 3 For CWSRF and DWSRF On January 17,2014 Public Law 113-74 the M;nso Waged App Wdatinns Act, 2014,'wn enacted andinchided an American ban anclSodrequirementfinr the Ckwn*bkwandDrinking WaterState Revolving Fund programs through time end of}isnaf year2014. Unce then,theAlS requirement has continued for both programs,but through+different statutes,with a few images as descr&wd in the questions and answers provided below. For CWSRF On Aire 10,2014,the Water Resawres Reform and Devoekwment Act amended the Clem WaterActtb inchrdepemmu entrequtrementsfor the use ofAlS praducts in ClIKAFassistarivragreemenrL Section 608 of the CWA now contain requwernents for AIS that repeat those of the tbmabdated Appropri wows Act,2014.Ail CWSRF assistance agreements mustcomply with Section 60B of the CWA far impaernenta0ion of the permanent AS requirement For DWSRF On December 16,2014 the President signed Pubfc Low 113-235,the'Coasoidated and Further Continuing Appropriations Act,2015,'which provides fnool year 3015 Min—appropriations through September 30,2015-This Mw oorrrinues the requirement far the use qf ALS products in DWSW assistance agreements through September 30,2015_ CWSRF PROGRAM L Q:"The Water Resources Reform and Development Act amended the Clean Water Act to include permanent requirements far the use of AIS for CWSRF funded assistance agreements.Does the CWA mdude an exemption for plans and specifications approved pier to the emictrnent of the fegistatton similar to the exemption included in the Consolidated Appropriaoans Act(CAA) 2014? &Yes The VVRRDA amendment to the CWA,which'included AIS nequ-cements,included a similar exemption as the CAA 2014-For any CWSRF assistance agreement signed an or after October 1, 2014,if the plans and specifications were approved prior to June ill,2014(the enactment of WRRDA),then the project is eroanpt from AIS requirements-For assistance agreements sigened prior to October 1,2014,the previous dates m the CAA 2014 apply(see Mardi 2t],2014,AIS guidance "t)- f a project does nut require approved engineering plans and specifications,the bid advertisement date will count in Neu of the plans and specifications approval date farpupa ses of this exemption in Section 606 M. The fAlerwing table sunrnaraes AIS exemptions based an the plans and spedfications approval date far CWSRF funded projects- 3/16/2015 13 Attachment 5 —EPA Approved Waivers a. De Minimis waiver pursuant to Section 436 of P.L. 113-76, Consolidated Appropriations Act(CAA) (April 15, 2014) (Double click on the embedded Acrobat version below for a clear copy of the entire document). �sie�9T,1��6 t� UNITED STATES ENVIRONMENTAL PROTECTION AGENCY VVASHINGTON D.0 2-3460 1� rit ma�� C4 t K:k OF W,!.tR .DECISION MEMORANDLTNI SUBJECT•: 1)e Minimis Waiver of Section 436 of P.L. 113.76.Consolidated Apprepri.atiors Act(CAA).2014 FROM: Nancy K.Stoner Acting Assistant Administrao: The L'PA is hereby grunting a nationwide waiver pursuant to the"American Iron and Steel (:'US)"requirements o_P.L_113-76,Consolidated Appropriations Act,2014(Act),section 436 under the atchority of Section 436(0)(I)(public interest.waiver)for do matimis incidental components of eligible water intiasm=ure pmjccts. 'Phis action permits the use nfproducts when they occur in do mmimis incidcntal components of such projects funded by the Act that may otherwise be prohibited under section 436(x). Funds used for such d:minintis incidental wmponcnts cumultdively may comprise no more Than a total of 5 percent of the total wsi of the materials jsed in and incorporated nu)a project;the cost of an individual item may not exceed 1 percent of the total cost of the materials used In and lucorporsted into a project. P.T.. 113-76,Consolidated Appropriations Act,2014(AvL),inclruie s an Amer)ial Iron and Steel"(ATS)requirement in section 436 that requires Clean Water State Revotvitlg Loan Pund (LWSKF)and Dunking Wetcr Stat:Revolving Lain 1 und(1)WSKE)assistance recipients to use specific domestic iron and steel products that arc produced ire the United SWeb if the project is fiutded thror.gfr_an assistance agpocmant executed beginning January 17,2014 ;c AchncM of the Act).ti-yotigh thr.curl of Fi utml Yaw?014,UnICI-Y 111C Hetmey deferminux It n=mNary 10 Waive this rcquiranicat bu-%vd an findings yet forth in Section 436(b).'11w Act states,lithe requirements)skull no*.apply in anv case 0.categofy of cases in which the Administrator of rho EnvirurniLeutal Protection Agcacy. .fnds tha—(1)applying subsccticn(a)vvouid be inconsistent.with the public intetest"43 6(bX l). In implementing,section 436 of the Act.the EPA must ensure that the section's requircmcnts arc applied consistent with congressional intent in adopting this smtiun and in thr brtmdcr wnl.xl 01' the purposes.objectives,anal other pfawisions applicable to trojects funded under the SRF. Water infrastructure projects typienily contain a re:at_`v1y small number of high-rnst eumponents ineorperated into the pro•ea.In bid solicitations for a pmjact.thoso high-cost coutponcads aic gcucrally d.-scribed in detail via project specific techniaa.specifications.For nccsc major oonzponcnts,utility own=and their ctmlruulurs are goncrallg familiar with 111e conditions of availability, the potential uhrmalives fix each detailed.specification,the aFproxirnatc cost,and Lhr vounli y of manufacture of the available components. namt Marcos WtLI-*Ilp.,AVW 0Pa eve RaeyeleopecycLame•WnIC13 wr•%wacuEle O1['+heed t•ks cr luuti PUILUMLmer r*ocess 1>13+e"Me 4e:yded N1W 14 b. Nationwide Plans and Specs waiver pursuant to Section 436 of P.L. 113-76, Consolidated Appropriations Act(CAA) (April 15, 2014) (Double click on the embedded Acrobat version below for a clear copy of the entire document) UNITED STATES ENVIRONMENTAL PROTECTION AGENCY WASHINGTON, D.C. 2D46D 4i awC��L� oFncE orvwArcR DECIS10N N1 EM 0RANiliJ14 '41MILCT: Plans turd Spceificmiow Waiver ot'Section 436 of Y.L. 113.76.Cun.1A—A 4ilt:d Aop:upiialiunbAr;L(CAA), Old FKONI: Nwcy K.Sloncr i -� Acting AWst4nl Adrninistrttt r I The EPA ii h=by granting a nationwide waiver of the American lr;m nand Stacl requirement pursuant-Ai 5wtion 436(b)(1)(public interest wrtivcr).of the Cualhulidalt:d Appropriations Act (CAA),2014,for eligible PC0jCCtS .lent hurl crlginming plans and specifications submitted to an appropriate state agency pr-.or to and including Jaruary 17,2014,the date of enaetruml of the CAA,and approvec between and including January 17,2014,and tltc date of this waiver,uhcrc the swi;agency that approved such plans and specifications did su tztccr the norntzl mume of husNiness for that agcucy. 'this acti-m permits the use of nnn-dcrnestie irim And cioel products in such preject9 lintel by n('Iran or1)rinking Water Statc Rcvolving Fund that may otherwise be prohibited under section 436. If a project does not rcquirc appio4cd eughicering plans rand spcciticatious,the hid advcnimnicnt date will count in lieu of the plans utd specifications arpvivAl dale for purposes of this national waiver. The basis for the nulimwid::waiver is that due to the uncxrlyinty ahont whether an American iron and Steel requirement would he included in this year's tppropr6 ian,potential assistance recipic-its did not have the opportunity to plan for a possible Au=i=Iron and Stccl rcytinxncnt.Until detailed guidanim w2m issued,potootial assistance recipierau were unable to wlicit bids rrorn wnstruclion firm:with appropriate def;rdtions oCkcy tcnns contained in tie CAA language. Additionally.projects that submitted engineering plans and specifications nrior to and including January 17,21114,without knowledge of:he Aineriean Iron and Stecl requirement,and with tic anticipat.on that stwh plans would be quickly appaov€d,but such approval dill not owtrr until on cr after 3amixy 17,2014,would hr mcInined to redesigti elements of the project,invesligtile pat nriol domcst:c products,revise engineering dmvainas and bid speciftcat_ons,And resubmit a;ut:b plena:and spccificarions for approval thereby dclayingthc initiation of oonstructiori subsuintially.Those pt+ojmts which do not requL-e approved plans brut! spta;ificul:ons,but wen:bid prior tc the guidance being issue,also could be required to rebid the pmjeCt or submit change orders to comply with the new reytrirCrncrits,which would also,delay initiation o f t onslrucliun. 1 Irlernec�ddrns UkL}"eyi-NIMWA3aWa RmycladdUcyNaak•P4 rat wit.Vrgn+hly(ii rm"d I+V on UN PO5OCa95LWL4.Prnm Qlome t'ee Ne:ytlei Faper 15 c. Short-Term National Product Waiver for Stainless Steel Nuts and Bolts used in Pipe Couplings, Restraints, Joints, Flanges, and Saddles (February 18, 2015) (Double click on the embedded Acrobat version below for a clear copy of the entire document) y ,f� s UNITED BTATFA FNVIRnNMFNTAI PROTECTION AGENCY a ' WASHING10N C•,C 20400 FEB 18 2015 nrrlrr or'!. it A DECISION IMMOMNDU31 S1JRTP<'r; Short-Term National Product R'aivex fir Stainless Steel Nuts;and Tlaltx used in T"pe Cauplitipc.Restrain.%1-ainta,Flanges,and Saddles for State Revolving Fund 1't'olocts 17RONI: ! 'ennrlh J. Kcpvuis Deputy AssisUml,Administrator The 1-8,Envirunmcnlul Protc�lion 3gcn:y is harrby granling I:national nmduut wai+•er pursuant to the",American Irnn and Steal'provisions of the Clean Water Aa and Pubic Law 1.3.235,the"C:onsolidaed and Further Continuing Appropriations Act,X015."1 The waiver per-wits the usti of non-domcstically produced stainless steel nuts me bolts in bulling-lype pipe couplings,rmrurninly,urinu,Oauigeu and repair smldlrs ir-iron and steel pruduc:ts 1'ur projects- funded by ai Clem, eater oar Drinkiq,Water Saute Revolving Fund that amy otaerx•isa be prul-ibitul abwml.this wdivu. llus tiatiuiral puxluci waivci is sbalt tcuu,Applying to tic cov'crcd products if those products arc purchased up until one year afla•the witiver's signature date, The witivror is rareactivc and also applies to products punhawd bofor4 the sigtnuturc(laic, Giv--red products pun:hus+:d prior to the waiver's siKnalure date or within fie ana-year period may he used subsequent to Che waiver expiration da7a. C'ovcragc '1'hc specific product categories covcrcd by this w6yor include bolted cxpansion Joints,bOwd dismantling joi-tts,hutted pipe couplings,heaped pipe resLruinty,bulled l9pe flanpft,butted flange adapters,halted pipe repai-or service saddles,bolted mechanical joints, and pipe hangers and supports.Non-doinestic stain.ess steel nuts attc bolts pees}be incorporated into these specific products;ho xcvcr.all other iron and steel components in these produa irs unkxs wrhjcVl to a waver,rnuv Mill rnix1 Il-c Alti retluiremcnLti-Tn other wRtirds,ihi,waiver does not attempt the whole produvi.,or any of the main irur-or steel componesits such as the ring. skevc,body,lltmgc span or rnscltanical joint,front the A1S:ti qukcme;its just bcctursc stain)--" stce_nits and bolts are used.Any projcul than-mciVrs funds from the cwgRr or 1)WSRF%im:e the cnacCncnl of P.t•, 113-76,the"C'crosniiri vd Appmprindons Act,21714."is required:o coniply with lase A1S provisions, 1 Absem a waiver,all trcutmlos works and drinkag+►ester lac:ilil.m Ihut are conAmclat,an nhAv or in pint,will Nord+frrnn the CWI.ERF nr the DWSRF,mun vsc Asicrican wade iron end sooel EPA ii all owec under certain cixametrttwe�lt�pruvi•Je�+•a.+•r:s o f thi s rryu irernCrn, lrterrcl I•dlres:1Jgl, Mp,�w+.w.a.ia}�. rLeyeaMt'P�e,dr.bh 'nmrl',v IF•hy�laae GI eaoer.r A>�. ICC:P�.1.n e+-n+.r P•r air.t�11a+ .,rC yn 4ecy;kd�pFer 16 d. National Product Waiver for Pig Iron and Direct Reduced Iron(February 18, 2015) (Double click on the embedded Acrobat version below for a clear copy of the entire document) �RrA 9Tie� }� UNITED STATES ENVtROr+MAENTAI PROTECTION AGENCY " -NASHINGTCN,D C 20460 '♦e oat%ke FIE 18 �I AFB rt us w ti i�H DE IS1UN MLNIO A14DUM SUBJECT: National Pmcluct Waiver for Pig Eron and Direct Reduced Iron for State Revolving Fund Pmj.^cts � 40�' FKUNI: �etntieth J.Kopocns Deputy Assistant Administratcx The U.S.L'nviroauaental Protection Ag=cy is herctry granting a nutionnl product waiver pwsu>t t to the"Asnericaii Iron and Szecl"Itnivisivir.of the Clean Whirr Act and Public Law 113-235,the"Consolidatod and Further Cominuing Appropriations Act,2015,"forcertain intamediatr goods used in the manufacture of iron and steel products.'This waiver permits the use of pig iron and direct rcdttoed iron manufactured outside of the United States in domestic mmudsemring prnrr sues far iron ami steel products rrsed in projects funded by a Clean Water or Drinking Water State Rev rlving Fund that may otl•.crwise be prohibited absent this waiver. The waiver is retroactive and taus also applies to f-ie use of non-domestic pig iron and direct rcducad iron before the signature date. Hackgwnd Pig iron and direct reduced iron an intetmcdiate products of iron and steel manufacturing used as material feed.rourcei in icon and steel iimrArirs and glee]mills.Pig irnn is a product of iron ore smelting in a blast furnace.It is made Pram nmoltea iron,whccl has been cast in the shape of"pigs"as it c:orncr•frorn the blast fuma=,Direct reduced it-or ore is produced from iron one,pellets or fines,which are reduced in a solid state using natural gas.Hot briquetted iron,er HBI,is a compacted form of direct reduced iron with enhanced physical charactwristics for shipment and storage. Coverage:This waiver permits the tis;e of iron and steel products that wtire manufactured using non-domestic pig iron and direct recucod iron in projects that receive funds from either the CW SRF or DWSRF. Any project that received or will receive funds from the CWSRF or ItWSRF beginning with the cn3ctm-nt of Y.L. 113-76,the"Consolidated AppF0P iatinns Act, 2014,"may use this waiver for iron and+tecl that use these intermediate goods, Rationale. The AIS provisions require CWSRF and DWSR17 asgistancc recipients to use spcciF-e domestic inm and Ateael products that are produced in the United States if the protect is funded 'Abw.m a waver,all tmArrnenr wnrit;and dri"kine wv�r'ar.li!irx Thal are n"strscard,in whole or in per,with funds from the CWSRF or tk DWSRF,must use American made iron and steel. F.PA is allowed under eeruin circurnstwces to provide walvets of this requirwoent Ibxnm A02 r¢a NK-1l nIM prw/�epa pu rb.cres�roaueywbra !'+�w .++,y+eycuGta,tOaM61-1�x-"a"'AwFCan ma•Prteae.::hke o F. iw.0"w PaNK 17 Attachment 6: EPA Waiver Request Information Checklist for Waiver Request The purpose of this checklist is to help ensure that all appropriate and necessary information is submitted to EPA.EPA recommends that States review this checklist carefully and provide all appropriate information to EPA.This checklist is for informational purposes only and does not need to be included as part of a waiver application. Items Notes Rl General • Waiver request includes the following information: • Description of the foreign and domestic construction materials • Unit of measure • Quantity • Price • Time of delivery or availability • Location of the construction project • Name and address of the proposed supplier • A detailed justification for the use of foreign construction materials • Waiver request was submitted according to the instructions in the memorandum • Assistance recipient made a good faith effort to solicit bids for domestic iron and steel products,as demonstrated by language in requests for proposals, contracts,and communications with the prime contractor Cost Waiver Requests • Waiver request includes the following information: • Comparison of overall cost of project with domestic iron and steel products to overall cost of project with foreign iron and steel products • Relevant excerpts from the bid documents used by the contractors to complete the comparison • Supporting documentation indicating that the contractor made a reasonable survey of the market,such as a description of the process for identifying suppliers and a list of contacted suppliers Availability Waiver Requests • Waiver request includes the following supporting documentation necessary to demonstrate the availability,quantity,and/or quality of the materials for which the waiver is requested: • Supplier information or pricing information from a reasonable number of domestic suppliers indicating availability/delivery date for construction materials • Documentation of the assistance recipient's efforts to find available domestic sources,such as a description of the process for identifying suppliers and a list of contacted suppliers. • Project schedule • Relevant excerpts from project plans,specifications,and permits indicating the required quantity and quality of construction materials • Waiver request includes a statement from the prime contractor and/or supplier confirming the non-availability of the domestic construction materials for which the waiver is sought Has the State received other waiver requests for the materials described in this waiver request,for comparable projects? 18 EPA Checklist for Waiver Request Instructions:To be completed by EPA.Review all waiver requests using the questions in the checklist,and mark the appropriate box as Yes,No or N/A. Marks that fall inside the shaded boxes may be grounds for denying the waiver. If none of your review markings fall into a shaded box,the waiver is eligible for approval if it indicates that one or more of the following conditions applies to the domestic product for which the waiver is sought: I. The iron and/or steel products are not produced in the United States in sufficient and reasonably available quantities and of a satisfactory quality. 2. The inclusion of iron and/or steel prodLICtS produced in the United States will increase the cost of the overall project by more than 25 percent. Review Items Yes No N/A Notes Cost of Waiver Request • Does the waiver request include the following information? • Comparison of overall cost of project with domestic iron and steel products to overall cost of project with foreign iron and steel products • Relevant excerpts from the bid documents used by the contractors to complete the comparison • A sufficient number of bid documents or pricing information from domestic sources to constitute a reasonable survey of the market • Does the Total Domestic Project exceed the Total Foreign Project Cost by more than 25%? Availability Waiver Requests • Does the waiver request include supporting documentation sufficient to show the availability,quantity,and/or quality of the iron and/or steel product for which the waiver is requested? • Supplier information or other documentation indicating availability/delivery date for materials • Project schedule • Relevant excerpts from project plans,specifications,and permits indicating the required quantity and quality of materials • Does supporting documentation provide sufficient evidence that the • Contractors made a reasonable effort to locate domestic suppliers of materials,such as a description of the process for identifying suppliers and a list of contacted suppliers? • Based on the materials delivery/availability date indicated in the supporting documentation,will the materials be unavailable when they are needed according to the project schedule?(By item, list schedule date and domestic delivery quote date or other relevant information) Is EPA aware of any other evidence indicating the non-availability of the materials for which the waiver is requested? Examples include: • Multiple waiver requests for the materials described in this waiver request,for comparable projects in the same State • Multiple waiver requests for the materials described in this waiver request,for comparable projects in other States • Correspondence with construction trade associations indicating the non-availability of the materials • Are the available domestic materials indicated in the bid documents of inadequate quality compared those required by the project plans, specifications,and/or permits? 19 Attachment 7: Construction Contract Language The following language must be included in all construction and purchase contracts associated with a TWDB CWSRF or DWSRF loan: The Contractor acknowledges to and for the benefit of the Applicant('Purchaser")and the Texas Water Development Board (TWDB)that it understands the goods and services under this Agreement are being funded with monies made available by the Clean Water State Revolving Fund and/or Drinking Water State Revolving Fund that have statutory requirements commonly known as "American Iron and Steel;"that requires all of the iron and steel products used in the project to be produced in the United States (`American Iron and Steel Requirement") including iron and steel products provided by the Contactor pursuant to this Agreement. The Contractor hereby represents and warrants to and for the benefit of the Purchaser and the TWDB that (a) the Contractor has reviewed and understands the American Iron and Steel Requirement, (b) all of the iron and steel products used in the project will be and/or have been produced in the United States in a manner that complies with the American Iron and Steel Requirement, unless a waiver of the requirement is approved, and (c)the Contractor will provide any further verified information, certification or assurance of compliance with this paragraph, or information necessary to support a waiver of the American Iron and Steel Requirement, as may be requested by the Purchaser or the TWDB. Notwithstanding any other provision of this Agreement, any failure to comply with this paragraph by the Contractor shall permit the Purchaser to enforce this Agreement and recover as damages against the Contractor any loss, expense, or cost (including without limitation attorney's fees) incurred by the Purchaser resulting from any such failure (including without limitation any impairment or loss of funding, whether in whole or in part, from the TWDB or any damages owed to the TWDB by the Purchaser). While the Contractor has no direct contractual privity with the TWDB, as a lender to the Purchaser for the funding of its project, the Purchaser and the Contractor agree that the TWDB is a third-party beneficiary and neither this paragraph (nor any other provision of this Agreement necessary to give this paragraph force or effect) shall be amended or waived without the prior written consent of the TWDB. 20 Attachment 8: Sample Certifications AIS Certification must document the location of the manufacturing process involved with the production of steel and iron materials. Each handler (supplier, fabricator, manufacturer, processor, etc.) of the iron and steel products and their step in the process must be recorded and certified as domestically performed. The applicant may utilize either (1) a Final Manufacturer Certification process, in which the final manufacturer that delivers the iron or steel product to the worksite, vendor, or contractor, may provide a certification identifying all handlers of the iron or steel product, and asserting that all manufacturing processes occurred in the US; or (2) a Step Certification process in which each handler of the iron or steel product provides a separate certification letter certifying that their step in the process was domestically performed. 21 �_- �.�- r �� �'�_ �.. � � u! . � �.,.0 .�iRl_ � � 'j r'.ti_� i l_ - - - - , .. . _ _ �+. Final Manufacturer Certification The following information is provided as a sample letter of certification for AIS compliance. Documentation must be provided on company letterhead. The Final Manufacturer's Certification should list everyone who has handled the product, starting with the processor of the raw iron or steel through the contractor who installs the final product. Date Company Name Company Address City, State Zip Subject:American Iron and Steel Certification for Project(X XXY) I, (conTany representative), certify that the following products and/or materials shipped/provided to the subject project are in full compliance with the American Iron and Steel requirement as mandated in EPA's State Revolving Fund Programs. Item, Products and/or Materials: I. XT TT 2. ayx 3. XCS C Such process took place at the following location: Contractor: (Marne) (Item) (Process) Supplier: (Name) (Item) (Process) Manufacturer: (Name) (Item) (Process) Processor: (Name) (Item) (Process) If any of the above compliance statements change while providing material to this project we will immediately notift the prime contractor and the engineer. Signed by company representative 22 Step Certification A step certification is a process under which each handler(supplier, fabricator, manufacturer, processor, etc.) of the iron and steel products certifies that their step in the process was domestically performed. The Step Certification process requires you receive a separate letter from everyone who handles the product, starting with the processor of the raw iron or steel through the contractor who installs the final product. Step Certification Letter The following information is provided as a sample letter of step certification for AIS compliance. Documentation must be provided on company letterhead of each handler responsible for that process of the iron or steel product. Date Company Name Company Address City, State Zip Subject:American Iron and Steel Step Certification for Project(XXVXXXVXXk) I, (company representative), certify that the (melting, bending, coating, galvanizing, cutting, etc.)process for (manufacturing or fabricating) the following products and/or materials shipped or provided for the subjectproject is in full compliance with the American Iron and Steel requirement as mandated in EPA's State Revolving Fund Programs. Item, Products and/or Materials: 1. Xxxr 2. Xxxx 3. Xrxx Such process took place at the following location: Handler: (Name) (Item) (Process) If any of the above compliance statements change while providing material to this project we will immediately notify the prime contractor and the engineer. Signed by company representative 23 Step Certification Log The following information is provided as a sample log to keep track of step certification for AIS compliance. The TWDB makes no claims regarding the legality of the step certification log with respect to AIS compliance. American Iron and Steel Step Certification Log for (Iron or Steel Product) Contractor: (Name) (Item) (Process) Supplier: (Name) (Item) (Process) Manufacturer: (Name) (Item) (Process) Processor: (Name) (Item) (Process) 24 Attachment 9: Monthly American Iron and Steel Certificate Compliance Submittal by Owner (Sub-Recipient) TWDB Project No. Loan/Grant No. This executed certificate must be submitted with each Outlay report for iron and steel projects included within construction contracts. I, , of (Name) (Title) hereby certify that all iron and steel products and/or materials incorporated into the construction, alteration, maintenance, or repair of the subject project are in full compliance with the American Iron and Steel requirements of Section 608 of the Federal Water Pollution Control Act for the Clean Water State Revolving Fund or P.L. 113- 235, Consolidated and Further Continuing Appropriations Act 2015, for the Drinking Water State Revolving Fund, or comply with waivers granted by the U.S. Environmental Protection Agency. I understand that a false statement herein may subject me to penalties under federal and state laws relating to filing false statements and other relevant statutes. Signature Date 26 0 U 9 / / % m r 6 6 6 % 2 � R J . k E E E .§ o rA Q d / % s / § / U a m u 2 E E 0 k k \ U q g d f d d d n E \ \0 E E E § U U U k k k I61:� m a 2 7 � b o d ° d to 0 k § ° J u q 7 m A lu § / n § �q § 2 © q � \ } % 2 § > 2 2 y U Q 7 / 2 m 2 0 § ) o \ .In � / / / / [ cd § § 2 @ o ,R 22 eU '§ 0 o d Z;l tl t- @ a u �