Loading...
HomeMy WebLinkAboutContract 53962FORTWORTH PROJECT MANUAL 2�2D FOR w;tiTYo��nRTw°RT�t THE CONSTRUCTION OF CITY SECRETARY , 90-INCH (M-280) SANITARY SEWER REHABILITATION PROJECT Betsy Price Mayor City Project No. 01286 Chris Harder, P.E. Water Director Prepared for The City of Fort Worth Water Department January 2020 David Cooke City Manager CDIM smilith 146-zozu 801 Cherry Street, Unit 33, Smite 1 820 Fort Forth, 'Texas 76102 TBPF Firms No. F-3043 In Association with: OFFICOAL RECORD CITY SECRETARY FT. WORTH, TA; 000000-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page I of 3 SECTION 00 00 00 TABLE OF CONTENTS Division 00 - General Conditions 0005 10 Mayor and Council Communication 0005 15 Addenda 0011 13 Invitation to Bidders 0021 13 Instructions to Bidders 0035 13 Conflict of Interest Affidavit 00 41 00 Bid Form 00 42 43 Proposal Form Unit Price 0043 13 Bid Bond 00 43 37 Vendor Compliance to State Law Nonresident Bidder 0045 11 Bidders Prequalification's 0045 12 Prequalification Statement 0045 13 Bidder Prequalification Application 00 45 26 Contractor Compliance with Workers' Compensation Law 00 45 40 Minority Business Enterprise Goal 00 52 43 Agreement 0061 13 Performance Bond 0061 14 Payment Bond 0061 19 Maintenance Bond 00 61 25 Certificate of Insurance 00 72 00 General Conditions 00 73 00 Supplementary Conditions Texas Water Development Board Documents TWDB-0551 TWDB Supplemental Contract Conditions TWDB-0255 Bidder's Certifications (in back of TWDB-0S51)* TWDB-04S9 Vendor Compliance with Reciprocity on Non -Resident Bidders (in back of TWDB-0551)* ED-103 Contractor's Act of Assurance (in back of TWDB-0551) ED-104 Contractor's Resolution on Authorized Representative (in back of TWDB-0551) TWDB-1106 American Iron and Steel Guidance TWDB-1106-A AIS Monthly Report Form SRF-404 Debarment/Suspension Certification *Denoted items must be submitted with the bid documents. Division 01 - General Requirements 01 1100 Summary of Work 01 2500 Substitution Procedures 01 31 19 Preconstruction Meeting 01 31 20 Project Meetings 01 32 16 Construction Progress Schedule 01 3233 Preconstruction Video 01 3300 Submittals 01 35 13 Special Project Procedures 01 45 23 Testing and Inspection Services CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised February 2, 2016 000000-2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 3 01 5000 Temporary Facilities and Controls 01 5526 Street Use Permit and Modifications to Traffic Control 01 57 13 Storm Water Pollution Prevention Plan 01 58 13 Temporary Project Signage 01 60 00 Product Requirements 01 66 00 Product Storage and Handling Requirements 01 70 00 Mobilization and Remobilization 01 71 23 Construction Staking and Survey 01 71 23.16.01 Attachment "A" Survey Staking Standards 01 71 23.16.02 Attachment "B" Survey Data Collection Library (not included herein) 01 74 23 Cleaning 01 77 19 Closeout Requirements 01 78 39 Project Record Documents Division 02 - Existing Conditions 02 41 13 Selective Site Demolition 0241 14 Utility Removal/Abandonment 0241 15 Paving Removal Division 03 — Concrete 03 30 00 Cast -In -Place Concrete 0334 13 Controlled Low Strength Material (CLSM) 03 34 16 Concrete Base Material for Trench Repair 03 80 00 Modifications to Existing Concrete Structures 03 85 30 Concrete Repair and Rehab Division 05 — Metals 0505 10 Anchorages 0550 10 Miscellaneous Metal Fabrications Division 09 — Finishes 09 80 00 Concrete Protective Coatings Division 31 - Earthwork 31 1000 Site Clearing 31 25 00 Erosion and Sediment Control Division 32 - Exterior Improvements 3201 17 Permanent Asphalt Paving Repair 32 1123 Flexible Base Courses 32 11 29 Lime Treated Base Courses 32 11 33 Cement Treated Base Courses 3212 16 Asphalt Paving 32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps 32 16 13 Curb Gut and Valley Gut 3231 13 Chain Link Fence and Gates 3291 19 Topsoil Placement and Finishing of Parkways 3292 13 Hydro -Mulching, Seeding, and Sodding CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised February 2, 2016 000000-3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 3 Division 33 - Utilities 3301 30 Sewer and Manhole Testing 33 01 31 Closed Circuit Television (CCTV) Inspection 3303 10 Bypass Pumping of Existing Sewer Systems 33 04 50 Cleaning of Sewer Mains 3305 10 Utility Trench Excavation, Embedment, and Backfill 3305 13 Frame, Cover and Grade Rings 3305 17 Concrete Collars 33 05 26 Utility Markers/Locators 33 05 30 Location of Existing Utilities 3331 12 Cured in Place Pipe (CIPP) 3331 13 Fiberglass Reinforced Pipe for Gravity Sanitary Sewers 3331 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 3339 10 Cast -in -Place Concrete Manholes 33 39 20 Precast Concrete Manholes 33 39 60 Epoxy Liners for Sanitary Sewer Structures Division 34 - Transportation 3441 30 Aluminum Signs 3471 13 Traffic Control Appendix GC-4.01 ED-101 Site Certification GC-4.02 Subsurface and Physical Conditions GC-6.06.13 Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities GR-01 60 00 CFW Water Standard Products List TWDB Final Statement of Findings END OF SECTION CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised February 2, 2016 Cigar of Fort Worth, Texas Mayor and Council Communication DATE: Tuesday, May 5, 2020 LOG NAME: 60SSM280B901NP2B-SJL0UIS REFERENCE NO.: **M&C 20-0309 SUBJECT: Authorize Execution of a Contract with S.J. Louis Construction of Texas, Ltd., in the Amount of $5,591,888.00 for Sanitary Sewer Main M-280-B Rehabilitation Project Located in Gateway Park, Provide for Additional Project Costs for a Project Total in the Amount of $6,251,215.00 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 Water and Sewer Capital Projects Fund in the amount of $659,327.00, transferred from available funds within the Water and Sewer Fund; and 2. Authorize the execution of a contract with S.J. Louis Construction of Texas, Ltd. in the amount of $5,591,888.00 for Sanitary Sewer Main M-280-B Rehabilitation project located in Gateway Park (City Project No. C01286). DISCUSSION: This project will provide for the rehabilitation and replacement of a severely deteriorated 1,430 linear foot segment of sanitary sewer main M-280-B and related appurtenances located within Gateway Park. The project was advertised for bid on January 30, 2020 and February 6, 2020 in the Fort Worth Star - Telegram. On March 5, 2020, the following bids were received: Time of Bidder Amount Completion S.J. Louis Construction of Texas, 888.00 Calendar Ltd $5,591 �1465 Days Belt Construction, Inc. $5,999,926.00 Mountain Cascade of Texas, LLC $6,821,616.00 Most State Revolving Loans are granted for construction contracts only; as such, additional appropriations of $659,327.00 ($491,570.00 for construction staking, project management, material testing and inspection, and $167,757.00 for project contingencies) are needed from the Water and Sewer Fund. This project will have no impact on the Water Department's operating budget when completed. Construction is expected to start in July 2020 and be completed by October 2021. The project is part of the Water Department's Sanitary Sewer Overflow Initiative Program. Appropriations for Sanitary Sewer Main M-280-B Rehabilitation, are as depicted below: Fund xisting [Appropriations dditional [Appropriations Project Total* Water & Sewer Capital Projects $123,380.00 $659,327.00 $782,707.00 Fund 56002 IL Water/Sewer Bond 2016 Fund 56005 $750,000.00 $0.0011 $750,000.00 Sewer Capital Legacy Fund 59607 $1 852,243.00 $0.00 $1,852,243.00 Water & Sewer Bond 2017 Fund 56013 - $0.00 $5,591,888.00 $5,591,888.00 P00100 - CWSRF Series 2017 ProjectTotaE $2,725,623.00 $6,251,215.00 $8,976,838.00 *Numbers rounded for presentation purposes. M/WBE Office - S.J. Louis Construction of Texas, Ltd. is in compliance with the City's BDE Ordinance by committing to seven percent MBE participation on this project. The City's MBE goal on this project is seven percent. The project is located in COUNCIL DISTRICT 4. FISCAL INFORMATION 1 CERTIFICATION: The Director of Finance certifies upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in the Water & Sewer Capital Projects (W&S Capital Projects) Fund. Prior to an expenditure being incurred, the Water Department has the responsibility of verifying the availability of funds. FUND IDENTIFIERS (FIDs): TO undl Department ID FROM un Project ID Budget Reference # JAmou Year I (Chartfield 2) Fund Department ccoun Project Program �Budget T Reference # moun ID ID Year (Chartfield 2) CERTIFICATIONS: Submitted for City Manager's Office by_ Dana Burghdoff (8018) Originating Department Head: Chris Harder (5020) Additional Information Contact: Walter Norwood (5026) ATTACHMENTS 1. 60SSM280B90INP2B-SJLOUIS Compliance Memo.(CFW Internal) 2. 60SSM280B901NP2B-SJLOUIS Form 1295.pdf (CFW Internal) 3. 60SSM280B901NP2B-SJLOUIS SAM.pdf (CFW internal) 4. 60SSM280B901NP2B-SJL0UIS SAM2.pdf (CFW Internal) 5. 60SSM280B901NP2B-SJLOUIS 56002 A020(R1)Rev.docx (Public) 6. M & C Map - 60SSM280B90INP2B-SJLOUIS.pdf (Public) 7. SJ Louis funding availability.docx (CFW Internal) 8. SJLouis FID table.xlsx (CFW Internal) �I,IINI 1111mmmomml- m Iloilo I "D: V � T �* Z� m ID va c O S v Q °' a. '� Q4 fD rq �C, • . . • • . r . �. ri LAm '■■■■ ■■ D y. b dCD;, a a (pi • • r aIMMEMO■■■■ ■■■■■■■■■■ 11111111111= 1111111111111 vi s 00 OS 10 - 1 MAYOR AND COUNCIL COMMUNICATION (M&C) Page 1 of 1 SECTION 00 0510 MAYOR AND COUNCIL COMMUNICATION (M&C) END OF SECTION CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised July 1, 2011 City of Fort Worth 90-inch (M-280) Sanitary Sewer Rehabilitation City Project No. 01286 ADDENDUM NO. 1 February 12, 2020 AMY R. ROBINSON 90271 h. �1'ri 61, J ST E GA o" 621i712020 Bidders are hereby informed of the following changes to the contract documents for the project. Bids for the project will be received at 1:30 PM CST on Thursday, February 27, 2020. Bidders must acknowledge receipt of this Addendum below, and on Bid Form, PROJECT INFORMATION 1. Project construction budget cost is $4,000,000. 2. CCTV data of 90-inch M-280 sewer main and IBAK data for Riverside Box A is available upon request. Please contact Amy Robinson at robinsonar(R)cdmsmith.com or at (817) 916-2927 to receive a copy of the data. PROJECT SPECIFICATIONS 1. SPECIFICATION SECTION 09 80 00 CONCRETE PROTECTIVE COATINGS - COMPOSITES a. Revise page header to list correct Specification Section 09 80 00. b. Revise paragraph 1.3.D.3 as followed. "3. Post Installation: The following tests shall be performed after installation per manufacturer recommendations. All post installation testing shall be documented and submitted to City after completion of work. a. Visual surface for irregularities b. High voltage spark testing for pinhole/holiday free verification 1) Holiday detection test the liner per NACE SP0188 --- Discontinuity (Holiday) Testing of New Protective Coatings on Conductive Substrates. 2) Mark all detected holidays. 3) Repair all holidays in accordance to coating manufacturer's recommendations. 4) Document and attest all test results and repairs have been made and provide to the City using the attached sample structure/manhole reports. 5) For example, the typical testing requirements are 100 volts per mil to 12,500 volts to test 125 mils. Contractor shall mark any location that shows a spark or potential for a pinhole and repair these locations per manufacturer recommendations. c. Dolly adhesion pull -off for surface preparation/application/cure verification I ) Adhesion test the liner at a minimum of three locations (cone area, mid -section, and bottom of the structure). 2) For structures exceeding 6-feet add one additional test for every additional 6- feet. For example: for a 6-foot manhole - provide 3 tests; for a 6-foot, 1-inch manhole through I 1-foot, 11-inch manhole - provide 4 tests; for a 12-foot manhole - provide 5 tests; etc. 3) Tests shall be performed per ASTM D7234 — Standard Test Method for Pull -Off Adhesion Strength of Coatings on Concrete Using Portable Pull -Off Adhesion Testers. City of Fort Worth 1 of 4 City Project No. 01268 ADDENDUM NO. I February 12, 2020 a) The adhesive used to attach the dollies shall have a tensile strength greater that the liner. b) Failure of the dolly adhesive is deemed a non -test and requires retesting. c) 2/3rds of the pulls shall exceed 300 psi or concrete failure with more than 50% of the subsurface adhered to the coating. If over 1/3rd fail, additional tests may be required by the City. If additional tests fail, the City may require removal and replacement of the liner at the Contractor's expense. d. A bonded third -party testing company shall perform the testing, or the Contractor may perform tests if witnessed by representative of the coating manufacturer. Coating manufacturer representative shall provide certification that Contractor performed tests in accordance with specified standards." c. Add the following paragraphs to 3.3 FIELD QUALITY CONTROL. "D. Each structure will be visually inspected by the City the same day following the application. E. Groundwater infiltration of the system shall be zero. F. All pipe connections shall be open and clear. G. The City's inspector will check for deficiencies, pinholes, voids, cracks, uncured spots, delamination, and thin spots. Any deficiencies in the liner shall be marked and repaired according to the procedures outlined by the Manufacturer. H. If leaks are detected they shall be chipped back, plugged and coated immediately with protective coating. Repairs shall be made within 24 hours after Ieak detection. I. Post Installation Coating Tests 1. After liner installation, conduct post -CCTV in accordance with Section 33 01 31. Video camera shall be lowered from the top of the manhole to the invert, to video all lined surfaces, prior to beginning post -CCTV of the sewer main. Payment for this work is subsidiary to the cost for the post -CCTV of the sewer main. 2. Holiday Detection Testing shall be per 1.3.D.3.b. above. 3. Adhesion Testing shall be per 1.3.D.3.c. above. J. Non -Conforming Work 1. City reserves the right to require additional testing depending on the rate of failure. 2. City will select testing locations. 3. Repair all defects according to manufacturer's recommendations. K. Testing Frequency 1. Projects with 10 or les manholes and/or structures test all. 2. Projects with greater than 10 manholes and/or structures, test at least 10 and test 25 percent of manholes and/or structures after the first 10. 3. City will select the manholes and/or structures to be tested. L. Test manhole for final acceptance according to 33 0130. 2. SPECIFICATION SECTION 33 39 60 EPDXY LINERS FOR SANITARY SEWER STRUCTURES City of Fort Worth 2 of 4 City Project No. 01269 ADDENDUM NO. 1 February 12, 2020 a. Replace Specification in its entirety with attached Specification Section 33 39 60 LINERS FOR SANITARY SEWER STRUCTURES. PROJECT DRAWINGS 1, SHEET 6 OF 24 - CIVIL DEMOLITION PLAN AND PROFILE I a. Add the following note in the Construction Notes Section, SURVEY THE EXISTING WATER LINES AND METERS AT PARSHALL FLUME IDENTIFIED FOR REMOVAL WITH REPRESENTATIVES FROM THE CITY OF FORT WORTH AND OTHER TRADES PRIOR TO PERFORMING ANY DEMOLITION WORK. IDENTIFY ALL PIPING, VALVES AND APPURETENANCES TO BE REMOVED WITH TAGS OR PAINT. CUT AND PLUG PIPING AS NECESSARY TO COMPLETE WORK. 2. SHEET 22 OF 24 — RIVERSIDE BOX A MODIFICATIONS PLANS a. Under NOTES, replace items a. and b. under Note 1. With the following. "a. AT 72-INCH DIA PIPE: TYPE A FOR BI-DIRECTIONAL FLOW - FONTAIN SERIES 95, 86" LENGTH AND 4 %" WIDTH STOP LOG GUIDE FRAMES. QUANTITY OF STOP LOGS TO COVER UP TO 1-FT ABOVE TOP OF PIPE. b. AT 60-INCH DIA PIPES: TYPE C FOR ONE DIRECTION FLOW INTO STRUCTURE - FONTAIN SERIES 95, 86" LENGTH AND 4 %" WIDTH STOP LOG GUIDE FRAMES. QUANTITY OF STOP LOGS TO COVER UP TO 1-FT ABOVE TOP OF PIPE. C. AT 90-INCH DIA PIPE: TYPE C. FOR ONE DIRECTION FLOW OUT OF STRUCTURE — FOUNTAIN SERIES 95, 106" LENGTH AND 7" WIDE STOP LOG GUIDE FRAMES. QUANTITY OF STOP LOGS TO COVER UP TO i-FT ABOVE TOP OF PIPE." 3. SHEET 23 OF 24 — RIVERSIDE BOX A MODIFICAITON SECTIONS a. Revise protective coating call out under Section 2 as followed. "PROTECTIVE COATING PER SPEC 09 80 00 -- TYP @ ALL INTERIOR WALL, BEAMS, AND UPPER SLAB SURFACES" City of Fort Worth 3 of 4 City Project No. 01268 ADDENDUM NO. 1 February 12, 2020 ACCEPTANCE: The undersigned does hereby agree to the additional, stipulations, and terms outlined in Addendum No. 1 to the plans and specifications for the 90-inch (M-280) Sanitary Sewer Rehabilitation Project, C4y of Fort Worth Project No. 012.86. SCHEDULED BID DX TE: February 27, 2020 DATE ADDENDUM ISSUE February 12, 2020 RECEIPT ACIGNOW :EDGED: By' - 41— Title: 41ts -Pp"Ibr.4ar CompaBy:. S- 3'. t4X4 t.% to S4—Z* TK th. . Christopher Harder, P.E. Director, Water Department By: n� o°' It, Tony Sholola, P.E. Senior Capital Projects Officer Water Department City of Fort Worth 4 of 4 City Project No. 01268 ADDENDUM 0. 1 February 12, 2020 333960-1 LINERS FOR SANITARY SEWER STRUCTURES Page I of 12 SECTION 33 39 60 LINERS FOR SANITARY SEWER STRUCTURES PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Application of a high -build epoxy coating system (or modified polymer liner system, i.e. SpectraShieid) to concrete utility structures such as manholes, lift station wet wells, junction boxes or other concrete facilities that may need protection from corrosive materials. This covers rehabilitation of existing sanitary sewer structures and newly installed sanitary sewer structures. 2. For sanitary sewer mains 8-inch diameter and larger, use of a structural liner system, Warren Environmental System 301, ARC SIHB by A-W. Chesterton Company, is acceptable. 3. For sanitary sewer mains 8-inch diameter and smaller, and less than 6-feet in depth, use of a liner system, SpectraShield, is acceptable. B. Deviations from this City of Fort Worth Standard Specification l . CDM Smith additions in blue text. C. Related Specification Sections include but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 33 0130 — Sewer and Manhole Testing 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment Manholes a. Measurement 1) Measurement for this Item shall be per vertical foot of coating as measured from 2-inches below the bottom of the cover (not frame) to the top of the bench. This includes lining of the bench and invert, thru the use of flow control devices (i.e. temporary plugs, sand bags), to temporarily block flow. However, as a last resort and with prior written approval from Water Field Operations, if the flow can not be blocked temporarily, then the lining would stop 3-inches from the edge of the water in the pipe. This item covers the total vertical footage for the specific bid items of various manhole sizes (i.e. 4 foot diameter, 5 foot diameter, Specific Manhole Designs for lines larger than 36-inch, etc.) and specific types (Standard Manhole, Drop Manhole, Type "A" Manhole, Shallow Manhole, including additional depth beyond 6 foot). b. Payment CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised February 4, 2020 333960-2 LINERS FOR SANITARY SEWER STRUCTURES Page 2 of 12 1) The work performed, and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per vertical foot of "Manhole Liner" applied. c. The price bid shall include: 1) Removal of roots 2) Removal of existing coatings 3) Eliminating any leaks 4) Removal of steps 5) Repair/seal connection of the existing frame to chimney 6) Repairs of any cracks in the existing structure chimney, corbel (cone), wall, bench, including any replacement of damaged rebar, pipe 7) Surface cleaning 8) Furnishing and installing Liner as specified by the Drawings 9) Hauling 10) Disposal of excess material 11) Site Clean-up 12) Manhole and Invert Cleaning 13) Testing 14) Re -Testing Non -Manhole Structures a. Measurement 1) Measurement for this Item shall be per square foot of area where the coating is applied. b. Payment 1) The work performed, and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per square foot of "Structure Liner" applied, c. The price bid shall include: 1) Removal of roots 2) Removal of existing coatings 3) Eliminating any leaks 4) Removal of steps 5) Repair/seal connection of the existing frame to chimney 6) Repairs of any cracks in the existing structure chimney, corbel (cone), wall, bench, including any replacement of damaged rebar, pipe 7) Surface cleaning 8) Furnishing and installing Liner as specified by the Drawings 9) Hauling 10) Disposal of excess material 11) Site Clean-up 12) Manhole and Invert Cleaning 13) Testing 14) Re -Testing Reinforced Concrete Pipe (RCP) a. Measurement 1) Measurement for this Item shall be per square foot of area where the coating is applied. b. Payment CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised February 4, 2020 333960-3 LINERS FOR SANITARY SEWER STRUCTURES Page 3 of 12 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per square foot of "Epoxy Liner for 90" RCP" applied. c. The price bid shall include: l ) Furnishing and installing Liner as specified by the Drawings 2) Hauling 3) Disposal of excess material 4) Clean-up 5) Cleaning 6) Testing 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM International (ASTM): a. D543, Standard Practices for Evaluating the Resistance of Plastics to Chemical Reagents. b. D638, Standard Test Method for Tensile Properties of Plastics. c. D695, Standard Test Method for Compressive Properties of Rigid Plastics. d. D790, Standard Test Methods for Flexural Properties of Unreinforced and Reinforced Plastics and Electrical Insulating Materials. c. D4060, Standard Test Method for Abrasion Resistance of Organic Coatings by the Taber Abraser. f. D4414, Standard Practice for Measurement of Wet Film Thickness by Notch Gages. g. D7234, Stand Test Method for Pull -Off Adhesion strength of Coatings on Concrete Using Portable Pull -Off Adhesion Testers. 3. Environmental Protection Agency (EPA). 4. NACE International (NACE). Published standards from the National Association of Corrosion Engineers 5. Occupational Safety and Health Administration (OSHA). Employ a trench safety system in accordance with Section 6. Resource Conservation and Recovery Act, (RCRA). 7. The Society for Protective Coatings/NACE International (SSPC/NACE): a. SP 13/NACE No. 6, Surface Preparation of Concrete. This includes monitoring for hydrogen sulfide, methane, or low oxygen. Also includes flow control equipment. Surface preparation equipment may include high pressure water cleaning (3500 psi) and shall be suited to provide a surface compatible for installation of the liner system. Surface preparation shall produce a clean, abraded, and sound surface, with no evidence of loose concrete, loose brick, loose mortar, oil, grease, rust, scale, other contaminants or debris, and shall display a surface profile suitable for application of the liner system. b. SP0188, Discontinuity (Holiday) Testing of New Protective Coatings on Conductive Substrates CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised February 4, 2020 333960-4 LINERS FOR SANITARY SEWER STRUCTURES Page 4 of 12 1.4 ADMINISTRATIVE REQUIREMENTS [NOT ]USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS A. Product Data 1. Technical data sheet on each product used 2. Material Safety Data Sheet (MSDS) for each product used 3. Copies of independent testing performed on the coating product indicating the product meets the requirements as specified herein 4. Technical data sheet and project specific data for repair materials to be top coated with the coating product including application, cure time and surface preparation procedures 5. Material and method for -repair of leaks or cracks in the structure. This applies to repair work on both existing structures, manholes and new installed manholes (including Developer projects) that have been identified with cracks, voids, signs of infiltration, other structural defects or other related construction damage. B. Contractor Data 1. Current documentation from coating product manufacturer certifying Contractor's training (and/or licensed) as an approved installer and equipment complies with the Quality Assurance requirements specified herein 2. 5 recent references of Contractor indicating successful application of coating product(s) of the same material type as specified herein, applied by spray application within the municipal wastewater environment. References shall include at least the following: owner name, City inspector name and phone number, project name/number, size and linear footage of sanitary sewer main, manhole diameter, structure dimensions and number of each, square feet (or vertical feet) of product installed, contract cost, and contract duration. Contractor must demonstrate a successful history of installing the product in structures of similar size and scope and update this each time the contractor applies for and renews its Prequalification for the Water Department. 3. For Developer Projects — at the time of Contractor selection, the Prequalification Statement, Section 00 45 12 shall be submitted to the City, clearly indicating the contractor prequalified for installation of structure/manhole liner. No other bid submittals shall be accepted that include lining contractors whose prequalificafion term has expired or is not on the active contractor list at the time of Contractor selection. If the submitted forms for this project not acceptable, the City will refer to the current active contractor prequlalibcation list, and the Contractor shall select the appropriate manhole lining subcontractor based on the project scope of work. The Contractor shall then provide the revised Prequalification Statement Section 00 45 12 for review and acceptance. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 01286 Revised February 4, 2020 333960-5 LINERS FOR SANITARY SEWER STRUCTURES Pa8c 5 of 12 4. This Specification (along with the CCTV Specification) and the associated submittals including the work plan, QA/QC, testing, closeout documents, etc. shall be discussed as part of the Pre -Construction Agenda for each project (Developer projects included). 5. For any project, Developer projects included - If the Contractor proceeds with application of an unapproved lining product and/or using an unqualified subcontractor for lining, the City shall recommend either repair and/or removal of any defective lining material and have the Contractor select an approved subcontractor that can apply the approved lining materials. This work shall be at no additional cost to the City. 6. Schedule and Sequence of Construction — Considering this is a specialized installation performed by only certified applicators, the schedule for this work has a lead time that shall he included in the Contractor's schedule. If the Contractor does not provide written notification and/or fails to schedule the subcontractor in advance, the City shall not be responsible for any additional costs and/or delays caused by the Contractor. Contractor shall provide the updated construction schedule and work plan (including manhole preparation, repairs, lining, testing, etc.) in accordance with Section 0132 16 at least 1 week prior to start of lining activities to the City Inspector, City Project Manager, Water Field Operations, and Water Capital Projects. Equipment shall be on - site and in working order for the testing. If the Contractor is unable to have equipment ready for testing, the test date shall be rescheduled accordingly with the Inspector. The updated construction schedule shall clearly indicate all related construction activities at the manholes before and after lining. All paving activities, including any final grade adjustments for manholes outside pavement, shall be completed before Contractor begins lining work. After liner installation, Contractor shall wait a minimum of 48 hours to allow the liner material to fully cure before returning the system to normal service. CCTV per Section 33 0131 shall be scheduled after the lining has been completed to document and confirm the manholes have been lined. 1.7 CLOSEOUT SUBMITTALS A. Testing Documentation Provide test results required in Section 2.4 and Section 3.7 to City. a. Include the following manhole or structure location information: 1) Existing sanitary sewer main/lateral number. For Developer Projects, provide proposed sanitary sewer line number as designated on the plans and provide the existing sanitary sewer mainllateral number at connection to the existing manhole (if applicable). 2) Station number 3) GIS ID number (if provided during construction). b. Inspection report of each manhole/structure tested (See attached sample reports to be used for Wet Film Thickness, Manhole Holiday/Spark Detection, and Manhole Adhesion Test). 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised February 4, 2020 333960-6 LINERS FOR SANITARY SEWER STRUCTURES Page 6 of 12 Contractor a. Be trained by, or have training approved and certified by, the coating product manufacturer for the handling, mixing, application and inspection of the coating product(s) to be used as specified herein b. Initiate and enforce quality control procedures consistent with the coating product(s) manufacturer recommendations and applicable NACE or SSPC standards as referenced herein 1.10 DELIVERY, STORAGE, AND HANDLING A. Keep materials dry, protected from weather and stored under cover. B. Store coating materials between 50 degrees F and 90 degrees F. C. Do not store near flame, heat or strong oxidants. D. Handle coating materials according to their material safety data sheets. 1.11 FIELD [SITE] CONDITIONS A. Provide confined space entry, flow diversion and/or bypass plans as necessary to perform the specified work. Active flows shall be diverted with flow through plugs as required to ensure that flow is maintained off the surfaces to be lined. 1.12 WARRANTY A. Contractor Warranty 1. Contractor's Warranty shall be in accordance with Division 0. PART2- PRODUCTS 2.1 OWNER -FURNISHED loR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS A. Repair and Resurfacing Products 1. Compatible with the specified coating product(s) in order to bond effectively, thus forming a composite system 2. Used and applied in accordance with the manufacturer's recommendations 3. The repair and resurfacing products must meet the following: a. 100 percent solids, solvent -free epoxy grout specifically formulated for epoxy topcoating compatibility b. Factory blended, rapid setting, high early strength, fiber reinforced, non -shrink repair mortar that can be toweled or pneumatically spray applied and specifically formulated to be suitable for topcoating with the specified coating product used B. Coating Product 1. Capable of being installed and curing properly within a manhole or concrete utility environment 2. Resistant to all forms of chemical or bacteriological attack found in municipal sanitary sewer systems; and, capable of adhering to typical manhole structure substrates CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised February 4, 2020 333960-7 LINERS FOR SANITARY SEWER STRUCTURES Page 7 of 12 3. The 100 percent solids, solvent -free ultra high -build epoxy system shall exhibit the following characteristics: a. Application Temperature — 50 degrees F, minimum b. Thickness — 125 mils minimum for newly installed structures; 250 mils minimum for rehabilitation of existing structures (Warren Environmental System. 301, ARC S1HB by A.W. Chesterton Company) c. Color — White, Light Blue, or Beige d. Compressive Strength (per ASTM D695) — 8,800 psi minimum e. Tensile Strength (per ASTM D638) — 7,500 psi minimum f. Hardness, Shore D (per ASTM D4541) — 70 minimum g. Abrasion Resistance (per ASTM D4060 CS 17F Wheel) — 80 mg loss maximum h. Flexural Modulus (per ASTM D790) — 400,000 psi minimum i. Flexural Strength (per ASTM D790) — 12,000 psi minimum j. Adhesion to Concrete, mode of failure (ASTM D4541): Substrate (concrete) failure k. Chemical Resistance (per ASTM D543/G20) all types of service for: 1) Municipal sanitary sewer environment 2) Sulfuric acid, 70 percent 3) Sodium hydroxide, 20 percent 4. Or, The multi -layer modified polyurea and polyurethane shall exhibit the following characteristics: a. Application Temperature — 50 degrees F, minimum b. Thickness — 500 mils minimum (SpectraShield) c. Moisture Barrier and Final Corrosion Barrier 1) Color — Pink 2) Tensile Strength (per ASTM D412) — 2550 psi minimum 3) Hardness, Shore D (per ASTM D2240) — 56 minimum 4) Abrasion Resistance (per ASTM D4060) — 20 mg loss maximum 5) Percent Elongation (per ASTM D412) — 269 d. Surfacer 1) Compressive Strength (per ASTM D1621) — 100 psi minimum 2) Density (per ASTM D 1622) — 51bs/cu ft minimum 3) Shear Strength (per ASTM C273) -- 230 psi minimum 4) Closed Cell Content (per ASTM D 1940) — >95% C. Coating Application Equipment I . Manufacturer approved heated plural component spray equipment 2. Hard to reach areas, primer application and touch-up may be performed using hand tools. 3. Applicator shall use approved specialty equipment that is adequate in size, capacity, and number sufficient to accomplish the work in a timely manner. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL A. Coating Thickness Testing 1. Film Thickness Testing for epoxy systems CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised February 4, 2020 333960-8 LINERS FOR SANITARY SEWER STRUCTURES Page 8 of 12 a. Take wet film thickness gauge measurements per ASTM D4414 — Standard Practice for Measurement of Wet Film Thickness by Notch Gages at 3 locations within the manhole, 2 spaced equally apart along the wall and 1 on the bench. 1) Document and attest measurements and provide to the City. Thickness Testing for modified polymer liner system a. Upon installation of the Final Corrosion Barrier insert probe into substrate for depth of system measurement at 3 locations within the manhole, 2 spaced equally apart along the wall and 1 on the bench. 3. Document all testing results and provide to the City. B. Non -Conforming Work 1. City reserves the right to require additional testing depending on the rate of failure. 2. City will select testing locations. C. Testing Frequency 1. Projects with 10 or less manholes and/or structures test all. 2. Projects with greater than 10 manholes and/or structures, test at least 10 and test 25 percent of manholes and/or structures after the first 10. 3. City will select the manholes and/or structures to be tested. PART 3 - EXECUTION 3.1 INSTALLERS A. All installers shall be certified applicators approved by the manufacturers. Applicator shall use adequate number of skilled workmen that have been trained and experienced for the approved product. 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. Manhole Preparation I . Stop active flows via damming, plugging or diverting as required to ensure all liquids are maintained below or away from the surfaces to be coated. 2. Maintain temperature of the surface to be coated between 40 and 120 degrees F. 3. Shield specified surfaces to avoid exposure of direct sunlight or other intense heat source. a. Where varying surface temperatures do exist, coating installation should be scheduled when the temperature is falling versus rising. B. Surface Preparation 1. Remove oils, roots, grease, incompatible existing coatings, waxes, form release, curing compounds, efflorescence, sealers, salts or other contaminants which may affect the performance and adhesion of the coating to the substrate. Remove any steps found in the structure. 2. Remove concrete and/or mortar damaged by corrosion, chemical attack or other means of degradation so that only sound substrate remains. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised February 4, 2020 333960-9 LINERS FOR SANITARY SEWER STRUCTURES Page 9 of 12 3. Surface preparation method, or combination of methods, that may be used include high pressure water cleaning, high pressure water jetting, abrasive blasting, shotblasting, grinding, scarifying, detergent water cleaning, hot water blasting and others as described in SSPC SP 13/NACE No. 6. 4. All methods used shall be performed in a manner that provides a uniform, sound, clean, neutralized, surface suitable for the specified coating product. 5. After completion of surface preparation, inspect for leaks, cracks, holes, exposed rebar, ring and cover condition, invert condition, and inlet/outlet pipe condition. 6. After defects in the structure have been identified, seal cracks, repair exposed rebar with new rebar to match existing, repair leaks and cracks with grout or other methods approved by the Manufacturer. All new rebar shall be embedded in 1 %a inch epoxy mastic. Replace/seal connection between existing frame and chimney if it is found loose or not attached. 7. The repair materials shall be trowel or spray applied by the lining Contractor utilizing proper equipment on to specified surfaces. The equipment shall be specially designed to accurately ratio and apply the specified materials and shall be regularly maintained and in proper working order. The repair mortar and epoxy topcoat must share the same epoxy matrix to ensure a bonded weld. No cementitious repair material, quick setting high strength concrete with latex or curing agent additives, or quick set mortars will be allowed. Proper surface preparation procedures must be followed to ensure adequate bond strength to any surface to be coated. New cement cure time is at least 30 days prior to coating. The repair materials as specified in this Section shall apply to both existing structures and new installed structures. This includes Developer projects, in which new installed structures/manholes have been identified with either cracks, voids, signs of infiltration, other structural defects or other related construction damage. 3.4 INSTALLATION A. General 1. Perform coating after the sewer line replacement/repairs, grade adjustments and grouting are complete. 2. Perform application procedures per recommendations of the coating product manufacturer, including environmental controls, product handling, mixing and application. B. Temperature 1. Only perform application if surface temperature is between 40 and 120 degrees F. 2. Make no application if freezing is expected to occur inside the manhole within 24 hours after application. C. Coating 1. Spray apply per manufacturer's recommendation at a minimum film thickness as noted in Section 2.2.13. 2. Apply coating from bottom of manhole frame to the bench/trough, including the bench/trough. 3. After walls are coated, remove bench covers and spray bench/trough to at least the same thickness as the walls. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised February 4, 2020 333960-10 LINERS FOR SANITARY SEWER STRUCTURES Page 10 of 12 4. Apply any topcoat or additional coats within the product's recoat window. a. Additional surface preparation is required if the recoat window is exceeded. 5. Allow a minimum of 3 hours of cure time or be set hard to touch before reactivating flow. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. Each structure will be visually inspected by the City the same day following the application. B. Groundwater infiltration of the system shall be zero. C. All pipe connections shall be open and clear. D. The City's inspector will check for deficiencies, pinholes, voids, cracks, uncured spots, delamination, and thin spots. Any deficiencies in the liner shall be marked and repaired according to the procedures outlined by the Manufacturer. E. If leaks are detected they shall be chipped back, plugged and coated immediately with protective epoxy resin coating. Repairs shall be made within 24 hours after leak detection. F. Post Installation Coating Tests 1. After liner installation, conduct post -CCTV in accordance with Section 33 01 31. Video camera shall be lowered from the top of the manhole to the invert, to video all lined surfaces, prior to beginning post -CCTV of the main. Payment for this work is subsidiary to the cost for the post -CCTV of the main. 2. Holiday Detection Testing a. Holiday Detection test the liner per NACE SP0188 —Discontinuity (Holiday) Testing of New Protective Coatings on Conductive Substrates. b. Mark all detected holidays. c. Repair all holidays in accordance to coating manufacturer's recommendations. d. Document and attest all test results repairs made and provide to the City (see attached sample structure/manhole report). e. For example, the typical testing requirements are 100 volts per mil to 12,500 volts to test 125 mils. Contractor shall mark any location that shows a spark or potential for a pinhole and repair these locations per manufacturer recommendations. 3. Adhesion Testing a. Adhesion test the liner at a minimum of three locations (cone area, mid -section, and bottom of the structure). For structures exceeding 6-feet add one additional test for every additional 6-feet. For example: for a 6-foot manhole — provide 3 tests. For a 6-foot, 1-inch manhole thru 11-foot, 1 I -inch manhole — provide 4 tests, for a 12-foot manhole — 5 tests. Etc. b. Tests shall be performed per ASTM D7234 — Standard Test Method for Pull - Off Adhesion Strength of Coatings on Concrete Using Portable Pull -Off Adhesion Testers. 1) The adhesive used to attach the dollies shall have a tensile strength greater that the liner. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised February 4, 2020 33 39 60 - 11 LINERS FOR SANITARY SEWER STRUCTURES Page 11 of 12 2) Failure of the dolly adhesive is deemed a non -test and requires retesting. 3) 2/3rds of the pulls shall exceed 300 psi or concrete failure with more than 50% of the subsurface adhered to the coating. If over 1/3rd fail, additional tests may be required by the City. If additional tests fail the City may require removal and replacement of the liner at the Contractor's expense. A bonded third -party testing company shall perform the testing, or Contractor may perform tests if witnessed by representative of the coating manufacturer. Coating manufacturer representative to provide certification that Contractor performed tests in accordance with specified standards. G. Non -Conforming Work 1. City reserves the right to require additional testing depending on the rate of failure. 2. City will select testing locations. 3. Repair all defects according to the manufacturer's recommendations. H. Testing Frequency 1. Projects with 10 or less manholes and/or structures test aII. 2. Projects with greater than 10 manholes and/or structures, test at least 10 and test 25 percent of manholes and/or structures after the first 10. 3. City will select the manholes and/or structures to be tested. 1. Test manhole for final acceptance according to Section 33 01 30. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES A. Provide all test results from testing per Section 2.4 and applicator certifications per Section 3.1, and in accordance with Section 1.7. B. Upon final completion of the work, the manufacturer and/or the testing firm will provide a written certification of proper application to the City. C. The certification will confirm that the deficient areas were repaired in accordance with the procedure set forth in this Specification. The final report will detail the location of the repairs in the structure and description of the repairs. See attached testing forms. 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 02-0 4-2020 J. Kasavich Further clarification on the sizes and types of manholes under Part 1.2. Removal of Raven Lining system and inclusion of S ectraShield and Warren Environmental CITY ON FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised February 4, 2020 33 39 60. 12 LINERS FOR SANITARY SEWER STRUCTURES Page 12 of 12 -m 301, and ARC Sl HS by A.W. Chesterton Company. Additional source ity control and field quality control test requirements. Added testing forms for Film Thickness, Manhole Holiday/Spark Detection, and Manhole Adhesion CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised February 4, 2020 POST INSTALLATION Z MANHOLE HOLIDAY/SPARK DETECTION TEST FORM Company name; Address: Phone #: Cell: Work: Coating Date: Crew Leader: Project Name: Contractor: Owner: _ Thickness of Coating: Location of Structure: MANHOLE INFORMATION ect #: Line & Station #: Other: Structure Type: (check one) 4' Di MH TYPE A FLDW DIV BOX S' DI MH TYPE B FLDW DIV BOX 6' DI MH JUNCTION BOX i' DI MH SPHIPHON ENTRY BOX METERING STATION Holiday Detection Test Results (NACE SP0188) Liner Material: Spark Tester Serial #: Voltage Setting: Inspection Date: I Inspection Company: I Inspector Name: Repair Date: Comments: *Non -Manhole Structures may require additional sketches to indicate testing location for all testing procedures. Include additional sketches as needed. Indicate defect locations on draw Company Name: Address: Phone #: Cell: Coating Date: Project Name: Contractor: Owner: Thickness of Epoxy Coating: Location of Structure: POST INSTALLATION MANHOLE ADHESION TEST FORM Crew Leader: Work: MANHOLE INFORMATION Line & Station #: Other: Structure Type: (check one) 4' DI MIS TYPE A FLDW DIV BOX 5' DI MH TYPE B FLDW DIV BOX 6' DI MH JUNCTION BOX 7' DI MH SPHIPHON ENTRY BOX METERING STATION Adhesion Test Results (ASTM 137234) Inspection Date: Inspection Company: Inspector Name: Manhole Depth: Number of Tests: Test Results: Comments: *Non -Manhole Structures may require additional sketches to indicate testing location for all testing procedures. Include additional sketches as needed. FAST WORTH Indicate test locations on drawing City of Fort Worth 90-inch (M-280) Sanitary Sewer Rehabilitation City Project No. 01286 ADDENDUM NO.2 February 25, 2020 AMY R. ROBINSON ;. 90271e `S/!kohl i Bidders are hereby informed of the following changes to the contract documents for the project. Bids for the project will be received at 1:30 PM CST on Thursday, February 27, 2020. Bidders must acknowledge receipt of this Addendum below, and on Bid Form. PROJECT INFORMATION 1. Plan Holders List and Pre -Bid Sign -in Excel Spreadsheet is located in Plan Holders Folder at the following link. ht!ps://i)rojecipoint.buzzsaw.com/. bz rest/Web/Home/Index?folder2379243#/ bz rest/Web/Item/D etails?id=2379251 PROJECT SPECIFICATIONS 1. SPECIFICATION SECTION 00 42 43 PROPOSAL FORM a. Revise the following Bid Items as highlighted in the attached revised Bid Proposal Form. L Bid Item 9 has been separated into two bid items, Bid Item 9 and Bid Item 10 as highlighted in the attached revised Bid Proposal Form to separate the epoxy coating for new sewer junction structures and the existing Manhole at Sta 519+50.90. 2. Revise Bid Item 23 Description to "3301.0101 Manhole Vacuum Testing for T-Base Manhole and Sewer Junction Manholes", 3. Add Bid Item 24 '13301.0102 Manhole Leakage Testing for Riverside Box A and MH Sta. 519+50.90". 4. Revise Bid Item 26 quantity to 28 days. 5. Revise Bid Item 37 to "3201.0204 Asphalt Pavement Trench Repair" and modify Unit of Measurement to LF and Bid Quantity to 208. 6. Add Bid Item 38 "3212.0204 Asphalt Pavement Replacement Including Subbase". 7. Revised Bid Item 45 Description to "0171.0102 Construction Survey (Red line As -Built Survey)" 8. Revise Bid Item 46 Unit Price and Bid Value to $150,000. b. Bid Proposal Form excel spreadsheet has been uploaded to Buzzsaw folder at the following link and made available for Bidder's use. Bidder's shall use at own risk and verify formulas and rounding functions in the spreadsheet prior to assure Bid Value is correct. The City and Engineer is not responsible for errors in the Bid Proposal Form Spreadsheet. https_//projecti2oint.buzzsaw.con-t/_bz i-c. _,'Web/Hoene/lnficx?folde_r=2379243#/ bz rest/We b/ltcin/Details?id-2379442 City of Fort Worth 1 of 5 City Project No. 01268 ADDENDUM NO. 2 February 25, 2020 2. SPECIFICATION SECTION 33 03 10 BYPASS PUMPING OF EXISTING SEWER SYSTEMS a. Add the following items to 1.2.A. La "l) Wet weather bypass pumping setup cost shall include all labor, material, and equipment cost required to install and make ready for operation the bypass pumping system. 2) Wet weather bypass pumping operation shall include all labor, fuel, and equipment required for operating the bypass pumping system." PROJECT DRAWINGS 1. SHEET 2 OF 24 — GENERAL NOTES a. SEQUENCE OF CONSTRUCTION notes 3.a through 3.e. Revise notes as followed - "a. INSTALL 84" SEWER JUNCTION STRUCTURE ON M-245P* LINE. b. INSTALL 60" SEWER JUNCTION STRUCTURE ON M-389R* LINE. c. INSTALL 36-•INCH FRP DIVERSION BETWEEN 60" SEWER JUNCTION STRUCTURE AND 84" SEWER JUNCTION STRUCTURE. d. INSTALL TEMPORARY PLUG AT 36-INCH DIVERSION BETWEEN 60' SEWER JUNCTION STRUCTURE AND 84" SEWER JUNCTION STRUCTURE. e. REMOVE PIPE SEGMENTS IN NEW 60" SEWER JUNCTION STRUCTURE AND 84" SEWER JUNCTION STRUCTURE." 2. SHEET 4 OF 24 — SEWER LAYOUT MAP/SITE ACCESS PLAN a. Add the following to Note 3 under CONSTRUCTION NOTES. "COST ASSOCIATED WITH THIS WORK SHALL BE SUBSIDIARY TO WORK." 3. SHEET 6 OF 24 — CIVIL DEMOLITIKON PLAN AND PROIFILE I a. Existing 16" Hack Tree at gate entrance shall be removed and disposed of and not replaced. Revise Note for Existing 16" Hack Tree removal to the following. "REMOVE AND DISPOSE OF EXISTING 16" HACK TREE" 4. SHEET 8 OF 24 — CIVIL PLAN AND PROFILE I a. Revise PLAN as followed. ` -INSTALL 377 LF 96" SN 72 FRP - ! BY OPEN COT REPLACE ry w ASPHALT PAYING I L - WITH 2" TYPE 0 COAT PIPE W HMAC PER SPEC WITH EPORY -' ` a +I SEE NOTE 2 - - SECTION 3: 1, f/ . o "• ::- r AND 6' FLEX BASE COURSE PER SPEC SECTION 33 _ 1123 NOTE 5 N 6959516.C4 z - M-280-B S T FRP - � P M--28p B ZJ6 FRP . E 2343441.11 BH-7 ASHPALTTRENOH f1p.Trryr {.-Rlr •rr r - -- - 36 BYPASS PUMPING REPAIR PER A "T PAVEMLNT -IDLE 4 - PIPING (ABOVE GROUND) DETAIi 6 SHEET 0 �� V+rS L NOTE I --T - - - - 5. SHEET 9 OF 24 — CIVIL PLAN AND PROFILE II a. Revise Note 2 under CONSTRUCTION NOTES as followed. "REPLACE ASHPALT PAVEMENT ROAD PER SPECIFICATION 32 12 16." b. Revise PLAN as followed. U 77i31v. ds L - - � - _.. _._ REP MACE - •�' ..— �. _ _ ASPHALT PAVING" ED _—YWW 2"TYPSP HMACPER - -.-��-_,--�=� FI '..T SEC IO2 = A16E - ^~ r- -30' _-.*-- [ — — _� — - �nhIIIIL•a ASPHALT �P ENS —_ N ES T SrPA55 PUMPING PIPlNG--(ABOVE GROUNAJ —�,. r- _ .• - SEE NOIFh2 COURSE PER SEC SECT ON 32 --�z�� - _ _ t-^'sue -23 Y .Y• .. _ _ 6. SHEET 15 OF 24 BYPASS MANHOLE DETAILS a. Revise PLAN view as followed: 5' EASEMENT 1 20' EASEMENT 1 10' EASEMENT_ 15' EASEMENT 1 —0; ._36" PVC 42 LF I 1 SEWER JUNCTION N 6959433.1 i �, y STRUCTURE` �J E 2343177.53 1 _ A SEWER N 8859482.42 S _ TRUCTUTIO1 E 2343170.19 i TRUCTUR ' I � I L PROTECT EXISTING 1 TREES SEE NOTE 5 I a- TEMPORARY 5—FT CHAIN LINK SECURITY FENCE. SEE PLAN SHEET 5 FOR CONTINUATI AS SHOWN M H-B ADDENDUM NO. 2 No. 01268 February 25, 2020 PLAN HOLDER'S QUESTIONS 1. Will the Owner/Engineer please provide the budget for this project? Engineer's Response: Budget was provided as part of Addendum No. 1 2. Will the Owner/Engineer please provide any previous itemized bid tabulations for projects of similar scope? Engineer's Response: No 3. Will the Owner/Engineer please provide a copy of the current plan holders list? Engineer's Response: Plan Holder's List is on the website. See Item 1 above under Project Information. 4. Will the Owner/Engineer please provide the anticipated NTP date for this project? Engineer's Response: Anticipated NTP will follow final approval of project from TWDB, which is expected between June and August of 2020. 5. Will the Owner/Engineer please confirm if there are any prevailing wage requirements for this job? Engineer's Response: Prevailing wage requirements are in Appendix GC-6.07. 6. Can you confirm that the 16" Hackberry tree on Page 6 of the plans is to be removed and replanted? Page 795 of the spec book remove and replace. The letter on Page 790 of the spec book says the Hackberry trees are prohibited on city parkways. Engineer's Response: The 16" Hackberry shall be removed. See Item 3 above under Project Drawings. 7. Per Spec Section 33 31 12 groundwater is '/2 depth or per USGS if available, however plans indicate groundwater/flood plain at EL 516.00. As this is not actual ground water depth, we are considering only using the %2 of depth value, please advise. Engineer's Response: Use floodplain elevation on drawings since this area is in floodway and ground can likely become fully saturated. 8. Per Spec Section 33 31 12, retention factor for long term is 50%. Do you have any issues with us using 75% retention for our composite reinforced CIPP if we can support it with tests? Engineer's Response: Engineer does not have problem with proposed 75% retention. 9. Spec Section 33 31 13 End Squareness currently calls for 1/8-in max tolerance which can be a supply limiting constraint. We cordially request that you consider changing to the ASTM standard. ASTM requires: "All points around each end of a pipe unit shall fall within '/a inch or 0.5% of the nominal diameter of the pipe, whichever is greater, to a plane perpendicular to the longitudinal axis of the pipe". Engineer's Response: Bidder's shall comply with project specifications. City of Fort Worth 4 of 5 City Project No. 01268 ADDENDUM NO, 2 February 25, 2020 ACCEPTANCE: The undersigned does hereby agree to the additional, stipulations, and terms outlined in .Addendum No. 1 to the plans and specifications for the 90-inch (M-280) Sanitary Sewer Rehabilitation Project, City of Fort Worth Project No. 01286. SCHEDULED BID DATE: February 27, 2020 DATE ADDENDUM ISSUED: February 25, 2020 RECEIPT ACKNOWLEDGED: By: 9 Ai� Title: gkec- �Ickc"T Company: S.:a .. (A-0)4 OF T -X LId . Christopher Harder, P.E. Director, Water Department By: (0U .� Tony Sholola, P.E. Senior Capitai Projects Officer Water Department City of fort Worth 5 of 5 City Project No. 01268 ADDENDUM NO.2 February 25, 2020 SECTION 00 42 43 PROPOSALFORM ADDENDUM NO. 2 UNIT PRICE BID 004243 mDPROPOSAL Page 1 ar t Bidder's Application Project Item Infannation Bidder's Proposal Bid list Item No. Description speciGcalion Unit of Bid Unit Price Bid Value Section No. Measure Quanfi[y Bid Summary 1 3331.2122 90" C_IPP _ 13331 12 LF 705 2 _ _ 3331.4804 90" Fiberglass Sewer -Pipe, Class SN77_2 _ 3331 13 LF 719 3 3331.5779 36" PVC_Sewer Pipe 33 31 21 LF 50 4 3339.1001 Cast-In-Pla_oe COIF) Sewer Junction Stmcture at Sta. 526+58 333910 EA 1 5 3339.1002 Cast-in-Place(OP) Sewer Junction Structure at M-389R 333910 EA 1 6 _ 3339.1003 Cast -In -Place (CIP) Sewer Junction Structure al M-245 33 39 10 Fro 1 7 3339.1111 6Tee Base Manhale al Sta. 564+76 33 39 20 EA 1 8 3339.6001 Epoxy Manhole Liner (T-Base Manhole at Ste. 564+76) 33 39 60 VF 23 9 1233-(LOM Eric` ' Ettaclure Llikw (Nero 5e .r .lLini:&vt SintrAnre Bi His 525, 66, New SO' sewer dunrdgm Slrurlliiitrt New 80." Sewer Juncllun Stuclwr0; 33 29 GO SF 1,89d 10 32�9.8003 Epoxy $IrufAw& Onwr (UH SM.-W-1D.90) 33 3r+ eu Sr 951E i t 3339.6.004 Epoxy Liner for 90" RCP 33 39 60 SF 260 12 9999.0001 86" x 4.5" Series 95 Stop Logs and Guide Frames Drawings EA 2 13 9999.0002 106" x 7" Series 95 Stop Logs and Guide Frames Drawings EA 1 14 9999.0005 W' Thick Aluminum Checkered Cover Plate Drawings SF 60 15 9999,0006 4' x 4' Aluminum Access Hatch Drawings EA 1 16 0385.3001 Concrete Repair (Repair Mortar) - Riverside Box A o3 85 30 CF 225 17 0385.3002 Concrete Repair (Crack Injection) - Riverside Box A 038530 LF 300 i6 0980.D001 Riverside Box A Concrete Protective Coating 09 80 00 SF 2,400 19 03135.3003 Concrete Repair (Repair Mortar) - MH Ste. 519+50.90 03 85 3D_ CF 200 20 0385.3004 Concrete Repair (Crack Injection) - MH St& 519+50.90 03 85 30 LF 100 21 3301.0001 Pre -CCTV Inspection 33 01 31 LF 1,441 22 3301.0002 Post -CCTV Inspection 33 01 31 LF 1,441 23 W131,010] kfaslnole Vgr.UwmTe#fmg 4T-Ease Manhaleaial Sewer J"Ilan SrnrC14MR) 33 tit 30 EA a 3301.010: Vionhnla 1. askapn Yeltting iRImsfEida 9W A and MH S✓!a,'rf9+'vD.g01 3301311 EA 2 25 3303.000i Wet weather Bypass Pumping Set Up 33 O310 LS 20 3sM30CKrtWei wlaalrisr BypaesPwnpkFg LE)W411rg1 aria) 10 DAY 29 27 3,305.0iO4 Grounawaier%oni of 33 05 10 LS 1 28 3305.0109 Trench Safety 33 05 10 LF 76D 29 3305.0110utility markers 330526 LS 1 30 3305.1112 Concrete Collar 33 05 17 Fro 3 31 3305.0206 Imported Embedment/Backfill, Acceptable Backfill 33 05 10 CY 400 32 3305.0203 Imported Embedment/Backfill, CLSM 330510 Cy 490 33 3110.0103 12"A8" Tree Removal 31 1000 EA 1 34 3110.0104 18"-24" Tree Removal 31 10 DO FA 1 35 3110.0105 24" and Larger Tree Removal 31 1000 EA 1 36 3125.0101 SVJPPP 2 1 acre 312500 LS 1 -37 3MI-0204 Aephall Pw1nt irera h Rwltulr 2 DI 17 1 F 2011 35 3Z12COM Adpi I Pwrll Pol=Il[>,nea Iftcludlriq %drhmep :*2 12 15 SY 1160 39 32i8.uIul 6" Concrete Gurb and Gutter 321613 LF 412 40 3231.0112 5' Chain Link Fence and Gale, Aluminum 3231 13 LF 40 41 3292.0400 Seeding, Hydromulch 32 92 13 SY 500 42 3292.0401 Seeding, Sod 32 92 13 SY 12,600 43 3471.0001 Traffic Control 3471 13 MO 1 44 0171.0101 Construction Staking 01 71 23 LS 1 45 oil 1-0tII9 Cib rtlwdpq 6tivr-y rI 7' 23 LS i 45 9999.D00i Comirwdlnn Al`eww-e G�3 99 99 LS 1 .il'.k}�000-00 750A00. Total Bid ENn OF SECTION CITY OF FLIRT WORTH STANDARD coNs i RUCT10N SPECIFICATION DOCUMENTS romp Rcnaod 2012012o IXI 41 On 00431.1 004243 W 43 37 W4512. 00 15 11 Bid Proposal W.&W.l; M.Jiricd.xls City of Fort Worth 90-inch (M-280) Sanitary Sewer Rehabilitation City Project No. 01286 ADDENDUM NO.3 February 26, 2020 AMY R. ROBINSON ........................... 90271 Fe f ST R�QS otw. o"Su J 02126/2020 Bidders are hereby informed of the following changes to the contract documents for the project. Bids for the project will be received at 1:30 PM CST on Thursday, March 5, 2020. Bidders trust acknowledge receipt of this Addendum below, and on Bid Form. PROJECT INFORMATION 1. The project bid date has been changed to Thursday, March 5, 2020. Bids will be received at I :30 PM CST. ACCEPTANCE: The undersigned does hereby agree to the additional, stipulations, and terms outlined in Addendum No. I to the plans and specifications for the 90-inch (M-280) Sanitary Sewer Rehabilitation Project, Lq of Port Worth Project No. 01286, SCHEDULED BID DATE: March 5, 2020 DATE ADDENDUM! ISSUED: Febn.iaiy 26, 2020 RECEIPT ACKNO LEDGER: By: 10V Title: qt Pp.siy6.sr Company: :.X.L 6xs camst. CT- Tx L+J . Christopher Harder, P.E. Director, Water Department Tony Sholola, P.E. Senior Capital Projects Officer Water Department City of Fort Worth 1 of 1 City Project No. 01268 ADDENDUM NO. 3 February 26, 2020 001113-1 INVITATION TO BIDDERS Page 1 of 3 ,SECTION 00 1113 INVITATION TO BIDDERS RECEIPT OF BIDS Sealed bids for the construction of Twin 90/96 Inch M-280/M-338 Sanitary Sewer Rehabilitation, Project No. 01286, will be received by the City of Fort Worth Purchasing Office: City of Fort Worth Purchasing Division 200 Texas Street Fart Worth, Texas 76102 until 1:30 P.M. CST, Thursday, February 27, 2020, and bids will be opened publicly and read aloud at 2:00 PM CST in the Council Chambers. GENERAL DESCRIPTION OF WORK The major work will consist of the (approximate) following. 719 LF remove 90" dia. RCP sanitary sewer pipe and replace with 90" dia. FRP sanitary sewer pipe 705 LF cured in place pipe (CIPP) rehabilitation on existing 90" dia. RCP sanitary sewer pipe 50 LF 36" dia. FRP sanitary sewer pipe 1 EA 5' dia. tee -base manhole 3 EA cast -in place sewer junction structures 2,400 SF Riverside Box A concrete protective coating 225 CF Riverside Box A concrete repair mortar 300 LF Riverside Box A concrete repair crack injection 200 CF MH Sta. 519+50.90 repair mortar 100 LF MH Sta. 519+50.90 crack injection 2 EA 86" x 4.5" Series 95 stop logs and guide frames 1 EA 106" x 7" Series 95 stop logs and guide frames I LS Wet weather bypass pumping set up 14 DAY Wet weather bypass pumping operation Misc. Removal of existing Parshall Flume structure and associated electrical & instrumentation; dry weather flow diversion; full wet weather flow bypass pumping; mobilization, SWPP, hydromulch seeding and sodding, trench safety PREQUALIFICATION The improvements included in this project must be performed by a contractor who is pre - qualified by the City at the time of bid opening. The procedures for qualification and pre - qualification are outlined in the Section 00 21 13 — INSTRUCTIONS TO BIDDERS. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01296 Revised December 22, 2016 001113-2 INVITATION TO BIDDERS Page 2 of 3 DOCUMENT EXAMINATION AND PROCUREMENTS The Bidding and Contract Documents may be examined or obtained on-line by visiting the City of Fort Worth's Purchasing Division website at httPJ/www.fortworthtexas.aoy/purchasinw and clicking on the Buzzsaw link to the advertised project folders on the City's Buzzsaw site. The Contract Documents may be downloaded, viewed, and printed by interested contractors and/or suppliers. The contractor is required to fill out and notarize the Certificate of Interested Parties Form 1295 and the form must be submitted to the Project Manager before the contract will be presented to the City Council. The form can be obtained at !Lttps://www.ethics.state.tx.us/tec/1295-Info.htm . Bidding and Contract Documents can be downloaded electronically from the City's Purchasing Department website. PREBID CONFERENCE A prebid conference may be held as described in Section 00 21 13 - INSTRUCTIONS TO BIDDERS at the following location, date, and time: DATE: February 13, 2020 TIME: 10:00am PLACE: Gateway Park LOCATION: Gateway Park Drive at Fort Worth Dog Park, Fort Worth, Texas 76103 In the event of inclement weather, the meeting shall be held at 311 W 101h Street, Fort Worth, Texas 76102 CITY'S RIGHT TO ACCEPT OR REJECT BIDS City reserves the right to waive irregularities and to accept or reject bids. FUNDING Any Contract awarded under this INVITATION TO BIDDERS is expected to be funded from revenues generated from Texas Water Development Boards Clean Water State Revolving Funds and dedicated by Resolution No. 4682-09-2016 to the work under this INVITATION TO BIDDERS. This contract is contingent upon release of funds from the Texas Water Development Board. Any contract or contracts awarded udder this Invitation for Bids are expected to be funded in part by a loan from the Texas Water Development Board. Neither the State of Texas nor any of its departments, agencies, or employees are or will be a party to this Invitation for Bids or any resulting contract. Equal Opportunity in Employment - All qualified Applicants will receive consideration for employment without regard to race, color, religion, sex, age, handicap, or national origin. Bidders on this work will be required to comply with the President's Executive Order No. 11246, as amended by Executive Order 11375, and as supplemented in Department of Labor regulations 41 CFR Part 60. This contract is subject to the EPA established Minority Business Enterprise (MBE) "fair share" goals, TWDB-0210. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 22, 2016 001113-3 INVITATION TO BIDDERS Page 3 of 3 This Contract wilt require Davis -Bacon wage rates be paid for all construction work. The contractor(s) is required to pay the prevailing wage rates on a weekly basis to laborers and mechanics in accordance with the requirements of 29 CFR 5.5, which are incorporated into the actual construction contract. The applicable wage rates are included in the specifications, as are the required Davis -Bacon certification forms. 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." INQUIRIES All inquiries relative to this procurement should be addressed to the following: Attn: Walter Norwood, PE, City of Fort Worth Email: Walter.Norwood@fortworthtexas.gov Phone: 817.392.5026 AND/OR Attn: Amy Robinson, PE, BCEE, CDM Smith Email: robinsonar@cdmsmith.com Phone: 817.916.2927 ADVERTISEMENT DATES January 30, 2020 February 6, 2020 END OF SECTION CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUM FNTS City Project No. 01286 Revised December 22, 2016 SECTION 00 2113 INSTRUCTIONS TO BIDDERS 1. Defined Terms 0021 13 - l INSTRUCTIONS TO BIDDERS Page 1 of 12 1.1. Terms used in these INSTRUCTIONS TO BIDDERS, which are defined in Section 00 72 00 - GENERAL CONDITIONS. 1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the meanings indicated below which are applicable to both the singular and plural thereof. 1.2.1. Bidder: Any person, firm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents. 1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents whose principal place of business is not in the State of Texas. 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City (on the basis of City's evaluation as hereinafter provided) makes an award. 2. Copies of Bidding Documents 2.1. Neither City nor Engineer shall assume any responsibility for errors or misinterpretations resulting from the Bidders use of incomplete sets of Bidding Documents. 2.2. City and Engineer in making copies of Bidding Documents available do so only for the purpose of obtaining Bids for the Work and do not authorize or confer a license or grant for any other use. 3. Prequalification of Bidders (Prime Contractors and Subcontractors) 3.1. All Bidders and their subcontractors are required to be prequalified for the work types requiring prequalification at the time of bidding. Bids received from contractors wbo are not prequalified (even if inadvertently opened) shall not be considered. Prequalification requirement work types and documentation are as follows: 3.1,1. Paving -- Requirements document located at; https://projectl2oint,buzzsaw. com/fortworthgov/Resources/02%20- %20Construction%o2ODocuments/Contractor°/o2OPre ualification/TPW%2OPavin %20Contractor%2OPre ualification%2OPro am/PRE UALIFICATION%2ORE UIREMENTS %20FOR%20PA V ING%2000NTRACTORS. PDF?public 3.1.2. Roadway and Pedestrian Lighting -- Requirements document located at; https:Hproiectpoint.buzzsaw.com/fortwor,th.gov/Resources/02%20- %20Construction%2ODocuments/Contractor%2OPre_qualification/TPWI/o2OPaviniz %20Contractor%2OPre ualification%2OPro am/PRE UGLIFICATION%20RE UIREMENTS%20FOR%20PAVING%2000NTRACTORS.PDF?public CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cily Project No. 01286 Revised August 21, 2015 002113-2 INSTRUCTIONS TO BIDDERS Page 2 of 12 3.1.3. Water and Sanitary Sewer — Requirements document located at; htts:// rojeet oint.buzzsaw.com/fortworth ov/Resources/02%20- %20Construction%2ODocuments/Contractor%2OPre ualification/Water%2Oand%2 OSanita /o2OSewer%2OContractor%2OPre ualification%2OPro am/WSS%20 re ual%o20re uirements.doc? ublic 3.2. Each Bidder unless currently prequalified, must be prepared to submit to City within seven (7) calendar days prior to Bid opening, the documentation identified in Section 00 45 11, BIDDERS PREQUALIFICATIONS. 3.2.1. Submission of and/or questions related to prequalification should be addressed to the City contact as provided in Paragraph 6.1. 3.3. The City reserves the right to require any pre -qualified contractor who is the apparent low bidder(s) for a project to submit such additional information as the City, in its sole discretion may require, including but not limited to manpower and equipment records, information about key personnel to be assigned to the project, and construction schedule, to assist the City in evaluating and assessing the ability of the apparent low bidder(s) to deliver a quality product and successfully complete projects for the amount bid within the stipulated time frame. Based upon the City's assessment of the submitted information, a recommendation regarding the award of a contract will be made to the City Council. Failure to submit the additional information, if requested, may be grounds for rejecting the apparent low bidder as non -responsive. Affected contractors will be notified in writing of a recommendation to the City Council. 3.4. In addition to prequalification, additional requirements for qualification may be required within various sections of the Contract Documents, 3.5. Special qualifications required for this project include the following: experience shall include a minimum of five installations of design, installation, and operation of bypass pumping systems over 100 million gallons per day (mgd), successful execution of work with sewer interceptor flow maintenance under time constraints, and installation of large diameter piping and large diameter cured in place pipe (CIPP) rehabilitation. Experience must be on projects that were completed no more than 5 years prior to date on which bids will be received. A minimum of three references must be included. References must include a contact person name, telephone number, project name and total cost, and type of work done (utility contractor shall list pipe size and pipe linear footage). 4. Examination of Bidding and Contract Documents, Other Related Data, and Site 4.1. Before submitting a Bid, each Bidder shall: 4.1.1. Examine and carefully study the Contract Documents and other related data identified in the Bidding Documents (including "technical data" referred to in Paragraph 4.2. below). No information given by City or any representative of the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised August 21, 2015 0021 13-3 INSTRUCTIONS TO BIDDERS Page 3 of 12 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general, local and site conditions that may affect cost, progress, performance or furnishing of the Work. 4.1.3. Consider federal, state and local Laws and Regulations that may affect cost, progress, performance or furnishing of the Work. 4.1.4. Be advised, City, in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d to 2000d-4 and Title 49, Code of Federal Regulations, Department of Transportation, Subtitle A, Office of the Secretary, Part 21, Nondiscrimination in Federally -assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement, minority business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration of award. 4.1.5. Study all: (i) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities) that have been identified in the Contract Documents as containing reliable "technical data" and (ii) reports and drawings of Hazardous Environmental Conditions, if any, at the Site that have been identified in the Contract Documents as containing reliable "technical data." 4.1.6. Be advised that the Contract Documents on file with the City shall constitute all of the information which the City will furnish. All additional information and data which the City will supply after promulgation of the formal Contract Documents shall be issued in the form of written addenda and shall become part of the Contract Documents just as though such addenda were actually written into the original Contract Documents. No information given by the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. 4.1.7. Perform independent research, investigations, tests, borings, and such other means as may be necessary to gain a complete knowledge of the conditions which will be encountered during the construction of the project. On request, City may provide each Bidder access to the site to conduct such examinations, investigations, explorations, tests and studies as each Bidder deems necessary for submission of a Bid. Bidder must fill all holes and clean up and restore the site to its former conditions upon completion of such explorations, investigations, tests and studies. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised August 21, 2015 002113-4 INSTRUCTIONS TO BIDDERS Page 4 of 12 4.1.8. Determine the difficulties of the Work and all attending circumstances affecting the cost of doing the Work, time required for its completion, and obtain all information required to make a proposal. Bidders shall rely exclusively and solely upon their own estimates, investigation, research, tests, explorations, and other data which are necessary for full and complete information upon which the proposal is to be based. It is understood that the submission of a proposal is prima -facie evidence that the Bidder has made the investigation, examinations and tests herein required. Claims for additional compensation due to variations between conditions actually encountered in construction and as indicated in the Contract Documents will not be allowed. 4.1.9. Promptly notify City of all conflicts, errors, ambiguities or discrepancies in or between the Contract Documents and such other related documents. The Contractor shall not take advantage of any gross error or omission in the Contract Documents, and the City shall be permitted to make such corrections or interpretations as may be deemed necessary for fulfillment of the intent of the Contract Documents. 4.2. Reference is made to Section 00 73 00 -- Supplementary Conditions for identification of. 4.2.1. Those reports of explorations and tests of subsurface conditions at or contiguous to the site which have been utilized by City in preparation of the Contract Documents. The logs of Soil Borings, if any, on the plans are for general information only. Neither the City nor the Engineer guarantee that the data shown is representative of conditions which actually exist. 4.2.2. Those drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site that have been utilized by City in preparation of the Contract Documents, 4.2.3. Copies of such reports and drawings will be made available by City to any Bidder on request. Those reports and drawings may not be part of the Contract Documents, but the "technical data" contained therein upon which Bidder is entitled to rely as provided in Paragraph 4.02. of the General Conditions has been identified and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is responsible for any interpretation or conclusion drawn from any "technical data" or any other data, interpretations, opinions or information. 4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder (i) that Bidder has complied with every requirement of this Paragraph 4, (ii) that without exception the Bid is premised upon performing and furnishing the Work required by the Contract Documents and applying the specific means, methods, techniques, sequences or procedures of construction (if any) that may be shown or indicated or expressly required by the Contract Documents, (iii) that Bidder has given City written notice of all conflicts, errors, ambiguities and discrepancies in the Contract Documents and the written resolutions thereof by City are acceptable to Bidder, and when said conflicts, etc., have not been resolved through the interpretations by City as described in Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised August 21, 2015 002113-5 INSTRUCTIONS TO BIDDERS Page 5 of 12 4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract Documents. S. Availability of Lands for Work, Etc. 5.1. The lands upon which the Work is to be performed, rights -of -way and easements for access thereto and other lands designated for use by Contractor in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction facilities, construction equipment or storage of materials and equipment to be incorporated in the Work are to be obtained and paid for by Contractor. Easements for permanent structures or permanent changes in existing facilities are to be obtained and paid for by City unless otherwise provided in the Contract Documents. 5.2. Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right- of-way, easements, and/or permits are not obtained, the City reserves the right to cancel the award of contract at any time before the Bidder begins any construction work on the project. 5.3, The Bidder shall be prepared to commence construction without all executed right-of- way, easements, and/or permits, and shall submit a schedule to the City of how construction will proceed in the other areas of the project that do not require permits and/or easements. 6. Interpretations and Addenda 6.1. All questions about the meaning or intent of the Bidding Documents are to be directed to City in writing on or before 2 p.m., the Monday prior to the Bid opening. Questions received after this day may not be responded to. Interpretations or clarifications considered necessary by City in response to such questions will be issued by Addenda delivered to all parties recorded by City as having received the Bidding Documents. Only questions answered by fonnal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. Address questions to: City of Fort Worth 1000 Throckmorton Street Fort Worth, TX 76102 Attn: Walter Norwood, PE, Fort Worth Water Department Email: Walter.Norwood@fortworthtexas.gov Phone: 817.392.5026 6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by City. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01296 Revised August 21, 2015 0021 13 - 6 INSTRUCTIONS TO BIDDERS Page 6 of 12 6.3. Addenda or clarifications may be posted via Buzzsaw at htt s:// ro'ect oint.buzzsaw.com/client/ortworth ovIAdvertised/01286 - 90-Inch ('Nf-_ 280) Sanitary Sewer Rehabilitation 6.4. A prebid conference may be held at the time and place indicated in the Advertisement or INVITATION TO BIDDERS. Representatives of City will be present to discuss the Project. Bidders are encouraged to attend and participate in the conference. City will transmit to all prospective Bidders of record such Addenda as City considers necessary in response to questions arising at the conference. Oral statements may not be relied upon and will not be binding or legally effective. 7. Bid Security 7.1. Each Bid must be accompanied by Bid Bond made payable to City in an amount of five (5) percent of Bidder's maximum Bid price on form attached, issued by a surety meeting the requirements of Paragraphs 5.01 of the General Conditions. 7.2. The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award have been satisfied. If the Successful Bidder fails to execute and deliver the complete Agreement within 10 days after the Notice of Award, City may consider Bidder to be in default, rescind the Notice of Award, and the Bid Bond of that Bidder will be forfeited. Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all other Bidders whom City believes to have a reasonable chance of receiving the award will be retained by City until final contract execution. 8. Contract Times The number of days within which, or the dates by which, Milestones are to be achieved in accordance with the General Requirements and the Work is to be completed and ready for Final Acceptance is set forth in the Agreement or incorporated therein by reference to the attached Bid Form. 9. Liquidated Damages Provisions for liquidated damages are set forth in the Agreement. 10. Substitute and "Or -Equal" Items The Contract, if awarded, will be on the basis of materials and equipment described in the Bidding Documents without consideration of possible substitute or "or -equal" items. Whenever it is indicated or specified in the Bidding Documents that a "substitute" or "or - equal" item of material or equipment may be furnished or used by Contractor if acceptable to City, application for such acceptance will not be considered by City until after the Effective Date of the Agreement. The procedure for submission of any such application by Contractor and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General Conditions and is supplemented in Section 0125 00 of the General Requirements. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised August 21, 2015 0021 13 - 7 INSTRUCTIONS TO BIDDERS Page 7 of 12 11. Subcontractors, Suppliers and Others 11.1. In accordance with the City's Business Diversity Enterprise Ordinance No. 20020- 12-2011 (as amended), the City has goals for the participation of minority business and/or small business enterprises in City contracts. A copy of the Ordinance can be obtained from the Office of the City Secretary. The Bidder shall submit the MBE and SBE Utilization Form, Subcontractor/Supplier Utilization Form, Prime Contractor Waiver Form and/or Good Faith Effort Form with documentation and/or Joint Venture Form as appropriate. The Forms including documentation must be received by the City no later than 2:00 P.M. CST, on the second business days after the bid opening date. The Bidder shall obtain a receipt from the City as evidence the documentation was received. Failure to comply shall render the bid as non- responsive. 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person or organization against whom Contractor has reasonable objection. 12. Bid Forst 12.1. The Bid Form is included with the Bidding Documents; additional copies may be obtained from the City. 12.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Form signed in ink. Erasures or alterations shall be initialed in ink by the person signing the Bid Form. A Bid price shall be indicated for each Bid item, alternative, and unit price item listed therein. In the case of optional alternatives, the words "No Bid," "No Change," or "Not Applicable" may be entered. Bidder shall state the prices, written in ink in both words and numerals, for which the Bidder proposes to do the work contemplated or furnish materials required. All prices shall be written legibly. In case of discrepancy between price in written words and the price in written numerals, the price in written words shall govern. 12.3. Bids by corporations shall be executed in the corporate name by the president or a vice-president or other corporate officer accompanied by evidence of authority to sign. The corporate seal shall be affixed. The corporate address and state of incorporation shall be shown below the signature. 12.4. Bids by partnerships shall be executed in the partnership name and signed by a partner, whose title must appear under the signature accompanied by evidence of authority to sign. The official address of the partnership shall be shown below the signature. 12.5. Bids by limited liability companies shall be executed in the name of the firm by a member and accompanied by evidence of authority to sign. The state of formation of the firm and the official address of the firm shall be shown. 12.6. Bids by individuals shall show the Bidder's name and official address. 12.7. Bids by joint ventures shall be executed by each joint venturer in the manner indicated on the Bid Form. The official address of the joint venture shall be shown. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised August 21, 2015 0021 13 - 8 INSTRUCTIONS TO BIDDERS Page 8 of 12 12.8. All names shall be typed or printed in ink below the signature. 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of which shall be filled in on the Bid Form. 12.10. Postal and e-mail addresses and telephone number for communications regarding the Bid shall be shown. 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of Texas shall be provided in accordance with Section 00 43 37 — Vendor Compliance to State Law Nan -Resident Bidder. 13. Submission of Bids Bids shall be submitted on the prescribed Bid Form, provided with the Bidding Documents, at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, addressed to Purchasing Manager of the City, and shall be enclosed in an opaque sealed envelope, marked with the City Project Number, Project title, the name and address of Bidder, and accompanied by the Bid security and other required documents. If the Bid is sent through the mail or other delivery system, the sealed envelope shall be enclosed in a separate envelope with the notation "BID ENCLOSED" on the face of it. 14. Modification and Withdrawal of Bids 14.1. Bids addressed to the Purchasing Manager and filed with the Purchasing Office cannot be withdrawn prior to the time set for bid opening. A request for withdrawal must be made in writing by an appropriate document duly executed in the manner that a Bid must be executed and delivered to the place where Bids are to be submitted at any time prior to the opening of Bids. After all Bids not requested for withdrawal are opened and publicly read aloud, the Bids for which a withdrawal request has been properly filed may, at the option of the City, be returned unopened. 14.2. Bidders may modify their Bid by electronic communication at any time prior to the time set for the closing of Bid receipt. 15. Opening of Bids Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An abstract of the amounts of the base Bids and major alternates (if any) will be made available to Bidders after the opening of Bids. 16. Bids to Remain Subject to Acceptance All Bids will remain subject to acceptance for the time period specified for Notice of Award and execution and delivery of a complete Agreement by Successful Bidder. City may, at City's sole discretion, release any Bid and nullify the Bid security prior to that date. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised August 21, 2015 002113-9 INSTRUCTIONS TO BIDDERS Page 9 of 12 17. EvaIuation of Bids and Award of Contract 17.1. City reserves the right to reject any or all Bids, including without limitation the rights to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids and to reject the Bid of any Bidder if City believes that it would not be in the best interest of the Project to make an award to that Bidder, whether because the Bid is not responsive or the Bidder is unqualified or of doubtful financial ability or fails to meet any other pertinent standard or criteria established by City. City also reserves the right to waive informalities not involving price, contract time or changes in the Work with the Successful Bidder. Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies between words and figures will be resolved in favor of the words. 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists among the Bidders, Bidder is an interested party to any litigation against City, City or Bidder may have a claim against the other or be engaged in litigation, Bidder is in arrears on any existing contract or has defaulted on a previous contract, Bidder has performed a prior contract in an unsatisfactory manner, or Bidder has uncompleted work which in the judgment of the City will prevent or hinder the prompt completion of additional work if awarded. 17.2. City may consider the qualifications and experience of Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work as to which the identity of Subcontractors, Suppliers, and other persons and organizations must be submitted as provided in the Contract Documents or upon the request of the City. City also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 17.3. City may conduct such investigations as City deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications, and financial ability of Bidders, proposed Subcontractors, Suppliers and other persons and organizations to perform and furnish the Work in accordance with the Contract Documents to City's satisfaction within the prescribed time. 17.4, Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and responsive Bidder whose evaluation by City indicates that the award will be in the best interests of the City. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised August 21, 2015 0021 13 -10 INSTRUCTIONS TO BIDDERS Page 10 of 12 17.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not award contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than the lowest bid submitted by a responsible Texas Bidder by the same amount that a Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located. 17.7. A contract is not awarded until formal City Council authorization. If the Contract is to be awarded, City will award the Contract within 90 days after the day of the Bid opening unless extended in writing. No other act of City or others will constitute acceptance of a Bid. Upon the contractor award a Notice of Award will be issued by the City. 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 18. Signing of Agreement When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the required number of unsigned counterparts of the Agreement. Within 14 days thereafter Contractor shall sign and deliver the required number of counterparts of the Agreement to City with the required Bonds, Certificates of Insurance, and all other required documentation. City shall thereafter deliver one fully signed counterpart to Contractor. 19. Texas Water Development Board (TWDB) Requirements 19.1. CONTINGENT AWARD OF CONTRACT — This contract is contingent upon release of funds from the Texas Water Development Board (TWDB). Any contract(s) awarded under this Invitation for Bids is/are expected to be funded in part by a loan or loan with principal forgiveness from the TWDB, and a grant from the United States Environmental Protection Agency, U.S. EPA. Neither the State of Texas, or the U.S. EPA, nor any of its departments, agencies, or employees are or will be a party of this Invitation for Bids or any resulting contract. 19.2. DAVIS-BACON WAGE RATE REQUIREMENTS (a) Davis -Bacon prevailing wage requirements apply to the construction, alteration or repair of treatment works carried out, in whole or in part, with assistance made available by the Clean Water State Revolving Fund (CWSRF). (b) The Davis -Bacon prevailing wage requirements apply to Contractors and Subcontractors performing on federally funded or assisted contracts in excess of $2,000 for the construction, alteration or repair (including painting) of a treatment works project under the CWSRF. (c) For prime contracts in excess of $100,000, Contractors and Subcontractors must also, under the provisions of the Contract Work Hours and Safety Standards Act, as amended, pay laborers and mechanics, including guards and watchmen, at least one and one-half times their regular rate of pay for all hours worked over 40 in a workweek. The Fair Labor Standards Act may also apply to Davis -Bacon covered contracts. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised August 21, 2015 0021 13 -11 INSTRUCTIONS TO BIDDERS Page I 1 of 12 (d) Any contracts in excess of $2,000 must include the provisions of the Davis - Bacon Wage Rate Requirements. If the Owner (sub -recipient) is a governmental entity7 such as a city or district, it must insert in full the contract clauses found in TWDB Guidance DB-0156, Appendix 1: Section 3, Section 4 if the contract exceeds $100,000, and Section 5. If the Owner (sub -recipient) is a non- governmental entity such as a water supply corporation or private company, it must insert in full the contract clauses found in TWDB Guidance DB-0156: Appendix 2, Section 3, Section 4 if the contract exceeds $100,000, and Section 5. The Owner (sub -recipient) must ensure all prime contracts require the same full text in any subcontracts. See TWDB Guidance DB-0156 for the text of the contract language that must be included. Additional information on Davis -Bacon Wage Rate Requirements and its applicability to this contract can be found in TWDB Guidance DB-0156. 19.3. AMERICAN IRON AND STEEL REQUIREMENTS - Any contract(s) awarded under this Invitation for Bids is/are subject to the American Iron and Steel (AIS) requirements of 33 U.S.0 §1388. The Contractor must complete the statement of understanding regarding this requirement, found in Supplemental Contract Conditions, Item No. 9. 19.4. EQUAL EMPLOYMENT OPPORTUNITY AND AFFIRMATIVE ACTION — All qualified applicants will receive consideration for employment without regard to race, color, religion, sex (including pregnancy), sexual orientation, gender identity, 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 60-4, relating to Construction Contractors-- Affirmative Action Requirements, which include the President's Executive Order No. 11246, as amended by Executive Order 11375 and Executive Order No. 13672, in the award and administration of contracts awarded under TWDB financial assistance agreements. Failure by the Contractor to carry out these requirements is a material breach, which may result in the tem7ination of the awarded financial assistance. 19.5. 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 Surety Bonds and Related Instruments, Chapter 3503 of the Insurance Code. 19.6. AWARD OF CONTRACT TO NONRESIDENT BIDDER — A governmental entity may not award a governmental contract to a nonresidential 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 nonresident 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, Vender Compliance with Reciprocity on Nonresident Bidders, which must be submitted with the bid. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised August 21, 2015 0021 13 - 12 INSTRUCTIONS TO BIDDERS Page 12 of 12 Forms to be submitted with Bid: ® WRD-255, Bidder's Certifications requiring Equal Employment Opportunity and Non -Segregated Facilities ® TWDB-0459, Vendor Compliance with Non -Resident Bidder Requirements END OF SECTION CITY OF PORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised August 21, 2015 0035 13 - 1 CONFLICT OF INTEREST AFFIDAVIT Page I of 1 SECTION 00 3513 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 be downloaded from the website links provided below. httP://www.cthics.state.tx.us/form;/CIQ.pdf httR://,vww,ethics.state.tx.us/forms/CIS.Vdf 0 CIQ Form is on file with City Secretary E21110 CIQ Form is being provided to the City Secretary 0 CIS Form is on File with City Secretary L CIS Form is being provided to the City Secretary BIDDER: �.,3=LCU ,F '� -S By: O bdEM WMSFV4.a. Company (Please Print) -fd^ �7A �• I� A4C• Signature: a 4� Address Ll T-'I �11��3 Title: l jtC- P"gib s4T- City/State/Zip (Please Print) END OF SECTION CITY OF FORT WORTH 90-Inch (M-290) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised March 27, 2012 -CONFLICT OF INTEREST OUEST1ONNAIRE FORM CIO For veTrrdor doing btJsilness with local governmental entity This questlannalr* ralleels ehangai Made to the law by H.B. 23, 84tti Tom., Rarjuja. Session. OFFICE USE ONLY This quesbmnalro Jr. buiN filerl en mr=rdance with Ghaptm i 7s, tom, (33gvem,ment Code, by a vendor who Date Received has a biieb,ass FL lal:onsh0 as dejhMd by Seolic n T ?13.001 f 1-a) wllh a total governmental entity and the vendor mean royuirarfinnis urn Section 17i3.fMrpta), By law this yuaslionnaii a rrrust be tiled wilh the r acoids aOmininlrator al the iac4l VovurnmerHal antlly not lama than the 7rt} t}LIrr•wr tlny at±Yr kha Jae ir,a vender becomes aware a4 fac,s fleet riic tfi� �idtB[T[ent IV be filed. SeeSenllon 175-0015(a-1), Local Gcivarnfnont Code A vendor commits oi, ohfange if The vendor lcrTn ingly vialalas Sertlan 17€.OG6, Local Gmmi mont Cods. An offense raider lhis med an Is a rniadameannr 1 Barns of ven dorwiio has a business JIVIS0orss111p with local goer inmental anifly. NONE Check this box if you are filing an update to a prevlaUtily filed q, lastionna#e. (The low requlras mat you rile an updated complelod rtuesti0fmaire wilh the epproprialo tiling authorlty not iota F Ihan the 71h business day altar the date on which you k mame aware That the grlglnally flied questionnaire was incomplete or inaccurate.) 3 Name of local government officer about whom the information is being disclosed. -_--� N/A Name of Officer Describe each employment or other business relationship with the local government officer, or a family member of the officer, as described by Section 176.003(a)(2)(A). Also describe any family relationship with the local government officer. Complete subparts A and 8 for each employment or business relationship described. Attach additional pages to this Form CIQ as necessary. A. Is the local government officer or a family member of the officer receiving or likely to receive taxable income, other than investment income, from the vendor? FlYes 0 No 13- Is the vendor receiving or likely to receive taxable income, other than investment income, from or at the direction of the local government officer or a family member of the officer AND the taxable income is not received from the local governmental entity? Yes a No 5 Describe each employment or business relationship that the vendor named in Section 1 maintains with.a corporation or other business entity with respect to which the local government officer serves as an officer or director, or holds an ownership interest of one percent or more. NONE s •- ❑Check this boys ii The vendor has given the local government officer of a family Iriemaer of the officer one or more gifts as described in Sudan 176,0031,a)(2)(B), excludInq gifts described in Section 176.003(a-1). 7 �4 4---- 1 LZI Signatur of vendoroing business with the governmental entity Me Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 11/30/2015 CONFLICT OF INTEREST QUESTIONNAIRE For vendor doing business with local governmental entity A complete copy of Chapter 176 of the Local Government Code may be found at http://www.statutes.legis.state.tx.us/ Docs/LG/htm/LG.176.htm. For easy reference, below are some of the sections cited on this form. Local Government, Code § 176.001(1-a): `Business relationship" means a connection between two or more parties based on commercial activity of one of the parties. The term does not include a connection based on: (A) a transaction that is subject to rate or fee regulation by a federal, state, or local governmental entity or an agency of a federal, state, or local governmental entity; (B) a transaction conducted at a price and subject to terms available to the public; or (C) a purchase or lease of goods or services from a person that is chartered by a state or federal agency and that is subject to regular examination by, and reporting to, that agency. Local Government Code 175.003 a 2 ,- and - (a) A local government officer shall file a conflicts disclosure statement with respect to a vendor if: (2) the vendor: (A) has an employment or other business relationship with the local government officer or a family member of the officer that results in the officer or family member receiving taxable income, other than investment income, that exceeds $2,500 during the 12-month period preceding the date that the officer becomes aware that (i) a contract between the local governmental entity and vendor has been executed; or (if) the local governmental entity is considering entering into a contract with the vendor; (B) has given to the local government officer or a family member of the officer one or more gifts that have an aggregate value of more than $100 in the 12-month period preceding the date the officer becomes aware that: (i) a contract between the local governmental entity and vendor has been executed; or (ii) the local governmental entity is considering entering into a contract with the vendor. Local Government Code 4176_006(a) and(a_-_1 ) (a) A vendor shall file a completed conflict of interest questionnaire if the vendor has a business relationship with a local governmental entity and: (1) has an employment or other business relationship with a local government officer of that local governmental entity, or a family member of the officer, described by Section 176.003(a)(2)(A); (2) has given a local government officer of that local governmental entity, or a family member of the officer, one or more gifts with the aggregate value specified by Section 176.0.03(a)(2)(B), excluding any gift described by Section 176.003(a-1); or (3) has a family relationship with a local government officer of that local governmental entity. (a-1) The completed conflict of interest questionnaire must be filed with the appropriate records administrator not later than the seventh business day after the later of: (1) the date that the vendor: (A) begins discussions or negotiations to enter into a contract with the local governmental entity; or (B) submits to the local governmental entity an application, response to a request for proposals or bids, correspondence, or another writing related to a potential contract with the local governmental entity; or (2) the date the vendor becomes aware: (A) of an employment or other business relationship with a local government officer, or a family member of the officer, described by Subsection (a); (B) that the vendor has given one or more gifts described by Subsection (a); or (G) of a family relationship with a local government officer. vvim Nruviueu uy iexas Limcs vommission www.ethics.state.tx.us Revised 11/30/2015 LOCAL GOVERNMENT OFFICER FORM �8� CONFLICTS DISCLOSURE STATEMENT (Instructions for completing and filing this form are provided on the next page.) This questionnaire reflects changes trade to the law by H.B. 23, 84th Leg., Regular Session. OFFICE USE ONLY This is the notice to the appropriate local governmental entity that the following local government officer has become aware of facts that require the officer to file this statement Date Received in accordance with Chapter 176, Local Government Code. Name of Local Government Officer NIA 2 Office Held - N/A 3 Name of vendor described by Sections 176.001(7) and 176.003(a), Local Government Code N{p, .4 Description of the nature and extent of each employment or other business relationship and each family relationship with vendor named in Item 3. NIA 5 List gifts accepted by the local government officer and any family member, if aggregate value of the gifts accepted from vendor named in item 3 exceeds $100 during the 12-month period described by Section 176.003(a)(2)(IB). N/A N/A Date Gift Accepted Description of Gift Date Gift Accepted N/A Description of Gift NIA Date Gift Accepted N/A Description of Gift N/A (attach additional forms as necessary) B AFFIDAVIT - I svrer3r udder ponAfty of pa"Fy 11`141 M0 abaYe slatermF11 ix true and cnnea h ac lowkn%R 1ha1 the disclu54iM apAeS to aal2t IWNIy M0n4er (a$ doiirped by SfdCI+Gn 176-001(2), Local cYernmeril Cade) of ih� Cncal rvernrri�nt ofl,L 1 $Ise arklbwledge that this statement "'""'y, f�1ARIA LAURA PARfDES' murs Nie 12-manlh pFru r`**`x• d described by Section 176.003(a)(2)(B), Local Government Code. lSM Public. 5lpkeol7trxes 'S'•y w- VC'rnm Lxplres (1A i7t} 7d {} UFA Nolary 14 130612040 5u Fatre of Local Government Officer AFFIX NOTAHy 1¢TAMP / SEAL ABOVE Sworn t4 .-i nod eut]Urlbed befiw4 mB. tYy llm,,,id _ AMA W _ 011s: kilo ' day "Sig.6 _ 1a rArwy Whoh, wdinaas my a Mid and Wal or atline. �1 l ti'4'r,cer administering oath Printed name of officer administering oath Title of officer administering oath Form provided by Texas Ethics Commission www.ethfcs.state.tx.us Revised 11/30/2015 LOCAL GOVERNMENT OFFICER CONFLICTS DISCLOSURE STATEMENT Section 176.003 of the Local Government Code requires certain local government officers to file this form. A 'local government officer" is defined as a member of the governing body of a local governmental entity; a director, superintendent, administrator, president, or other person designated as the executive officer of a local governmental entity; or an agent of a local governmental entity who exercises discretion in the planning, recommending, selecting, or contracting of a vendor. This form is required to be filed with the records administrator of the local governmental entity not later than 5 p.m. on the seventh business day after the date on which the officer becomes aware of the facts that require the filing of this statement. A local government officer commits an offense if the officer knowingly violates Section 176.003, Local Government Code. An offense under this section is a misdemeanor. Refer to chapter 176 of the Local Government Code for detailed information regarding the requirement to file this form. INSTRUCTIONS FOR COMPLETING THIS FORM The following numbers correspond to the numbered boxes on the other side. 1. {dame of Local Government Officer. Enter the name of the local government officer filing this statement 2. Office Held. Enter the name of the office held by the local government officer filing this statement. 3. Name of vendor described by Sections 176.001(7) and 176.003(a), Local Government Code. Enterthe name of the vendor described by Section 176.001(7), Local Government Code, if the vendor: a) has an employment or other business relationship with the local government officer or a family member of the officer as described by Section 176.003(a)(2)(A), Local Government Code; b) has given to the local government officer or a family member of the officer one or more gifts as described by Section 176.003(a)(2)(B), Local Government Code; or c) has a family relationship with the local government officer as defined by Section 176.001(2-a), Local Government Code, 4. Description of the nature and extent of each employment or other business relationship and each family relationship with vendor named in item 3. Describe the nature and extent of the employment or other business relationship the vendor has with the local government officer or a family member of the officer as described by Section 176.003(a)(2)(A), Local Government Code, and each family relationship the vendor has with the local government officer as defined by Section 176.001(2-a), Local Government Code. 5. List gifts accepted, if the aggregate value of the gifts accepted from vendor named in item 3 exceeds $100. List gifts accepted during the 12-month period (described by Section 176.003(a)(2)(B), Local Government Code) by the local government officer or family member of the officer from the vendor named in item 3 that in the aggregate exceed $100 in value. 6. Affidavit. Signature of local government officer. t � Local Government Code 6176.001(2_M. "Family relationship" means a relationship between a person and another person within the third degree by consanguinity or the second degree by affinity, as those terms are defined by Subchapter B, Chapter 573, Government Code. Local Government Code S 176A03{a)(2)(A): (a) A local government officer shall file a conflicts disclosure statement with respect to a vendor if: *** (2) the vendor: (A) has an employment or other business relationship with the local government officer or a family member of the officer that results in the officer or family member receiving taxable income, other than investment income, that exceeds $2,500 during the 12-month period preceding the date that the officer becomes aware that: (i) a contract between the local governmental entity and vendor has been executed; or (ii) the local governmental entity is considering entering into a contract with the vendor. Form provided by Texas Ethics Commission www.ethics,state.lx.us Revised 11/30/2015 00 41 00 BID FORM Page 1 of 3 SECTION 00 4100 BID FORMTO: The Purchasing Manager C/O: The Purchasing Division 1000 Throckmorton Street City of Fort Worth, Texas 76102 FOR: 90-Inch (M-280) Sanitary Sewer Rehabilitation City Project No.: 01286 Units/Sections: Unit 1 90-inch (M-280) Sanitary Sewer Rehabilitation 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of City (b) to establish Bid prices at artificial non- competitive levels, or (c) to deprive City of the benefits of free and open competition. c. collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non- competitive levels. d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20150821 Book2 the Contract. 3. Prequalification 00 41 00 BID FORM Page 2 of 3 The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. Cured in place pipe (CIPP) rehabilitation of 90-Inch RCP pipe b. Large diameter 90-inch sanitary sewer pipe installation c_ Bypass pumping d. Concrete Protective Coating Application per Specification Section 09 80 00 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 456 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 Bid: a. This Bid Form, Section 00 4100 b. Required Bid Bond, Section OD 43 1.3 .quad by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form, Section 00 42 43 d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 e. MWBEw 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. 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 6.3. Total Base Bid s.f? 10apf� �y CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20150821 Dook2 Total Bid 7. Bid Submittal This Bid is Respectfully silbi4ted, F. I - - . . ! . by the entity named below. ILA ,if igna#ure} By -,— (Printed Name) Ai.1i11i7 I'InGiDFd V!r:CP{r_.a+Ill.#rmj Tiile; S_ I Luulu c; r i Ii�ls;ll6n td Tani. W- Company: 'IVO S. 61h Ao-� ili Addressw M$ulgfiF K TX 7ilW3 Tak phi 44ate of Incorporation Email: Aftrlf11I. EjIrxllf41, MM Phone: (SIT) jI77-OW END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20150821 00 41 00 BID FORM Page 3 of 3 Receipt is acknowledged of the following Addenda: Initial Addendum No. 1: Addendum No. 2: Addendum No. 3: Aw- Addendum No. 4: Corporate Seal: Book2 W 42 a3 ram PR01'ORAL NZO 1 f 1 SECTION 00 42 43 PROPOSALFORM ADDENDUM NO.2 UNIT PRICE BID Bidder's Application Projxr Item infanrrarion Biddees Proposal Bid list item No. 5 (cation Descripfinn`� Section No. Unit of Bid Measure Quantity Unit Pries Bad Vr1ae Rid Summary 1 3331.2122 90" CIPP 3331 12 LF 705 $1,993.00 $1,405,065,00 2 3731.4804 90" Fiberglass Sevier Pipe, Class SN-72 r3311.5779 3331 13 LF 719 $2,164,00 $1,555,016.00 3 36" PVC Sewer Pipe 33 31 21 LF 50 $781,00 $39,060.00 4 3334.100i Cast-ln-Plxe (CIP) Sewer Junction Structure at Sta. 526+58 33 39 10 EA 1 $120,000,00 7126,000.00 5 3339AW7 Cast -in -Place (CIPI Sewer Junction Structure at M-389R 33 39 10 FA 1 $71.000.00 571,000.00 6 1333p 103 ias1-iri-Piece (CIP) Sewer Junction Structure at M-245 5.1 1;9 10 EA i V%Q00.00 SA1,000.00 1 15.33. .11 1 ;,'Tee those Maai "In ; $ta %4+76 r' 1 tin $04,000.00 $ �33y_otiui EPOW Mutt" llrw 6-0aseMzrihMe at Sla 564{.76) 3,7 3960 .�F U00.00 23I 5400.00 f6,200310 D -§XLP.0rMMEpaRYSlrudwp LYtcr (Nary 3ownr JIarK419f1 51[uCWie al SAs ON-ft, New60' 5ewtf JIWmWo ftlji Late, R60 OV Severer Junvilun SEwor pi ^J339w si- 1,bK1 M,00 $4G,zWJ00 10 7-03U.Cv003 Epaap Mn?dure Dner IMI Ste Slap M G0J 33 W o 5r 850 U5.00 $2 p,250.00 11 3339.6.004 Epoxy -tee+r iur au R-up 33 39 60 SF 260 $25.W $6,boo,00 12 9999,0001 86" x 4,5" Series 95 Stop Logs and Guide Frames Drawings EA 2 $33,0DO.00 $66,000.00 13 9999.0002 106" x 7" Series 95 Stop Logs and Guide Frames Drawings EA 1 $49,000.00 $49,000.00 14 9999.0005 318" Thick Aluminum Checkered Cover Plate Drawings SF 60 $300.00 $18,000.00 15 9999.0006 4• x 4• Aluminum Access Hatch Drawings EA 1 $3,000.00 $3.000.00 16 0385.3001 Concrete Repair (Repair Mortar) - Riverside Box A 03 85 30 CF 226 $75.00 $16,875.00 17 0385.3002 Concrete Repalr (Crack Injection) - Riverside Box A 03 85 30 LF 300 $50.00 $15,D00.00 18 09130.D001 Riverside. Box A Concrete Protective Coating 09 80 00 SF 2,400 $25.00 $60,000.00 19 0385.3003 Concrete Repair (Repair Mortar) - MH Ste. 519+50,90 03 85 30 CIF 200 $75.00 $15,000,00 20 0385.3004 Concrete Repair (Crack Injection) - MH Sta. 519+50.90 03 85 30 LF 100 $50.00 $5,000.00 21 3301.0001 Pre CCTV Inspection 33 01 31 LF 1,441 $3 00 $4.323.00 22 3301.002Pusl- CTYjr+spettirm 330131 LF 1441 ii GD $1,441.00 23 5301 A10 i Malrhaf■ Vw-4tim I e51hi0 (T•BuoR Wmhbb and Seww Airmliu 1 Sllnldlrae) 7,101 30 t:A - u[N1.00 V.1;200.00 24 87nI A101 Mm"m L4rgaov jesilno iRives�ok Rox A imll W nuL 5li &6DADj 3301 30 FA #1,5M. $3.00D.W 26 330,"l 401011,AW Weather Bypass {wiping aei tip sa ua iu LS 1 S I ,'[�i3OD0.00 $1,205,000.00 25 3M.0002 VNI Vveadler Bypase PumpinD ajaeralllop 77 0] 10 DAY 25 51 r.0 n11X1 $308.000.00 27 3306.0104 Groundwater Control 39 28 3305.0109 Trench Safety u`5 1G 33 05 10 LS LF 1 $1.00 769 $1,00 $1.00 29 3305.0110 Utility Markers 33 05 26 LS 1 $2,000.00 $769.00 $2,000.00 30 3305.1412 Concrete Collar 330517 EA 3 $1.000.00 $3,000.00 31 3305.0206 Imported EmbedmentlBackBll, Acceptable Backfill 33 05 10 CY 400 $25,00 $10,000.00 32 3305.0203Imported ErnbedmentlBackliill, CLSM 330510 CY 480 $100.00 $48,000.00 33 311D.0103 12"-18" Tree Removal 31 1000 EA 1 $2.000.00 $2,000.00 34 3110.0104 i8"-24" Tree Removal 31 1000 EA 1 $3,000.00 $3,000.00 35 3110.0105 24" and Larger Tree Removal 31 1000 F,•A 1 $5,000.01) $5,000A0 36 31250101 SWPPP z 1 acre 312500 LS 1 $10.000.00 $40,000.00 37 1201-(=4 AEplmll Pgnq Drench Rbpmr 54151 17 LF Zan Si 7t M #9i,5r,,1kN 30 32 L147{14 A -*A µvat ReF"oenwnl InortiriWO 32 s? in [iS' 11813 $000 W.100.0'3 .3e 5216.v 101 6' Conuele Curb and butter 321613 LF 412 $40.00 $16,480.00 40 3231,0112 5• Chain Link Fence and Gate, Aluminum 3231 13 LF 40 $100.00 $4,000.00 41 3292.0400 Seeding, Hydromulch 32 92 13 SY 500 $1.00 $500.00 42 3292.0401 Seeding, Sod 32 92 13 SY 12.600 $4.00 $50,400.00 43 3471.000I Traffic Control 3471 13 MO 1 $2,000.00 $? non,00 44 MIT, 0101 f onsfmctlou Staking 01 71 23 LS 1 35.00000 55"' <Irt i.V) 45 Di ll.OW2 ConahuLtkin Lalrvey 01712.3 LS i 32,{1130tk1 46 IF1911 'XW Caimuucrmhpbawaoice UP91199 LS 1 ±_1.',!Y?lpp.p0 ;150,fHI400 Toral.q?d $5,581,888,p0 END OPSECHON CITY OF FORT WOIrni SrANDARD CONSTRUC RON 8W c[vjcAno j D(XUmi?N N r'ynn R,1-4 20120/20 Add X2 nid 1'ro4rrra1 Wns16v4: Mudia.dsiam SECTION 0043 13 BID BOND KNOW ALL BY THESE PRESENTS: 00 43 13 BID BOND Page 1 of 2 That we, S.J. Louis Construction of Texas, Ltd. , known as 'Bidder" herein and Liberty Mutual Insurance Company a corporate surety duly authorized to do business In the State of Texas, known as "Surety" herein, are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of Texas, known as "City" herein, In the penal sum of five percent (5%) of Bidder's maximum bid price, in lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid or proposal to perform Work for the following project designated as 90-Inch (All-280) Sanitary Sewer Rehabilitation NOW, THEREFORE, the condition of this obligation is such that if the City shall award the Contract for the foregoing project to the Principal, and the Principal shall satisfy all requirements and conditions required for the execution of the Contract and shall enter into the Contract in writing with the City in accordance with the terms of such same, then this obligation shall be and become null and void. If, however, the Principal fails to execute such Contract in accordance with the terms of same or fails to satisfy all requirements and conditions required for the execution of the Contract, this bond shall become the property of the City, without recourse of the Principal and/or Surety, not to exceed the penalty hereof, and shall be used to compensate City for the difference between Principal's total bid amount and the next selected bidder's total bid amount. PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Divis€on, IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this instrument by duly authorized agents and officers on this the 5th day of March , . 2020. PRINCIPAL: S.J. Louis on tru tion of TjDxas. Ltd. BY: AT' � 5€ natur Ami-iWAIF04P qtm �i'��1►�+�►'� Witness as to Principal Name and Title CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20171log 0041 00_00 4313_0042 43_00 43 37 OD 45 12_00 35 13 Bid Proposal Workbaak ModiFedxis Witness as to urea Attach Power of Attorney (Surety) for Attorney -in -Fact Address: 520 South 6th Avenue Mansfield, TX 76063 SURETY: Liberty Mu#ual i Surance Gorrivany BY: glare Heather R. Goedtel, Attorney -in -Fact Name and Title Address: 175 Berkeley Street Boston, MA 02116 r Telephone Number: 763-302-7159 00 43 13 BID BOND Page 2 of 2 'Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Forth Revised 211171109 00 41 00_004313 0042 43_0043 37_004512 0035 13_Bld Proposal Workbook Madifred.xls Sur�.®wledgment State of Minnesota } ss. County of Henn in On this 56 day of March 2020, before me personally came Heather R. Goedtel, to ine known, who being by me duly sworn, did depose and say that she is the Attorney -in -Fact of Liberty Mutual Insurance Company_ described in and which executed the above instrument; that she/he knows the seal of said corporation; that the seal affixed to said instruments is such corporate seal, that it was so affixed by order of the Board of Directors of said corporation, and that she/he signed her/she/his name to it by like order. Q KELLY NICOLE ENGHAUSER Notary Public-Minnesoia • y' ` My Cgmmi-a Gn ewreff An 31. 2021 ' � 1 '� Notary Pub This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except In the manner anti to the extent herein stated. Liberty Liberty Mutual Insurance Company mutuciL The Ohio Casualty Insurance Company Certificate No: 8202635-190003_ SURETY West American Insurance Company POWER OF Ail1 OL NEY KNOWN ALL PERSONS BY THESE PRESENTS. That The Ohio Casualty Insurance Company is a corporation duly o%gie trd under the tows of the,—,Mn of New Hampyh,re, ilpaj Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and We slAmedcan 14511`11M Company is a colT.aallon duly arpanlred under the laws of the State of Indiana (herein collectively called the "Compact€es"), pursuant to and by authority heron Eel k� u,, d-- hcizul ----, w—�wu,ur a<,d appairt, Blake S. Bohlig, Brian D. Carpenter Kelly Nicole Engbauser, Heather R. Qoedtel, Michelle Halter, Jessica Hoff, Nicole Langer, Craig Olmstead, Laurie Pflug all of the ally of Bloomin>;ton slate of M tnr�acos aoetl i�Idr4iderety II aluere ba mare then ohe named, na tnrr anti rttHfjI atlomey:r :€act 10 make, execute, seal, acknowledge and deliver, for and on its behalf as surety and ax b act and duod. ally and all undwNIgINc. bands, aeoogniramces any DING iiwaty ablirialisre, n pursuenca of these presents and shall be as binding upon the Companies as If they have been duty signed by me president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 21si day of November , 2019, Llberty Mutual Insurance Company i"Stj �tI INS& � %Nsll The Ohio Casualty Insurance Company oatpnPOR,, 0fi r Pori r ym w 2�°--1, cm West American Insurance Company r�191290 n=1919�0 4 1991 0 y Yd�+�17 +Ugtia� yo yHanPsb r���nauslra$ By: C David M. Carey, Assistant Secretary of PENNSYLVAN IA Ss tv of NONTGOMERY r- On this .21st day of November , 2019 before me personally 0 LWL-d 11—id f.l. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance a Company, The Ohie Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes fs � Mersin contained by signing on behalf of the corporations by himself as a duty authorized officer. to u.l IN WITNESS WHEREOF, I have hereunto subscriberl rrry narrar and mitred Iny il4laiyl sea M Mfg a Oftimr a NmWitwIs, on lho day and year first above written. NE idolww�aaw i aF Im..p Paylyb# N.Wr W Wr t I UPPW MFI w %, r-4-,y.J,,,,Wry f h411ly �My Commission E p'wii March 28, 2021 Member, Pennairlvania A4soc,atlm of Notaries f � By: L&&'1-1 eresa Pastella, Notary Public This Power of Attorney is made and "euLiM pulxuant th and by vltitority of the following fay -laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West Arrimtran Insurance Cam?axnr wtZ± rP_.rolutions are now in full force and effect reading as follows: ARTICLE IV— OFFICERS -SmAin12 Pmer0AClynvy. Any officer or other offk" or the Corporaitw aulhaired for that purpose in writing by the Ctbimmn or Ilia President, mid vubfn i la sulk IYr,:brpr,n am Iho Choxrnwr or the President may prescdt4L shat appoint wets allnitlryE4o-fai3, a5 may be rrecessery ro lick m hedrelf a1 the CnrQpratityl tC rnako, caeatn. seal, acknowledge and deliver as surety any and all undertakngs, bonds, recapnmanicrs and other surely cdr 011fills. Such alinmery €r.-loci, subjec! io the rimstatfons set forth in their respective powers of attorney, shall have full power to binrt the Cmpmii arr by OwIr sgriMm and ex_�&-in of any such instruments and to attach thereto the seal of the Corporation. When so executed, such instruments shag be as binding as If signed by the President and attested to by the Secretary. Any power or authority granted to any representative or atiomey-in-fact under the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ARTICLE All — Execution of Contracts: Section 5, Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in wilting by the chairman or the president, and subject to such limilaliorrs a� the t I iuu wwi ui rho p;, V ;t tray prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, reeognizances and other surety obligations. Such attomaysan-fact subject to the limitations set forth in their respective powers of attorney, shall have full ". er to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Resignation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys -in - fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization —By unanimous consent of the Company's Board of Directors, the Company consents thatfacsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of allomey issued by the Company in connection with surety bonds, shall be valid and binding upon the Company Will the same force and effect as though manually affixed. 1, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casua1y Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 51h day of March , 2020 . PV ppol?. pp-++qq�� Q�qY rHSp A INSUR �J `pRP°Rq�,'•Y�, S �RPo�T'�gy �P'c°s'Pa�' qyn � 3 �o fi v7� 3 Fo m Q• � � m Y91912 3 m 1919 4 1991 0 Is/ cx°s a °�yhnwPS��aa (S3�hn,Ar.Paa By. Renee C. Llewellyn, Assistant Secretary LMS-12873 LMIC OCIC wAIC MUN Co 062018 a cYa .0 C r3 O C ai c a> m m 00 43 37 VENDOR COMPLIANCE TO STATE LAW Pago 1 of 1 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident bidders in the State of : 111 i 1 1-- - ! ,rif; , our principal place of business, are required to be percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of ;,� , �� �, , our principal place of business, are not required to underbid resident bidders, jhe principal place of business of,4ur company or our parent company or majority owner is ` in the State of Texas. M BIDDER: S. J. Louis Construction of Texas, Ltd. 520 S. 6th Avenue City, State Zip Code Here END OF SECTION By: Adam Lunsford r Signature) Title: Vice President Date: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20110627 00 410000 43 13_00 42 43_00 43 3700 45 12_00 35 13_Bid Proposal Workbook Modilied.xls 004511-1 BIDDERS PREQUALIFICATIONS Page 1 of 3 SECTION 00 45 11 BIDDERS PREQUALIFICATIONS 1. Summary. All contractors are required to be prequalified by the City prior to submitting bids. To be eligible to bid the contractor must submit Section 00 45 12, Prequalification Statement for the work type(s) listed with their Bid. Any contractor or subcontractor who is not prequalified for the work type(s) listed must submit Section 00 45 13, Bidder Prequalification Application in accordance with the requirements below. The prequalifcation process will establish a bid limit based on a technical evaluation and financial analysis of the contractor. The information must be submitted seven (7) days prior to the date of the opening of bids. For example, a contractor wishing to submit bids on projects to be opened on the 7th of April must file the information by the 31st day of March in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder's Prequalification Application, the following must accompany the submission. a. A complete set of audited or reviewed financial statements. (1) Classified Balance Sheet (2) Income Statement (3) Statement of Cash Flows (4) Statement of Retained Earnings (5) Notes to the Financial Statements, if any b. A certified copy of the firm's organizational documents (Corporate Charter, Articles of Incorporation, Articles of Organization, Certificate of Formation, LLC Regulations, Certificate of Limited Partnership Agreement). c. A completed Bidder Prequalification Application. (1) The firm's Texas Taxpayer Identification Number as issued by the Texas Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification number visit the Texas Comptroller of Public Accounts online at the following web address www.window.state.tx.us/tMpermit/ and fill out the application to apply for your Texas tax ID. (2) The firm's e-mail address and fax number. (3) The firm's DUNS number as issued by Dun & Bradstreet. This number is used by the City for required reporting on Federal Aid projects. The DUNS number may be obtained at www.dnb.com. d. Resumes reflecting the construction experience of the principles of the firm for firms submitting their initial prequalification. These resumes should include the size and scope of the work performed. e. Other information as requested by the City. 2. Prequalification Requirements a. Financial Statements. Financial statement submission must be provided in accordance with the following: (1) The City requires that the original Financial Statement or a certified copy be submitted for consideration. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised July 1, 2011 004511-2 BIDDERS PREQUALIFICATIONS Page 2 of 3 (2) To be satisfactory, the financial statements must be audited or reviewed by an independent, certified public accounting firm registered and in good standing in any state. Current Texas statues also require that accounting firms performing audits or reviews on business entities within the State of Texas be properly licensed or registered with the Texas State Board of Public Accountancy. (3) The accounting firm should state in the audit report or review whether the contractor is an individual, corporation, or limited liability company. (4) Financial Statements must be presented in U.S. dollars at the current rate of exchange of the Balance Sheet date. (5) The City will not recognize any certified public accountant as independent who is not, in fact, independent. (6) The accountant's opinion on the financial statements of the contracting company should state that the audit or review has been conducted in accordance with auditing standards generally accepted in the United States of America. This must be stated in the accounting firm's opinion. It should: (1) express an unqualified opinion, or (2) express a qualified opinion on the statements taken as a whole. (7) The City reserves the right to require a new statement at any time. (S) The financial statement must be prepared as of the last day of any month, not more than one year old and must be on file with the City 16 months thereafter, in accordance with Paragraph 1. (9) The City will determine a contractor's bidding capacity for the purposes of awarding contracts. Bidding capacity is determined by multiplying the positive net working capital (working capital = current assets — current liabilities) by a factor of 10.Only those statements reflecting a positive net working capital position will be considered satisfactory for prequalification purposes. (10) In the case that a bidding date falls within the time a new financial statement is being prepared, the previous statement shall be updated with proper verification. b. Bidder Prequalification Application. A Bidder Prequalification Application must be submitted along with audited or reviewed financial statements by firms wishing to be eligible to bid on all classes of construction and maintenance projects. Incomplete Applications will be rejected. (1) In those schedules where there is nothing to report, the notation of "None" or "NIA" should be inserted. (2) A minimum of five (5) references of related work must be provided. (3) Submission of an equipment schedule which indicates equipment under the control of the Contractor and which is related to the type of work for which the Contactor is seeking prequalification. The schedule must include the manufacturer, model and general common description of each piece of equipment. Abbreviations or means of describing equipment other than provided above will not be accepted. 3. Eligibility to Bid a. The City shall be the sole judge as to a contractor's prequalification. b. The City may reject, suspend, or modify any prequalification for failure by the contractor to demonstrate acceptable financial ability or performance. c. The City will issue a letter as to the status of the prequalification approval. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised July 1, 2011 004511-3 BIDDERS PREQUALIFICATIONS Page 3 of 3 d. If a contractor has a valid prequalification letter, the contractor will be eligible to bid the prequalified work types until the expiration date stated in the letter. END OF SECTION CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projeel No. 01286 Revised July 1, 2011 004512-1 PREQUALIFICATION STATEMENT Page l of I SECTION 00 4512 PREQUALIFICATION STATEMENT Each. Bidder for a City procurement is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. Major Work Type Contractor/Subcontractor Company Name Prequalification E ip ration Date CIPP Rehabilitation &*^at4*- want LL�e— for 90-inch RCP I pipe Large Diameter 90-inch sanitary ` �. . t.� I', Cora- r<*• TX L:1 eJ . 41350h& pipe installation Bypass pumping D6'+Woum& ftai ep. {>3*#Xp PdA►P '7 � Concrete protective coating AqA-tC.Ao r.1Ww�� 4 /f application per � � � tva 51 specification LLL. section 09 SO 00 The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: L-wrl s L`I v44 op MrAs L4,1• By: AVOM LVR1' D• Company (Please Print) 6-& S. L^ lye. Signature: Address �A►EI£�-1� �`1t !�.�.� Title: City/State/Zip Vice pael-+fir (Please Print) Date: "7 END OF SECTION CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised July 1, 2011 FORT WORTH SECTION 00 45 13 BIDDER PREQUALIFICATION APPLICATION Date of Balance Sheet Name under which you wish to qualify Post Office Box City Mark only one: Individual Limited Partnership General Partnership Corporation Limited Liability Company State Zip Code Street Address (required) City State Zip Code Telephone Fax Email Texas Taxpayer Identification No. Federal Employers Identification No. DUNS No. (if applicable) MAIL THIS QUESTIONAIRE ALONG WITH FINANCIAL STATEMENTS TO: CITY OF FORT WORTH TEXAS 1000 THROCKMORTON STREET FORT WORTH, TEXAS 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 Iess 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 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 0045I3-3 BIDDER PREQUALIFICATION APPLICATION Page 3 of 8 MAJOR WORK CATEGORIES, CONTINUED Sewer CIPP, 12-inches and smaller Sewer CIPP, 24-inches and smaller Sewer CIPP, 42-inches and smaller Sewer CIPP, All Sizes Sewer Collection System, Development, 8-inches and smaller Sewer Collection System, Urban/Renewal, 8-inches and smaller Sewer Collection System, Development, 12-inches and smaller Sewer Collection System, Urban/Renewal, 12-inches and smaller Sewer Interceptors, Development, 24-inches and smaller Sewer Interceptors, Urban/Renewal, 24-inches and smaller Sewer Interceptors, Development, 42-inches and smaller Sewer Interceptors, Urban/Renewal, 42-inches and smaller Sewer Interceptors, Development, 48-inches and smaller Sewer Interceptors, Urban/Renewal, 48-inches and smaller Sewer Pipe Enlargement 12-inches and smaller Sewer Pipe Enlargement 24-inches and smaller Sewer Pipe Enlargement, All Sizes Sewer Cleaning, 24-inches and smaller Sewer Cleaning, 42-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 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 0045 13 - 4 BIDDER PREQUALIFICATION APPLICATION Page 4 of 8 1. List equipment you do not own but which is available by renting DESCRIPTION OF EQUIPMENT I 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 had: construction work has your organization (a) As a General Contractor: (b) As a Sub -Contractor: 4. *What projects has your organization completed in Texas and elsewhere? CONTRACT AMOUNT CLASS OF WORK DATE COMPLETED LOCATION CITY -COUNTY- STATE NAME AND DETAILED ADDRESS OF OFFICIAL TO WHOM YOU REFER *If requalifying only show work performed since last statement. 5.Have you ever failed to complete any work awarded to you?_ If so, where and why?. 6.Has any officer or owner of your organization ever been an officer of another organization that failed to complete a contract? If so, state the name of the individual, other organization and 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 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 0045 13 - 5 BIDDER PREQUALIFICATION APPLICATION Page 5 of 8 8. In what other lines of business are you financially interested? 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. I NAME OF FIRM OR COMPANY I 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? NAME PRESENT POSITION OR OFFICE YEARS OF EXPERIENCE MAGNITUDE AND TYPE OF WORK IN WHAT CAPACITY 13. If any owner, officer, director, or stockholder of your firm is an employee of the City, or shares the same household with, a City employee, please list the name of the City employee and the relationship. In addition, list any City employee who is the spouse, child, or parent of an owner, officer, stockholder, or director who does not live in the 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 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 0045 13 - 6 BIDDER PREQUALIFICATION APPLICATION Page 6 of 8 CORPORATION BLOCK PARTNERSHIP BLOCK If a corporation: Date of Incorporation Charter/File No. President Vice Presidents If a partnership: State of Organization Date of organization Is partnership general, limited, or registered limited liability partnership? File No. (if Limited Partnership) General Partners/Officers Secretary Treasurer Limited Partners (if applicable) LIMITED LIABILITY COMPANY BLOCK If a corporation: State of Incorporation Date of organization File No. Officers or Managers (with titles, if any) Individuals authorized to sign for Partnership Except for limited partners, the individuals listed in the blocks above are presumed to have full signature authority for your firm unless otherwise advised. Should you wish to grant signature authority for additional individuals, please attach a certified copy of the corporate resolution, corporate minutes, partnership agreement, power of attorney or other legal documentation which grants this authority. CITY OF FORT WORTH 90-lneb (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 0045 13 - 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 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 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. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 004526-1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of 1 SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides worker's compensation insurance coverage for all of its employees employed on City Project No. 01286 Contractor further certifies that, pursuant to Texas Labor Code, Section 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with worker's compensation coverage. CONTRACTOR: -T: Lpjt�z Coast 'TsxA& L+J. Company 'C,(,+kA46. Address By: A01PM L6iWSft&b- (Please Print) Signature: dA"Fi .m. mr, 7,-m.-a Title: d106 City/State/Zip (Please Print) THE STATE OF TEXAS § COUNTY OF TARRANT BEFORE ME, the undersigned authority, on this day personally appeared Almm known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to Ine that he/she executed the same as the act and deed of MICE 06:51b-9,4T for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of A�.___ -._- , 20 2a Nola hblic in and for the State of Texas MARIA LAURA PAREDES--- END OF SECTION :`,ARY Notary Public, State of Texas Comm. Expires 04-08-2020 Notary ID 130612880 -- CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised July I, 2011 00 45 40 - 1 Minority Business Enterprise Specifications Page 1 of 2 SECTION 00 45 40 Minority Business Enterprise Specifications APPLICATION OF POLICY If the total dollar value of the contract is greater than $50,000, then a MBE subcontracting goal is applicable. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of all goods and services. All requirements and regulations stated in the City's current Business Diversity Enterprise Ordinance apply to this bid. MBE PROJECT GOALS The City's MBE goal on this project is 7 % of the total bid value of the contract (Base bid applies to Parks and Community Services). 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 Offoror'lhall deliver [tic MBE decanienlaiion in person to the appmpriate employee of the purchasing div0ion and obtain :I daleltime receipt. Such rao6pl shall he evidence that the Cily received the documentation irM the lime allocated, A faxed andfor etnalled copy will not be accepted. 1. Subcontractor Utilization Form, if received no later than 2.00 p.m., on the second City business goal is met or exceeded: day after the bid opening date, exclusive of the bid opening date. 2. Good Faith Effort and received no later than 2:00 p.m., on the second City business Subcontractor Utilization Form, if day after the bid opening date, exclusive of the bid opening participation is less than statedgoal: date. 3. Good Faith Effort and received no later than 2:00 p.m., on the second City business Subcontractor Utilization Form, if no day after the bid opening date, exclusive of the bid opening MBE participation: date. 4. Prime Contractor Waiver Form, received no later than 2:00 p.m., on the second City business if you will perform all day after the bid opening date, exclusive of the bid opening contracting/supplier work: date. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised June 9, 2015 00 45 40 - 2 Minority Business Enterprise Specifications Page 2 of 2 5. Joint Venture Form, if goal is met received no later than 2:00 p.m., on the second City business or exceeded. day after the bid opening date, exclusive of the bid opening date. FAILURE TO COMPLY WITH THE CITY'S BUSINESS DIVERSITY ENTERPRISE ORDINANCE WILL RESULT IN THE BID BEING CONSIDERED NON-RESONSIVE TO SPECIFICATIONS. FAILURE TO SUBMIT THE REQUIRED MBE DOCUMENTATION WILL RESULT IN THE BID BEING CONSIDERED NON -RESPONSIVE. A SECOND FAILURE WILL RESULT IN THE OFFEROR BEING DISQUALIFIED FOR A PERIOD OF ONE YEAR. THREE FAILURES IN A FIVE YEAR PERIOD WILL RESULT IN A DISQUALIFICAITON PERIOD OF THREE YEARS. Any Questions, Please Contact The NVWBE Office at (817) 212-2674. END OF SECTION CITY OF FORT WORTH 90-hich (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised June 9. 2015 005243-1 AGREEMENT Page I of 8 SECTION 00 52 43 AGREEMENT THIS AGREEMENT, authorized on 05/05/20 is made by and between the City of Forth Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager, ("City"), and S.J. Louis Construction of Texas, Ltd. , authorized to do business in Texas, acting by and through its duly authorized representative, ("Contractor"). City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK Contractor shall complete all Work as specified or indicated in the Contract Documents for the Project identified herein. Article 2. PROJECT The project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: 90-Inch (M-280) Sanitary Sewer Rehabilitation Project No. 01286 Article 3. CONTRACT PRICE City agrees to pay Contractor for performance of the Work in accordance with the Contract Documents an amount, in current funds, of Five Million Five Hundred Ninety One Thousand Eight Hundred Eighty Eight and 00/100 Dollars ($ 5,591,888.00 ). Article 4. CONTRACT TIME 4.1 Final Acceptance. The Work will be complete for Final Acceptance within 456 days after the date when the Contract Time commences to run, as provided in Paragraph 2.03 of the General Conditions, plus any extension thereof allowed in accordance with Article 12 of the General Conditions. 4.2 Liquidated Damages Contractor recognizes that time is of the essence for completion of Milestones, if any, and to achieve Final Acceptance of the Work and City will suffer financial loss if the Work is not completed within the time(s) specified in Paragraph 4.1 above. The Contractor also recognizes the delays, expense and difficulties involved in proving in a legal proceeding, CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised 11.15.17 0 005243-2 AGREEMENT Page 2 of 8 the actual loss suffered by the City if the Work is not completed on time. Accordingly, instead of requiring any such proof, Contractor agrees that as Iiquidated damages for delay (but not as a penalty), Contractor shall pay City five hundred Dollars ($500.00) for each day that expires after the time specified in Paragraph 4.1 for Final Acceptance until the City issues the Final Letter of Acceptance. Article S. CONTRACT DOCUMENTS 5.1 CONTENTS: A. The Contract Documents which comprise the entire agreement between City and Contractor concerning the Work consist of the following: 1. This Agreement, 2. Attachments to this Agreement: a. Bid Form 1) Proposal Form 2) Vendor Compliance to State Law Non -Resident Bidder 3) Prequalification Statement 4) State and Federal documents (project specific) b. Current Prevailing Wage Rate Table c. Insurance ACORD l orm(s) d. Payment Bond e. Performance Bond f. Maintenance Bond g. Power of Attorney for the Bonds h. Worker's Compensation Affidavit i. MBE and/or ,SBE Utilization Form 3. General Conditions. 4. Supplementary Conditions. 5. Specifications specifically made a part of the Contract Documents by attachment or, if not attached, as incorporated by reference and described in the Table of Contents of the Project's Contract Documents, CITY or FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTSCity Project No. 01286 Revised 11.15.17 005243-3 AGREEMENT Page 3 of 8 6. Drawings. 7. Addenda, 8. Documentation submitted by Contractor prior to Notice of Award. 9. The following which may be delivered or issued after the Effective Date of the Agreement and, if issued, become an incorporated part of the Contract Documents: a. Notice to Proceed. b. Field Orders. c. Change Orders. d. Letter of Final Acceptance. Article 6. INDEMNIFICATION 6.1 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 an 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 ci . 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. 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the city, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the city, arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licensees or invitees under this contract. This indemnification provision is specifically intended to operate and be effective even if it is alleged or proven that all or some of the damages being sought were caused in whole_ or in part. by any act, omission or negligence of the city. Article 7. MISCELLANEOUS 7.1 Terms. Terms used in this Agreement which are defined in Article 1 of the General Conditions will have the meanings indicated in the General Conditions. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTSCity Project No. 01286 Revised 11.15.17 005243-4 AGREEMENT Page 4 of 8 7.2 Assignment of Contract. This Agreement, including all of the Contract Documents may not be assigned by the Contractor without the advanced express written consent of the City. 7.3 Successors and Assigns. City and Contractor each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, in respect to all covenants, agreements and obligations contained in the Contract Documents. 7.4 Severability. Any provision or part of the Contract Documents held to be unconstitutional, void or unenforceable by a court of competent jurisdiction shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon CITY and CONTRACTOR. 7.5 Governing Law and Venue. This Agreement, including all of the Contract Documents is performable in the State of Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the Northern District of Texas, Fort Worth Division, 7.6 Authority to Sign. Contractor shall attach evidence of authority to sign Agreement if signed by someone other than the duly authorized signatory of the Contractor. 7.7 Prohibition On Contracts With Companies Boycotting Israel. Contractor acknowledges that in accordance with Chapter 2270 of the Texas Government Code, the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this contract, Contractor certifies that Contractor's signature provides written verification to the City that Contractor. (I) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. 7.8 Immigration Nationality Act. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTSCity Project No. 01286 Revised 11.15.17 005243-5 AGREEMENT Page 5 of 8 Contractor shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form (I-9). Upon request by City, Contractor shall provide City with copies of all I-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Contractor shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Contractor employee who is not legally eligible to perform such services. CONTRACTOR SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY CONTRACTOR, CONTRACTOR'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to Contractor, shall have the right to immediately terminate this Agreement for violations of this provision by Contractor. 7.9 No Third -Party Beneficiaries. This Agreement gives no rights or benefits to anyone other than the City and the Contractor and there are no third -party beneficiaries. 7.10 No Cause of Action Against Engineer. Contractor, its subcontractors and equipment and materials suppliers on the PROJECT or their sureties, shall maintain no direct action against the Engineer, its officers, employees, and subcontractors, for any claim arising out of, in connection with, or resulting from the engineering services performed. Only the City will be the beneficiary of any undertaking by the Engineer. The presence or duties of the Engineer's personnel at a construction site, whether as on -site representatives or otherwise, do not make the Engineer or its personnel in any way responsible for those duties that belong to the City and/or the City's construction contractors or other entities, and do not relieve the construction contractors or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the Contract Documents and any health or safety precautions required by such construction work. The Engineer and its personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions. SIGNATURE PAGE TO FOLLOW CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTSCity Project No. 01286 Revised 11.15.17 005243-6 AGREEMENT Page 6 of 8 IN WITNESS WHEREOF, City and Contractor have each executed this Agreement to be effective as of the date subscribed by the City's designated Assistant City Manager ("Effective Date"). Contractor: By: Signature) (Printed Name) Title: ail" PAeSiftCAT Address: szo -s. z;04 A4r.. City/State/Zip: h1A,4,&Fi iEe.®i TX 7LA;,1.3 Date -S'-5/74> City of port Worth mULde By: oanaBf dLoft (MK 29,202 i5:5006i; (Dana Burghdoft) Assistant City Manager Date May 29, 2020 f f Attest: City Secretary (Seal) M&C Zo-0301 Date: as Form 1295 No. Z020-LOZI& I Contract Compliance Manager: By signing, I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. (Walter Norwood, P.E.) (Senior Project Manager) CITY OF FORT WORTH 90-Inch (M 90) Sanitary Sewer e a STANDARD CONSTRUCTION SPECIFICATION OOCUMENTSCItyProject No. 01286 QFF9�SIAV R � Revised 11.15.17 CCg �_i Approved as to Form and Legality: bw DBM (May 29, 202011:11 CDT) Douglas W. Black Assistant City Attorney APPROVAL RECOMMENDED: 'tid<topher Hard (May21.202D 10:52 CDT) (Cluistopher Harder, P.E) DIRECTOR, (Water) CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMFNTSCity Project No. 01286 Revised 11.15.17 005243-7 AGREEMENT Page 7 of 8 01 90-Inch (M-2 0) AVpf rf%jIii§ n 005243-8 AGREEMENT Page 8 of 8 American Iron and Steel Provision The following statement must be completed by the Contractor and made a part of the Agreement between the Owner and the Contractor: The Contractor acknowledges to and for the benefit of the Owner (`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 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 Contractor pursuant to this Agreement. The Contractor hereby represents and warrants to and for the benefit of the Owner 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 Owner or the TWDB. Notwithstanding any other provision of this Agreement, any failure to comply with this paragraph by the Contractor shall permit the Owner 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 Owner 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 Owner). While the Contractor has no direct contractual privity with the TWDB, as a lender to the Owner for the funding of its project, the Owner 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. - Additional information on the American Iron and Steel (AIS) requirement and its applicability to this contract can be found in the TWDB-1106 guidance. It is recommended the Owner receive and maintain files documenting the Contractor's use of AIS. Monthly compliance with the AIS will be verified by the Owner through the submittal of the TWDB form TWDB-1106-A. Contractor 4 X. LWIS CCW44WC.hbrA OF `--IfA&, L¢J. Signature YA 7 *-=: Printed Name Abaco Date Sri CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTSCity Project No. 01286 Revised 11.15.17 Bond No. 190044900 006113-1 PERFORMANCE BOND Page 1 of 2 SECTION 00 6113 PERFORMANCE BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we, S.J. Louis Construction of Texas, Ltd. , known as "Principal" herein and Liberty Mutual Insurance Company , a corporate surety(sureties, if more than one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal corpon ratiocreated pursuant to the laws of Texas, known as "City" herein, in the penal Five Million Five Hundred Ninety One Thousand sum of, Eight Hundred Eighty Eight and 001100 Dollars ($ 5,591,888,00 ), lawful money of the United States, to he paid in Fort Worth, Tarrant County, Texas for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. The bond is to be in a penal sum of no less than 100% of the contract price and remain in effect for one year beyond the date of approval by the political subdivision's Engineer. WHEREAS, the Principal has entered into a certain written contract with the City awarded the !V" day of /�`;rik+ , 204,?�, which Contract is hereby referred to and made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor and other accessories defined by law, in the prosecution of the Work, including any Change Orders, as provided for in said Contract designated as Twin 90/96 Inch M-280/M-338 Sanitary Sewer Rehabilitation, Project No. 01286. NOW, THEREFORE, the condition of this obligation is such that if the said Principal shall faithfully perform it obligations under the Contract and shall in all respects duly and faithfully perform the Work, including Change Orders, under the Contract, according to the plans, specifications, and contract documents therein referred to, and as well during any period of extension of the Contract that may be granted on the part of the City, then this obligation shal I be and become null and void, otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised July 1, 2011 0061 13-2 PERFORMANCE BOND Page 2 of 2 This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statue. IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this instrument by duly authorized agents and officers on this the 546% day of ,20X. ATTEST: (Principal) Sec y &"V& - V,Vness as to Principal Witness as to Sure4y PRINCIPAL: S.J. Louis C nstruct' n of Texas, Ltd. BY: A16V Sign tur Amm WAyvot ke P&E6wom r Name and Title Address: 520 South 6th Avenue Mansfield TX 76063 SURETY: Liberty Mutual Insurance Company __ B Z;;--Otg�nature Heather R. Goedtel, Attorney -in -Fact Name and Title Address: 8400 Normandale Lake Blvd. Suite 1700 Bloomington, MN 55437 Telephone Number: 763-302-7159 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 90-Inch (M-280) Sanitary Sewer Rehabilitation City Project No. 01286 Bond No. 190044900 0061 14 - 1 PAYMENTBOND Page 1 of 2 SECTION 00 6114 PAYMENT BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS; COUNTY OF TARRANT § That we, S.J. Louis Construction of Texas, Ltd. known as "Principal" herein, and Liberty Mutual Insurance Company , a corporate surety (sureties), duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of the State of Texas, known as "City" herein, Five Million Five Hundred Ninety One Thousand in the penal sum of Eight Hundred Eighty Eight and 001100 Dollars ($ 5,591,888.00 , lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of which sum well and truly be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents- The bond is to be in a penal suns of no less than 100% of the contract price and remain in effect for one year beyond the date of approval by the political subdivision's Engineer. WHEREAS, Principal has ,enAntered into a certain written Contract with City, awarded the day of 1�lh/ , 20 Z , which Contract is hereby referred to and made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment, labor and other accessories as defined by law, in the prosecution of the Work as provided for in said Contract and designated as Twin 90/96 Inch M-280/M-338 Sanitary Sewer Rehabilitation, Project No. 01286, NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under the Contract, then this obligation shall be and become null and void; otherwise to remain in full force and effect. This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statute. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised July 1, 2-011 0061 14 - 2 PAYMENTBOND Page 2 of 2 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the day of fiJAq ,20-24> . ATTEST: (Principal) S ry AA 1AA ness as to Principal ATTEST: rZ1.2 - (Sure itness Q Witness as to S rety 19:11 10 J:ty" S.J. Louis Construction of Texas, Ltd. BY: Signature Name and Title Address: 520 South 6th Avenue Mansfield, TX 76063 SURETY: Liberty Mutual Insurance Company B 4igture Heather R. Goedtel, Attorney -in -Fa Name and Title Address: 8400 Normandale Lake Blvd. Suite 1700 Bloomington, MN 55437 Telephone Number: 763-302-7159 Note: If signed by an officer of the Surety, there must be on file a certified extract from the bylaws showing that this person has authority to sign such obligation. If Surety's physical address is different fi•om its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. END OF SECTION CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised July 1, 2011 Bond No.190044900 0061 19 - 1 MAINTENANCE BOND Page I of 3 SECTION 00 6119 MAINTENANCE BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we S.J. Louis Construction of Texas. Ltd. , known as "Principal" herein and Liberty Mutual Insurance Company _..�_� a corporate surety (sureties, if more than one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the sum live Million Five Hundred Ninety One Thousand Of Eight Hundred Eighty Eight and 00/100 Dollars ($5,591,888.00 ), lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for payment of which sum well and truly be made unto the City and its successors, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the City awarded the 6'k day of 2010 , which Contract is hereby referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor and other accessories as defined by law, in the prosecution of the Work, including any Work resulting from a duly authorized Change Order (collectively herein, the "Work") as provided for in said contract and designated as Twin 90/96Inch M-280/M-338 Sanitary Sewer Rehabilitation, Project No. 01286; and WHEREAS, Principal binds itself to use such materials and to so construct the Work in accordance with the plans, specifications and Contract Documents that the Work is and will remain free from defects in materials or workmanship for and during the period of two (2) years after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon receiving notice from the City of the need therefor at any time within the Maintenance Period. CITY OF FORT WORTH 90-inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised July 1, 2011 0061 19-2 MAINTENANCE BOND Page 2 of 3 NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy any defective Work, for which timely notice was provided by City, to a completion satisfactory to the City, then this obligation shall become null and void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely noticed defective Work, it is agreed that the City may cause any and all such defective Work to be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and the Surety under this Maintenance bond; and PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division; and PROVIDED FURTHER, that this obligation shall be continuous in nature and successive recoveries may be had hereon for successive breaches. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised July 1, 2011 0061 19-3 MAINTENANCE BOND Page 3 of 3 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the b day of M4, 20 7.0 . ATTEST: (Principal) S etary ess as to Principal ATTEST: Z?,Mz�_ — (Sup Witness ice` Witness as to sdety PRINCIPAL: S.J. Louis.CoGstruGtiorl of Texas Ltd. BY: �* Signatur A WMSF:bAb.41tE Name and Title Address: 520 South 6th Avenue Mansfield, TX 76063 SURETY: Liberty Mutual Insurance Company B Signature Heather R. Goedtel, Attorney -in -Fact Name and Title Address: 8400 Normandale Lake Blvd. Suite 1700 Telephone Number: 763-302-7159 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENfS Revised July 1, 2011 90-Inch (M-280) Sanitary Sewer Rehabilitation City Project No. 01286 Surety Acknowledgment State of Minnesota } } ss. County of Hennepin On this day of _ 20'40 , before me personally came Heather R. Goedtel, to me known, who being by me duly sworn, did depose and say that she is the Attorney -in -Fact of Liberty Mutual Insurance Company described in and which executed the above instrument; that she/he knows the seal of said corporation; that the seal affixed to said instruments is such corporate seal, that it was so affixed by order of the Board of Directors of said corporation, and that she/he signed her/she/his name to it by 1 ike order. NICOLE CATHERINE LANGER Notary Public A-`s Jy Commission Expires ?.' Jan 31, 2023 This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Ufbeyotx SURETY Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY Certificate No: 8202635-190003 KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Blake S. Bohlig, Brian A. Carpenter, Kelly Nicole Fnghauser, Heather R. Goedtel, Michelle Halter, Jessica 11off, Nicole Langer, Craig Olmstead, Laurie Ptlug all of the city of Bloomington state of Minnesota each individually if there be more than one named, its true and lawful attorney -in -fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 21 st day of November , 2019 . DIc State of PENNSYLVANIA q County of MONTGOMERY Liberty Mutual Insurance Company ANso P�-{Y INSG+� a SNsful The Ohio Casualty Insurance Company aJ o0OFrap y`� 4o�PQr+ary Q °oc�°Rar �West American Insurance Company '2 1912 n 0 1919 1991 0 Y 9 $ yin ru O Q O dJ} �'yACH,1�.da OyyA[iPs� ,dL� '!� �NOIANp .aa r �h By. David M. Carey, Assistant Secretary Vl (D 5 o) On this 21 st day of November , 2019 before me personally appeared David M. Carey, who acknowledged himseff to be the Assistant Secretary of Liberty Mutual Insurance O NCompany, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes ; 7 therein contained by signing on behalf of the corporations by himself as a duly authorized officer. 0 w a 1N WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written. Q PA 0 M awp f�! COMMONWEALTH OF PENNSYLVANIA Q Notarial Seal 0 }' ° OF S Teresa PasteFla, Notary Public N Upper MerronTwp., Mantgarnery County By: Q� L ��Q' My Commission Expires March 28,2021 E vi erase Paslella, Notary Public 0 an Member. Pennsylvenla Association of Notaries a„ 0 Ay P�� N a) This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual ') .E- Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows' a m ai ARTICLE IV -OFFICERS: Section 12. Power of Attorney. ' Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the President may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety a o any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys in -fact, subject to the limitations set forth in their respective powers of attorney, shall � N have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such "- °O instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney -in -fact under the E m provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. O o ARTICLE Xltl - Execution of Contracts: Section 5. Surety Bonds and Undertakings. 1 Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, 1—O T shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attomeys-in-fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation - The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys -in - fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization - By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. 1, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. �p IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this day of 7020. PV INs(/p- -(Y INS& a 1Nsup, �, c.°Rra�T'9yC� yJ o°nr°�pgr'�gy .VPa°`w°�q�'4?rp LU 1912 11 1919 n ' 1991 n "� >^ sr y 0 O 2 rr a s O Ely Ydal��sgc,eus �aa yob h,nPg� as �s °IAap aa� Renee C. Llewellyn, Assistant Secretary LMS-12873 LMIC OCIC WAIC Multi Co 062018 Starr Indemnity & Liability Company Dallas, TX 1-866-519-2522 AMENDMENT - NOTICE OF CANCELLATION FOR THIRD PARTIES Policy Number: 1000025584191 Effective Date:111112019 at 12:01 A.M. Named lnsured:S.J. Louis Construction, Inc. This endorsement modifies the insurance coverage form(s) listed below that have been purchased by you and evidenced as such on the Declarations page. Please read the endorsement and respective policy(ies) carefully. Auto Dealers Coverage Form, Business Auto Coverage Form, Business Auto Physical Damage Coverage Form, Commercial General Liability Coverage Form, Contractor's Pollution Liability Coverage Form, Electronic Data Liability Coverage Form, Excess Liability Policy Form, Garage Coverage Form, Liquor Liability Coverage Form, Motor Carrier Coverage Form, Owners And Contractors Protective Liability Coverage Form -Coverage For Operations Of Designated Contractor, Pollution Liability Coverage Form Designated Sites, Products/Completed Operations Liability Coverage Form, Product Withdrawal Coverage Form, Professional Liability Coverage Form, Railroad Protective Liability Coverage Form, Site Pollution Liability Coverage Form, Special Protective And Highway Liability Policy -New York Department Of Transportation, Truckers Coverage Form, Underground Storage Tank Policy Designated Tanks. It is agreed that in the event the "Insurer" cancels the policy for any reason other than non-payment of premium, the "First Named Insured" must, within five (5) days of receiving the notice of cancellation, provide the `Insurer", either directly or through the retail broker, with a written list of certificate holder(s) ("Schedule") that the "First Named Insured" is contractually obligated to notify in the event that the policy is cancelled. The "Schedule" must specify the name and current email address of a contact for each certificate holder. The `Insurer' will endeavor to provide thirty (30) days' notice of cancellation to the certificate holder(s) listed in the "Schedule" by email. The "Insurer' agrees to provide such notice of cancellation at a rate of $10 per notified certificate holder up to a maximum of $25,000 for this policy. This notification of a pending cancellation of coverage is intended as a courtesy only. The "Insurers" failure to provide such notice will neither extend the policy cancellation nor negate cancellation of the policy; nor will this failure result in obligation or liability of any kind upon the "Insurer', its agents or representatives. This endorsement does not affect, in any way, coverage provided under this policy, the cancellation of this policy or the effective date of cancellation. The following definitions apply to this endorsement: 1. "First Named Insured" means the named insured shown in the Declarations Page of this policy. 2. `Insurer' means the insurance company shown in the header on the Declarations Page of this policy. 3. "Schedule" means the written list of certificate holder(s). Ail other terms and conditions of this Policy remain unchanged. Manuscript Page 1 of 1 Copyright © Starr Indemnity & Liability Company. Ail rights reserved. Includes copyrighted material of ISO Properties, Inc., used with its permission. *Starr Indemnity & Liability Company Dallas, TX 1-866-519-2522 AMENDMENT — NOTICE OF CANCELLATION FOR THIRD PARTIES Policy Number: 1000198556191 Effective Date: 11/112019 at 12:01 A.M. Named Insured:S.J. Louis construction, Inc. This endorsement modifies the insurance coverage form(s) listed below that have been purchased by you and evidenced as such on the Declarations page. Please read the endorsement and respective policy(ies) carefully. Auto Dealers Coverage Form, Business Auto Coverage Form, Business Auto Physical Damage Coverage Form, Commercial General Liability Coverage Form, Contractor's Pollution Liability Coverage Form, Electronic Data Liability Coverage Form, Excess Liability Policy Form, Garage Coverage Form, Liquor Liability Coverage Form, Motor Carrier Coverage Form, Owners And Contractors Protective Liability Coverage Form -Coverage For Operations Of Designated Contractor, Pollution Liability Coverage Form Designated Sites, Products/Completed Operations Liability Coverage Form, Product Withdrawal Coverage Form, Professional Liability Coverage Form, Railroad Protective Liability Coverage Form, Site Pollution Liability Coverage Form, Special Protective And Highway Liability Policy -New York Department Of Transportation, Truckers Coverage Form, Underground Storage Tank Policy Designated Tanks. It is agreed that in the event the "Insurei" cancels the policy for any reason other than non-payment of premium, the "First Named Insured" must, within five (5) days of receiving the notice of cancellation, provide the "Insurer", either directly or through the retail broker, with a written list of certificate holder(s) ("Schedule") that the "First Named Insured" is contractually obligated to notify in the event that the policy is cancelled. The "Schedule" must specify the name and current email address of a contact for each certificate holder. The "Insurer" will endeavor to provide thirty (30) days' notice of cancellation to the certificate holder(s) listed in the "Schedule" by email. The "Insurer' agrees to provide such notice of cancellation at a rate of $10 per notified certificate holder up to a maximum of $25,000 for this policy. This notification of a pending cancellation of coverage is intended as a courtesy only. The "Insurers" failure to provide such notice will neither extend the policy cancellation nor negate cancellation of the policy; nor will this failure result in obligation or liability of any kind upon the "Insurer', its agents or representatives. This endorsement does not affect, in any way, coverage provided under this policy, the cancellation of this policy or the effective date of cancellation. The following definitions apply to this endorsement: 1. "First Named Insured" means the named insured shown in the Declarations Page of this policy. 2. "Insurer" means the insurance company shown in the header on the Declarations Page of this policy. 3. "Schedule" means the written list of certificate holder(s). All other terms and conditions of this Policy remain unchanged. Manuscript Page 1 of 1 Copyright © Starr Indemnity & Liability Company. All rights reserved. Includes copyrighted material of ISO Properties, Inc., used with its permission. / Starr Indemnity & Liability Company Dallas, TX 1-866-619-2522 A Member of Starr Companies WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY AMENDMENT -- 30 DAY NOTICE OF CANCELLATION FOR THIRD PARTIES WC 99 06 18 (Ed. 4-15) We agree to give thirty (30) days' notice of cancellation to the following certificate holder(s) in the event that we cancel the policy for any reason other than non-payment of premium: SCHEDULE PER LIST OF CERTIFICATE HOLDERS PROVIDED BY YOU We will endeavor to provide advice of cancellation (the "Advice") to the certificate holders listed in the schedule by e-mail. Certificate holders include only those entities for which thirty (30) days' notice of cancellation is required by an "insured contract" but only with respect to an entity for which you are directly or indirectly performing your work. This advance notification of a pending cancellation of coverage is intended as a courtesy only. Our failure to provide such Advice will neither extend the policy cancellation nor negate cancellation of the policy; nor will such failure result in obligation or liability of any kind upon us, our agents or representatives. This endorsement does not affect, in any way, coverage provided under this policy, the cancellation of this policy or the effective date of cancellation. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required onlywhen this endorsement is issued subsequent to preparation of the policy.) EFFECTIVE DATE: 11/1/2019 insured: S.J. Lords Construction, Inc. Insurance Company: Starr Indemnity and Liability Company Policy No.: 1000003044 Endorse menlNo,: Premium: Countersigned by: WC 99 06 18 (Ed. 4-15) Copyright@Starr Indemnity & Liability Company. All rights reserved. Page 1 of 1 0061 25 - 1 CERTIFICATE OF INSURANCE Page 1 of I SECTION 00 6125 CERTIFICATE OF INSURANCE END OF SECTION CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised July 1, 2011 0061 13 - l PERFORMANCE BOND Page 1 of 2 SECTION 00 6113 PERFORMANCE BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we, known as "Principal" herein and , a corporate surety(sureties, if more than one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the penal sum of, Dollars ($ ), lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. The bond is to be in a penal sum of no less than 100% of the contract price and remain in effect for one year beyond the date of approval by the political subdivision's Engineer. WHEREAS, the Principal has entered into a certain written contract with the City awarded the day of , 20 , which Contract is hereby referred to and made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor and other accessories defined by law, in the prosecution of the Work, including any Change Orders, as provided for in said Contract designated as Twin 90/96 Inch M-280/M-338 Sanitary Sewer Rehabilitation, Project No. 0 12 86. NOW, THEREFORE, the condition of this obligation is such that if the said Principal shall faithMly perform it obligations under the Contract and shall in all respects duly and faithfully perform the Work, including Change Orders, under the Contract, according to the plans, specifications, and contract documents therein referred to, and as well during any period of extension of the Contract that may be granted on the part of the City, then this obligation shall be and become null and void, otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised July 1, 2011 0061 13 - 2 PERFORMANCE BOND Page 2 of 2 This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statue. IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this instrument by duly authorized agents and officers on this the day of , 20 ATTEST: (Principal) Secretary Witness as to Principal Witness as to Surety PRINCIPAL: BY: Signature Name and Title Address: SURETY: BY: Signature Name and Title Address: Telephone Number: *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 9U-Inch (M-280) Sanitary Sewer Rehabilitation City Project No. 01286 0061 14 - 1 PAYMENTBOND Page I of2 SECTION 00 6114 PAYMENT BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we, , known as "Principal" herein, and , a corporate surety (sureties), duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the penal sum of Dollars ($ ), lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of which sum well and truly be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. The bond is to be in a penal sum of no less than 100% of the contract price and remain in effect for one year beyond the date of approval by the political subdivision's Engineer. WHEREAS, Principal has entered into a certain written Contract with City, awarded the day of , 20 , which Contract is hereby referred to and made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment, labor and other accessories as defined by law, in the prosecution of the Work as provided for in said Contract and designated as Twin 90/96 Inch M-280/M-338 Sanitary Sewer Rehabilitation, Project No. 01286. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under the Contract, then this obligation shall be and become null and void; otherwise to remain in full force and effect. This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statute. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cily Project No. 01286 Revised July 1, 2011 0061 14 - 2 PAYMENT BOND Page 2 of 2 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the day of 20 ATTEST: (Principal) Secretary Witness as to Principal ATTEST: (Surety) Secretary Witness as to Surety PRINCIPAL: BY: Signature Name and Title Address: SURETY: BY: Signature Name and Title Address: Telephone Number: Note: If signed by an officer of the Surety, there must be on file a certified extract from the bylaws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. END OF SECTION CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Pn ject No. 01286 Revised July 1, 2011 0061 19 - 1 MAINTENANCE BOND Page 1 of 3 SECTION 00 6119 MAINTENANCE BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we , known as "Principal" herein and , a corporate surety (sureties, if more than one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the sum of Dollars ($ , iawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for payment of which sum well and truly be made unto the City and its successors, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the City awarded the day of 20 , which Contract is hereby referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor and other accessories as defined by law, in the prosecution of the Work, including any Work resulting from a duly authorized Change Order (collectively herein, the "Work") as provided for in said contract and designated as Twin 90/96 Inch M-280/M-338 Sanitary Sewer Rehabilitation, Project No. 01286; and WHEREAS, Principal binds itself to use such materials and to so construct the Work in accordance with the plans, specifications and Contract Documents that the Work is and will remain free from defects in materials or workmanship for and during the period of two (2) years after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon receiving notice from the City of the need therefor at any time within the Maintenance Period. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 01286 Revised July 1, 2011 0061 19 - 2 MAINTENANCE BOND Page 2 of 3 NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy any defective Work, for which timely notice was provided by City, to a completion satisfactory to the City, then this obligation shall become null and void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely noticed defective Work, it is agreed that the City may cause any and all such defective Work to be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and the Surety under this Maintenance bond; and PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division; and PROVIDED FURTHER, that this obligation shall be continuous in nature and successive recoveries may be bad hereon for successive breaches. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S City Project No. 01286 Revised July 1, 2011 0061 19-3 MAINTENANCE BOND Page 3 of 3 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the day of , 20� ATTEST: (Principal) Secretary Witness as to Principal ATTEST: (Surety) Secretary PRINCIPAL: BY: Signature Name and Title Address: SURETY: BY: Signature Name and Title Address: Witness as to Surety Telephone Number: *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised July 1, 2011 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH 90-htch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised June 9, 2015 I 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 ........................ Article2 — 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............................................................................................................................11 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 CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised June 9, 2015 Article 6 - Contractor's Responsibilities........................................................................................................19 6.01 Supervision and Superintendence...............................................................................................19 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................................................................................................................... 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 Manager............................................................................................................ 37 9.02 Visits to Site......................................................•.........................................................................37 9.03 Authorized Variations in Work..................................................................................................38 9.04 Rejecting Defective Work..........................................................................................................38 9.05 Determinations for Work Performed.......................................................................................... 38 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 90-Inch (M-280) Sanitary Sewer Rebabilitation City Project No. 01286 Revised June 9, 2015 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work ..................... 38 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 CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised June 9, 2015 Article 16 — Dispute Resolution ............................ 16.01 Methods and Procedures ................... Article 17 — Miscellaneous .................................... 17.01 Giving Notice .................................... 17.02 Computation of Times ...................... 17.03 Cumulative Remedies ....................... 17.04 Survival of Obligations ..................... 17.05 Headings ............................................ CITY OF FORT W01ZT11 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 9, 2015 ....................................................................... 61 ....................................................................... 61 ....................................................................... 62 ....................................................................... 62 ....................................................................... 62 ....................................................................... 62 ....................................................................... 63 ....................................................................... 63 90-Inch (M-280) Sanitary Sewer Rehabilitation City Project No. 01286 00 72 00 - 1 GENERAL CONDITIONS Pagel 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 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised dune 9, 2015 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 90-Inch (1\4-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised June 9, 2015 00 72 00 - 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 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised June 9, 2015 00 72 00 - 1 GENERAL CONDITIONS Page 4 of 63 38. Final Inspection — Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 39. General Requirements —Sections of Division 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 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised June 9, 2015 00 72 00 - 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 Manager —The authorized representative of the City who will be assigned to the Site. 54. Public Meeting — An announced meeting conducted by the City to facilitate public participation and to assist the public in gaining an informed view of the Project. 55. Radioactive 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 that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 58. Schedule of 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 f unished by City upon which the Work is to be performed, including rights -of -way, permits, and easements for access thereto, and such other lands fl rnished 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 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 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 01286 Revised June 9, 2015 007200-1 GENERAL CONDITIONS Page 6 of 63 63. Submittals All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 64. Successful Bidder —The Bidder submitting the lowest and most responsive Bid to whom City makes an Award. 65. Superintendent — The representative of the Contractor who is available at all times and able to receive instructions from the City and to act for the Contractor. 66. Supplementary Conditions —That part of the Contract Documents which amends or supplements these General Conditions. 67. Supplies=A manufacturer, fabricator, supplier, distributor, materiahnan, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 68. Underground Facilities —All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 69. Unit Price Work —See Paragraph 11.03 of these General Conditions for definition. 70. Weekend Working Hours Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. 71. Work —The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Change Order or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 72. Working Day — A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m, and 6 p.m. 1,02 Terminology A. The words and terms discussed in Paragraph 1.02.B 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 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised June 9, 2015 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: 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. UnIess 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 — PRELEVIINARY MATTERS 2.01 2.02 Copies of Documents City shall furnish to Contractor one (1) original Contract Documents, and four (4) additional c( famished upon request at the cost of reproduction. executed copy and one (1) electronic copy of the pies of the Drawings. Additional copies will be 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 CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised June 9, 2015 007200-1 GENERAL CONDITIONS Page 8 of 63 Proceed may be given at any time within 14 days after the Effective Date of the Agreement. 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 CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised June 9, 2015 00 72 00 - 1 GENERAL CONDITIONS Page 9 of 63 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 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 CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehahilitatian STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised June 9, 2015 00 72 00 -1 GENERAL CONDITIONS Page 10 of 63 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 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 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised June 9, 2015 00 72 00 -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 fu mished 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 90-Incb (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised June 9, 2015 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 90-Inch (M-280) Sanitary Sewer Rebabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised June 9, 2015 00 72 00 - 1 GENERAL CONDITIONS Page 13 of 63 then Contractor shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), notify City in writing about such condition. B. 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 CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised June 9, 2015 00 72 00 -1 GENERAL CONDITIONS Page 14 of 63 aware thereof and before further disturbing conditions affected thereby or performing any 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 CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised June 9, 2015 007200-1 GENERAL CONDITIONS Page 15 of 63 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. 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 CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 01286 Revised ,Tune 9, 2015 00 72 00 - 1 GENERAL CONDITIONS Page 16 of 63 Condition uncovered or revealed at the Site. 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 Ru-nished 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 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised June 9, 2015 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 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised June 9, 2015 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 CITY OF FORT WORTH 90-Inch (M-280) Sanitary sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised June 9, 2015 00 72 00 - 1 GENERAL CONDITIONS Page 19 of 63 Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. 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 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised June 9, 2015 00 72 00 - I 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: 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 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised June 9, 2015 007200- 1 GENERAL CONDITIONS Page 21 of 63 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. D. All items of standard equipment to be incorporated into the Work shall be the latest model at the time of bid, unless otherwise specified. 6.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.07 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2,07 and the General Requirements) proposed adjustments in the Project Schedule that will not result in changing the Contract Time. Such adjustments will comply with any provisions of the General Requirements applicable thereto. 2. Contractor shall submit to City a monthly Project Schedule with a monthly progress payment for the duration of the Contract in accordance with the schedule specification 01 32 16. 3. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 12. Adjustments in Contract Time may only be made by a Change Order. 6.05 Substitutes and "Or -Equals" A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or -equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. "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 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised June 9, 2015 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 fanetioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or -equal" item under Paragraph 6.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 01 25 00 and: 1) shall certify that the proposed substitute item will: a) perform adequately the functions and achieve the results called for by the general design; b) be similar in substance to that specified; c) be suited to the same use as that specified; and 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; b) whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised June 9, 2015 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.B. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents (or in the provisions of any other direct contract with City) resulting from the acceptance of each proposed substitute. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or -equal" at Contractor's expense. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised June 9, 2015 00 72 00 - 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. Minority Business Enterprise Compliance: It is City policy to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MBE goal, Contractor is required to comply with the intent of the City's MBE Ordinance (as amended) by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MBE. Material misrepresentation of any nature will be grounds for termination of the Contract in accordance with Paragraph 15.02.A. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. E. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised June 9, 2015 007200-1 GENERAL CONDITIONS Page 25 of 63 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. F. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. G. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. H. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of City. 6.07 Wage Rates A. Duty to pay Prevailing Wage Rates, The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not 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 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised June 9, 2015 00 72 00 - 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 CITY OF FORT WORTH 90-Inch (NI-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised June 9, 2015 00 72 00 - 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 pen -nits and Iicenses. 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 CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised June 9, 2015 00 72 00 - 1 GENERAL CONDITIONS Page 28 of 63 limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.02. 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. htti)://www.window.state.tx.us/taxinfo/taxforrns/93-fonns.html 6.12 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 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 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised June 9, 2015 00 72 00 - 1 GENERAL CONDITIONS Page 29 of 63 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim, 4. Pursuant to Paragraph 6.21, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and the costs of such direct action, plus 25 % of such costs, shall be deducted from the monies due or to become due to the Contractor. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor pen -nit 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 CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised June 9, 2015 007200-1 GENERAL CONDITIONS Page 30 of 63 their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who maybe 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 CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised June 9, 2015 00 72 00 - 1 GENERAL CONDITIONS Page 31 of 63 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 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. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised June 9, 2015 007200-1 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 infomlation given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 6.19 Continuing the Work Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule during all disputes or disagreements with City. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as City and Contractor may otherwise agree in writing. 6.20 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised June 9, 2015 00 72 00 -1 GENERAL CONDITIONS Page 33 of 63 responsible; or 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: l . observations by City; 2. recommendation or payment by City of any progress or final payment; 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 Articie 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 SPECIFLCALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF LT IS ALLEGED OH PR VFN THAT AI L 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, CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised June 9, 2015 00 72 00 - 1 GENERAL CONDITIONS Page 34 of 63 licensees or invitees under this Contract. THIS INDE CATION PaQVISION I SPECIFICALLY INTENDED TO OPERATE AND BE FFFECTDXZVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES ING SO HT YffiRE CAUSED. LE OR IN PART ACT. OMISSION 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 CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01296 Revised June 9, 2015 00 72 00 - 1 GENERAL CONDITIONS Page 35 of 63 the subcontract, and further, that City shall have access during Regular Working Hours to all Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. 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 YI, 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 CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised June 9, 2015 00 72 00 - 1 GENERAL CONDITIONS Page 36 of 63 Contractor's Work except for latent defects in the work provided by others. 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 OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised June 9, 2015 00 72 00 - I GENERAL CONDITIONS Page 37 of 63 City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 13.03. 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 Manager City will provide one or more Project Manager(s) during the construction period. The duties and responsibilities and the limitations of authority of City's Project Manager during construction are set forth in the Contract Documents. The City's Project Manager for this Contract is Walter Norwood, P.E., or his/her successor pursuant to written notification from the Director of Water Department. 9.02 Visits to Site A. City's Project Manager will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, City's Project Manager will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Manager will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City's Project Manager's efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City's Project Manager's visits and observations are subject to all the limitations on authority and CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised June 9, 2015 00 72 00 - 1 GENERAL CONDITIONS Page 38 of 63 responsibility in the Contract Documents including those set forth in Paragraph 8.07. 9.03 Authorized Variations in Work City's Project Manager may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City and also on Contractor, who shall perform the Work involved promptly. 9.04 Rejecting Defective Work City will have authority to reject Work which City's Project Manager believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 13, whether or not the Work is fabricated, installed, or completed. 9.05 Determinationsfor Work Performed Contractor will determine the actual quantities and classifications of Work performed. City's Project Manager will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City's written decision will be final (except as modified to reflect changed factual conditions or more accurate data). 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work A. City will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. B. City will render a written decision on any issue referred. C. City's written decision on the issue referred will be final and binding on the Contractor, subject to the provisions of Paragraph 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. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised June 9, 2015 00 72 00 - 1 GENERAL CONDITIONS Page 39 of 63 B. For minor changes of Work not requiring changes to Contract Time or Contract Price, a Field Order may be issued by the City. 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 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised June 9, 2015 00 72 00 -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: 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 fiction: 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 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 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised June 9, 2015 00 72 00 - 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 I I -- 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 11.0l.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 SS% 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 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised June 9, 2015 00 72 00 - 1 GENERAL CONDITIONS Page 42 of 63 4. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If required by City, Contractor shall obtain competitive bids from subcontractors acceptable to City and Contractor and shall deliver such bids to City, who will then determine, which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same manner as Contractor's Cost of the Work and fee as provided in this Paragraph 11.01. 5. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work. 6. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost, less market value, of such items used but not consumed which remain the property of Contractor. c. Sales, consumer, use, and other similar taxes related to the Work, and for which Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and Regulations. d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. e. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by Contractor in connection with the performance of the Work, provided such losses and damages have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of City. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor's fee. f. The cost of utilities, fuel, and sanitary facilities at the Site. g. Minor expenses such as telegrams, long distance telephone calls, telephone and communication services at the Site, express and courier services, and similar petty cash items in connection with the Work. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised June 9, 2015 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: 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 11.01.A.4, all of which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Contractor's principal and branch offices other than Contractor's office at the site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 5. Other overhead or general expense costs of any kind. C. Contractor's Fee: When all the Work is performed on the basis of cost-plus, Contractor's fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order for an adjustment in Contract Price is determined on the basis of Cost of the Work, Contractor's fee shall be determined as set forth in Paragraph 12.01.C. D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11.01.A and 11.01.B, 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: CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised June 9, 2015 00 72 00 - 1 GENERAL CONDITIONS Page 44 of 63 1. Contractor agrees that: 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 CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 01286 Revised June 9, 2015 00 72 00 - 1 GENERAL CONDITIONS Page 45 of 63 work under the Contract Documents, the altered work will be paid for at the Contract unit price. 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 Plants 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 CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised June 9, 2015 00 72 00 - 1 GENERAL CONDITIONS Page 46 of 63 quantity. 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: 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 12.01.C.2), and shall include the cost of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work; or 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.Q. 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 11.0l.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 11.0I .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 CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised June 9, 2015 00 72 00 -1 GENERAL CONDITIONS Page 47 of 63 fee and no fixed fee is agreed upon, the intent of Paragraphs 12.0l.C.2.a and 12.01.C.2.b is that the Subcontractor who actually performs the Work, at whatever tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs 11.01.A.1 and 11.0l.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 I1.0l.A.6, and 11.01.B; d. the amount of credit to be allowed by Contractor to City for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor's fee by an amount equal to five percent (5%) of such net decrease. 12.02 Change of Contract Time A. The Contract Time may only be changed by a Change Order. B. No extension of the Contract Time will be allowed for Extra Work or for claimed delay unless the Extra Work contemplated or claimed delay is shown to be on the critical path of the Project Schedule or Contractor can show by Critical Path Method analysis how the Extra 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 Iimited 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 CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised June 9, 2015 00 72 00 - 1 GENERAL CONDITIONS Page 48 of 63 direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which Js to be furnished by the City. 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 CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised June 9, 2015 00 72 00 - 1 GENERAL CONDITIONS Page 49 of 63 similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing Shan be deemed a negative result and require a retest. 3. Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue Final Payment until the Testing Lab is paid. E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor's expense. G. Contractor shall have the right to make a Contract Claim regarding any retest or invoice issued under Section 13.03 D. 13.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. B. If City considers it necessary or advisable that covered Work be observed by City or inspected or tested by others, Contractor, at City's request, shall uncover, expose, or otherwise make available for observation, inspection, or testing as City may require, that portion of the Work in question, furnishing all necessary labor, material, and equipment. If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); or City shall be entitled to accept defective Work in accordance with Paragraph 13.08 in which case Contractor shall still be responsible for all costs associated with exposing, observing, and testing the defective Work. 2. If the uncovered Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, inspection, testing, replacement, and reconstruction. 13.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised June 9, 2015 00 72 00 - 1 GENERAL CONDITIONS Page 50 of 63 or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 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, CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised June 9, 2015 00 72 00 -1 GENERAL CONDITIONS Page 51 of 63 architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. C. 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 CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projeel No. 01286 Revised June 9, 2015 007200-1 GENERAL CONDITIONS Page 52 of 63 and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 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: 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. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised June 9, 2015 0 00 72 00 - 1 GENERAL CONDITIONS Page 53 of 63 5. The amount of retainage with respect to progress payments will be as stipulated in the Contract Documents. B. Review oftlpplications: 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; CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised June 9, 2015 00 72 00 -1 GENERAL CONDITIONS Page 54 of 63 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 e. City has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A. C. Retainage: L 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 CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised June 9, 2015 00 72 00 -1 GENERAL CONDITIONS Page 55 of 63 the time of payment free and clear of all Liens. 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 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised June 9, 2015 00 72 00 - I 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 CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised June 9, 2015 007200-1 GENERAL CONDITIONS Page 57 of 63 Paragraph 5.02, the written consent of the surety to the payment of the balance due for that 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 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised June 9, 2015 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 #20020-12-2011established under Paragraph 6.06.D); 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor's repeated disregard of the authority of City; or 4. Contractor's violation in any substantial way of any provisions of the Contract Documents; or 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. 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 CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised June 9, 2015 00 72 00 - 1 GENERAL CONDITIONS Page 59 of63 days after date of an additional written notice demanding Surety's performance of its 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. 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 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised June 9, 2015 007200-1 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 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised June 9, 2015 007200- 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 fling 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 10.06.1) shall become final and binding 30 days after termination of the mediation unless, within that time period, City or Contractor: CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised June 9, 2015 00 72 00 - 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 parry 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 specifics 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 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised June 9, 2015 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 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised June 9, 2015 SECTION 00 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS Supplementary Conditions 00 73 00 - 1 SUPPLEMENTARY CONDITIONS Page I of 7 These Supplementary Conditions modify and supplement Section 00 72 00 - General Conditions, and other provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are modified or supplemented remain in full force and effect as so modified or supplemented. All provisions of the General Conditions which are not so modified or supplemented remain in full force and effect. Defined Terms The terms used in these Supplementary Conditions which are defined in the General Conditions have the meaning assigned to them in the General Conditions, unless specifically noted herein. Modifications and Supplements The following are instructions that modify or supplement specific paragraphs in the General Conditions and other Contract Documents. SC-3.03B.2, "Resolving Discrepancies" Plans govern over Specifications. SC-4.01 A Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. Upon receiving the final easements descriptions, Contractor shall compare them to the lines shown on the Contract Drawings. SC-4.01A.1., "Availability of Lands" The following is a list of known outstanding right-of-way, and/or easements to be acquired, if any as of June 2019: Outstanding Right -Of -Way, and/or Easements to Be Acquired PARCEL OWNER TARGET DATE NUMBER OF POSSESSION None The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed and do not bind the City. If Contractor considers the final easements provided to differ materially from the representations on the Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work, notify City in writing associated with the differing easement line locations. SC-4.01A.2, "Availability of Lands" Utilities or obstructions to be removed, adjusted, and/or relocated CITY OF FORT WORTH 40-Inch (M-280) Sanilary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 01286 Revised January 22, 2016 007300-2 SUPPLEMENTARY CONDITIONS Page 2 of 7 The following is list of utilities and/or obstructions that have not been removed, adjusted, and/or relocated as of June 2019 EXPECTED UTILITY AND LOCATION TARGET DATE OF OWNER ADJUSTMENT None The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. SC-4.02A., "Subsurface and Physical Conditions" The following are reports of explorations and tests of subsurface conditions at the site of the Work: A Geotechnical Investigation Report No. El 6-1211-02, dated January 26, 2018, prepared by Alliance Geotechnical Group, a sub -consultant of CDM Smith Inc., a consultant of the City, providing additional information on subsurface conditions, utility trench excavation, construction considerations regarding excavation and dewatering and trench shoring recommendations. The following are drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site of the Work are available upon request: Contract #4 Connecting Outfall Sanitary Sewer Plan and Profile — Main 280-B from Station 314+96 to 541+00 End; 1966; Carter Burgess Sanitary Sewer M-245 Parallel Contract I (WFI); 1991; Dunaway Associates, Inc. Parallel Outfall Main Village Creek Wastewater Treatment Plant to Riverside Wastewater Treatment Plant M-338-B Contract C Sanitary Sewer; 1977; Carter & Burgess; Brown & Davies Water & Sanitary Sewer Relocations For The Trinity River Vision — Central City Project & Trinity Uptown Service Area Phase I & 2A — Bridge & Channel Relocations Part 7 — Gateway Site E Sanitary Sewer Relocations; May 2016; JQ Infrastructure SC-4.06A., "Hazardous Environmental Conditions at Site" The following are reports and drawings of existing hazardous environmental conditions known to the City: None SC-5.03A., "Certificates of Insurance" The entities listed below are "additional insureds as their interest may appear" including their respective officers, directors, agents and employees. (1) City (2) Consultant: CDM Smith Inc. (3) Other: none SC-5.04A., "Contractor's Insurance" CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 01286 Revised January 22, 2016 007300-3 SUPPLEMENTARY CONDITIONS Page 3 of 7 The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following coverages for not less than the following amounts or greater where required by laws and regulations: 5.04A. Workers' Compensation, under Paragraph GC-5.04A. Statutory Iimits Employer's liability $100,000 each accidentloccurrence $100,000 Disease - each employee $500,000 Disease - policy limit SC-5.04B., "Contractor's Insurance" 5.04B. Commercial General Liability, under Paragraph GC-5.04B. Contractor's Liability Insurance under Paragraph GC-5.04B., which shall be on a per project basis covering the Contractor with minimum limits of: $1,000,000 each occurrence $2,000,000 aggregate limit The policy must have an endorsement (Amendment — Aggregate Limits of Insurance) making the General Aggregate Limits apply separately to each job site. The Commercial General Liability Insurance policies shall provide "X", "C", and "U" coverage's. Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. SC 5.04C., "Contractor's Insurance" 5d14C. Automobile Liability, under Paragraph GC-5.04C. Contractor's Liability Insurance under Paragraph GC-5.04C., which shall be in an amount not less than the following amounts: (1) Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non -owned. $1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: $250,000 Bodily Injury per person / $500,000 Bodily Injury per accident / $100,000 Property Damage SC-5.04D., f°Contractor's Insurance" The Contractor's construction activities will require its employees, agents, subcontractors, equipment, and material deliveries to cross railroad properties and tracks - none The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains or other property. Such operations on railroad properties may require that Contractor to execute a "Right of Entry Agreement" with the particular railroad company or companies involved, and to this end the Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute the right -of -entry (if any) required by a railroad company. The requirements specified herein likewise relate to the Contractor's use of private and/or construction access roads crossing said railroad company's properties. CITY OF FORT WORTH 40-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01280 Revised January 22, 2016 007300-4 SUPPLEMENTARY CONDITIONS Page 4 of 7 The Contractual Liability coverage required by Paragraph 5.041) of the General Conditions shall provide coverage for not less than the following amounts, issued by companies satisfactory to the City and to the Railroad Company for a term that continues for so long as the Contractor's operations and work cross, occupy, or touch railroad property: (1) General Aggregate: (2) Each Occurrence: Required for this Contract $Confirm Limits with Railroad $Confirm Limits with Railroad X Not required for this Contract With respect to the above outlined insurance requirements, the following shall govern: 1. Where a single railroad company is involved, the Contractor shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation or at -grade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company, separate coverage may be required, each in the amount stated above. 2. Where more than one railroad company is operating on the same right-of-way or where several railroad companies are involved and operated on their own separate rights -of -way, the Contractor may be required to provide separate insurance policies in the name of each railroad company. 3. If, in addition to a grade separation or an at -grade crossing, other work or activity is proposed on a railroad company's right-of-way at a Iocation entirely separate from the grade separation or at - grade crossing, insurance coverage for this work must be included in the policy covering the grade separation. 4. If no grade separation is involved but other work is proposed on a railroad company's right-of- way, all such other work may be covered in a single policy for that railroad, even though the work may be at two or more separate locations. No work or activities on a railroad company's property to be performed by the Contractor shall be commenced until the Contractor has furnished the City with an original policy or policies of the insurance for each railroad company named, as required above. All such insurance must be approved by the City and each affected Railroad Company prior to the Contractor's beginning work. The insurance specified above must be carried until all Work to be performed on the railroad right-of-way has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition, insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. Such insurance must name the railroad company as the insured, together with any tenant or lessee of the railroad company operating over tracks involved in the Project. SC-6.04., "Project Schedule" Project schedule shall be tier 3 for the project. SC-6.07., "Wage Rates" The following is the prevailing wage rate table(s) applicable to this project and is provided in the Appendixes: <Buzzsaw location, Resources/02-Construction Documentsi Specifications/Div 00-General Conditions/CFWRorizontal Wage Rate Table.pdp CITY OF FORT WORTH 90-htch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised January 22, 2016 007300-5 SUPPLEMENTARY CONDITIONS Page 5 of 7 SC-6.09., "Permits and Utilities" SC-6.09A., "Contractor obtained permits and licenses" The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: None SC-6.09B. "City obtained permits and licenses" The following are known permits and/or licenses required by the Contract to be acquired by the City: Floodplain Development Permit found in Appendix GC-6.09 Tree Permit found in Appendix GC-6.09. SC-6.09C. "Outstanding permits and licenses" The following is a list of known outstanding permits and/or licenses to be acquired, if any as of June 2019: Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION None SC-6.14G, "Damage to Trees During Construction, Maintenance or Repair" In the event of any damage to trees during the construction, maintenance or repair of the pipeline, Contractor shall comply with the following: 1. The City Forester shall have the right to inspect any trees located on the Park for damage by Contractor and if applicable may inspect trees for slight, moderate, or severe damage as described below. a. Slight damage: slight damage shall be defined as damage, in the opinion of the City Forester, that may heal. Examples include but are not limited to scaring of the trunk into the cambial layer %" to 2" in width but less than 1/3 trunk circumference or breaking of limbs less than 2" in diameter or limbs less than 1/3 trunk caliper whichever is less. Slight damage to tree(s) shall be assessed at a rate of: $100.00 for each instance of slight damage to tree(s). b. Moderate damage: moderate damage shall be defined as damage, in the opinion of the City Forester, that contributes to the poor health and reduced longevity of the tree, examples include but are not limited to scaring of the trunk into the cambial layer greater than 2" but less than 1/3 the trunk circumference or breaking of limbs more than 2" in diameter but less than 1/3 trunk caliper. Moderate damages shall be calculated at a rate of '/z the assessed value of the tree per each instance of damage. c. Sever damage: severe damage shall be defined as damage, in the opinion of the City Forester, that shall include but is not limited to scaring of the trunk to the cambial layer greater than 1/3 the trunk circumference, uprooting or causing a tree to lean, damage to a scaffolding branch or branch greater than 1/3 of trunk caliper or removal of a tree. Branches shall be measured at the point of attachment or at the lateral to which to branch would be pruned back to according to ANSI standards. Trees caliper shall be measured according to accepted industry standards. Trees greater than 6" in caliper shall be measured using diameter at breast height (DBU). Severe damage or removal of trees is subject to a penalty of $200.00 per diameter inch of trees removed or damaged for trees less than 30" in caliper. $400.00 per diameter inch for trees 30" caliper or greater. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised January 22, 2016 007300-6 SUPPLEMENTARY CONDITIONS Page 6 of 7 2. Contractor shall make payment for any such damages and must plant replacement trees for severely damaged trees at a location to be determined by PACSD. Replacement shall be made on caliper inch per caliper inch basis with a minimum size of replacement tree of 2" in caliper for trees damaged or removed less than 30" DBH and 2" per inch on trees 30" DBH or greater. Contractor shall be responsible for the planting watering, mulching and maintenance of replacement trees for a period of not less than 2 years. Replacement trees will be planted during the optimal planting season as directed by the City Forester. Any tree does not survive the 2-year establishment period shall be compensated for by the Contractor to PACSD at a rate of $200 per caliper inch. 3. In addition to damages assessed by PACSD, trees removed shall also be subject to the Urban Forestry Ordinance of the Fort Worth Zoning Ordinance. SC-6.24B., G°Title VI, Civil Rights Act of 1964 as amended" During the performance of this Contract, the Contractor, for itself, its assignees and successors in interest (hereinafter referred to as the "Contractor") agrees as follows: 1. Compliance with Regulations: The Contractor shall comply with the Regulation relative to nondiscrimination in Federally -assisted programs of the Department of Transportation (hereinafter, "DOT") Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time, (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this contract. 2. Nondiscrimination: The Contractor, with regard to the work performed by it during the contract, shall not discriminate on the grounds of race, color, or national origin, in the selection and retention of subcontractors, including procurements of materials and ]cases of equipment. The Contractor shall not participate either directly or indirectly in the discrimination prohibited by 49 CFR, section 21.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix B of the Regulations. 3. Solicitations for Subcontractors, Including Procurements of Materials and Equipment: In all solicitations either by competitive bidding or negotiation made by the contractor for work to be performed under a subcontract, including procurements of materials or leases of equipment, each potential subcontactor or supplier shall be notified by the Contractor of the Contractor's obligations under this contract and the Regulations relative to nondiscrimination on the grounds of race, color, or national origin. 4. Information and Reports: The Contractor shall provide all information and reports required by the Regulations or directives issued pursuant thereto, and shall permit access to its books, records, accounts, other sources of information and its facilities as may be determined by City or the Texas Department of Transportation to be pertinent to ascertain compliance with such Regulations, orders and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish this information the contractor shall so certify to the City, or the Texas Department of Transportation, as appropriate, and shall set forth what efforts it has made to obtain the information. 5. Sanctions for Noncompliance: In the event of the Contractor's noncompliance with the nondiscrimination provisions of this Contract, City shall impose such contract sanctions as it or the Texas Department of Transportation may determine to be appropriate, including, but not limited to: a. withholding of payments to the Contractor under the Contract until the Contractor complies, and/or CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised January 22, 2016 007300-7 SUPPLEMENTARY CONDITIONS Page 7 of 7 b. cancellation, termination or suspension of the Contract, in whole or in part. 6. Incorporation of Provisions: The Contractor shall include the provisions ofparagraphs (1) through (6) in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Regulations, or directives issued pursuant thereto. The Contractor shall take such action with respect to any subcontract or procurement as City or the Texas Department of Transportation may direct as a means of enforcing such provisions including sanctions for non-compliance: Provided, however, that, in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or supplier as a result of such direction, the contractor may request City to enter into such litigation to protect the interests of City, and, in addition, the contractor may request the United States to enter into such litigation to protect the interests of the United States. Additional Title VI requirements can be found in the Appendix. SC-7.02., "Coordination" The individuals or entities listed below have contracts with the City for the performance of other work at the Site: Vendor Scope of Work Coordination Authority TBD Fort Worth Central City Valley Storage Phase 2 Oxbow/Gateway -- Sites H and I Trinity River Vision Authority SC-8.01, "Communications to Contractor" Coordinate with US Army Corps of Engineers Fort Worth Central City Valley Storage Phase 2 Oxbow/Gateway — Sites H and 1 Project when using E. I I Street access for Project. SC-9.01., "City's Project Manager" The City's Project Manager for this Contract is Walter Norwood, P.E., or his/her successor pursuant to written notification from the Director of Water. SC-13.03C., "Tests and Inspections" Coordinate with Parks and Recreation Department (PARD) for inspections on parkland and medians/ROWs. Coordinate with PARD for inspection and testing of irrigation and/or electrical line repairs. Coordinate with City Forester for inspection of tree removal activities. SC-16.01C.1, "Methods and Procedures" None END OF SECTION CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised January 22, 2016 Texas `Meter Development Board Documents � %xasWater Development BuN TWDB-0551 Rev 03/18 J _ , Texas Water Development Board Supplemental Contract Conditions for the Clean Water State Revolving Fund (I on- Equivalency) For Construction Services for Projects ]funded Through the CWSRF Non -Equivalency Program TW DB-0551 Rev 03/18 Table of Contents I. INSTRUCTIONS TO APPLICANT.............................................................................................................5 1. Applicability..............................................................................................................................................5 2. Application of Conditions..........................................................................................................................5 3. Modifications to Provisions.......................................................................................................................5 4. Good Business Practices............................................................................................................................5 5. Other Requirements...................................................................................................................................6 6. Advertisements for Bids............................................................................................................................6 7. Bid Proposal...............................................................................................................................................7 8. Bidding Process.........................................................................................................................................8 9. Release of Funds........................................................................................................................................8 I1. INSTRUCTIONS TO BIDDERS............................................................................................................... 10 l. Contingent Award of Contract................................................................................................................ 10 2. Davis -Bacon Wage Rate Requirements.................................................................................................. 10 3. American Iron and Steel Requirements.................................................................................................. 10 4. Equal Employment Opportunity and Affirmative Action....................................................................... 10 5. Bid Guarantee......................................................................................................................................... 11 6. Award of Contract to Nonresident Bidder.............................................................................................. 11 III. SUPPLEMENTAL CONTRACT CONDITIONS................................................................................. 12 1. Supersession........................................................................................................................................... 12 2. Privity of Contract.................................................................................................................................. 12 3. Definitions.............................................................................................................................................. 12 4. Laws to be Observed............................................................................................................................... 12 5. Review by Owner and TWDB................................................................................................................ 12 6. Performance and Payment Bonds........................................................................................................... 12 7. Payment Schedule and Cost Breakdown................................................................................................ 13 8. Workman's Compensation Insurance Coverage (as applicable, consistent with Texas Labor Code § 406.096).......................................................................................................................................................... 13 9. American Iron and Steel......................................................................................................................... 14 10. Davis -Bacon Wage Rate Requirements.............................................................................................. 14 (a) Compliance Procedures.................................................................................................................. 14 (b) Subcontracts....................................................................................................................................16 Page 2 of 43 TWDB-0551 Rev 03/18 ' (c) Davis -Bacon General Wage Determinations ............. Option 1 — Applies to Governmental Entities (such as Cities and Districts) .................................................. 17 Option 2 — Applies to Non -Governmental Entities (such as Water Supply Corporations and Private Companies)..................................................................................................................................................... 27 11. Payments.............................................................................................................................................36 12. Equal employment opportunity and affirmative action...................................................................... 37 13. Archeological Discoveries and Cultural Resources............................................................................ 39 14. Endangered Species............................................................................................................................ 40 15. Hazardous Materials........................................................................................................................... 40 16. Changes...............................................................................................................................................40 17. Operation and Maintenance Manuals and Training............................................................................ 41 18. As -Built Dimensions and Drawings................................................................................................... 42 19. Close -Out Procedures......................................................................................................................... 42 20. Additional Forms and Guidance: ........................................................................................................ 43 Page 3 of 43 TWDB-0551 Rev 03/18 Forms and Guidance: The Texas Water Development Board (TWDB) forms and guidance documents noted in this instruction document may be accessed through the TWDB Financial Assistance website at: http://www.twdb.texas.aov/financial/instructions/index.asp Search by either the document number or name. Page 4 of 43 TWDB-0551 Rev 03/18 I. INSTRUCTIONS TO APPLICANT 1. Applicability These Supplemental Conditions contain provisions that are worded to comply with certain statutes and regulations which specifically relate to Clean Water State Revolving Fund (CWSRF) Non -Equivalency projects. Provisions that are applicable to the project's dollar value of the contract are so noted within these provisions. Construction projects which are considered CWSRF Equivalency projects and Drinking Water State Revolving Fund projects do not use these conditions but instead use TWDB Supplemental Conditions TWDB-0550. Projects with State Loan funding use Supplemental Conditions TWDB-0552. 2. Application of Conditions The conditions and forms Iisted under Section H. Instructions to Bidders are to be included in the instructions to bidders for construction services. The provisions listed under Section III. Construction Contract Supplemental Conditions, shall be included, in their entirety, with the other general and special conditions that are typically included in the construction contract documents by the design engineer. 3. Modifications to Provisions These provisions shall be included as a stand-alone section in the contract documents. 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 which may affect the application of these conditions. The Texas Water Development Board (TWDB) Project Engineer/Reviewer should be consulted if the Applicant thinks there is a need to modify parts of these provisions Supplemental Condition No. 13 (Archeological Discoveries and Cultural Resources) and Condition No. 14 (Endangered Species) may be superseded or modified by project specific conditions established during the environmental review 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. 4. Good Business Practices There are other contract provisions that the Applicant and consulting engineer 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: (a) Specifying the time frame for accomplishing the Construction of the project, and the consequences of not completing on time, including liquidation damages. Page 5 of 43 TWDB-0551 Rev 03/18 (b) Specifying the type and dollar value of and documentation of insurance the Contractor is to carry. At a minimum the Contractor should carry worker's compensation, liability and builder's risk insurance. (c) Identifying the responsibility of the Contractor - responsibility and warranty of work. (d) Price reductions for defective pricing of negotiated costs. (e) Differing site conditions - notice and claims regarding site conditions differing from indicated conditions. M Covenants against contingent fees — prohibit contingent fees for securing business. (g) Gratuities - prohibitions against offering and accepting gratuities. (h) Audit and access records. (i) Suspension of work - conditions under which the Applicant may suspend work. 0) Termination - conditions under which the Applicant may terminate. (k) Remedies - how disputes will be remedied. 5. 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 Applicant's responsibility to ensure that the project and all contract provisions�are consistent with the relevant statutes and regulations. 6. Advertisements for Bi(I State procurement statutes require advertising a contract for bid for at least two (2) consecutive weeks. By not following this requirement, the project may need to be re -advertised. The official advertisement for bids that is published in newspapers should include certain information such as, but not limited to, the following: (a) A clear description of what is being procured. (b) How to obtain plans and specifications (P&S), necessary forms, and information. (c) The date and time by which bids are to be submitted (deadline). (d) The address where bids are to be provided. (e) This contract is contingent upon release of funds from the TWDB. (f) Any contract or contracts awarded under this Invitation for Bids are expected to be funded in part by financial assistance from the TWDB. Neither the U.S. Environmental Protection Agency (EPA) or the State of Texas, nor any of its departments, agencies, or employees are or will be a party to this Invitation for Bids or any resulting contract. (g) 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. (h) Equal Opportunity in Employment - All qualified applicants will receive consideration for employment without regard to race, color, religion, sex (including pregnancy), sexual orientation, gender identity, 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 at 41 CFR Part 60-4, relating to Construction Contractors-- Affirmative Action Requirements, which include the President's Executive Order No. 11246, as amended by Executive Order 11375 and Page 6 of 43 TW DB-0551 Rev 03/18 Executive Order No. 13672, in the award and administration of contracts awarded under TWDB financial assistance agreements. Failure by the Contractor to carry out these requirements is a material breach, which may result in the termination of the awarded financial assistance. (i) Acknowledgement of any special requirements such as mandatory pre -bid conference. 0) Affirmative Action requirements. (k) Right to reject any and all bids. (1) Davis -Bacon prevailing wage requirements apply to the construction, alteration or repair of treatment works carried out, in whole or in part, with assistance made available by the Clean Water State Revolving Fund (CWSRF). (m)The Davis -Bacon prevailing wage requirements apply to Contractors and Subcontractors performing on federally funded or assisted contracts in excess of $2,000 for the construction, alteration or repair (including painting) of a treatment works project under the CWSRF. (n) For prime contracts in excess of $100,000, Contractors and Subcontractors must also, under the provisions of the Contract Work Hours and Safety Standards Act, as amended, pay laborers and mechanics, including guards and watchmen, at least one and one-half times their regular rate of pay for all hours worked over 40 in a workweek. The Fair Labor Standards Act may also apply to Davis -Bacon covered contracts. (o) Any contracts or subcontracts in excess of $2,000 must include the provisions of the Davis -Bacon Wage Rate Requirements found in TWDB Guidance No. DB-0156. (p) Wage Determinations - U.S. Department of Labor (DOL) wage determination must be included in the bidding and contract documents. DOL wage determinations may be obtained online at http://www.wdol.gov/. Once it is determined that Davis -Bacon wage rates will apply to a construction contract, the Applicant must state in the solicitation that Davis -Bacon prevailing wage rates are applicable and bid packages must include the current Davis -Bacon general wage determination for the area where construction will occur. While the solicitation remains open, the Applicant must monitor www.wdol.gov on a weekly basis to ensure that the wage determination contained in the solicitation remains current. The Applicant must amend the solicitation if the 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 Applicant may request a finding from TWDB that there is not reasonable time to notify interested Contractors of the modification of the wage determination. (q) For additional information on Davis -Bacon Wage Rate Requirements and its applicability to this contract, please consult TWDB Guidance No. DB-0156. 7. Bid Proposal The Bid proposal form should account for the following: (a) If a lump sum bid, include a list of the materials used and associated costs. (b) Distinguish Eligible and Ineligible items. (c) Accommodate Trench Safety requirements with separate per unit pay item for trench excavation safety protection Health and Safety Code Chapter 756, Subchapter C. (d) Include space for the Contractor to acknowledge receipt of each Addendum issued during the bidding process. Page 7 of 43 TWDB-0551 Rev 03/18 Bidding Process The Plans and Specifications, P&S, should include an explanation of how the bids will be processed. The explanation should include the following components: (a) Whether a Pre -bid Conference will be held, whether it is optional or mandatory, where and when it will be held. (b) Specify the criteria and process for determining responsiveness and responsibility of the bidder. (c) Specify the method of determining the successful bidder and award (e.g., award to the lowest responsive, responsible bidder, accounting for any multiple parts to bids), and accounting for non- resident bidder reciprocity requirements (d) Allow for withdrawal of a bid due to a material mistake. (e) Identify the time frame that the bids may be held by the Applicant before awarding a contract (i.e., typically for 60 or 90 days). (f) Acknowledge right of the Applicant to reject any and all bids. 9. Release of Funds Prior to the TWDB approval to issue a notice to proceed (NTP) and subsequent release of funds for construction (according to program specific requirements), the Applicant and its consultant shall provide the following bid documents a) Submittal of Bid Documents to TWDB Project Engineer/Reviewer to allow contingent award of contract: Advertisement and Affidavit of advertisement, Bid tabulation, All Addenda submitted and approved for the contract, Bid proposal of apparent low bidder (or chosen bidder with explanation) with bid bond, Site Certificate (ED-101), Consulting engineer's recommendation to award letter, A description of any bidding irregularities, Construction inspection proposal, Vendor compliance with Reciprocity of Non -Resident Bidder Form (TWDB-0459), Bidder's Certifications Form (WRD-255). b) Following contingent award of the contract, TWDB Project Engineer/Reviewer should receive a bound copy of the executed contract documents (including specifications). This document should include: Executed agreement, Contractor's Act of Assurance (TWDB Form ED -103), Contractor's Act of Assurance Resolution (TWDB Form ED-104), Payment and Performance Bonds (must be executed on or after the date of the agreement), Contractor's Certificate of Insurance, Sufficiency of funds letter. After reviewing and approving the executed bid documents, the TWDB will issue an authorization for the Applicant to issue a notice to proceed. At this time, TWDB staff can begin releasing construction funds in accordance with program requirements. Page 8 of 43 TWDB-0551 Rev 03/18 Once construction begins, the Applicant must submit monthly, with each Outlay Request, the following documents: - DB-0154 - Monthly Davis Bacon Wage Rate Certificate of Compliance. - TWDB-1106-A —Monthly American Iron and Steel Certificate. Failure to provide these certificates will result in denial of release of funds. For any questions and proposed modifications to these conditions, contact your TWDB Project Engineer/Reviewer. Page 9 of 43 TWDB-0551 Rev 03/18 II. INSTRUCTIONS TO BIDDERS The language and conditions listed in this section shall be included in the "Instructions to Bidders" section of the construction contract documents. 1. Contingent Award of Contract This contract is contingent upon release of funds from the Texas Water Development Board (TWDB). Any contract(s) awarded under this Invitation for Bids is/are expected to be funded in part by a loan or loan with principal forgiveness from the TWDB and a grant from the United States Environmental Protection Agency, U.S. EPA. Neither the State of Texas, the 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. Davis -Bacon Wage Rate Requirements (a) Davis -Bacon prevailing wage requirements apply to the construction, alteration or repair of treatment works carried out, in whole or in part, with assistance made available by the Clean Water State Revolving Fund (CWSRF). (b) The Davis -Bacon prevailing wage requirements apply to Contractors and Subcontractors performing on federally funded or assisted contracts in excess of $2,000 for the construction, alteration or repair (including painting) of a treatment works project under the CWSRF. (c) For prime contracts in excess of $100,000, Contractors and Subcontractors must also, under the provisions of the Contract Work Hours and Safety Standards Act, as amended, pay laborers and mechanics, including guards and watchmen, at least one and one-half times their regular rate of pay for all hours worked over 40 in a workweek. The Fair Labor Standards Act may also apply to Davis -Bacon covered contracts. (d) Any contracts in excess of $2,000 must include the provisions of the Davis -Bacon Wage Rate Requirements. If the Owner (sub -recipient) is a governmental entity such as a city or district, it must insert in full the contract clauses found in TWDB Guidance DB-0156, Appendix 1: Section 3, Section 4 if the contract exceeds $100,000, and Section 5. If the Owner (sub -recipient) is a non -governmental entity such as a water supply corporation or a private company, it must insert in full the contract clauses found in TWDB Guidance DB-0156: Appendix 2, Section 3, Section 4 if the contract exceeds $100,000, and Section 5. The Owner (sub -recipient) must ensure all prime contracts require the same full text in any subcontracts. See TWDB Guidance DB-0156 for the text of the contract language that must be included. Additional information on Davis -Bacon Wage Rate Requirements and its applicability to this contract can be found in TWDB Guidance DB-0156. 3. American Iron and Steel Requirements Any contract(s) awarded under this Invitation for Bids is/are subject to the American Iron and Steel (AIS) requirements of 33 U.S.0 § 1388. The Contractor must complete the statement of understanding regarding this requirement, found in Supplemental Contract Conditions, Item No. 9. 4. Equal Employment Opportunity and Affirmative 4etion All qualified applicants will receive consideration for employment without regard to race, color, religion, sex (including pregnancy), sexual orientation, gender identity, national origin, Page 10 of 43 TWDB-0551 Rev 03/18 age (40 or older), disability or genetic information. Bidders on this work will be required to comply with the Department of Labor regulations at 41 CFR Part 60-4, relating to Construction Contractors-- Affirmative Action Requirements, which include the President's Executive Order No. 11246, as amended by Executive Order 11375 and Executive Order No. 13672, in the award and administration of contracts awarded under TWDB financial assistance agreements. Failure by the Contractor to carry out these requirements is a material breach, which may result in the termination of the awarded financial assistance. 5. 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 Surety Bonds and Related Instruments, Chapter 3503 of the Insurance Code. 6. 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 Iocated. A nonresident 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, Vender Compliance with Reciprocity on Nonresident Bidders, which must be submitted with the bid. Forms to be submitted with Bid: a WRD-255, Bidder's Certifications regarding Equal Employment Opportunity and Non -Segregated Facilities o TWDB-0459, Vendor Compliance with Reciprocity on Non -Resident Bidder. Page 11 of 43 TWDB-0551 Rev 03/18 III. SUPPLEMENTAL CONTRACT CONDITIONS 1. Supersession The Owner and the Contractor agree that the Texas Water Development Board (TWDB) Supplemental Conditions apply to that work eligible for TWDB assistance to be performed under this contract and these clauses supersede any conflicting provisions of this contract. 2. Privity of( . Funding for this project is expected to be provided in part by the TWDB. 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 358, 363 and 375 in effect on the date of the assistance award for this project. (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 Executive Administrator, or the authorized representative thereof. (c) The term "Engineer" means the engineer the Owner has authorized to work on the project. 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, TWDB, and their representatives against any claim arising from violation of any such law, ordinance or regulation by the Contractor, their Subcontractor or their employees. S. 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, or its representatives, to any action for damages. 6. Performance and Payment Bon. - Each Contractor awarded a construction contract must furnish performance and payment bonds: Page 12 of 43 TWDB-0551 Rev 03/18 (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. (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 Surety Bonds and Related Instruments, Chapter 3503 of the Insurance Code. 7. Payment Schedule and Cost Breakdov (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 to 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: i. COST BREAKDOWN - The Contractor shall submit to the Owner a detailed breakdown of the estimated cost of all work to be accomplished under the contract, 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. S. Workman's Compensation Insurance Coverage (as applicable, consistent with Texas Labor Code § 406.096) (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. i. "Building or construction" includes: • erecting or preparing to erect a structure, including a building, bridge, roadway, public utility facility, or related appurtenance • remodeling, extending, repairing, or demolishing a structure • otherwise improving real property or an appurtenance to real property through similar activities Page 13 of 43 TWDB-0551 Rev 03/18 ii. "Governmental entity" means this state or a political subdivision of this state. The term includes a municipality. 9. American Iron and Steel The following statement must be completed by the Contractor and made a part of the agreement between the Owner and the Contractor: The Contractor acknowledges to and for the benefit of the Owner ("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 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 Owner 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 Owner or the TWDB. Notwithstanding any other provision of this Agreement, any failure to comply with this paragraph by the Contractor shall permit the Owner 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 Owner 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 Owner). While the Contractor has no direct contractual privity with the TWDB, as a lender to the Owner for the funding of its project, the Owner 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. Additional information on the American Iron and Steel (AIS) requirement and its applicability to this contract can be found in the TWDB-1106 guidance. It is recommended the Owner receive and maintain files documenting the Contractor's use of AIS. Monthly compliance with the AIS will be verified by the Owner through the submittal of the TWDB form TWDB-1106-A. 10. Davis -Bacon Wage Rate Requirements (a) Compliance Procedures In order to be held in compliance and satisfy this federal requirement, the following must be fulfilled: i.Wage Determinations - U.S. Department of Labor (DOL) wage determination must be included in the bidding and contract documents. DOL wage determinations may be obtained online at htt ://www.wdol. ov. Once it is determined that Davis -Bacon Page 14 of 43 TWDB-0551 Rev 03/18 wage rates will apply to a construction contract, the Owner must state in the solicitation that Davis -Bacon prevailing wage rates are applicable and bid packages must include the current Davis -Bacon general wage determination for the area where construction will occur. While the solicitation remains open, the Owner must monitor www.wdol.gov on a weekly basis to ensure that the wage determination contained in the solicitation remains current. The Owner must amend the solicitation if the 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 Owner may request a finding from the TWDB that there is not a reasonable time to notify interested Contractors of the modification of the wage determination. ii.Insert wage rate requirements in full for all contracts and subcontracts in excess of $2,000 - If the Owner is a governmental entity such as a city or district, it must insert in full the contract clauses shown below as Option 1: Section 3, Section 4 if the contract exceeds $100,000, and Section 5. If the Owner is a non -governmental entity such as a water supply corporation or a private company, it must insert in full the contract clauses shown below as Option 2: Section 3, Section 4 if the contract exceeds $100,000, and Section 5. The Owner must ensure all prime contracts require the same full text in any subcontracts. iii.Monthly Certification — The Owner must complete and submit monthly a Davis Bacon Wage Rate Certificate of Compliance once construction has begun. (Use 214onthly Davis Bacon Waae Rate Certificate of Compliance Submittal by Owner (Sub-recinientl DB-0154). iv.Contractor Payroll Requirements - The Contractor is required to pay the prevailing wage rates on a weekly basis to laborers and mechanics in accordance with the requirements of 29 CFR 5.5, which are incorporated into the actual construction contract. Contractors/ Subcontractors must furnish weekly a statement with respect to the wages paid to each employee during the preceding week. They may use the Department of Labor (DOL) Payroll Form WH-347 and weekly Statement of Compliance on the reverse, or their own payroll form with all of the same data elements as the DOL Payroll Form WH-347, and the TWDB's form, Statement of Compliance Certification by Contractor for SRF, DB-01.55. The DOL Payroll Form WH-347 can be found under the forms section of this document or at the following link: http://www.dol.gov/whd/prog_rams/dbra/wh347.htm. v.Interviews - The Owner must periodically interview a sufficient number of employees entitled to the Davis -Bacon prevailing wages to verify that Contractors or Subcontractors are paying the appropriate wage rates. All interviews must be conducted in confidence. The Owner must use Standard Form 1445 (SF 1445) found in the forms section of TWDB guidance document TWDB-0156 or equivalent documentation to memorialize the interviews. The Owner must establish and follow an interview schedule based on its assessment of the risks of noncompliance with Davis - Bacon posed by Contractors or Subcontractors and the duration of the contract or subcontract. The Owner must conduct more frequent interviews if the initial interviews Page 15 of 43 TW DB-0551 Rev 03/18 or other information indicated that there is a risk that the Contractor or Subcontractor is not complying with Davis -Bacon. The Owner must immediately conduct interviews in response to an alleged violation of the prevailing wage requirements. vi.Payroll Records - Certified payroll records are required to be retained by the Owner and Contractor for three years after completion of the construction project. The Owner must periodically conduct spot checks of a representative sample of weekly payroll data to verify that Contractors or Subcontractors are paying the appropriate wage rates. vii.Wage Rate Poster — The Contractor must post the required Poster (WH-1321) and applicable wage rates at the construction site. The wage rate poster may be found at under the forms section of TWDB Guidance DB-0156 or at http://www.dol.gov/Ahd/Trograms/dbra/wh 132 Lhtm viii.Report Violations — The Owner must immediately report violations of the Davis - Bacon prevailing wage requirements to the EPA Davis -Bacon Coordinator listed in the assistance agreement and to the appropriate DOL WHD Office listed at h=://www.dol.gov/dol/contact/index.htm. (b) Subcontracts The Contractor will insert in full the required wage rate requirement in any subcontract in excess of $2,000 as specified in (a)(ii) of this section. (c) Davis -Bacon General Wage Determination, 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. A brief outline of the definitions for each schedule is listed below. i. Construction Type: Heavy determination This 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. ii. Construction Type: Highway determination This determination 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. iii. Construction Type: Building determination This 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 Page 16 of 43 TWDB-0551 Rev 03/18 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. iv. Construction Type: Residential This determination 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. The Owner 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 Owners 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 Memorandum 130 with Addendum ] 31. See the DOL's website http://www.dol.gov/whd/programs/dbra/memorand.htm. In such cases, the TWDB would designate the work to which each wage determination or part thereof applies per Federal Acquisition Regulations (FAR) 22.404-2 thru 404-3 bttps://www.acguisition.gov/far,,.;urrent/htm]/Subpart`/"2022 4.html%20-%20w ] 10201 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 Owner is responsible to insure an adequate classification is provided to insure compliance with the law. Where a Contractor alerts the Owner that the classification is inadequate, the Owner should work with the Contractor and the DOL to address any valid concerns. All questions regarding Davis -Bacon guidance can be directed to: U.S. Department of Labor Wage and Hour Division] -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 Project Team Manager for your region or Clay Schultz, Director, Regional Water Project Development, (512) 463-6277. The Owner and Contractor may obtain additional information on the Davis -Bacon Wage Rates requirements in the TWDB's Guidance DB-0156 — "Guidance on Davis -Bacon Wage Rate Requirements ". Option . Applies to Governmental Entities (such as Cities and Districts) ]. Applicability of the Davis -Bacon (DB) prevailing wage requirements. DB prevailing wage requirements apply to the construction, alteration, and repair of treatment works carried out in whole or in part with assistance made available by the Clean Water State Revolving Fund. If an Owner encounters a unique situation at a site that presents uncertainties regarding DB applicability, the Owner must discuss the situation with the TWD13 before authorizing work on that site. Page 17 of 43 TWDB-0551 Rev 03/18 2. Obtaining Wage Determinations. (a) Owners shall obtain the wage determination for the locality in which a covered activity subject to DB will take place prior to issuing requests for bids, proposals, quotes or other methods for soliciting contracts (solicitation) for activities subject to DB. 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. While the solicitation remains open, the Owner shall monitor www.0, ol.gw'� weekly to ensure that the wage determination contained in the solicitation remains current. The 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 Owners may request a finding from the TWDB that there is not a reasonable time to notify interested Contractors of the modification of the wage determination. The TWDB will provide a report of its findings to the Owner. ii. If the Owner 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 TWDB, at the request of the Owner, obtains an extension of the 90 day period from DOL pursuant to 29 CFR 1.6(c)(3)(iv). The Owner shall monitor _,,,,„ ,Lx.w.lo1.56,, 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. (b) If the Owner carries out activity subject to DB by issuing a task order, work assignment or similar instrument to an existing Contractor (ordering instrument) rather than by publishing a solicitation, the Owner shall insert the appropriate DOL wage determination from www.wdol.gov into the ordering instrument. (c) Owners shall review all subcontracts subject to DB 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 an Owner's contract after the award of a contract or the issuance of an ordering instrument if DOL determines that the Owner 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 Owner 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 Owner's Contractor must be compensated for any increases in wages resulting from the use of DOL's revised wage determination. Page 18 of 43 TW DB-0551 Rev 03/18 3. Contract and Subcontract provisions. (a) The Owner(s) shall insert in full in any contract in excess of $2,000 which is entered into for the actual construction, alteration and/or repair, including painting and decorating, of a treatment work under the CWSRF financed in whole or in part from Federal funds or in accordance with guarantees of a Federal agency or financed from funds obtained by pledge of any contract of a Federal agency to make a loan, grant or annual contribution (except where a different meaning is expressly indicated), and which is subject to the labor standards provisions of any of the acts listed in 29 CFR 5.1, the Water Resources Reform and Development Act of 2014 for a CWSRF-funded project, the following clauses: (1) Minimum wages. (i) All laborers and mechanics employed or working upon the site of the work will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the Contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under section I (b)(2) of the Davis -Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of paragraph (a)(1)(iv) of this section; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: provided, that the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under paragraph (a)(1)(ii) of this section) and the Davis - Bacon poster (WH-1321) shall be posted at all times by the Contractor and its Subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. Owners may obtain wage determinations from the U.S. Department of Labor's web site, www.doL ov. (ii)(A) The Owner(s), on behalf of EPA, shall require that any class of laborers or mechanics, including helpers, which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The TWDB shall approve a request for an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: Page 19 of 43 TWDB-0551 Rev 03/18 (1) The work to be performed by the classification requested is not performed by a classification in the wage determination; and (2) The classification is utilized in the area by the construction industry; and (3) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (B) If the Contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the Owner(s) agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), documentation of the action taken and the request, including the local wage determination shall be sent by the Owner (s) to the TWDB. The TWDB will transmit the request, to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, DC 20210 and to the EPA DB Regional Coordinator concurrently. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification request within 30 days of receipt and so advise the TWDB or will notify the TWDB within the 30-day period that additional time is necessary. (C) In the event the Contractor, the laborers or mechanics to be employed in the classification or their representatives, and the Owner(s) do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the TWDB shall refer the request and the local wage determination, including the views of all interested parties and the recommendation of the TWDB, to the Administrator for determination. The request shall be sent to the EPA DB Regional Coordinator concurrently. The Administrator, or an authorized representative, will issue a determination within 30 days of receipt of the request and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (D) The wage rate (including fringe benefits where appropriate) determined pursuant to paragraphs (a)(1)(ii)(B) or (C) of this section, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. (iii) Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the Contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. (iv) If the Contractor does not make payments to a trustee or other third person, the Contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, provided, that the Secretary of Labor has found, upon the written request of the Contractor, that the applicable standards of the Davis -Bacon Act have been met. The Secretary of Labor may require the Contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. Page 20 of 43 TWDB-0551 Rev 03/18 (2) Withholding. The Owner(s) shall, upon written request of the EPA Award Official or an authorized representative of the Department of Labor, withhold or cause to be withheld from the Contractor under this contract or any other Federal contract with the same prime Contractor, or any other federally -assisted contract subject to Davis -Bacon prevailing wage requirements, which is held by the same prime Contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the Contractor or any Subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work, all or part of the wages required by the contract, the EPA may, after written notice to the Contractor, sponsor, applicant, or Owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. (3) Payrolls and basic records. (i) Payrolls and basic records relating thereto shall be maintained by the Contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section 1(b)(2)(B) of the Davis -Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section I(b)(2)(B) of the Davis -Bacon Act, the Contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the Iaborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. (ii)(A) The Contractor shall submit weekly, for each week in which any contract work is performed, a copy of all payrolls to the Owner, that is, the entity that receives the funds from the TWDB. Such documentation shall be available on request of the TWDB or EPA. As to each payroll copy received, the Owner shall provide written confirmation in a form satisfactory to the TWDB indicating whether or not the project is in compliance with the requirements of 29 CFR 5.5(a)(1) based on the most recent payroll copies for the specified week. The payrolls shall set out accurately and completely all of the information required to be maintained under 29 CFR 5.5(a)(3)(i), except that full social security numbers and home addresses shall not be included on the weekly payrolls. Instead the payrolls shall only need to include an individually identifying number for each employee (e.g., the last four digits of the employee's social security number). The required weekly payroll information may be submitted in any form desired. Optional Form WH-347 is available for this purpose from the Wage and Hour Division Web site at http://www.dol.gov/whd/forms/wh347instr.htjm or its successor site. The prime Contractor is responsible for the submission of copies of payrolls by all Subcontractors. Contractors and Subcontractors shall maintain the full social security number and current address of each Page 21 of 43 TWDB-0551 Rev 03/18 covered worker, and shall provide them upon request to the Owner(s) for transmission to the TWDB or EPA if requested by EPA, the TWDB, the Contractor, or the Wage and Hour Division of the Department of Labor for purposes of an investigation or audit of compliance with prevailing wage requirements. It is not a violation of this section for a prime Contractor to require a Subcontractor to provide addresses and social security numbers to the prime Contractor for its own records, without weekly submission to the Owner(s). (B) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the Contractor or Subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: (1) That the payroll for the payroll period contains the information required to be provided under § 5.5 (a)(3)(ii) of Regulations, 29 CFR part 5, the appropriate information is being maintained under § 5.5 (a)(3)(i) of Regulations, 29 CFR part 5, and that such information is correct and complete; (2) That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in Regulations, 29 CFR part 3; (3) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. (C) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH-347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph (a)(3)(ii)(B) of this section. (D) The falsification of any of the above certifications may subject the Contractor or Subcontractor to civil or criminal prosecution under section 1001 of title 18 and section 231 of title 31 of the United States Code. (iii) The Contractor or Subcontractor shall make the records required under paragraph (a)(3)(i) of this section available for inspection, copying, or transcription by authorized representatives of the TWDB, EPA or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the Contractor or Subcontractor fails to submit the required records or to make them available, the EPA or TWDB may, after written notice to the Contractor, sponsor, applicant, or Owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. (4) Apprentices and trainees Page 22 of 43 TWDB-0551 Rev 03/18 (i) Apprentices. Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Office of Apprenticeship Training, Employer and Labor Services, or with a State Apprenticeship Agency recognized by the Office, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Office of Apprenticeship Training, Employer and Labor Services or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the Contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a Contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the Contractor's or Subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Office of Apprenticeship Training, Employer and Labor Services, or a State Apprenticeship Agency recognized by the Office, withdraws approval of an apprenticeship program, the Contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (ii) Trainees. Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll as a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Page 23 of 43 TWDB-0551 Rev 03/18 Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the Contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (iii) Equal employment opportunity. The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended and 29 CFR part 30. (5) Compliance with Copeland Act requirements. The Contractor shall comply with the requirements of 29 CFR part 3, which are incorporated by reference in this contract. (6) Subcontracts. The Contractor or Subcontractor shall insert in any subcontracts the clauses contained in 29 CFR 5.5(a)(1) through (10) and such other clauses as the EPA determines may by appropriate, and also a clause requiring the Subcontractors to include these clauses in any lower tier subcontracts. The prime Contractor shall be responsible for the compliance by any Subcontractor or lower tier Subcontractor with all the contract clauses in 29 CFR 5.5. (7) Contract termination; debarment. A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the contract, and for debarment as a Contractor and a Subcontractor as provided in 29 CFR 5.12. (8) Compliance with Davis -Bacon and Related Act requirements. All rulings and interpretations of the Davis -Bacon and Related Acts contained in 29 CFR parts 1, 3, and 5 are herein incorporated by reference in this contract. (9) Disputes concerning labor standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the Contractor (or any of its Subcontractors) and Owner(s), TWDB, EPA, the U.S. Department of Labor, or the employees or their representatives. (10) Certification of eligibility. (i) By entering into this contract, the Contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the Contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(I ). (ii) No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). (iii) The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. Page 24 of 43 TW DB-0551 Rev 03/18 4. Contract Provision for Contracts in Excess of $100,000. (a) Contract Work Hours and Safety Standards Act. The Owner shall insert the following clauses set forth in paragraphs (a)(1), (2), (3), and (4) of this section in full in any contract in an amount in excess of $100,000 and subject to the overtime provisions of the Contract Work Hours and Safety Standards Act. These clauses shall be inserted in addition to the clauses required by Item 3, above or 29 CFR 4.6. As used in this paragraph, the terms laborers and mechanics include watchmen and guards. (1) Overtime requirements. No Contractor or Subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (a)(1) of this section the Contractor and any Subcontractor responsible therefore shall be liable for the unpaid wages. In addition, such Contractor and Subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual Iaborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (a)(1) of this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (a)(]) of this section. (3) Withholding for unpaid wages and liquidated damages. The Owner, upon written request of the EPA Award Official or an authorized representative of the Department of Labor, shall withhold or cause to be withheld, from any moneys payable on account of work performed by the Contractor or Subcontractor under any such contract or any other Federal contract with the same prime Contractor, or any other federally -assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime Contractor, such sums as may be determined to be necessary to satisfy any liabilities of such Contractor or Subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (a)(2) of this section. (4) Subcontracts. The Contractor or Subcontractor shall insert in any subcontracts the clauses set forth in paragraph (a)(]) through (4) of this section and also a clause requiring the Subcontractors to include these clauses in any lower tier subcontracts. The prime Contractor shall be responsible for compliance by any Subcontractor or lower tier Subcontractor with the clauses set forth in paragraphs (a)(1) through (4) of this section. (b) In addition to the clauses contained in Item 3, above, in any contract subject only to the Contract Work Hours and Safety Standards Act and not to any of the other statutes cited in 29 CFR 5.1, the Owner shall insert a clause requiring that the Contractor or Subcontractor sha]I maintain payrolls and basic payroll records during the course of the work and shall preserve Page 25 of 43 TWDB-0551 Rev 03/18 them for a period of three years from the completion of the contract for all laborers and mechanics, including guards and watchmen, working on the contract. Such records shall contain the name and address of each such employee, social security number, correct classifications, hourly rates of wages paid, daily and weekly number of hours worked, deductions made, and actual wages paid. Further, the Owner shall insert in any such contract a clause providing that the records to be maintained under this paragraph shall be made available by the Contractor or Subcontractor for inspection, copying, or transcription by authorized representatives of the EPA, TWDB, and the Department of Labor, and the Contractor or Subcontractor will permit such representatives to interview employees during working hours on the job. 5. Compliance Verification (a) The Owner shall periodically interview a sufficient number of employees entitled to DB prevailing wages (covered employees) to verify that Contractors or Subcontractors are paying the appropriate wage rates. As provided in 29 CFR 5.6(a)(6), all interviews must be conducted in confidence. The Owner must use Standard Form 1445 (SF 1445) found in the forms section of TWDB guidance document TWDB-0156 or equivalent documentation to memorialize the interviews. Copies of the SF 1445 are also available from EPA on request. (b) The Owner shall establish and follow an interview schedule based on its assessment of the risks of noncompliance with DB posed by Contractors or Subcontractors and the duration of the contract or subcontract. Owners must conduct more frequent interviews if the initial interviews or other information indicated that there is a risk that the Contractor or Subcontractor is not complying with DB. Owners shall immediately conduct interviews in response to an alleged violation of the prevailing wage requirements. All interviews shall be conducted in confidence." (c) The Owner shall periodically conduct spot checks of a representative sample of weekly payroll data to verify that Contractors or Subcontractors are paying the appropriate wage rates. The Owner shall establish and follow a spot check schedule based on its assessment of the risks of noncompliance with DB posed by Contractors or Subcontractors and the duration of the contract or subcontract. At a minimum, if practicable, the Owner should spot check payroll data within two weeks of each Contractor or Subcontractor's submission of its initial payroll data and two weeks prior to the completion date the contract or subcontract. Owners must conduct more frequent spot checks if the initial spot check or other information indicates that there is a risk that the Contractor or Subcontractor is not complying with DB. In addition, during the examinations the Owner shall verify evidence of fringe benefit plans and payments there under by Contractors and Subcontractors who claim credit for fringe benefit contributions. (d) The Owner shall periodically review Contractors and Subcontractor's use of apprentices and trainees to verify registration and certification with respect to apprenticeship and training programs approved by either the U.S Department of Labor or a state, as appropriate, and that Contractors and Subcontractors are not using disproportionate numbers of, laborers, trainees and apprentices. These reviews shall be conducted in accordance with the schedules for spot checks and interviews described in Item 5(b) and (c) above. Page 26 of 43 TWDB-0551 Rev 03/18 (e) Owners must immediately report potential violations of the DB prevailing wage requirements to the EPA Region 6 DB Coordinator, TWDB, and to the appropriate DOL Wage and Hour District Office listed at http://www.dol.gov/whd/america2.htm. Option 2 — Applies to Non -Governmental Entities (such as Water Supply Corporations and Private Companies) 1. Applicability of the Davis -Bacon (DB) prevailing wage requirements. DB prevailing wage requirements apply to the construction, alteration, and repair of treatment works carried out in whole or in part with assistance made available by the CWSRF. If an Owner encounters a unique situation at a site that presents uncertainties regarding DB applicability, the Owner must discuss the situation with the TWDB before authorizing work on that site. 2. Obtaining Wage Determinations. (a) Owners must obtain proposed wage determinations for specific localities at N y w dal.goi . After the Owner obtains its proposed wage determination, it must submit the wage determination to the TWDB for approval prior to inserting the wage determination into a solicitation, contract or issuing task orders, work assignments or similar instruments to existing Contractors (ordering instruments unless subsequently directed otherwise by the TWDB.) (b) Owners shall obtain the wage determination for the locality in which a covered activity subject to DB will take place prior to issuing requests for bids, proposals, quotes or other methods for soliciting contracts (solicitation) for activities subject to DB. 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 Owner shall monitor www.wdol..go% on a weekly basis to ensure that the wage determination contained in the solicitation remains current. The 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 Owners may request a finding from the TWDB that there is not a reasonable time to notify interested Contractors of the modification of the wage determination. The TWDB will provide a report of its findings to the Owner. (ii) If the Owner 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 TWDB, at the request of the Owner, obtains an extension of the 90 day period from DOL pursuant to 29 CFR 1.6(c)(3)(iv). The Owner 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. Page 27 of 43 TW DB-0551 Rev 03/18 (c) If the Owner carries out activity subject to DB by issuing a task order, work assignment or similar instrument to an existing Contractor (ordering instrument) rather than by publishing a solicitation, the Owner shall insert the appropriate DOL wage determination from wwvv.wdol.aov into the ordering instrument. (d) Owners shall review all subcontracts subject to DB entered into by prime Contractors to verify that the prime Contractor has required its Subcontractors to include the applicable wage determinations. (c) As provided in 29 CFR 1.6(f), DOL may issue a revised wage determination applicable to an Owner's contract after the award of a contract or the issuance of an ordering instrument if DOL determines that the Owner 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 Owner 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 Owner'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. (a) The Owner(s) shall insert in full in any contract in excess of $2,000 which is entered into for the actual construction, alteration and/or repair, including painting and decorating, of a treatment work under the C W SRF financed in whole or in part from Federal funds or in accordance with guarantees of a Federal agency or financed from funds obtained by pledge of any contract of a Federal agency to make a loan, grant or annual contribution (except where a different meaning is expressly indicated), and which is subject to the labor standards provisions of any of the acts listed in 29 CFR 5.1, the Water Resources Reform and Development Act of 2014 for a CWSRF-funded project, the following clauses: (1) Minimum wages. (i) All laborers and mechanics employed or working upon the site of the work will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the Contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2) of the Davis -Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of paragraph (a)(1)(iv) of this section; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination Page 28 of 43 TWDB-0551 Rev 03/18 for the classification of work actually performed, without regard to skill, except as provided in 29 CFR 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, that the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under paragraph (a)(1)(ii) of this section) and the Davis - Bacon poster (WH-1321) shall be posted at all times by the Contractor and its Subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. Owners may obtain wage determinations from the U.S. Department of Labor's web site, www.dol.gov. (ii)(A) The Owner(s), on behalf of EPA, shall require that any class of laborers or mechanics, including helpers, which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The TWDB shall approve a request for an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: (1) The work to be performed by the classification requested is not performed by a classification in the wage determination; and (2) The classification is utilized in the area by the construction industry; and (3) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (B) If the Contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the Owner(s) agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), documentation of the action taken and the request, including the local wage determination shall be sent by the Owner(s) to the TWDB. The TWDB will transmit the request, to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, DC 20210 and to the EPA DB Regional Coordinator concurrently. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification request within 30 days of receipt and so advise the TWDB or will notify the TWDB within the 30-day period that additional time is necessary. (C) In the event the Contractor, the laborers or mechanics to be employed in the classification or their representatives, and the Owner(s) do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the TWDB shall refer the request and the local wage determination, including the views of all interested parties and the recommendation of the TWDB, to the Administrator for determination. The request shall be sent to the EPA DB Regional Coordinator concurrently. The Administrator, or an authorized representative, will issue a determination within 30 days of receipt of the request and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. Page 29 of 43 TW QB-0551 Rev 03/18 (D) The wage rate (including fringe benefits where appropriate) determined pursuant to paragraphs (a)(1)(ii)(B) or (C) of this section, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. (iii) Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the Contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. (iv) If the Contractor does not make payments to a trustee or other third person, the Contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided, That the Secretary of Labor has found, upon the written request of the Contractor, that the applicable standards of the Davis -Bacon Act have been met. The Secretary of Labor may require the Contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. (2) Withholding. The Owner(s) shall, upon written request of the EPA Award Official or an authorized representative of the Department of Labor, withhold or cause to be withheld from the Contractor under this contract or any other Federal contract with the same prime Contractor, or any other federally -assisted contract subject to Davis -Bacon prevailing wage requirements, which is held by the same prime Contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the Contractor or any Subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work, all or part of the wages required by the contract, the EPA may, after written notice to the Contractor, sponsor, applicant, or Owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. (3) Payrolls and basic records. (i) Payrolls and basic records relating thereto shall be maintained by the Contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section I (b)(2)(B) of the Davis -Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section I (b)(2)(B) of the Davis -Bacon Act, the Contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the Page 30 of 43 TWDB-0551 Rev 03/18 registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. (ii)(A) The Contractor shall submit weekly, for each week in which any contract work is performed, a copy of all payrolls to the Owner, that is, the entity that receives the funds from the TWDB. Such documentation shall be available on request of the TWDB or EPA. As to each payroll copy received, the Owner shall provide written confirmation in a form satisfactory to the TWDB indicating whether or not the project is in compliance with the requirements of 29 CFR 5.5(a)(1) based on the most recent payroll copies for the specified week. The payrolls shall set out accurately and completely all of the information required to be maintained under 29 CFR 5.5(a)(3)(i), except that full social security numbers and home addresses shall not be included on the weekly payrolls. Instead the payrolls shall only need to include an individually identifying number for each employee (e.g., the last four digits of the employee's social security number). The required weekly payroll information may be submitted in any form desired. Optional Form WH-347 is available for this purpose from the Wage and Hour Division Web site at http://www.dol.gov/whd/forms/wh347instr.htm or its successor site. The prime Contractor is responsible for the submission of copies of payrolls by all Subcontractors. Contractors and Subcontractors shall maintain the full social security number and current address of each covered worker, and shall provide them upon request to the Owner(s) for transmission to the TWDB or EPA if requested by EPA, the TWDB, the Contractor, or the Wage and Hour Division of the Department of Labor for purposes of an investigation or audit of compliance with prevailing wage requirements. It is not a violation of this section for a prime Contractor to require a Subcontractor to provide addresses and social security numbers to the prime Contractor for its own records, without weekly submission to the Owner(s). (B) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the Contractor or Subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: (1) That the payroll for the payroll period contains the information required to be provided under § 5.5 (a)(3)(ii) of Regulations, 29 CFR part 5, the appropriate information is being maintained under § 5.5 (a)(3)(i) of Regulations, 29 CFR part 5, and that such information is correct and complete; (2) That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in Regulations, 29 CFR part 3; (3) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. (C) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH-347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph (a)(3)(ii)(B) of this section. Page 31 of 43 TWDB-0551 Rev 03/18 (D) The falsification of any of the above certifications may subject the Contractor or Subcontractor to civil or criminal prosecution under section 1001 of title 18 and section 231 of title 31 of the United States Code. (iii) The Contractor or Subcontractor shall make the records required under paragraph (a)(3)(i) of this section available for inspection, copying, or transcription by authorized representatives of the TWDB, EPA or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the Contractor or Subcontractor fails to submit the required records or to make them available, the EPA or TWDB may, after written notice to the Contractor, sponsor, applicant, or Owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. (4) Apprentices and trainees (i) Apprentices. Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Office of Apprenticeship Training, Employer and Labor Services, or with a State Apprenticeship Agency recognized by the Office, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Office of Apprenticeship Training, Employer and Labor Services or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the Contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a Contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the Contractor's or Subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Office of Apprenticeship Training, Employer and Labor Services, or a State Apprenticeship Agency recognized by the Office, withdraws approval of an apprenticeship program, the Contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. Page 32 of 43 TWDB-0551 Rev 03/18 (ii) Trainees. Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the Contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (iii) Equal employment opportunity. The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended and 29 CFR part 30. (5) Compliance with Copeland Act requirements. The Contractor shall comply with the requirements of 29 CFR part 3, which are incorporated by reference in this contract. (6) Subcontracts. The Contractor or Subcontractor shall insert in any subcontracts the clauses contained in 29 CFR 5.5(a)(1) through (10) and such other clauses as the EPA determines may by appropriate, and also a clause requiring the Subcontractors to include these clauses in any lower tier subcontracts. The prime Contractor shall be responsible for the compliance by any Subcontractor or lower tier Subcontractor with all the contract clauses in 29 CFR 5.5. (7) Contract termination; debarment. A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the contract, and for debarment as a Contractor and a Subcontractor as provided in 29 CFR 5.12. (8) Compliance with Davis -Bacon and Related Act requirements. All rulings and interpretations of the Davis -Bacon and Related Acts contained in 29 CFR parts 1, 3, and 5 are herein incorporated by reference in this contract. (9) Disputes concerning labor standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 Page 33 of 43 TW DB-0551 Rev 03/18 CFR parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the Contractor (or any of its Subcontractors) and Owner(s), TWDB, EPA, the U.S. Department of Labor, or the employees or their representatives. (10) Certification of eligibility. (i) By entering into this contract, the Contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the Contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). (ii) No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). (iii) The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. 4. Contract Provision for Contracts in Excess of $100,000. (a) Contract Work Hours and Safety Standards Act. The Owner shall insert the following clauses set forth in paragraphs (a)(1), (2), (3), and (4) of this section in full in any contract in an amount in excess of $100,000 and subject to the overtime provisions of the Contract Work Hours and Safety Standards Act. These clauses shall be inserted in addition to the clauses required by Item 3, above or 29 CFR 4.6. As used in this paragraph, the terms laborers and mechanics include watchmen and guards. (1) Overtime requirements. No Contractor or Subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (a)(1) of this section the Contractor and any Subcontractor responsible therefore shall be liable for the unpaid wages. In addition, such Contractor and Subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (a)(1) of this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (a)(1) of this section. (3) Withholding for unpaid wages and liquidated damages. The Owner shall upon the request of the EPA Award Official or an authorized representative of the Department of Labor, withhold or cause to be withheld, from any moneys payable on account of work performed by the Contractor or Subcontractor under any such contract or any other Federal contract with the same prime Page 34 of 43 TWDB-0551 Rev 03/18 Contractor, or any other federally -assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime Contractor, such sums as may be determined to be necessary to satisfy any liabilities of such Contractor or Subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (a)(2) of this section. (4) Subcontracts. The Contractor or Subcontractor shall insert in any subcontracts the clauses set forth in paragraph (a)(1) through (4) of this section and also a clause requiring the Subcontractors to include these clauses in any lower tier subcontracts. The prime Contractor shall be responsible for compliance by any Subcontractor or lower tier Subcontractor with the clauses set forth in paragraphs (a)(1) through (4) of this section. (b) In addition to the clauses contained in Item 3, above, in any contract subject only to the Contract Work Hours and Safety Standards Act and not to any of the other statutes cited in 29 CFR 5.1, the Owner shall insert a clause requiring that the Contractor or Subcontractor shall maintain payrolls and basic payroll records during the course of the work and shall preserve them for a period of three years from the completion of the contract for all laborers and mechanics, including guards and watchmen, working on the contract. Such records shall contain the name and address of each such employee, social security number, correct classifications, hourly rates of wages paid, daily and weekly number of hours worked, deductions made, and actual wages paid. Further, the Owner shall insert in any such contract a clause providing that the records to be maintained under this paragraph shall be made available by the Contractor or Subcontractor for inspection, copying, or transcription by authorized representatives of the EPA, TWDB, and the Department of Labor, and the Contractor or Subcontractor will permit such representatives to interview employees during working hours on the job. 5. Compliance Verification (a) The Owner shall periodically interview a sufficient number of employees entitled to DB prevailing wages (covered employees) to verify that Contractors or Subcontractors are paying the appropriate wage rates. As provided in 29 CFR 5.6(a)(6), all interviews must be conducted in confidence. The Owner must use Standard Form 1445 (SF 1445) found in the forms section of TWDB guidance document TWDB-0156 or equivalent documentation to memorialize the interviews. Copies of the SF 1445 are also available from EPA on request. (b) The Owner shall establish and follow an interview schedule based on its assessment of the risks of noncompliance with DB posed by Contractors or Subcontractors and the duration of the contract or subcontract. Owners must conduct more frequent interviews if the initial interviews or other information indicated that there is a risk that the Contractor or Subcontractor is not complying with DB. Owners shall immediately conduct interviews in response to an alleged violation of the prevailing wage requirements. All interviews shall be conducted in confidence." (c) The Owner shall periodically conduct spot checks of a representative sample of weekly payroll data to verify that Contractors or Subcontractors are paying the appropriate wage rates. The Owner shall establish and follow a spot check schedule based on its assessment of the risks of noncompliance with DB posed by Contractors or Subcontractors and the duration of the contract or subcontract. At a minimum, if practicable the Owner should spot check payroll data within two weeks of each Contractor or Subcontractor's submission of its initial payroll data and two weeks Page 35 of 43 TWDB-0551 Rev 03/18 prior to the completion date the contract or subcontract. Owners must conduct more frequent spot checks if the initial spot check or other information indicates that there is a risk that the Contractor or Subcontractor is not complying with DB . In addition, during the examinations the Owner shall verify evidence of fringe benefit plans and payments there under by Contractors and Subcontractors who claim credit for fringe benefit contributions. (d) The Owner shall periodically review Contractors and Subcontractor's use of apprentices and trainees to verify registration and certification with respect to apprenticeship and training programs approved by either the U.S Department of Labor or a state, as appropriate, and that Contractors and Subcontractors are not using disproportionate numbers of, laborers, trainees and apprentices. These reviews shall be conducted in accordance with the schedules for spot checks and interviews described in Item 5(b) and (c) above. (e) Owners must immediately report potential violations of the DB prevailing wage requirements to the EPA Region 6 DB Coordinator, TWDB, and to the appropriate DOL Wage and Hour District Office listed at http://www.dol.gov/whd/america2.htm. 11. Payments a) Progress Payments: i. The Contractor shall prepare their 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 review. Except as provided in paragraph (iii) of this subsection, the amount of the payment due to 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 7.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 invoices prices. Copies of all invoices shall be available for inspection by the Engineer. ii. 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 the contract complete and satisfactory to the Owner in all details. iii. This clause applies to contracts when the Owner is a District or Authority. The retainage shall be ten (10%) percent minimum of the amount otherwise due until at least fifty (50%) of the work has been completed. After the project is fifty (50%) percent completed, and if the District or Authority's Board finds that satisfactory progress is being made, then the District may authorize any of the remaining progress payments to be made in full. The District is not obligated to pay interest earned on the first 50% of work completed (Texas Water Code Sec. 49.276(d)). Page 36 of 43 TW ©B-0551 Rev 03/18 iv. The five (5%) percent 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. b) Withholding Payments. The Owner may withhold from any payment otherwise due to 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 monies for their protection unless the Owner elects to do so. The failure or refusal of the Owner to withhold any monies from the Contractor shall in no way impair the obligations of any surety or sureties under any bond or bonds furnished under this contract. c) 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 general and special conditions pertaining to this contract. d) Final Payment. i. 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. ii. 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. iii. 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. iv. Withholding of any amount due to the Owner, under general and/or special conditions regarding "Liquidated Damages," shall be deducted from the final payment due the Contractor. 12. Equal employment opportunity and affirmative action This provision applies to Clean Water State Revolving fund Program projects where the contract agreement is for more than $10,000. Page 37 of 43 TWDB-0551 Rev 03/18 During the performance of this contract, the Contractor agrees as follows: (1) The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex (including pregnancy), sexual orientation, gender identity, national origin, age (40 or older), disability, or genetic information. 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, sexual orientation, gender identity, 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 by the contracting officer setting forth the provisions of this nondiscrimination clause. (2) The Contractor will, in all solicitations or advancements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin. (3) The Contractor will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the Contractor's legal duty to furnish information. (4) The Contractor will send to each labor union or representative of workers with which the Contractor has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the agency contracting officer, advising the labor union or workers' representative of the Contractor's commitments under Section 202 of Executive Order No. 11246 of September 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (5) The Contractor will comply with all provisions of Executive Order No. 11246 of Sept. 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. (6) The Contractor will furnish all information and reports required by Executive Order No. 11246 of September 24, 1965, and by the rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to Page 38 of 43 TWDB-0551 Rev 03/18 ascertain compliance with such rules, regulations, and orders. (7) In the event of the Contractor's noncompliance with the nondiscrimination clauses of this contract or with any of such rules, regulations, or orders, this contract may be cancelled, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order No. 11246 of Sept. 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order No. 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. (8) The Contractor will include the provisions of paragraphs (1) through (8) 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 No. 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 may be directed by the Secretary of Labor as a means of enforcing such provisions including sanctions for noncompliance: Provided, however, that in the event the Contractor becomes involved in, or is threatened with, litigation with a Subcontractor or vendor as a result of such direction, the Contractor may request the United States to enter into such litigation to protect the interests of the United States. 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. 1E3. 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 Chapter 26, 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, 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 Page 39 of 43 TWDB-0551 Rev 03/18 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 Material, 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 disposal 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 disposal of hazardous materials on sites owned or controlled by the Owner. 16. Changes *Provisions identified with an asterisk below are consistent with Local Government Code 271.060. Counties and Municipalities may modify the identified provisions, when applicable, to conform to Local Government Code 262.031 (Counties) or 252.048 (Municipalities). (a) The Owner may at any time, without notice to any surety, by written order designated or indicated to be a change order, make changes in the work within the general scope of the contract, including but not limited to changes: i. In the specifications (including drawings and designs); ii. In the time, method or manner of performance of the work; iii. To decrease or increase the quantity of work to be performed or materials, equipment or supplies to be furnished; (b) "The total price of a contract may not be increased by a change order unless provision has been made for the payment of the added cost by the appropriation of current funds or bond funds for that purpose, by the authorization of the issuance of certificates, or by a combination of those procedures. Page 40 of 43 TWDB-0551 Rev 03/18 (c) *A contract with an original contract price of $1 million or more may not be increased by more than 25 percent. If a change order for a contract with an original contract price of less than $1 million increases the contract amount to $1 million or more, subsequent change orders may not increase the revised contract amount by more than 25 percent. (d) *A governing body may grant authority to an official or employee responsible for purchasing or for administering a contract to approve a change order that involves an increase or decrease of $50,000 or less. (e) Changes that involve an increase in price will be supported by documentation of the cost components. For projects funded through the EDAP program, or with grant proceeds, TWDB staff may request this information to be provided in a format equivalent to the Cost and Pricing Information form (No. WRD-277). (f) Any change orders involving a change in the project requiring a relocation of project components, sizing, or process may require additional environmental approval. A map and description of the proposed changes should be sent to the TWDB Environmental Reviewer for coordination and approval as soon as possible to avoid any delay. 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 the design concept of the project and for compliance with information given in the Contract Documents. Owner may assess the Contractor a charge for reviews of the same items in excess of three (3) times. Such procedures shall not be considered cause for delay. (c) Acceptance of the manuals by Engineer does not relieve Contractor of any requirements on terms of Contract. (d) 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. (e) 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. Each manual is 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: i. A listing of the manufacturer's identification, including order number, model, serial number, and location of parts and service centers. Page 41 of 43 TWDB-0551 Rev 03/18 ii. A list of recommended stock of parts, including part number and quantity. iii. Complete replacement parts list. iv. Performance data and rating tables. V. Specific instructions for installation, operation, adjustment, and maintenance. vi. Exploded view drawings for major equipment items. vii. Lubrication requirements. viii. 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 the 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: i. Horizontal and vertical locations of work. ii. Changes in equipment and dimensions due to substitutions. iii. "Nameplate" data on all installed equipment. iv. Deletions, additions, and changes to scope of work. V. Any other changes made. 19. Close -Out ProcedurF- To close-out the contract and release final retainage, the following steps must be completed: (a) TWDB Staff must conduct a construction contract final inspection (CCFI). (b) The following submittals must be received, reviewed, and accepted by the TWDB: i. The final change order, adjustment of quantities, or a statement that all change orders have previously been submitted and there will be no more change orders; ii. The final pay request from the Contractor; iii. An affidavit by the Contractor that all bills have been paid; iv. Certification by the consulting Engineer that the work has been completed and was constructed in accordance with the approved plans and specifications and sound engineering principals and construction practices; V. Acceptance of the project by the Owner in the form of a written resolution, or other formal action; vi. Notification of the beginning date of the warranty period for the contract; and vii. Confirmation that the Owner has received the as -built drawings from the Contractor. (c) TWDB will issue a Certificate of Approval allowing the release of retainage. Page 42 of 43 TWDB-0551 Rev 03/18 20. Additional Forms and Guidance: The following forms and guidance documents, mentioned throughout this guidance, are available on the TWDB website at: hat ://www.twdb.texas. ov/financial/instructions/index.a Forms: Contractor's act of Assurance (ED-103) Contractor's Resolution on Authorized Representative (ED-104) Vendor Compliance with Reciprocity on Non -Resident Bidders (TWDB-0459) Bidder's Certification - EEO (WRD-255) Monthly American Iron and Steel Certificate (TWDB-1106-A) American Iron and Steel (AIS) De Minimis Log (TWDB-I 106-B) Monthly Davis Bacon Wage Rate Certificate of Compliance Submittal by Owner (Sub - Recipient) (DB-0154) Guidance Documents: CWSRF Guidance Manual (TWDB-0100) Guidance on Davis -Bacon Wage Rate Requirements for State Revolving Fund Projects (DB-0156) Requirements for American Iron and Steel (AIS) Guidance (TWDB-1106) Page 43 of 43 TWDB-1106 Rev 05/19 Development Board American Iron and Steel (AIS) Guidance for Clean water & Drinking water State Devolving Fund Projects This document is not a comprehensive representation of the federal requirements. For complete details of the federal requirements visit: htt s:i/www.e a. ov/cwsrf/state-revolvin-fund-american-iron-and-steel- ais-requirement In any instance when there may be a discrepancy between this guidance and the actual federal requirements, program participants must adhere to the federal requirements. Table ®f Contents Overview.............................................................................................................................................. 4 EffectiveDates.................................................................................................................................... 4 United States (U.S.) Environmental Protection Agency (EPA) Guidance .......................................... 5 Covered Iron and Steel Products ....... Waivers................................................... ............................................................................. 5 ....................................... 6 WaiverProcess........................................................................................................................... 6 Compliance................................................................................................................................................ 7 TWDB Compliance Procedures........................................................................................ 7 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, updated October27, 2015)............................................................................................................................. 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 e. National Product Waiver for Minor Components in Iron and Steel Products (with Cost Ceiling) (October 27, 2015).................................................................................... 18 £ One -Year Extension of the Short -Term National Product Waiver for Stainless Steel Nuts and Bolts Used in Pipe Couplings, Restraints, Joints, Flanges, and Saddles (February 22, 2016) .. 19 g. One -Year Extension of the Short -Term National Product Waiver for Stainless Steel Nuts and Bolts Used in Pipe Couplings, Restraints, Joints, Flanges, and Saddles (January 18, 2017) .... 20 h, Final Extension of the Short -Term National Product Waiver for Stainless Steel Nuts and Bolts Page 2 of 32 Used in Pipe Couplings, Restraints, Joints, Flanges, and Saddles (August 24, 2018) .................... 21 Attachment 6: EPA Waiver Request.................................................................................................... 22 Information Checklist for Waiver Request.......................................................................... 22 EPA Checklist for Waiver Request.................................................................................................. 23 Attachment 7: Construction Contract Language...................................................................... 24 Attachment 8: Sample Certifications...................................................................................... 25 Final Manufacturer Certification - Version 1 — AIS Products Delivered to Project Site ................. 26 Final Manufacturer Certification - Version 2 — AIS Products Purchased from Supplier ............. 27 StepCertification................................................................................................................................... 28 Step Certification Letter............................................................................................... 28 StepCertification Log................................................................................................. 29 DeMinimis Log............................................................................................................. 30 Attachment 9: American Iron and Steel Certificate....................................................................... 31 Page 3 of 32 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 (33 U.S.C. § 1388) for the Clean Water State Revolving Fund (CWSRF) program and in federal laws, including the federal appropriation acts and Section 1452(a)(4) of the Safe Drinking Water Act (42 U.S.C. § 3 00j - 12 (a)(4)), as applicable, for the Drinking Water State Revolving Fund (DWSRF) program.. 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. For the CWSRF program, the AIS requirements apply only to the construction, alteration, maintenance, or repair of treatment works 1 projects. For the DWSRF program, the AIS requirements apply to all public water system projects. Based on the statutory provisions, the effective date depends on the date the TWDB loan was closed and varies by program. Effective Dates CWSRF: If the loan closes on or after October 1, 2014: (a) If the Plans and Specifications for the project were approved by Exempt from AIS TWDB prior to June 10, 2014 (b) If the Plans and Specifications for the project were approved by TWDB on or after June 10, 2014 AIS applies DWSRF: The American Iron and Steel provisions generally apply to any financial assistance closed on or after January 17, 2014. There may be statutory exceptions to the AIS requirements based on the date of approval of plans and specifications by a state agency. The entity should contact the project's Team Manager or Project Manager if there are questions regarding AIS exceptions. 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. 1. "Treatments works" is defined in 33 U.S. Code § 1292 (2). Page 4 of 32 United States (U.S.) Environmental Protection Agency (EPA) Guidance EPA has provided guidance through the following resources: l . 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 - https://www.Ma.gov/cwsrf/state-revolving-furLd ame_rican-iron-and-steel-ai s-requirement Please contact TWDB with any questions regarding applicability of AIS requirements. Covered Iron and Steel Produc If the project receiving CWSRF or DWSRF funds must comply with the AIS requirements, then all 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 for a 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. Page 5 of 32 Waivers 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 I % of the total cost of materials used in and incorporated into the project. 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. NationaI Product Waiver for Pig Iron and Direct Reduced Iron (February 18, 2015) 5. National Product Waiver for Minor Components in Iron and Steel Products (with Cost Ceiling) (October 27, 2015) 6. One -Year Extension of the Short -Term National Product Waiver for Stainless Steel Nuts and Bolts Used in Pipe Couplings, Restraints, Joints, Flanges, and Saddles (February 22, 2016) 7. One-year Extension of the Short -Term National Product Waiver for Stainless Steel Nuts and Bolts Used in Pipe Couplings, Restraints, Joints, Flanges, and Saddles (January 18, 2017) 8. Final Extension of the Short -Term National Product Waiver for Stainless Steel Nuts and Bolts Used in Pipe Couplings, Restraints, Joints, Flanges, and Saddles (August 24, 2018) EPA's American Iron and Steel webpage includes any waivers issued - htt sa/www.e a. ov/cwsrf/state-revolving-fund-american-iron-and-steel-ais-requirement 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. Page 6 of 32 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 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 covering requests for funds associated within construction contracts. 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. Page 7 of 32 2. Applicants shall include the following language in the advertisement for bids for all applicable construction contracts funded by the TWDB's DWSRF or CWSRF: For CWSRF, include - Any contracts) 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 (33 U.S C. §1388). " For DWSRF, include - `Any contracts) awarded under this Invitation for Bids is/are subject to the American Iron and Steel (AIS) requirements of federal law, including federal appropriation acts and Section 1452(a)(4) of the Safe Drinking Water Act (42 U.S. C. §300j- 12(a)(4)), as applicable. " 3. Applicants shall include the AIS requirements in all applicable construction contracts, which are attached 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 (33 U. S. C. §1388). 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 federal law, including federal appropriation acts and Section 1452(a)(4) of the Safe Drinking Water Act (42 U.S.C. §300j-12(a)(4)), as applicable. All iron and steel products for construction, alteration, maintenance, or repairs incorporated in these plans must be produced in the United States " 5. The applicant and prime construction contractor 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 (Version 1 of the sample letter on page 26). For products not delivered to the project site, the applicant and prime contractor must obtain the Final Manufacturer's certification from the supplier (Version 2 of the sample letter on page 27). The supplier must certify that the projects being provided to the contractor for the project are AIS compliant and the contractor and applicant must retain copies of the supplier's certification. Note: EPA has determined that a comparable manufacturer's certification letter that makes reference to the USDA Rural Utilities Service Water and Environmental Programs' American Iron & Steel requirements instead of EPA's AIS requirements would be acceptable. Page 8 of 32 6. The prime construction contractor and applicant are responsible for inspecting iron and steel products for any readily visible identification labels indicating the country of origin. 7. The prime construction contractor and applicant will be required to maintain a file that contains the certifications from the final manufacturers, any approved waivers, and the De Minimis log. This file must be available for review by TWDB representatives. Sample Certification letters, step certification log, and De Minimis Log are included in Attachment 8. 8. The applicant must submit a Monthly American Iron and Steel Certificate of Compliance Submittal with each outlay report requesting funds associated with construction contracts (i.e., covering construction -related invoices), attached as Attachment 9. 9. The applicant will provide a final 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, Attachment 10. 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 maybe submitted at anytime 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. Page 9 of 32 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) UNITED 91A'reIr il4YMONMCNriLL PROT"TION ACENr.Y ar- ?W.c• T MAR ? 0 2 MEMORANDUM SUIJEC"T: [rrrplurtisttlyiiuin l" meriwan Brun kind Stati pm, V m nl'.K I, i 13-71i, {'aww idol--d AJiprc}rn-ir:[iirns Art, 2014 F'R.CI]A, ndreti{ L}. SaIers, Lliicror .T Offloc ofW.4"t-wmatel hlanagen oir ( )01'- 1'e[wi w.. Gittf.x•a(l; DirLrtltic OMOC ofGround 'rl'',rt�r and �1;nkiwg atcr l4601N1) Wktlt•r Viinquirient Divisive Dirwwtors 11egiun:r'I - X P.T._ 1 13-75- C611WHdarpd Aprw PJ'JAT[orrt Act, dal t iA n), rn.lrirl m po "AFEWI-it'ar. Truk wid Simi (: [9)" regiiirLrkimll ili Hrni+ai 416 ilaru 4'zquirem V["lk wU3V State RevcIviitp Lom Fund ;CWSRF# att'd 17ru UiF. Ww" Siaw Ttevrktvi i}1 I,rwk I'Und (DWSRF) assistan" rwiprtnts Tc wa -rm and steal (wodurls trot arc fm,duccd In t11c Unitcd Statcs for pro}ccts ftr; the conatruetion, alteration, nialirmnince, or repair of a public vcktt::r st•:stcm or Ircamic_it x-orks if the project :s funned through an as istanrz at±tc<Nmr,Lnr (�xcxartrtl hc:zinning.IanuaTy 17, ?0-4f4,n,qonx,. tofthr, Art),thmugh Air cmd csf cde-r-al T•iscal't'car 2014. �icctlon '13fi alsu sets toi'11: etia!wiU Ci1'1;ULhS" WLCC-S Lutd-,;i w16& EPA way }taivo :1iti AIS n:gkrirrrrenl. Nxtltormorc, Iitw Acl sptswifLu Flit• cxwmills prgjeoks w1 wrc wr Aiewring plwis and %pt wi f1G;b0on,,4 ti'= approved by ,i 51M kagmt:y prior to Jkmuary I �L 2014 The alwpmazh dewrih&! hrIrw eNrdli Pis f lwi 11-A wil irrrileweria tlip Ali requirement. TV a tTrxt mart 14 I n wo t'+tern n1 gnast[ols adLd au l'; rlsa[ wddrm rt� lypcs of proy4wr9 That rM151 r•}reply w A i.'t+C A IS 1*gll11+eitt 1T. Tire t .rW.$ o f J+rCrrljtd; coverr:cl by +c AB rc.TiF� :m r 1 ai:d c�ni}�ii3nce. Fbc second-wction is a step-by-step pmcxss litr reyuasting wai. cr s and ibc tkndcr- which wai vcTs miry lire granted. r'r �+Sa1.t-'t'��JPL �i��MsiY W4t BEN-aYcL— -Wrted a� v-rill+(:1"11)4-xF--'fM r 1.9sw -'Nwm-vr fL•sdh!Oa m Page 10 of 32 Attachment 2 - Questions and Answers Part 1: Valves and Hydrants (May 30, 2014, updated October 27, 2015) (Double click on the embedded Acrobat version below for a clear copy of the entire document) May 10, 2614 American rran & St eldAW Reaatiremerst of the Consc idated AyrMgrtations Act of 7iQ14 [Prm6lic laii t t 3-761 ❑A A Parr t- Vatvac and HydraM [1_.: Does the AES requiremerrt of tiro Consolidated Apprugriations Art of 2014 require minor, miscellaneote: ronTonerlts withlrr a veered valve or hydrant, such as nuts, bolts and wawh ers, To be made, in the US? Al: PW deft i llima of `iron and steel pr+tdi+co: thin must either be dcate.rtcasl y prvdum r1,t ar subject to a WWv6F ih Imrdtr to Compeywith the AlS PatliliFtrmlefrt of the Act aF 2ti14 Qttmet (Ion I has beets tupersirdvd Ivy th& NataiarxOt Mirlar CvrrWanen ft 11 &Ivar Signed art 0ctobrr 27, 2IU15_ T f.& waivar can be fund hare: _ CP a 110 c Is- {GeJ&MrrMMWffdPW ggMEMMM#tl Wairw 11.9med if J7 ?3 so& pfoaw+a sna! mmf amr+Qr ae metes arlrtlaux-j...y, _! L-narms-ii ImIR wrnjAl y Wan me A4 b ra:+quHatm,:en, The minor con-ipanents reares± rt a %gry smaq Forcentage of the iron and steel in the hydrznts and vahms treat are defined as iron and steel products." These nimasr camponents, whir EPA has iearned throrrqgh oarr researi3 are curre:vtiy dMcult to %nd damtoestitally in sumfdent quantity, such as rninor nuts, bolts, and wasloars, are Rot regaiwed to be of U.S. origin_ Q2: 00 the atlltatoms/cantaol systems attached to vahres have to comply 4rith the AIS requkemnent, or just the, valve itself? A2: The AIS requererment tsf the Consolidated Appropriations Act of 2014 includes valves in its definition ofairon ard.steel products" that recigiaiits mist made certain are either clontestically made OrTUbjeCt to a wa isrer in eyder to comply vAththe X3 requiremneaat. Actuators and control rWereos are not indtided in the defir lion_ Only 'lie valve itself is required to lte either domestically prasduc ed cr su'ajea to awe' fer in orderto he compliant WAh the AIS mquir, ement AbEent a waiver, EPA romideisvalvas arms �?draru to lie dsym2stiCa[1•y prarlt±ced if the si�ifiCsrt iron and steel compusiemits of a covered valve or hydrant -the bob, bocra, shoe, stern, and wedge/ sc f gate/ba ll -it made of iron or steel, is produced in the US. See Q1 above for it discussion abomt minor components_ The vairr?s and actuators, while often purchased acid dripped tugether, are two urF yue prcdons that arm marxifechtred separately and typically attached together during the fmtl step of the piacass. Valves are included in the detipition of iron and steel products" Ni the AIS requ;reMEAL Actuators, whether manual, e: ectrir, hydraulic or pnmmatic, are not listed as an 'titan and steel Frudurta under the AIS requirement of il:a Consolidated Apprcpriaticins Pit or 2014, nor are they conAdered construction materials. Therefore, they do not need to be damastk;Wly produced in the U.S. iq, c dez to con ply with tlee recpiremerrt_ 1af2 Page 11 of 32 Attachment 3 - Questions and Answers Part 2: Products, Projects and Process r (September 10, 2014) (Double click on the embedded Acrobat version below for a clear copy of the entire document) September 142, 2014 American Iron !itt■l Il l gaquirement of Ow Cc-WfidAted AWcip--omfi iu Aa of 2014 (Psihlir Law 119 M) QLFL Park Y irfftlDU CT QUESFGClfdS 1. Qt Osp all himenefs quaRN for 91ft rtRiniaa eawh4rhoro? A. No, i1mTe is no broad emmptiim for fllateuers fiam the Amencao le*n arnd �,00el JAISj requlrermerrts. S%Ffffirantfasborwe uad in SV projecu are not subject ib the do mohiwit vraFrer ibr projects and nnJsi rDmoy+ with thb AP5 Jrqukemerrts_ 5ignek:&nt f*sJ1ktlur1 lrkluePV iaMME S PY°d� rd To n5dustry =FkdaTds (■ S , ASTht voodarrs) andlor project speckfKa [nom, cliqshal Q, dared stir thcue of tr94 value. Wh" truly prrr#ilm of urrfonown-0risi4i fasTarhe i, umc are of ith rtlnutul rise and smAi value use ti.&O 0+'o a swai KT. they may fag± under the nmkmw clr minim.% trsa lvfr for J)FOjd21[JM The list of galenuor 11 F % snuld be varied, m2:dl as hl;•poo l liware.il0rt oar Nt* 1Cr W WGr nails, and staples T14o leery CNAF PC aristia OF the itesru that rrhWr gU1W fo* 4Nii d* nWrlrm n warwer would he i6! ins drat wo inrorrrlotzl to The project purpose {such n cirrmll sAN4S] 7rrr a��rk# /oat >Jjgnr€icait in VAkM Or purpriy #ttith a5 gammon nails OF bra). S" The fdI UWW4 :ViRdj+*Jr1tr fW JMV1ZFRrM fcirrdmtR Vtgj iWL r..,-. VVZNEr-04-LS-11p9B. EPA *1 w dal iFies that rninar E:ampaftepyf of two lutod pro ducts — vah*s and "mrrb - ryhay nDt need So meet the AIS requireme nts it qA mlroor CoJnporLents rompromile a VM SnUM quimlitV Of rnlhor, law-0nst Fasteners That am of uhArwwrr origin. She € ks quesforrr and arks* s an the rtlel Hvik�niy-fm;al P&- L f!: Does pipe have to be dornJ WrAPtf prolhrc.nYF A; Y-s_ Pi ei1L,Zed mnuete afrwsdV pip* I" or other simihar mnQete tyiinder f,.pew wuu!Jl be CVU„VOP aW4P r ri pole-CKt Mrwe a WhICtl If spy trk*NY 4s6ed in the Cansalidatit�d Appmpr uTions Act of 2JS14 as a pfadurt subject to the A 1� r"rrir a rriehl 3. llt r1 r lm a vri Jx ste-el ir. made fronh rrt+fh lNil 1 net afs vrill the verhdor{su}tipuar have to p+ovide a certification decuinierlt certifying that the rwpclad metals am domes ically prndr qwd? No. A ec fc le d source nu tvi uls h14n+1 rtr hhe production Uf iron and 0*& 1 products du Mn hr:e in capno Jrn m t he U_5 I ron ew iiJuel Kno, for kwance. a re considered raw mytrtnals thipc may come from anyWhEre_ WHIE eertrFkotlon is not rrqukmd for the raw material, !EPA dvlil rKomrMend that addational fi ria1 cd agar► end steel be certified to he" omurrad 0 MOP LJ.S A. QJ Dotw*sused fur frltralA + r"virmt, it derivered to lfhertonsVLwitton 9JJwi<"ag&V and Than fpW with filbaaion rsedw rate, haws to be dormesticaffy rrrodmced;' Page 12 of 32 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) Ift—rch 2015 American fra;n & Steel Pegulwemant for the dean Water and fDrIn ing Water State Rrvr 'eirrg Fu ds Q&A pwt 3 Far CIVSRFan DL4l3RF ai lararrnrpZ7, 2W4 Public Lary 113-36, the ` C-r6a-hdLFWdAppmj?:h tanras,a I 2tl14'waserrr_rctedand irrdirdwdaaArnedcrurmarerrdSteeltarpure eat thec5eanLVaterandDjjn tJ7g Water5tate Reval ing Fund pr¢gn¢ms through taro Brad affisad year 2014 SF, re t�rgr� the AlfS rea7aireme�t hrrs effiati;ILr€d fLV both prograrn, hW through dfjerent statutes, with a fEiy churrge's as destcaled In the questions anderrswea pmided beiaw. Fur CWRF.- OR -ivne 10, 2914 ME Water Resaurc€5 Refarm and Deverapiewnr Act amended the Clean Water Act to indfudeprn-nizYweir reqLr; .rementylur the we GfAIS products in allilSUa-sm'stance agreements: Saction 608 of the CLVA norm cenrarrs requirements jar AN tuna repear tfrose of the Consubdattid AppmprrvtimmAtt, 2014_ All CV65RFassfstonre agreements mustcan, ply with SrWan 6iNaf the CLVA fear irr rrerrs atarran of thepert+.arretnALS rerrusement For DLVSRF: On Decendwr 16 2014, &,-- President signed Public Laav 113- 235,.trke I-Cbrrsalidated and Further tb ntiaukV Approprivtkns Act, 2015,' auhldl pmvides fiscal year 2015 fu!l ;sear appropriatiuns through Septemhex3a 2015. Rt s Jowcontirdi s the regrrirerrrerrt jrnr thr use afAIS products in DVJSRF assist*— 09Mrrments thraagh Septmn er30, 2015. i.QhleeWateritesinucesl°leffnnnandOevefapffient Act .arnendiadthe C(eanWaiter Act toam-lvde pvrrnanent Fequirerrseats ta`r the arse of AISrfirCWSRFfmnded assis.o4M ageet,ents. oc stbe CWAinrludeaetexempfianfor plansand specifeaat;tans aMrwjedprirrrtothe 6naCtrmaptafthe legislation sisn73r to the exern-jairrn included hi the Censv!�dated I+Lppropriaimns Art (CAA) 2014? A: Yes The %VRRDA amFndmant to the CWA, whichincluded Al5 regrirrememts, Nduded a sirrtilat erasnptiron as the CAA 2014. Forany 0VU RF assistance agreement signed an or after Ortober 1, 20'.4, f the 131pus and specifications were approved pr[ct to rune 10, 2014 (the enz=nsrA of WELRDA), then the pmject is exempz from AfS regnsiramtrits. For assistance a merit signed prior to October 1, 2014, the previous dates in the CAP, 2014 apply (see March 20, 2014, ALS guidance document). ffaproiectdo snotreWireappravedeseTmeringplannsandspecifications,thehidadirettisermem date will camrrt in lieu ofthe. plans and specifications approval date for imirposes of this exemption ;n Swan fin (f). The fullmii;irrg table summarizes At5 exernptiem based on the Rdaaas and speti6catirmrs appnrral date faT ]:WSRF funded projects_ 3f1612025 Page 13 of 32 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). Aft _ ViaUED STATE$ EKVIRONMEhTAL 1P OMCTION AftHCY .i vAi,Hhk.tnm lir. ^Jafd� L. hr "F I Y.;k 1A N'N r ■ ,>�1�;�][�I i5�1Edi0)E�1.Wpi>1,P.1'JC SUBJECT, De Mliffilii:i Wrri-ver ofSection 436 of P.L. 113 76, C onsotidate d ,�pproprialiors. Act {(_AA). 2014 FRONT, Nancy 1G_ Stoner Acting .kssistank 1cl:iul3tytF�.tt,_ The EPA is hereby gt•arnligg a rmtior1widtk waiver puromnl to take "American lrcui ua'i s5te6 (Al ST requirements o.'1'.LlIJW,CuwolidotedA;rprtt3 iraierrs.kc&2%1-1(Act}.waien-136 under the atr.horit}' of ti sti d3${ !i 1 I (pks di c J nt msl wsi%vri fur i1v ubriiu►is 'iwj&i5W components ofelikahlcuinp [nfrmsu=rure-pmjixa, Axis ttcl#art µc 11-1lhr use of-produm wimn they occur in de ormirrrts tAndc:ttal co ponunis a] sucz progccls ltindCd by the Act t hot may trtlrcrvk'isc bs: {]rvlaihitcd tmdl:r�cx[ioa 4#H lTunds ta�cd ftxr �u��lt � rriinunix ineirlcrniri curttPtments r<tamtil,uivtl,, ,EMY Oorv;prkK imu miwc Thom, kr terlul al' i pxrc-vM u Nha,14rInl t kk41 o- Ihr materials iced in and incorlioanted inn a ptr,lect; the crust ofan indh utal iterii ]t>,aJ ne-, ex,-ed 1 percent of the total cost of the materials used Ln and incorporated into a project. T-1-T.- I1"r-760,Con�nlidfutedApPrcjFFiL-,6rYpsAa, 301-3(.Aj:txinC11rLIL,4 ni'Arnm.cm Irmand Stmi" (AlS) requImkiit it Iri'A"c1lm 416 6101 FVg0iM&ClPm1 V. me-R' Sl w ReVOLI- rrlp Lear Vllnd (CWSKF) trial I innnkantp� ilr`41LUL Still;; Revolving Lorin I-und (1)WSKf:) assistance. reci}artmla to WWC specific domestic iron and steel pmducis that uw prod ucr l it the Uiduxl 5latcs if tlty l,+F+itwt 4 funded thrm.gL mi assistance agccmait oxcoutcd beginning hinuary 17, 2014 (c v"Inrt K v l `daa Ad), ihrnugh the: rinrl of Fivml YLr wr' fO 14, unle�;s 1hr. fl�vr:ncy (10CFMinf2x it si=C.,;%xry let MheLiV ' th�,z wquirx, -aLiA bmw d on findings ZtA €unh in 4eetion 436(bl. The Act states, 'I the rcqui menw) Lihull no', apply iii arcs case u_ cwegoiy of cases in which the Admirdsirntor of rho Fnviru,rr�r,.ulal l'rntcctivtr Itgcttc}'. , fi>.ids tlin: (] } alipl}•ing siabsccti�t► (�} vwu si t r, inconsistcat with the public intcresr" 436(b)(1). In irnplerftnting section 436 of the AtL thr 1 1'A must cnmw Ib L ft FCgtliaWl Q= nre applied consistent with corg-rcmiotLal imcni in trtlupfinpi Nh - SWivn wnd in the hrmirltr,wnlrxI of the purposes, objwf.ives, an;l utlror pr ivisicrtr ttWIJrmhle ,, jec1Fi ;it! de'd under.Lire Mj- 4Ctalrr iraf UMructilre projects typiceli} rnntniFt n Nt .rlt-rr'JY.cmnll rgirribm. of klgx_.,y± r:aratp-,rrents incorporved into she pry ect, In bid solicitations Mr 6 Prnj;:ct, thost: high-CO&t contpotients are ermcralls' duscriLnd its de dl viz project spmilic tt rdmi . 5pmificu:icln5., Far dunse nttilor vnniponemts, utility owam and lh.cir cunlriir;lors arc genemlly Caruiliar •.vith the conditions of av'ailaWity, the polcntial la[Iumridivm RT wdi delailed speci hcalir,ni, the kipproxinwic cast, and the voir)l.ry iFf fnaiiufacture of the available atattponentG. i>'n!r+anr'a. Fir' rh�Nrx�•x, RacYcicel�Roc,c�r k- -'`�.�n,FI�V•�I.j}-r J'JJ-, ['nrpti'ri,y�n - a�ri��Tr3* nn 3.-r=Infix.' Page 14 of 32 b. Nationwide Plans and Specifications 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) bNiTsQ MATES ENVIRONMENTAL PRarrECTMol4 AGENCY WASHINGTON, U.C. MCC ]��Yz n- x91 r+p4'SY{' OFrli C r4-Y1.1r€R N .N1(L;MQRANDi1l4 Ails, 1,C f. Plans Lind Spacifications waiver of Section 416 of P,L, l 13•TCa, C'umOid4ilcd A3p.'ups iatiuua ACLL (C AA), 014 i''RONI: Nanev K. Stulnr tf ~� Actincv Aodstrint Aclministir Y 7'he EPA its t,rMcby grantiRA a nttir,nwide waiver of the Arnericran trim and Stool irquircinent pursuant :ci SwOon436(b)(1) (public,inteM5t OftliC Cull-lid4ctl ApprojiditionsAct (CAA), 2014, for clig)blc Projects ..hat hadlarigirimri`ig p1mis and specifications submitted to art trpUropriate slate ag4nov pnor to and lncludirg larunry 1'+, 2014, the date o[ eriacinitml of die CAA, and appmvec betvreen wind i;acleadingJanuary 17, 2014, and the date ofthN waiver, %where rlie atuly agency #list approved such plans and specifica:irins dial SU :_Lucy the norm'. Course (ri ha�lness lUr th>7t ageuc;. '1�1iis ii;.ti�rrr perrtiits the use of non-drtnestic iram rfnri sle�ei prndlicts in such lirojeeis landed by a Oc-- n orllrittking Water State Rcvolving funk (ha(may #ithclwise be pixahibitetl under suction 436. Ifft prt?iect dims clot rctitiirc sppioyc;d engineer Ilig jrllan.% avid specifications, [lie bid ar-MoisVincnl date will count in lieu of (he plans and specifications appAivAl dtUc for purposes n-tlris; fulli(In-tl waiver. The hails for the ratiliunwj(]l : wtii;,cr is that due to ilia unctru my ahnnt ivliethmr an Alrirrican Iron and Stead requirement would tic included lit this3wfs tppropriaM.idm, potential a sistrwov rcripir-its dkl not bai a the t)ppd7r1Li::Li(y to plan Rir a I'4R`rible American Jr )n find St"I Tequir unit. Untli dmiled guiCianue was imurd, potmflaj assistance recilli ilL'i uer� unakik to uilivil bids frurn wnstruclion iuin2 with appivipriate deflniUm oCkvy tc am contained irl (w CAA laiicuage. rkeltliii lin{i1lp, pnitijwcts that submitted enr�i neerirlg plaits and specifications .)ricir to Lind including lauuary 17, 2014. without kuoudodgc of.he Antericav lrun anti Steel rcquirl:tiicat, and with the aitticipat.on that such plans ti-Vould be quickly Vl1:ove4 bul stich appr;Fval (lid Twl oceair until on Cr after Januwy 17, 2014, would hc: wg13i1r.d to J%kiesigfl elements oftlw projezi, inwaSliV}lle pisic-niial rlormc%`.['• prodticts:, OeViSeCU�Jneering drawirlgsand bid speci.iicat_oirs, and r+esabinit such plauin and spccificaltiolis for tippro,,LA.. therclrr ddayingdhs. initiation of construction substanli&ly_ '[hose proiccts wUch du not regt6rr appnive-d plans- ru111 speaifickit:tms, but wl,Kx; bid prior tc tiie guidance being issued, also could be required to iiebid the lrinjec:t or submit chtnigc ordcrs to comply %ritli ilie riots requirummils, which viould ai3ti delay illitiAtiOn till CUT[51rLJLtiL)n, 1•v,W.Aw,rt5 urti.-ra-iwew.eaa,aa ri.,.yaIQARxP. r,.I IN - P-i J,it ter! Fh.-y. 4:1--:i rim .j I "V " ne'; P4 _n-Fz .irtM F7:A,1:5 UIUrii= I Tc lir._V_=Y �aFcr Page 15 of 32 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) W-2Ti`EDSTATTA FJYVtPiINMF14Tp# P#1-01_ErTt0M M[ ENCV E �. rrtiC4i FEB 18 2015 1.41WL .J ".iv 4[7MMU17r ;'sl5nrt-Terra ltiarinnal PM41.LLI Walwer 6r SwiiiImo. Stecl Nuvi anti rrLF1t'p uwad in 1' pk4 CA Puplinp&. Ra.;t:mlrrts, J;iInts. nanpm, Aid Sadd" for fts.; l;Lw cFh'mg Fund I' I C. ICi "S t)epertc' �si�!£LLr[ �L:Jrnlni�Ieal�Fr '1 he t...S I-TivIr amapiul F'rchwja3.m Amc'n:y 10 hmby rsr,tving r rwri.m+ l w,urff pursuant in IN "Aire:Imn Jnal Alyd Fitooll lw*vl)Yt[,,Clem lk%atcr'kn MaJ.Uh10Low t :3.235, lilt " Co=lidmed mid 1•'s OI- Confilallinp AppJoprintions Acr, tM I �."r 111r wilva pe- mits tlyc ui." t.l'tion ically prod uLtd winiass seel null 2nC bolls in balliri-U"rc 1nN couplings, rzmrahiLk, iiinL�, Ilwrygtm and ra air snddcn. in iron sari %iocl prWi.jcts krr prt-4 -> f;LLnd,-,d by sa Clvr.n WaLur rz Drmkrr% 1 aktr ? Ade R4MLIIVL[ 1, I lMd Il.rrt" s ul.tMFwlps Lv 1JC{ Libitud if.1-mA 11ii;s 116■ wwws piQ JUL'I *&d LY It, s1jifit-1c)114 AVJrtylull 10 dw Cot- A produces 11 those pioducts ary pttrcnasW lip utltll o[11: year &licz [nc wu!%.-c 's Ali} mLkirc clinh& illy wraivcr is ri.(wiwlvv and also € ppljcz to p, i& iol 3 p[rrrl, M9W'1roi+rTL' th£ frgurlrrrj: flint:, I Irrdrr,J Pr{yr ucLs PUTUIMSed piitwr fu thrt wuikc- - ,ii,1nxtuia gale or wi11fL.i t :t Vine-; e=r petJo1 trrjay b,- usat. mbt6querld to the waiver expdrCtion data. �'4YJ:+ey�C "l1[eiµ�rcir-�1�€w;ayCtr'rllc�,curl;acrwv,��li�x'ffli�vor€i+-rra>~cJ�ac�hrrll.dcxpruaviam gcuur,N FJ IIWLl ih,;rrnnntliFig j,4rits, fi1.+1I94J pil're ka"kl rojr,4. hcF[rrd ripe rndraiILL.4, 14411W I14'1Fc 11ulrM, lrrtkrd Tbi;lgr.Oas+lrrx, brl htd Pi lit rejai-M-ser4'iL•e cuddles-N-ij4+0 Mtel'kfikeal Joint and pipe horn&-v and quprJoju. Non-dinnio%tc %win-ess steel nu4 uK Whs inay kc imaipiustrd into these specific pre duels, l%lwcM. 4111 oiler irons and stt=al c m~,powuir. In 11wn ;nicl 1t' o"U'.kti wil,iii't I 11 waiting. tnnel grill rnrrl Ih-.. AID mrpariremenis. In Libor 4 A't1h. IFrIS 447aiwer Ak-X not ; xempt the whol t prriduLt nr m} or this nsmin iFr.c FY sAra1 0f31 npurxirt% r;trelt as tht pnp. slucvu. body. iltrJ W VooL or rti whirai4wl juitlL, !rota IL?z AID I11(, Met tJILM b£ctltm Mninlcm sine: na14 and bo[ts arc used, Any PMt. 1 Ow ­ct-rim ranll1. i 4!rn I L f' sfl1` r,T r.%inue I ho enact-mmi of P.L. 113-'(0.1ht.'C4rm4lrWed ApTrikrFHPUu4is hcL 2t314. i!I Mgt111%11 xl ujinply with [: r, AIS prov61um. ' .X![7 = a waivCr, JII LrCramont wotk3 L'7d demkinLz i4Mer trldIiI.es Ihat irro sanOTt7e-lecl, rrL .v.l Ar w in ixirt,;vilI I'o�Ltii firm Clio C'4V4kxF nr t1� 11tii:S[ F; iy}ust Esc 5FI1L'rlCAn ri�dc imn and cl, i1A is u11auC1� under c'ctxain L.L:.'ilrnkLilrx:R'� IL, prmidC wil +'b`:S of t1511YCt41.14rnwrll. Ilnry_IxS.'lin�r-,JMI- 'rr-1.. II....I' ' "- '0 it.i .+-4'F1-----1F-isI-rrn} Page 16 of 32 d. National Product Waiver for Pig Iron and Direct Reduced Iron (February 18, 2015) (Double clack on the embedded Acrobat version below for a clear copy of the entire document) WASHINGTUN, 0 t. 1016e DEUIS ION Ik11141UlirLNDUM SUBJCCT: National P►aduct Waiver for Pig ;ron inn Direct Redixted iron for S111te ReA,olvitw Fund Prttjimis FROM: W nnexHJ. Kopocis Deputy Assist Administr or '111e U.S. Laviroitnkento] Prolt-olion Agency is homchy glunling, a rtntiorial product .wkiwr pUtsttEitt to the "Antericim fi mi tend Sre:V' prtivisioir, iiflltt%(.')ri.t Wrticr Ail rind Pulrl.k Loiw 113-235, the "Consolidated and Fur•Ilier Continuing Arg3ropriations Act, 2015," for certain inicModialc goads us-d in the mun11f$ctur c of it -on and steel products. I 1 iris waiver prrnits the use of pig iron and direct reduced iron inamtfactured outside of the United States in dainewic rrrsnul'ucarrrrtg firnct�Kacc liir iron rind steel products used in projects funded by a ClPan Water or Drinking Watur $talc: iteval vinva Fund that may olFfirivise be prohibited .ibmnt this waii°er, The witiser is rolwaoivc and thus also irpplie& ") f--e use ctf noii-drmcstir, pig iron and direct re4uccd Iron beferie the signature date. Bpr I. I, Pig imn rtttd direct redtaced iron arc intem-Mitlte pre duuts of iron and slwl nianuff eturirtt used as wrrte.'rial f- d sal wow in irnin xnel4liwl Gair0ries and sux-1 mills. Pig iron is a product ❑f..o., u.,: &r.olti.ng in h h_ttat litrnace. It i% merle fi-orn molton imn, whicl-. hits hircri cast in thr- shah Or"piBS" d5 it Wrims Imrn [lie blast furnae. Direct reduced irr31- are i.s prodm:LM f om iron ore, pellets or d3:ies, rvhicii are reduces in a soliid sate tiOng natural gas. Hot hrtrtttened iron. ar H131, is a cptrlpactad form of diFect reduced Uou with enhanced 11.iy3ica.i GLtRraClel'iStics for shipmwt and conage. C:over.aae: 'Phis waiver permits tite use of ir-an and steel products chat v.vrc manuFh0urid using non -domestic pig iron and direct rcwced ir+,)ri in proic:.fa that recei m F.3nds 1'ritin cithcr the CWS11F or DWSRF. Any project tltc(re &,red or wilt ret.•elve funds from the CWSRF or DWSRF b,-ginrrirrg, rt,ith the cnacinjent trf YL- 113-16, the "Consolidated Appropriations Pict, 2014," rnay tine this waiver ior-imn wid htecl that use lft: se inlsrmQdittte goods, liauor,nie: 'rite Alai prvwisierts nAjuire C'. A SRF and DVVSRI' a&4istanca: rc,cipicnts 10 Ilse sarXifc: damrstic inm and ,swel nri),lucls O-L are pmduced In the Lrnilccl S'ra (cz if the 17ro,,c,;t is funif Cii 'Ah..ru n wig vvr, all rreArwpgir wiuxa 211,.I drinldrrN wwrr r Re lip arc .tr:rr i:rr awon rrear, in u'hxrli. ocean pnr, ~silk Lnnds t'rntn the C LV'5RF nr the B4i°SRF, rnLL:t uqC Arne; teen made irt�n and �t�c t FPA RS allrns�r; rrnd+er ca.rtsin r,n ricer ra4 es to provide waivers Ordns mqutremrin. "I.- a, r-...'J.n, any, •' ..'r • qr- I+r,.�aarrl�yryrhw i.if' n �, .. -. �. � .r. .:.� -� _ • r-a'+ Page 17 of 32 e. National Product Waiver for Minor Components in Iron and Steel Products (with Cost Ceiling) (October 27, 2015) (Double clack on the embedded Acrobat version below for a clear copy of the entire document) ♦'�14k +': z U14ITE❑ STATES ENVI RD NM EKYAL PROTE T10N AGENCY �19 4 '�+VA13�11N�r�IJ•pc ?r+Il�y? OCT 2 1206 DECISION 1'][Clw'll(111t!+.VDUM i,.M:=r=Cif ,Y.%,rrt tJII.tECTa Naiima] 1lrodi4,;I iklliVel' f0l' MiIKII' l ••YllIjW4419I1b k0khYYY In+oa a id L:L:I I'llJdAels , 4%kh C cist Ceiling) fcrr Stale Rlelrolvirip I mid PrajIacil. hl{UN:. hontwth J, Ktl)suds t< �, I Dcpwy Ah,,, ttlnl Ailllliniill'atl.or Tl. (1,51. I"11FJRtt111Iir11tM11 1'RlllW LL111 A&vy j} hokirlV Ignillnji a 1lailigwin I prucill q T%Ilikv:' IuYI-NmIll III I hti `_inWrieUli ugnAIIiI Stvar' previs mig:V&Llk Vicsiku Wnt&AIL:trlld PAW e-Law 113-1 L5. Ijw "4'•}ltic•ficlnI'LL] and H144HI-er Voillinulig .lIpproprini,o11I1 Aa'.341 ,.- (hcfrinaficr re letn.-d II, as lhnr Am" Itri Ii1Y11111 :0ITkr VVHI1i. WIIhIn + Jtkkhwl 1trldcl lrh c3polili.Sile-d g"I colk.I '1,[Tr;r.fk r %*IIt pepIYYil pre jerks fiilltknl lly tlrrl"IJ-LIri 11 m rSl:iie RevivivillV Vim 111 Lit (}rIPAi-Iie WALOr alp leIft-VAwjrll; I laid 11Y 11"t: E101h-4ulr1cmiically prildu-Ili 1uif4<'0AIliuua 111911111CUM11111-AIINIiiS W Illirl'Jal 4!1lrerihullcs.I[L'.ill JVLXn' XelI inlll ❑!1! II Nwe pmduct rirf up 10 ] I)4mull1 or'llic M1111 I11L19d.-II MF;L CWT1W 4ildA4 . C lIQW p1r,d1-eU,.c:m1tl be pitAdbiled Ldi oIli Lllis wolwr.'1'.sk %w3l%vi 1:4 rt:i,uA.LIt-e- aIsd %I 1Ili;-LmyllL% to plx,di.cts ]1tlrolr.Lsa:l befll,1Pd tall 3iWlMkUe4ais �)f111IN %hour t:L1L•:'I-I Ly- IIle ilm Ill, L'Ll',*;;i' d Illy lll'N ,"%,Lr in L'l iu1L= ril Th4t IIlalLw lal% Ittl mic Pimp*lm L-n%i k%ilhill ir; 111 ll rd 4 eLI nnLu :. at1:4 liatcLj ill llla �llfi j110 -iiitIITA of Lliw ALI,. 7lit il16Li11t: tikinty 12{1313]11:11L�tiYU in LAN'1'I1�ll 11C111 f:IiJ 'iILv paklucQ; wi II %,aq by plc)du,'i andma1uductimr. I'Unielual tt1 Ihis +_.1ivc i!fm-d[i1 vuIL,1111k Iln-rch Ll.)J Ill L�k!JJQl )OW Lninor waij)ratcm- rornpljsigy tip to S per nl I.3A be Iml 1n;lte:ial [ylq of Lill "'li• r.1,iv .lri-Tir%lirndly INr4i nA *m.ii-A 014-1 p1milivi null,' TV IlWil I Illy Wm drwrt rMP rtem(q rlll- wl-.:s[e Jrrlduct Irrimkilo AII* Ta'LltJis117elili-und dee puLmisr. hn? 1ir+Jrr�l ulIt1191rklrrlkill 1h' FMKLae1 ITL41 €1e pTrdoced.Joincxtit.11�'. Z [nkniw ,Uhictl LWU sepr,.,c iV.LiN'G'r..L[t tYlhL7' ir61111ha Abel ronrlioindl ill slum: tw-ld.act4Iliw%i edit ttwat the AISrcyulre nerpm. 1r;al%.N ul1.1 lLidr-.Ijtt%laic Li19r4j1d jeer w 11lr%.M+l crll III l►;(113fLITKnLA Y,l W1111c(I ILOU I11M k-Mver tiul=:'f5a*atL`.ti I I w 1'.VA', pv3'md—'�1tii,Llict issued pll _'%;S!4 .i Q. 21114. I.0110stioll. t ) 1'cial d io 11'ltllor cotnpor,- is -n VL111,t Lilt. li—l-auks. T hC W%-XYrs UC Of L1t1S ih'LliWT is d1tl'L'IVIA .rl}111 0121.1 o Lhe CKiSLLTlg 1111LI011al du rn1Ili 1111ti miiVI-r W11ili 0< 111161 nul Lk mininiis w'uiusr ucfti'Q_:, unliry p--uducts (whin thoIw piruduc-s an'u 1,1a1lerldl)01' [ -u', 10.11 llrjj illd&Lltul Lu tlu; L:'.11L1,tlui:'. hl1L u1•lllvi tat0j0:L), tlik waliti Cl 11:Likal 4'{imptinellis %vil.1111 Lill II I'll .11111 steel praduct. In addition, the ntlllonul fie illiliimL, VL'r1lon' i4 intCllded for asSNnnec reci[ tents tc, u3C rof their prQjects, whik: dhis mincii c-olrporten15 vvaivu i,; intudcd to iiillow iiionuf.14mITCI.5 to c--.rfiA- that thLir products ")ITIPb— w ilh kh,4 AIS rLmuirumcnt5, ' Ab:xin I waiver, 211i irtatlnellt YlDli,%:131d ilrint:iLl�- WI&T 1'ae000S that aB CPIISMICWd, is 111t. L.'W:-Stl ,110,k PW,SRI', nte11 utia Ant-3:LL:$11 Il IZI& tlilu iluU alert 1'kv IYA i;Nowell ifixi Cd' G9iuirl c:IL111I1st.illws Lu pyvvide x'akvn, ufihis rgt:irwslal,l. - �i-1-,a Ire tee«. ReJjyi esrikw". ld�W ,.h'i'h+,Y,.M. -e-_'1.1 . , l . .. . ' ti. f.i ll/, F—Fl., tI I.,. Fw. Page 18 of 32 f, One -Year Extension of the Short -Term National Product Waiver for Stainless Steel Nuts and Bolts Used in Pipe Couplings, Restraints, Joints, Flanges, and Saddles (February 22, 2016) (Double click on the embedded Acrobat version below for a clear copy of the entire document) z � UNITED STATES ENVIROMMENT >- PROTECTION AGENCY � Y WAS!'NGTOi 1, D.0 204@0 FEB 2 2 2016 ��CfSIOIY i}fE�QRri:cll)Lt�3 SUBJE 'r. One -Year Extettiintt of ilae Shorl-Term National PAiduct Waiver for Stainless Stitl Nuts trnd Bolis used in Pipe Couplings, R strrairets, .ioints, Flanges and Saddles. for Slane Revolving rtind Projr:cls FROM-. Joel Beauvais Doputy, Assistant AdrninistTator ' •f,' 'rite U.S. Etivirunttiamial Prulcetion A,gonvy humby gmntn mint;: -year exwpxian al'thc Short - Tenn -National Product Walver fir Stainless Steel Nests i uid Bolts used in Pipe Cauplings. lfastraints, Joints, flanges rims S►aohfles for State Ruvolring Fund Projczts, pursuuril In thr "Aincrican boss and :steel" reyuirernentS 0111111! f`lerith %V1;trr Av1 Soution 608 and Y_1- 114-113, the "Consolidated Appropriations As. 2016." The original waiver was si8tied on February 18, 20iS. With the one-year extension, the waiver will expire I ebrvary 19, 201T T hir; waiver permits the use ofnon•demesdcaliy produced xtainless steel nuts and bolts in bulling -type pipe couplings, restraints, joints and repair saddles in iron and steel products for projovts fundvi by a Clean Wateror prinking, WHIcr Slate Rrrulving mind that maps othrrv:iwr he froltihiied ahsrttt this waiver. The o4girial, approved waiver (ajiLar red) provides details raWding the speciRc types of prodiwis covered by this waiver as well as the rationale for issuatiee oftii€ original waiver: This national product "rVaivur extension is shaft -terra, applying to the covered products if those products am purcbnscd up until Fcbrtrary 18, 2017. iT i lg; The EPA reassesstxl the market for find supply of stainless sirel nuts and 1xthi for dw pmducls cif intert;st and vas unahle to garlier efficient evidence that there is an adetluatc domestic supply ofstairtless steel nuts and Bolts fair the subject products. Tbroul h the research effort, the. agency found that the domestle supply of stainless steel nuts and baits hara incrrrrsed since fall 2014 and there may be rmanufaetmors tlrat have the capability to me rt thr demand for stainless steel nuts and bolts. However, manufacturers mm generally rintrhle, or unwilling, to provide Infomiation about their production capticiiy. The agency did not reut!ive evidence that than is an adcquatc national availability of stuinicss steel huts and bolts. In addition, the Agenq roceived five responses Faint manufacturesti and suppliers aftcrpoating a draft} version of this lyecision 1Vlernorathdurn during a 15-day public ctinuucrit period. Llpst conunonts wcw in favor of the waiver extension. Comrnents en support cif tho extailsion ulahni rl a minainingsigniiiautit:ghvrta gt• in thu supply O'sirtiult.m steel nub arid trnits. r4r + baares�st Q_f•n-��hV.x-x.cpa >. RCCA�kd�Fla[yt�3ls rlcd nl� 4Y'.71'"�.,LK M 2a,rc nw.s o'• Sc_ .F'... c�+-�sa'+�r wnir:3r ri7'm F.r• sir-v-�r' -arr' Page 19 of 32 g. One-year Extension of the Short -Term National Product Waiver for Stainless Steel Nuts and Bolts Used in Pipe Couplings, Restraints, Joints, Flanges, and Saddles (January 18, 2017) (Double click on the embedded Acrobat version below for a clear copy of the entire document) r ONMED STATES jENYHREuAIVOTAL PAUTECTIOR AGENCY OF VuASHIt G70N, C C 2045.4 s 01T'Cr CF VOATFR PELCISION M li 8L'H.1VCTr 011.-'earl=xtQnsiotiof1heSIKw[-'T=)M13tiolinjProdudWivorJim Sh3inlcvsci Nuts .alid Malty Lm: d in 4s pct_-ojjpLE3j!.sr IIedtTaiIItF, Jniulx, I"lnugw_$ naMl Sj3sJdIUS f_tr State Rcvolving Fwultl Prx,jevJ:s r• - rRO"At 1w•Iic-hael 11. Sha]*o � v Deputy Assist. %ACtmiiiisntor The U-S_ Riviriminwrtud prutw'Mli.ue Ag=cY herrb,. rpawlsa mk­y4mr axtonsion of thr. chart_ bras Nationnl Product Wai.Yrcr.fi7T E'1lrrirtE s S1cc1 Null wp,l 13t+r6m ed in Pii u CtxpplingE. 1{r atrums�, J+3int#. 1 l3> rgcs and Saddles for : uite %Lwt I ring }-urtd PrOJOCIt� 1XInIIIIII Itl lho-hkI'xtizdn Iran ME! titOW "UircrW[1ts of the CieaT: V 1' :r Act Section 6(Wi LLW NMI,; Law 114-2.q, [hC Fin wr Czlidn lax and Seclrri:y Assistance Apprc rritltions ri€L 2ti17_" ..Ile I►rillirluI *4dvcr ivas d9nod m Febrtmry 12. 11.15 and was grmited a ntle-} NIt eiIon[innan 1='rlxuttry 22. 2016r With L" bcldilirnnl arlc-}+eilr extension, the Nvait-c- will expirc ]rei,r_11-11v It 4)lt'l Jda wnIV#r perrniiV the uan3arnnra{Js}rnr,r+iitiuily produced Mainfess 2wc: nut= and bolts in LGhinp-MpC IuIn {AU111iMe-P, Feslraj nss, iiruus and ,* au=r saddles in iron and g(Cct } ic>;lltuts I'tu' 1Wxpjecis rttnd;kl' %A Jr Vi -nrt 1k nwi c, ,'-`,tii kbg Water state Ruvolving FLnc.that ttltly atht^rwlsr be prohibited absent this WnjwT, The original,approved -waivc:r(attached) provida.% delai h; ref.-ffrding the VLoilic lypc- nrixet1.31X!I4 mvered by this Waiver as well s% ihr, rltinnale far issuance or the origi.ial waiver. This nationrd PrOdtto[ imaiver cxtension is short-term, applying to tho vswmd produms if those prodw-Es-are purchased tip until FebronyT 18, 2018, l�lionale, In 1014 1 he I(1'A r &qg, 8cld Lrr Marken fOrW1.1i 5tl]Irly OJf*inir5,5 fiexi outs ,uld hl's for tho prnducts or'1Al roNl and ma 1. 6lu to der cuff :ieni t:wi&mv Lb% Ihcre is:rnndegijate dmwAiv X-11)ply ofthe-'Ae wlydi ulo-i. Thnwgh 11u! rrxrrrrh ffarr. rlir. gtvilry kkiprial ihIII the dnmcdi7 91ipp11 0' stainless steel ?tiedw and iulJiit ftinsrroxulhjLmpmducgs hoe artenur -0 itlightly fillaa liJi '�33 'I'h.r l_PA mucivcd aric-edmil c1'4delkr lrkirr: a 1�'.w mstiffiK ,,rcrc IhW lhve immuw3 Ilfeir mipplw a stt lok.Si Ak'cl MAN ijred Ixdtx irALd In rhre KtthjrXi pmdur.ls hysmnll wwiii lilts, bul the sllllhi lnmc>tsc 41dws CM11 mrrm''114 a sign_ficatlt cllenge in JR; TFLRTI1Ifki(!1tlrliiE cLlpf Ily 01 iFk ikimmllc pn].drieia IvwihvFw— 1:11c dikyilolic supl Jg csFthestainless steel ntl.9 and h-ALs i:, rwi rumlily rjiminiil'Al-lr Fbgmmm rfl-onufarturrrii L%,cj , guni,rollyunable, ortuiveilJing,totmvidc.iill ;irmalkrirONUAtir(pialt'uciianeapaL'ity Iaaddhioa.thu ngCnCy PgU!i1'[xl na MAPflnsCs frn"n nianuf8zairers'itul atIrpliva atlas jna -Ire ndrail vorsima('3lik Decision N1Zrr1mitri(lum dwing a I S-dav pUhlic Wr)nlcr't. per•ri7ii. Lacking.cvidence that ma_nut:i=mm LirM41"ICAt tlixI Intl+ Lind bolI;- uscd Jr Lhr subjttrl ti<inOtP41K am itwel [:tirrcril (lumands, Jit ;tl�,crxy is extending tint; national waiver for motber jtwr. Prior t0 (lie �' ncar�l,aLl� • e' fN. V11s4J Page 20 of 32 h. Final Extension of the Short -Term National Product Waiver for Stainless Steel Nuts and Bolts Used in Pipe Couplings, Restraints, Joints, Flanges, and Saddles (August 24, 2018) (Double clack on the embedded Acrobat version below for a clear copy of the entire document) f�l -cF UNITED STATES EI,IVIFtrJJRJVF%rtAI PP~OTPrTION AGENCY 4VA5HINQT014, tJ G. 2a400 T4 Pfol DEC,SI17j1.hiF i19�3�4hf17�II41 nrrt"� fir ltiAMR SCIBJF,U'I : Final Extension of the Shokl>'I cnll National IWduct Waiver for Sttlinlcss 5le+vI Nuts and Dolts uscd .n Pipe Couplings, Restraints, Joints, Flangcs. and Saddles; far Stale Revolving Fund ftojcats FROM- David P. Russ Assislant Ad_ninistiatoi 'bite KS. Environlental Prulection Agcncv (EPA) hcrcbygrunts an oNlunsiran of the Shirt -Ferri Nulional Product Waiver for Stainless Slcel Nuts tend Bolts used in Pipe Conplinge• RCStl2i11IS_ Joints, F11111ltt's, and fistrlcilc_s [Or StAtl! Revolving Fund PrnjE%A,;, pursuiml io the "Ameriear Iron and Steel" (A1S) recluirecnents ol'tlle Clean Macy .act. The origins! ivaivar wus sigried oa Vehivary 18, 2015, And was g ntW a one•ycarextension ail Vehru ary 22- 201& A suconC extensioni was gramcd until Fcbrunr-y 18. 20M Mill this thin) and fnal Me-asion, the tiraivcr will ruroact1x ly cover nuts aril holts purcha,4ed since Fchrunry 19, IQ 18, tend by cxtwivii 1$ rrrcmths f ml) the, signing date of tfils �k:ti ter (sunscl drw), This }rziver mill not he'enewed after tale ~tinsel elate. Thispermits idle purcll_ase 'rnc tlw ofnail-Jorneslictll-y produced stninless:tee] sluts and !sofas in halting -type pipe coup4ings, reslrtiut,. trlims, slant repair "ddlr%in iron oath steel products for pruicc.ts %n0e,d by a Clean WBtr'r Slain ltevtdvi:lg fund (CWSRF) or Drinking Water Stale Revolving Fund (MA SRF) shalt may otherwise be prohihiled ahsent this ,a-livL_ The origin;il, a pprlsvecl ,.o;tit,cr provides dctnils regarding the specific types of products ecJwmd by and die rationale fit isquan enl' ll: %aiver(w it. Mips:' 1�YS'LY _t'I}II.'.j{5ti'�tilfy,;3:�rod!-IC6011111I N'2C1 tlr)doctilllou slilliltiInn-tl„tl-4�arirn-111-ti-li11IS- ot__:t'i;l4;.]%dl),'llni Jnattnnslproduct,, ,cr cxl;:nsirin in xhortderns. appl;�ing to the coverts prndttc:s iftltoreprodocts.-ire ,poir-limr•.d hy 1hr. n,;ssistacnee rocipie:nt ur their mpra:serlintiyes ti.c. aow-m wtitttt cantraclnr) up until the sunset date. The EPA is pra-iiing t-lci5. na;.lotln prrlduct wovercrten-simi on a shormenn basis in order to provide thu tune U-S. Lnaltufacturers need to increase the domestic productmn of the specified stainless steel nul_ti Find lmlrs. IJpot: the prodnctlt>n of these parts, the EIIA stands ready to providc nssistanc;e tcs slates and others to help identify Ali compliant limducts crausiSteut xvhh the April 20't T Buy American and 1 lim American Execocivc Order. Aua chJrllfnt .; I - Ration -tie and I.a:cal rAltthoritu 2- Summary ofConlnien's Received During 15-D yIn:ormal Public Inpktl 11enixtoil SIfCin-Tern Waivcr extension for stahiless-Steel Nuts and }Jet€ts tmd in Pipkc CnuplinO. Restraints. Joints, Firngs. and SatldSrt tier State RL!vc1ly=nt; Kuril (SRF) Prt>_ir:cl& F3ex�c3w[,fl �cyvinl�•� r� 4It L1 q..iv L .. i Luau �n, ' Y r..i, -au a_ ^*xcx Ct,01 ri Ne-,Ar Par - Page 21 of 32 Attachment 6: EPA Waiver Request Information Checklist for Waiver Request The purpose ofthis 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 0 General a Waiver request includes the following information: o Description of the foreign and domestic construction materials o Unit of measure o Quantity o Price o Time of delivery or availability o Location of the construction project o Name and address of the proposed supplier o A detailed justification for the use of foreign construction materials a 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: o Comparison of overall cost of project with domestic iron and steel products to overall cost of project with foreign iron and steel products o Relevant excerpts from the bid documents used by the contractors to complete the comparison o Supporting documentation indicating that the contractor made a reasonable survey of the market, such as a description of the process for identifyin 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: o Supplier information or pricing information from a reasonable number of domestic suppliers indicating availability/delivery date for construction materials o 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. o Project schedule o 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? Page 22 of 32 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 NIA. 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 satisfactory quality. 2. The inclusion of iron and/or steel products produced in the United States will increase the cost of the overall project by more than 25 percent. Review Items Yes Nu N/A Notes Cost of Waiver Request Does the waiver request include the following information? o Comparison of overall cost of project with domestic iron and steel products to overall cost of project with foreign iron and steel products o Relevant excerpts from the bid documents used by the contractors to complete the comparison o 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? o Supplier information or other documentation indicating availability/delivery date for materials o Project schedule o 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 i 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: o Multiple waiver requests for the materials described in this waiver request, for comparable projects in the same State o Multiple waiver requests for the materials described in this waiver request, for comparable projects in other States o 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? Page 23 of 32 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. Page 24 of 32 Attachment 8: Sample Cerd cation 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. Page 25 of 32 Final Manufacturer Certification — Version 1— AIS Products Delivered to Project Site 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. -Am erican Iron and Steel Certification for Project (XKKU I, (company representative), certify that the followingproducts and/or materials shipped provided to the project site below are in full compliance with the American Iron and Steel requirement as mandated in EPA's State Revolving Fund Programs. Project Site location (City, State): Project's Prime Contractor Name: List for all Items, Products and/or Materials (Include all the predecessor man ufacturingprocesses before the final manufacturer for each item on the list): Item 1: Predecessor Manufacturing Process: Manufacturer's Name: Manufacturing location (City, State): Predecessor Manufacturing Process: Manufacturer's Name: Manufacturing location (City, State): Item 2: Predecessor Manufacturing Process: Manufacturer's Name: Manufacturing location (City, State): Predecessor Manufacturing Process: Manufacturer's Name: Manufacturing location (City, State): If any of the above compliance statements change while providing material to this project we will immediately notify the prime contractor and the project engineer. Signed by company representative Page 26 of 32 Final Manufacturer Certification —Version 2 — AIS Products Purchased from Supplier The Final Manufacturer's Certification should list everyone who has handled the product, starting with the processor of the raw iron or steel through to the Supplier. Date Company Name Company Address City, State Zip Subject: American Iron and Steel Certification far Project I, (company representative), certify that the following products and/or materials shipped/provided to the Supplier listed helow are in full compliance with the American Iron and Steel requirement as mandated in EPA's State Revolving Fund Programs. Supplier: Address: List for all Items, Products and/or Materials (Include all the predecessor manufacturing processes hefore the final manufacturer far each item on the list): Item 1: Predecessor Manufacturing Process: Manufacturer's Name: Manufacturing location (City, State): Predecessor Manufacturing Process: Manufacturer's Name: Manufacturing location (City, State): Item 2: Predecessor Manufacturing Process: Manufacturer's Name: Manufacturing location (City, State): _ Predecessor Manufacturing Process: Manufacturer's Name: Manufacturing location (City, State): If any of the above compliance statements change while providing material to this project we will immediately notify the Supplier. Signed by company representative Page 27 of 32 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 Code Subject: American Iron and Steel Step Certification for Project (,VCOLKVX 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 providedfor (project site or to company) is in full compliance with the American Iron and Steel requirement as mandated in EPA's State Revolving Fund Programs. Item I. - Manufacturing location (City, State): Item 2: Manufacturing location (City, State): 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 Page 28 of 32 Step Certifieation 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 Iog with respect to AIS compliance. American Iron and Steel Step Certification Log for Contractor: (Name) Supplier: (Name) Final Manufacturer: (Name) (Iron or Steel Product) kiLem) (Item) Predecessor Manufacturer 1: (Name) Predecessor Manufacturer 2: (Name) Processor (e.g., foundry): (Name) (item) (Item) (Item) (Item) (Process) (Process) (Process) (Process) Page 29 of 32 tl�tl to i S4 i!i V4 �119 1-� Y n _p ♦A G 9 Ih A p o G,+r � bppi" A tr� En eo a CA O UP TWDB-1106 Rev 05/19 Attachment 9: Monthly American Iron and Steel Certificate Form 1106-A Compliance Submittal by Owner (Sub -Recipient) TWDB Project No. Loan No. This executed certificate must be submitted with each Outlay report requesting funds associated with construction contracts for all iron and steel products andlor materials included within the project's construction contracts I, of (NAnw) (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 (33 U.S.C. §1388) for the Clean Water State Revolving Fund or federal law, including federal appropriation acts and Section 1452(a)(4) of the Safe Drinking Water Act (42 U.S.C. §300j-12(a)(4)), as applicable, 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 Iaws relating to filing false statements and other relevant statutes. Signature Date Page 31 of 32 Attachment 10: Final American Iron and Steel Certification Form ll06mC Compliance Submittal by Owner (Sub -Recipient) TW DB Project No. Loan No. This executed certification must be submitted 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. 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 were in full compliance with the American Iron and Steel requirements of Section 608 of the Federal Water Pollution Control Act (33 U.S.C. §1388) for the Clean Water State Revolving Fund or federal law, including federal appropriation acts and Section 1452(a)(4) of the Safe Drinking Water Act (42 U.S.C. §300j-12(a)(4)), as applicable, 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 Page 32 of 32 CONTRACTOR'S ACT OF ASSURANCE STATE OF TEXAS COUNTY OF BEFORE ME qualified in and for the County of Corporation's as represented by ED-103 Reviewed 09/2612016 a Notary Public duly commissioned and in the State of Texas came and appeared the 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 , 20 (Notary Public in and for the State of Texas) (Print Name) [SEAL] ED-104 10/06/2016 CONTRACTOR'S ACC" OF ASSURANCE RESOLUTION I hereby certify that it was RESOLVED by a quorum of the directors of the meeting on the day of Authorized Representative(s): be, and hereby is/are authorized to act on behalf of 20 , that: ame of Corporation), (Name of Corporation), as its 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 920 (Secretary) [SEAL] T W DB-0459 Rev 01/17 VENDOR COMPLIANCE WITH RECIPROCITY ON NON- RESIDENT BIDDERS Texas Government Code Section 2252.002 provides that in order for nonresident bidders to be awarded a governmental contract, the 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 the nonresident bidder in order to obtain a comparable contract in the nonresident bidder's state. A nonresident bidder is a person, including a contractor, whose principal place of business or corporate office 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 nonresident bidders in order for your bid to meet specifications. The failure of a nonresident bidder 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. B,, Our principal place of business or corporate office is in the state of Texas: to BIDDER: Company City State Zip By (print naive) Signature Via P"Slocmr Title (print) THIS FORM MUST BE RETURNED WITH THE BID WRD-255 01/17 BIDDER'S CERTIFICATIONS Project Name: Project Number: 01, Contract For: P& t OI-41a Ta A s The following certifications must be completed by the bidder for each contract. A. EQUAL EMPLOYMENT OPPORTUNITY: 1 have developed and have on file at each establishment affirmative action programs 1,0 pursuant to 41 CFR Part 60-1.7, I have: (V� participated in previous contract(s) or subcontract(s) subject to the equal opportunity clause under Executive Orders 11246 and 11375. 1 have filed all notices, contract specifications, and compliance reports due under the requirements contained in 4I CFR Part 60-4. () not participated in previous contracts(s) subject to the equal opportunity clause under Executive Orders 11246 and 11375 and 41 CFR Chapter 60. B. NONSEGREGATED FACILITIES �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 Part 60-1.8. I will obtain a similar certification from any proposed subcontractor(s), when appropriate. I understand that a false statement on this certification may be grounds for rejection of this bid proposal or termination of the contract award. Typed Name and of Bidder's Authorized Representative AP9 3O Signature o idder's Authorized Representative Date �•�. L4VIs CONs4. cop Tf,rA4 LJCI. Sap jg.L,4"- Avc. fIAr4f, `Tt 7totn-5 Name and Address of Bidder01 TWDB-1106-A Revised: 3/25/2015 I�Ii onthly American iron and Steel certificate Compliance Submittal by Owner (Sub -Recipient) TWDB Project No. Loan/Great No. This executed certificate must be submitted with each Outlay report for iron and steel projects included within construction contracts. (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. Of 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 Owner Name: City Project Name: CID 01 - Project TWDB SRF Number: 4999 Contractor Name: Contractor American Iron and Steel de minimis log Total Project Cost: $130.000.00 Total Material Cost: $100. )00.00 T WDB-I 106-B Revised: 09/09/2016 Item No. Iron or Steel Product Unit Cost Quantity Total Cost % Material Cost (< I %) Cumulative Cost % Material Cost (< 50A) 1 Steel Door $400.0( $ 400.00 0.40% $ 400.00 0.40% 2 Bolts $100.0( $ 100.00 0.10% $ 500.00 0.50% 3 Welding rods "30.Of $ 30.00 0.03% $ 530.00 0.53% 4 5 6 8 9 10 11 ]2 13 DB-0154 Revised 04/19 Monthly Davis -Bacon Wage Rate Certificate of Compliance Submittal by Owner (Subreeipient) TWDB Project No. Loan No. This executed certificate must be submitted with each Outlay report for labor included within construction contracts. This Certificate applies only for Financial Assistance CLOSED AFTER 10/30/2009. I > of (Name) (Title) hereby certify that periodic reviews of a (Name of entity) representative sample of the weekly payroll data, and contractor weekly payroll certifications, such as OMB No. 1235-0008, have been performed to verify that contractors and subcontractors are paying the appropriate wage rate for compliance with section 513 of the Federal Water Pollution Control Act (33 U.S.C. § 1372) for the Clean Water State Revolving Fund or with section 1452(a)(5) of the Safe Drinking Water Act (42 U.S.C. §300j-12(a)(5)) for the Drinking Water State Revolving Fund. These laws require payment of prevailing wages in accordance with 40 U.S.C. §§ 3141-3144, 3146, and 3147 (contained within the Davis -Bacon Act, as amended). 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 SRF-404 4/16/2015 Debarment / Suspension Certification I, , hereby certify that I have checked on the federal (Authorized Representative of Recipient) System for Award Management www.sam.goy) website and determined that is not shown as an "excluded party" that is debarred, (Name of entity) suspended or otherwise excluded from or ineligible for participation in federal assistance programs under Executive Order 12549. (See 2 CFR Part 180 and 2 CFR Part 1532 for additional information on the federal governmentwide debarment and suspension system for nonprocurement programs and activities.) 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 Title Name of Recipient Date Verifying prime contractors and subcontractors for construction, equipment, supplies and services: Using the www.sarn.gov website, the recipient must verify prior to awarding the contract that the prime contractor is not listed as an "excluded party" that is debarred, suspended or otherwise excluded from or ineligible. Once any subcontractors are known, they also must be verified as not listed as an "excluded party" prior to award of a subcontract. The recipient must print a dated record of the verification from the www.sam.gov website and retain a copy that is available for review by TWDB. The prime contractors and subcontractors must be verified prior to the contract award or the costs may be disallowed. Division 01 General Requirements SECTION 01 11 00 SUMMARY OF WORK PART1- GENERAL 1.1 SUMMARY A. Section Includes: 011100-1 SUMMARY OF WORK Page 1 of 3 1. Summary of Work to be performed in accordance with the Contract Documents B. Deviations from this City of Fort Worth Standard Specification 1. CDM Smith modifications C. Related Specification Sections include, but are not necessarily limited to: I . 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. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Work Covered by Contract Documents 1. Work is to include furnishing all labor, materials, and equipment, and performing all Work necessary for this construction project as detailed in the Drawings and Specifications. 2. Work of this contract is located at the City of Fort Worth's Old Riverside Wastewater Treatment Plant near Gateway Park. Access to project site shall be from Gateway Park Drive at Beach Street and Disposal Road at E. V Street. See Drawings for Site Access Plan. B. Subsidiary Work Any and all Work specifically governed by documentary requirements for the project, such as conditions imposed by the Drawings or Contract Documents in which no specific item for bid has been provided for in the Proposal and the item is not a typical unit bid item included on the standard bid item Iist, then the item shall be considered as a subsidiary item of Work, the cost of which shall be included in the price bid in the Proposal for various bid items. C. Use of Premises 1. Coordinate uses of premises under direction of the City. 2. Assume full responsibility for protection and safekeeping of materials and equipment stored on the Site. CITY OF .FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 011100-2 SUMMARY OF WORK Page 2 of 3 3. Use and occupy only portions of the public streets and alleys, or other public places or other rights -of -way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be specifically authorized in writing by the City. a. A reasonable amount of tools, materials, and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction operations. b. Excavated and waste materials shall be stored in such a way as not to interfere with the use of spaces that may be designated to be left free and unobstructed and so as not to inconvenience occupants of adjacent property. c. If the street is occupied by railroad tracks, the Work shall be carried on in such manner as not to interfere with the operation of the railroad. 1) All Work shall be in accordance with railroad requirements set forth in Division 0 as well as the railroad permit. 4. Submit to the City for approval a plan of operations, designating proposed areas of the property to be used for operations, material storage, equipment storage, employee parking, offices, and shops. The area shall affect minimal interference with the present operations and public access to Gateway Park and the Fort Worth Dog Park. 5. Any damages to existing facilities, including contamination, which may be caused by Contractor's personnel, callers, visitors, materials or equipment, shall be repaired or corrected at the sole expense of the Contractor. 6. City will occupy premises during performance of the work for the conduct of his/her normal operations. Coordinate all construction operations with City to minimize conflict and to facilitate City usage. D. Work within Easements 1. Do not enter upon private property for any purpose without having previously obtained permission from the owner of such property. 2. Do not store equipment or material on private property unless and until the specified approval of the property owner has been secured in writing by the Contractor and a copy furnished to the City. 3. Unless specifically provided otherwise, clear all rights -of -way or easements of obstructions which must be removed to make possible proper prosecution of the Work as a part of the project construction operations. 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, lawns, fences, culverts, curbing, and all other types of structures or improvements, to all water, sewer, and gas lines, to all conduits, overhead pole lines, or appurtenances thereof, including the construction of temporary fences and to all other public or private property adjacent to the Work. 5. Notify the proper representatives of the owners or occupants of the public or private lands of interest in lands which might be affected by the Work. a. Such notice shall be made at least 48 hours in advance of the beginning of the Work. b. Notices shall be applicable to both public and private utility companies and any corporation, company, individual, or other, either as owners or occupants, whose land or interest in land might be affected by the Work. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 011100-3 SUMMARY OF WORK Page 3 of 3 c. Be responsible for all damage or injury to property of any character resulting from any act, omission, neglect, or misconduct in the manner or method or execution of the Work, or at any time due to defective work, material, or equipment. 6. Fence a. Restore all fences encountered and removed during construction of the Project to the original or a better than original condition. b. Erect temporary fencing in place of the fencing removed whenever the Work is not in progress and when the site is vacated overnight, and/or at all times to provide site security. c. The cost for all fence work within easements, including removal, temporary closures and replacement, shall be subsidiary to the various items bid in the project proposal, unless a bid item is specifically provided in the proposal. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rebabilitalion STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 SECTION 0125 00 SUBSTITUTION PROCEDURES PARTI- GENERAL 1.1 SUMMARY A. Section Includes: 012500-1 SUBSTITUTION PROCEDURES Page I of a I . The procedure for requesting the approval of substitution of a product that is not equivalent to a product which is specified by descriptive or performance criteria or defined by reference to 1 or more of the following: a. Name of manufacturer b. Name of vendor c. Trade name d. Catalog number 2. Substitutions are not "or -equals". B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1 _ Division 0 —Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Request for Substitution - General 1. Within 30 days after award of Contract (unless noted otherwise), the City will consider formal requests from Contractor for substitution of products in place of those specified. 2. Certain types of equipment and kinds of material are described in Specifications by means of references to names of manufacturers and vendors, trade names, or catalog numbers. a. When this method of specifying is used, it is not intended to exclude from consideration other products bearing other manufacturer's or vendor's names, trade names, or catalog numbers, provided said products are "or -equals," as determined by City. 3. Other types of equipment and kinds of material may be acceptable substitutions under the following conditions: a. Or -equals are unavailable due to strike, discontinued production of products meeting specified requirements, or other factors beyond control of Contractor; or, CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised July 1, 2011 012500-2 "STIT TPION PROCEDURES Page 2 of 4 b. Contractor proposes a cost and/or time reduction incentive to the City. 1.5 SUBMITTALS A. See Request for Substitution Form (attached) B. Procedure for Requesting Substitution 1. Substitution shall be considered only: a. After award of Contract b. Under the conditions stated herein 2. Submit 3 copies of each written request for substitution, including: a. Documentation 1) Complete data substantiating compliance of proposed substitution with Contract Documents 2) Data relating to changes in construction schedule, when a reduction is proposed 3) Data relating to changes in cost b. For products 1) Product identification a) Manufacturer's name b) Telephone number and representative contact name c) Specification Section or Drawing reference of originally specified product, including discrete name or tag number assigned to original product in the Contract Documents 2) Manufacturer's literature clearly marked to show compliance of proposed product with Contract Documents 3) Itemized comparison of original and proposed product addressing product characteristics including, but not necessarily Iimited to: a) Size b) Composition or materials of construction c) Weight d) Electrical or mechanical requirements 4) Product experience a) Location of past projects utilizing product b) Name and telephone number of persons associated with referenced projects knowledgeable concerning proposed product c) Available field data and reports associated with proposed product 5) Samples a) Provide at request of City. b) Samples become the property of the City. c. For construction methods: 1) Detailed description of proposed method 2) Illustration drawings C. Approval or Rejection 1. Written approval or rejection of substitution given by the City 2. City reserves the right to require proposed product to comply with color and pattern of specified product if necessary to secure design intent. 3. In the event the substitution is approved, the resulting cost and/or time reduction will be documented by Change Order in accordance with the General Conditions. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised July 1, 2011 012500-3 SUBSTITUTION PROCEDURES Page 3 of 4 4. No additional contract time will be given for substitution. 5. Substitution will be rejected if: a. Submittal is not through the Contractor with his stamp of approval b. Request is not made in accordance with this Specification Section c. In the City's opinion, acceptance will require substantial revision of the original design d. hi the City's opinion, substitution will not perform adequately the function consistent with the design intent 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.9 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. In making request for substitution or in using an approved product, the Contractor represents that the Contractor: 1. Has investigated proposed product, and has determined that it is adequate or superior in all respects to that specified, and that it will perform function for which it is intended 2. Will provide same guarantee for substitute item as for product specified 3. Will coordinate installation of accepted substitution into Work, to include building modifications if necessary, making such changes as may be required for Work to be complete in all respects 4. Waives all claims for additional costs related to substitution which subsequently arise 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised July 1, 2011 EXHIBIT A REQUEST FOR SUBSTITUTION FORM: 103 01 25 00 - 4 SUBSTITUTION PROCEDURES Page 4 of 4 PROJECT: DATE: We hereby submit for your consideration the following product instead of the specified item for the above project: SECTION PARAGRAPH SPECIFIED ITEM Proposed Substitution: Reason for Substitution: Include complete information on changes to Drawings and/or Specifications which proposed substitution will require for its proper installation. Fill in Blanks Below: A. Will the undersigned contractor pay for changes to the building design, including engineering and detailing costs caused by the requested substitution? B. What effect does substitution have on other trades? C. Differences between proposed substitution and specified item? D. Differences in product cost or product delivery time? E. Manufacturer's guarantees of the proposed and specified items are: Equal Better (explain on attachment) The undersigned states that the function, appearance and quality are equivalent or superior to the specified item. Submitted By: For Use by City Signature as noted Firm Address Date Telephone For Use by City: Approved City Recommended Recommended Not recommended Received late By Date _ Remarks Date Rejected CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised July 1, 2011 SECTION 013119 PRECONSTRUCTION MEETING PART1u GENERAL 1.1 SUMMARY A. Section Includes: 013119-1 PRECONSTRUCTION MEETING Page 1 of 3 1. Provisions for the preconstruction meeting to be held prior to the start of Work to clarify construction contract administration procedures B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division I — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Attend preconstruction meeting. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meeting administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. B. Preconstruction Meeting 1. A preconstruction meeting will be held within 14 days after the execution of the Agreement and before Work is started. a. The meeting will be scheduled and administered by the City. 2. The Project Representative will preside at the meeting, prepare the notes of the meeting and distribute copies of same to all participants who so request by fully completing the attendance form to be circulated at the beginning of the meeting. 3. Attendance shall include: a. Project Representative b. Contractor's project manager c. Contractor's superintendent d. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised August 17, 2012 013119-2 PRECONSTRUCTION MEETING Page 2 of 3 e. Other City representatives f. Others as appropriate 4. Construction Schedule a. Prepare baseline construction schedule in accordance with Section 0132 16 and provide at Preconstruction Meeting. b. City will notify Contractor of any schedule changes upon Notice of Preconstruction Meeting. 5. Preliminary Agenda may include: a. Introduction of Project Personnel b. General Description of Project c. Status of right-of-way, utility clearances, easements or other pertinent permits d. Contractor's work plan and schedule e. Contract Time f. Notice to Proceed g. Construction Staking h. Progress Payments i. Extra Work and Change Order Procedures j. Field Orders k. Disposal Site Letter for Waste Material 1. Insurance Renewals in. Payroll Certification n. Material Certifications and Quality Control Testing o. Public Safety and Convenience p. Documentation of Pre -Construction Conditions q. Weekend Work Notification r. Legal Holidays s. Trench Safety Plans t. Confined Space Entry Standards u. Coordination with the City's representative for operations of existing water systems v. Storm Water Pollution Prevention Plan w. Coordination with other Contractors x. EarIy Warning System y. Contractor Evaluation z. Special Conditions applicable to the project aa. Damages Claims bb. Submittal Procedures cc. Substitution Procedures dd. Correspondence Routing ee. Record Drawings ff. Temporary construction facilities gg. M/WBE or MBE/SBE procedures hh. Final Acceptance ii. Final Payment jj. Questions or Comments CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised August 17, 2012 01 31 19 - 3 PRECONSTRUCI'ION MEETING Page 3 of 3 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS INOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised August 17, 2012 SECTION 013120 PROJECT MEETINGS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 013120-1 PROJECT MEETINGS Page I of 3 1. Provisions for project meetings throughout the construction period to enable orderly review of the progress of the Work and to provide for systematic discussion of potential problems B. Deviations 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. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES INOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Schedule, attend and administer as specified, periodic progress meetings, and specially called meetings throughout progress of the Work. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meetings administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. 4. Meetings, in addition to those specified in this Section, may be held when requested by the City, Engineer or Contractor. B. Pre -Construction Neighborhood Meeting 1. After the execution of the Agreement, but before construction is allowed to begin, attend I Public Meeting with affected residents to: a. Present projected schedule, including construction start date b. Answer any construction related questions 2. Meeting Location a. Location of meeting to be determined by the City. 3. Attendees a. Contractor CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMEN'rs City Project No. 01286 Revised July I, 2011 013120-2 PROJECT MEETINGS Page 2 of b. Project Representative c. Other City representatives 4. Meeting Schedule a. In general, the neighborhood meeting will occur within the 2 weeks following the pre -construction conference. b. In no case will construction be allowed to begin until this meeting is held. C. Progress Meetings 1. Formal project coordination meetings will be held periodically. Meetings will be scheduled and administered by Project Representative. 2. Additional progress meetings to discuss specific topics will be conducted on an as - needed basis. Such additional meetings shall include, but not be linuted to: a. Coordinating shutdowns b. Installation of piping and equipment c. Coordination between other construction projects d. Resolution of construction issues e. Equipment approval 3. The Project Representative will preside at progress meetings, prepare the notes of the meeting and distribute copies of the same to all participants who so request by fully completing the attendance form to be circulated at the beginning of each meeting. 4. Attendance shall include: a. Contractor's project manager b. Contractor's superintendent c. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request d. Engineer's representatives e. City's representatives f. Others, as requested by the Project Representative 5. Preliminary Agenda may include: a. Review of Work progress since previous meeting b. Field observations, problems, conflicts c. Items which impede construction schedule d. Review of off -site fabrication, delivery schedules e. Review of construction interfacing and sequencing requirements with other construction contracts f. Corrective measures and procedures to regain projected schedule g. Revisions to construction schedule h. Progress, schedule, during succeeding Work period i. Coordination of schedules j. Review submittal schedules k. Maintenance of quality standards 1. Pending changes and substitutions m. Review proposed changes for: 1) Effect on construction schedule and on completion date 2) Effect on other contracts of the Project n. Review Record Documents o. Review monthly pay request p. Review status of Requests for Information CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised July 1, 2011 013120-3 PROJECT MEETINGS Page 3 of 3 6. Meeting Schedule a. Progress meetings will be held periodically as determined by the Project Representative. 1) Additional meetings may be held at the request of the: a) City b) Engineer c) Contractor 7. Meeting Location a. The City will establish a meeting location. 1) To the extent practicable, meetings will be held at the Site. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised July 1, 2011 01 32 16 - 1 CONSTRUCTION PROGRESS SCHEDULE Page 1 of 5 SECTION 013216 CONSTRUCTION PROGRESS SCHEDULE PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. General requirements for the preparation, submittal, updating, status reporting and management of the Construction Progress Schedule 2. Specific requirements are presented in the City of Fort Worth Schedule Guidance Document B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division Q — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES A. Definitions 1. Schedule Tiers a. Tier 1 - No schedule submittal required by contract. Small, brief duration projects b. Tier 2 - No schedule submittal required by contract, but will require some milestone dates. Small, brief duration projects c. Tier 3 - Schedule submittal required by contract as described in the Specification and herein. Majority of City projects, including all bond program projects d. Tier 4 - Schedule submittal required by contract as described in the Specification and herein. Large and/or complex projects with long durations 1) Examples: large water pump station project and associated pipeline with interconnection to another governmental entity e. Tier 5 - Schedule submittal required by contract as described in the Specification and herein. Large and/or very complex projects with long durations, high public visibility i) Examples might include a water or wastewater treatment plant 2. Baseline Schedule - Initial schedule submitted before work begins that will serve as the baseline for measuring progress and departures from the schedule. 3. Progress Schedule - Monthly submittal of a progress schedule documenting progress on the project and any changes anticipated. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised July I, 2011 01 32 16 - 2 CONSTRUCTION PROGRESS SCHEDULE Page 2 of S 4. Schedule Narrative - Concise narrative of the schedule including schedule changes, expected delays, key schedule issues, critical path items, etc B. Reference Standards 1. City of Fort Worth Schedule Guidance Document 1.4 ADMINISTRATIVE REQUIREMENTS A. Baseline Schedule General a. Prepare a cost -loaded baseline Schedule using approved software and the Critical Path Method (CPM) as required in the City of Fort Worth Schedule Guidance Document. b. Review the draft cost -loaded baseline Schedule with the City to demonstrate understanding of the work to be performed and known issues and constraints related to the schedule. c. Designate an authorized representative (Project Scheduler) responsible for developing and updating the schedule and preparing reports. B. Progress Schedule 1. Update the progress Schedule monthly as required in the City of Fort Worth Schedule Guidance Document. 2. Prepare the Schedule Narrative to accompany the monthly progress Schedule. 3. Change Orders a. Incorporate approved change orders, resulting in a change of contract time, in the baseline Schedule in accordance with City of Fort Worth Schedule Guidance Document. C. Responsibility for Schedule Compliance 1. Whenever it becomes apparent from the current progress Schedule and CPM Status Report that delays to the critical path have resulted and the Contract completion date will not be met, or when so directed by the City, make some or all of the following actions at no additional cost to the City a. Submit a Recovery Plan to the City for approval revised baseline Schedule outlining: 1) A written statement of the steps intended to take to remove or arrest the delay to the critical path in the approved schedule 2) Increase construction manpower in such quantities and crafts as will substantially eliminate the backlog of work and return current Schedule to meet projected baseline completion dates 3) Increase the number of working hours per shift, shifts per day, working days per week, the amount of construction equipment, or any combination of the foregoing, sufficiently to substantially eliminate the backlog of work 4) Reschedule activities to achieve maximum practical concurrency of accomplishment of activities, and comply with the revised schedule 2. If no written statement of the steps intended to take is submitted when so requested by the City, the City may direct the Contractor to increase the level of effort in manpower (trades), equipment and work schedule (overtime, weekend and holiday work, etc.) to be employed by the Contractor in order to remove or arrest the delay to the critical path in the approved schedule. a. No additional cost for such work will be considered. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised July 1, 2011 013216-3 CONSTRUCTION PROGRESS SCHEDULE Page 3 of 5 D. The Contract completion time will be adjusted only for causes specified in this Contract. a. Requests for an extension of any Contract completion date must be supplemented with the following: 1) Furnish justification and supporting evidence as the City may deem necessary to determine whether the requested extension of time is entitled under the provisions of this Contract. a) The City will, after receipt of such justification and supporting evidence, make findings of fact and will advise the Contractor, in writing thereof. 2) If the City finds that the requested extension of time is entitled, the City's determination as to the total number of days allowed for the extensions shall be based upon the approved total baseline schedule and on all data relevant to the extension. a) Such data shall be included in the next updating of the Progress schedule. b) Actual delays in activities which, according to the Baseline schedule, do not affect any Contract completion date shown by the critical path in the network will not be the basis for a change therein. 2. Submit each request for change in Contract completion date to the City within 30 days after the beginning of the delay for which a time extension is requested but before the date of final payment under this Contract. a. No time extension will be granted for requests which are not submitted within the foregoing time limit. b. From time to time, it may be necessary for the Contract schedule or completion time to be adjusted by the City to reflect the effects of job conditions, weather, technical difficulties, strikes, unavoidable delays on the part of the City or its representatives, and other unforeseeable conditions which may indicate schedule adjustments or completion time extensions. 1) Under such conditions, the City will direct the Contractor to reschedule the work or Contract completion time to reflect the changed conditions and the Contractor shall revise his schedule accordingly. a) No additional compensation will be made to the Contractor for such schedule changes except for unavoidable overall contract time extensions beyond the actual completion of unaffected work, in which case the Contractor shall take all possible action to minimize any time extension and any additional cost to the City. b) Available float time in the Baseline schedule may be used by the City as well as by the Contractor. 3. Float or slack time is defined as the amount of time between the earliest start date and the latest start date or between the earliest finish date and the latest finish date of a chain of activities on the Baseline Schedule. a. Float or slack time is not for the exclusive use or benefit of either the Contractor or the City. b. Proceed with work according to early start dates, and the City shall have the right to reserve and apportion float time according to the needs of the project. CrPY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised July 1, 2011 01 32 16 - 4 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 5 c. Acknowledge and agree that actual delays, affecting paths of activities containing float time, will not have any effect upon contract completion times, providing that the actual delay does not exceed the float time associated with those activities. E. Coordinating Schedule with Other Contract Schedules 1. Where work is to be performed under this Contract concurrently with or contingent upon work performed on the same facilities or area under other contracts, the Baseline Schedule shall be coordinated with the schedules of the other contracts. a. Obtain the schedules of the other appropriate contracts from the City for the preparation and updating of Baseline schedule and make the required changes in his schedule when indicated by changes in corresponding schedules. 2. In case of interference between the operations of different contractors, the City will determine the work priority of each contractor and the sequence of work necessary to expedite the completion of the entire Project. a. In such cases, the decision of the City shall be accepted as final. b. The temporary delay of any work due to such circumstances shall not be considered as justification for claims for additional compensation. 1.5 SUBMITTALS A. Baseline Schedule 1. Submit Schedule in native file format and pdf format as required in the City of Fort Worth Schedule Guidance Document. a. Native file format includes: 1) Primavera (P6 or Primavera Contractor) 2. Submit draft baseline Schedule to City prior to the pre -construction meeting and bring in hard copy to the meeting for review and discussion. B. Progress Schedule 1. Submit progress Schedule in native file format and pdf format as required in the City of Fort Worth Schedule Guidance Document. 2. Submit progress Schedule monthly no later than the last day of the month. C. Schedule Narrative 1. Submit the schedule narrative in pdf format as required in the City of Fort Worth Schedule Guidance Document. 2. Submit schedule narrative monthly no later than the last day of the month. D. Submittal Process The City administers and manages schedules through Buzzsaw. 2. Contractor shall submit documents as required in the City of Fort Worth Schedule Guidance Document. 3. Once the project has been completed and Final Acceptance has been issued by the City, no further progress schedules are required. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01296 Revised July 1, 2011 013216-5 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 5 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. The person preparing and revising the construction Progress Schedule shall be experienced in the preparation of schedules of similar complexity. B. Schedule and supporting documents addressed in this Specification shall be prepared, updated and revised to accurately reflect the performance of the construction. C. Contractor is responsible for the quality of all submittals in this section meeting the standard of care for the construction industry for similar projects. 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION CITY OF FORTWORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised July 1, 2011 013233-1 PRECONSTRUCTION VIDEO Page 1 of 2 SECTION 0132 33 PRECONSTRUCTION VIDEO PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Administrative and procedural requirements for: a. Preconstruction Videos B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division I — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Preconstruction Video 1. Produce a preconstruction video of the site/alignment, including all areas in the vicinity of and to be affected by construction. a. Provide digital copy of video upon request by the City. 2. Retain a copy of the preconstruction video until the end of the maintenance surety period. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS INOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 90-Inch (M-280) Sanitary Sewer Rehabilitation City Project No. 01286 013233-2 PRECONSTRUCTION VIDEO Page 2 of 2 PART 3 - EXECUTION [NOT USED] END OF SECTION CITY OF FORT WORTH 40-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised July 1, 2011 SECTION 0133 00 SUBMITTALS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 01 33 00 - 1 SUBMITTALS Page 1 of 8 General methods and requirements of submissions applicable to the following Work -related submittals: a. Shop Drawings b. Product Data (including Standard Product List submittals) c. Samples d. Mock Ups B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division I — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES INOT USEDI 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Notify the City in writing, at the time of submittal, of any deviations in the submittals from the requirements of the Contract Documents. 2. Coordination of Submittal Times a. Prepare, prioritize and transmit each submittal sufficiently in advance of performing the related Work or other applicable activities, or within the time specified in the individual Work Sections, of the Specifications. b. Contractor is responsible such that the installation will not be delayed by processing times including, but not limited to: a) Disapproval and resubmittal (if required) b) Coordination with other submittals c) Testing d) Purchasing e) fabrication f) Delivery g) Similar sequenced activities c. No extension of time will be authorized because of the Contractor's failure to transmit submittals sufficiently in advance of the Work. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 01286 Revised December 20, 2012 01 33 00 - 2 SUBMITTALS Page 2 of S d. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. B. Submittal Numbering When submitting shop drawings or samples, utilize a 9-character submittal cross- reference identification numbering system in the following manner: a. Use the first 6 digits of the applicable Specification Section Number. b. For the next 2 digits number use numbers 01-99 to sequentially number each initial separate item or drawing submitted under each specific Section number. c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical submittal number would be as follows: 1) 03 30 00 is the Specification Section for Concrete 2) 08 is the eighth initial submittal under this Specification Section 3) B is the third submission (second resubmission) of that particular shop drawing C. Contractor Certification 1. Review shop drawings, product data and samples, including those by subcontractors, prior to submission to determine and verify the following: a. Field measurements b. Field construction criteria c. Catalog numbers and similar data d. Conformance with the Contract Documents 2. Provide each shop drawing, sample and product data submitted by the Contractor with a Certification Statement affixed including: a. The Contractor's Company name b. Signature of submittal reviewer c. Certification Statement 1) `By this submittal, I hereby represent that I have determined and verified field measurements, field construction criteria, materials, dimensions, catalog numbers and similar data and I have checked and coordinated each item with other applicable approved shop drawings." D. Submittal Format L Fold shop drawings larger than 8 %2 inches x 11 inches to 8 %2 inches x l unches. 2. Bind shop drawings and product data sheets together. 3. Order a. Cover Sheet 1) Description of Packet 2) Contractor Certification b. List of items / Table of Contents c. Product Data /Shop Drawings/Samples /Calculations E. Submittal Content 1. The date of submission and the dates of any previous submissions CITY OF FORTWORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 01 33 00 - 3 SUBMITTALS Page 3 of 8 2. The Project title and number 3. Contractor identification 4. The names of: a. Contractor b. Supplier c. Manufacturer 5. Identification of the product, with the Specification Section number, page and paragraph(s) 6. Field dimensions, clearly identified as such 7. Relation to adjacent or critical features of the Work or materials 8. Applicable standards, such as ASTM or Federal Specification numbers 9. Identification by highlighting of deviations from Contract Documents 10. Identification by highlighting of revisions on resubmittals 11. An 8-inch x 3-inch blank space for Contractor and City stamps F. Shop Drawings 1. As specified in individual Work Sections includes, but is not necessarily limited to: a. Custom -prepared data such as fabrication and erection/installation (working) drawings b. Scheduled information c. Setting diagrams d. Actual shopwork manufacturing instructions e. Custom templates f. Special wiring diagrams g. Coordination drawings h. Individual system or equipment inspection and test reports including: 1) Performance curves and certifications i. As applicable to the Work 2. Details a. Relation of the various parts to the main members and lines of the structure b. Where correct fabrication of the Work depends upon field measurements 1) Provide such measurements and note on the drawings prior to submitting for approval. G. Product Data 1. For submittals of product data for products included on the City's Standard Product List, clearly identify each item selected for use on the Project. 2. For submittals of product data for products not included on the City's Standard Product List, submittal data may include, but is not necessarily limited to: a. Standard prepared data for manufactured products (sometimes referred to as catalog data) 1) Such as the manufacturer's product specification and installation instructions 2) Availability of colors and patterns 3) Manufacturer's printed statements of compliances and applicability 4) Roughing -in diagrams and templates 5) Catalog cuts 6) Product photographs CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUM) NTS City Project No, 01286 Revised December 20, 2012 01 33 00 - 4 SUBMITTALS Page 4 of 8 7) Standard wiring diagrams 8) Printed performance curves and operational -range diagrams 9) Production or quality control inspection and test reports and certifications 10) Mill reports 11) Product operating and maintenance instructions and recommended spare -parts listing and printed product warranties 12) As applicable to the Work H. Samples 1. As specified in individual Sections, include, but are not necessarily limited to: a. Physical examples of the Work such as: 1) Sections of manufactured or fabricated Work 2) Small cuts or containers of materials 3) Complete units of repetitively used products color/texture/pattern swatches and range sets 4) Specimens for coordination of visual effect 5) Graphic symbols and units of Work to be used by the City for independent inspection and testing, as applicable to the Work 1. Do not start Work requiring a shop drawing, sample or product data nor any material to be fabricated or installed prior to the approval or qualified approval of such item. 1. Fabrication performed, materials purchased or on -site construction accomplished which does not conform to approved shop drawings and data is at the Contractor's risk. 2. The City will not be liable for any expense or delay due to corrections or remedies required to accomplish conformity. 3. Complete project Work, materials, fabrication, and installations in conformance with approved shop drawings, applicable samples, and product data. J. Submittal Distribution Electronic Distribution a. Confirm development of Project directory for electronic submittals to be uploaded to City's Buzzsaw site, or another external FTP site approved by the City. b. Shop Drawings 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals b) If Contractor requires more than 1 hard copy of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. c. Product Data 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals d. Samples 1) Distributed to the Project Representative CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 01 33 00 - 5 SUBMITTALS Page 5 of 8 2. Hard Copy Distribution (if required in lieu of electronic distribution) a. Shop Drawings 1) Distributed to the City 2) Copies a) 8 copies for mechanical submittals b) 7 copies for all other submittals c) If Contractor requires more than 3 copies of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. b. Product Data 1) Distributed to the City 2) Copies a) 4 copies c. Samples 1) Distributed to the Project Representative 2) Copies a) Submit the number stated in the respective Specification Sections. 3. Distribute reproductions of approved shop drawings and copies of approved product data and samples, where required, to the job site file and elsewhere as directed by the City. a. Provide number of copies as directed by the City but not exceeding the number previously specified. K. Submittal Review 1. The review of shop drawings, data and samples will be for general conformance with the design concept and Contract Documents. This is not to be construed as: a. Permitting any departure from the Contract requirements b. Relieving the Contractor of responsibility for any errors, including details, dimensions, and materials c. Approving departures from details furnished by the City, except as otherwise provided herein 2. The review and approval of shop drawings, samples or product data by the City does not relieve the Contractor from his/her responsibility with regard to the fulfillment of the terms of the Contract. a. All risks of error and omission are assumed by the Contractor, and the City will have no responsibility therefore. 3. The Contractor remains responsible for details and accuracy, for coordinating the Work with all other associated work and trades, for selecting fabrication processes, for techniques of assembly and for performing Work in a safe manner. 4. If the shop drawings, data or samples as submitted describe variations and show a departure from the Contract requirements which City finds to be in the interest of the City and to be so minor as not to involve a change in Contract Price or time for performance, the City may return the reviewed drawings without noting an exception. 5. Submittals will be returned to the Contractor under 1 of the following codes: a. Code 1 1) "NO EXCEPTIONS TAKEN' is assigned when there are no notations or comments on the submittal. a) When returned under this code the Contractor may release the equipment and/or material for manufacture. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 01 33 00 - 6 SUBMITTALS Page 6 of 8 b. Code 2 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the notations and comments IS NOT required by the Contractor. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. c. Code 3 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is assigned when notations and comments are extensive enough to require a resubmittal of the package. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. b) This resubmittal is to address all comments, omissions and non -conforming items that were noted. c) Resubmittal is to be received by the City within 15 Calendar Days of the date of the City's transmittal requiring the resubmittal. d. Code 4 1) "NOT APPROVED" is assigned when the submittal does not meet the intent of the Contract Documents. a) The Contractor must resubmit the entire package revised to bring the submittal into conformance. b) It may be necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents. Resubmittals a. Handled in the same manner as first submittals 1) Corrections other than requested by the City 2) Marked with revision triangle or other similar method a) At Contractor's risk if not marked b. Submittals for each item will be reviewed no more than twice at the City's expense. 1) All subsequent reviews will be performed at times convenient to the City and at the Contractor's expense, based on the City's or City Representative's then prevailing rates. 2) Provide Contractor reimbursement to the City within 30 Calendar Days for all such fees invoiced by the City. c. The need for more than 1 resubmission or any other delay in obtaining City's review of submittals, will not entitle the Contractor to an extension of Contract Time. Partial Submittals a. City reserves the right to not review submittals deemed partial, at the City's discretion. b. Submittals deemed by the City to be not complete will be returned to the Contractor, and will be considered "Not Approved" until resubmitted. c. The City may at its option provide a list or mark the submittal directing the Contractor to the areas that are incomplete. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 013300-7 SUBMITTALS Page 7 of 8 8. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Contract Documents, then written notice must be provided thereof to the City at least 7 Calendar Days prior to release for manufacture. 9. When the shop drawings have been completed to the satisfaction of the City, the Contractor may carry out the construction in accordance therewith and no further changes therein except upon written instructions from the City. 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days following receipt of submittal by the City. L. Mock ups I . Mock Up units as specified in individual Sections, include, but are not necessarily limited to, complete units of the standard of acceptance for that type of Work to be used on the Project. Remove at the completion of the Work or when directed. M. Qualifications 1. If specifically required in other Sections of these Specifications, submit a P-E. Certification for each item required. N. Request for Information (RFI) I . Contractor Request for additional information a. Clarification or interpretation of the contract documents b. When the Contractor believes there is a conflict between Contract Documents c. When the Contractor believes there is a conflict between the Drawings and Specifications 1) Identify the conflict and request clarification 2. Use the Request for Information (RFI) form provided by the City. 3. Numbering of RFI a. Prefix with "RFI" followed by series number, "-xxx", beginning with "01"and increasing sequentially with each additional transmittal. 4. Sufficient information shall be attached to permit a written response without further information. 5. The City will log each request and will review the request. a. If review of the project information request indicates that a change to the Contract Documents is required, the City will issue a Field Order or Change Order, as appropriate. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01296 Revised December 20, 2012 01 33 00 - 8 SUBMITTALS Page 8 of 8 PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 SECTION 013513 SPECIAL PROJECT PROCEDURES PART1- GENERAL 1.1 SUMMARY A. Section Includes: 01 35 13 -1 SPECIAL PROJECT PROCEDURES Page 1 of 8 The procedures for special project circumstances that includes, but is not limited to: b. Work near High Voltage Lines c. Confined Space Entry Program d. Air Pollution Watch Days c. Use of Explosives, Drop Weight, Etc. f. Water Department Notification g. Public Notification Prior to Beginning Construction h. Coordination with United States Army Corps of Engineers i—Eeerdiafi6eTn Aithi Rai d pefmitsreas j. Dust Control k. Employee Parking 1. Coordination with Texas Water Development Board B. Deviations from this City of Fort Worth Standard Specification 1. CDM Smith modifications are shown in blue text. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 33 12 25 —Connection to Existing Water Mains 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 01286 Revised December 20, 2012 013513-2 SPECIAL PROJECT PROCEDURES Page 2 of 8 . stpaetiOf the PF0jee-t a. r a. _.t 1) Meastifement for- !his 14em will be per- working dat�.- h. Pfty+fleR4 1) The wor4EE peffef 3 ed a dynaienuio-fs mishe ; ,..,a..;.eL- 6 4ta h � Itemt .3A ill_be paid F ., a ..h . ..wl.:.....7.ay that Raijfgad F1.,...t.eo a ffeSe«t 9 the -2) Flagmefi 3. All other items a. Work associated with these Items is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. 3. North Central Texas Council of Governments (NCTCOG) — Clean Construction Specification 1.4 ADMINISTRATIVE REQUIREMENTS B. Work near High Voltage Lines 1. Regulatory Requirements a. All Work near High Voltage Lines (more than 600 volts measured between conductors or between a conductor and the ground) shall be in accordance with Health and Safety Code, Title 9, Subtitle A, Chapter 752. 2. Warning sign a. Provide sign of sufficient size meeting all OSHA requirements. Equipment operating within 10 feet of high voltage lines will require the following safety features CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 013513-3 SPECIAL PROJECT PROCEDURES Page 3 of 8 a. Insulating cage -type of guard about the boom or arm b. Insulator links on the lift hook connections for back hoes or dippers c. Equipment must meet the safety requirements as set forth by OSHA and the safety requirements of the owner of the high voltage lines 4. Work within 6 feet of high voltage electric lines a. Notification shall be given to: 1) The power company (example: ONCOR) a) Maintain an accurate log of all such calls to power company and record action taken in each case. b. Coordination with power company 1) After notification coordinate with the power company to: a) Erect temporary mechanical barriers, de -energize the lines, or raise or lower the lines c. No personnel may work within 6 feet of a high voltage line before the above requirements have been met. C. Confined Space Entry Program 1. Provide and follow approved Confined Space Entry Program in accordance with OSHA requirements. 2. Confined Spaces .___ include but not limited to: a. Manholes b. All other confined spaces in accordance with OSHA's Permit Required for Confined Spaces D. Air Pollution Watch Days J. General a. Observe the following guidelines relating to working on City construction sites on days designated as "AIR POLLUTION WATCH DAYS". b. Typical Ozone Season 1) May 1 through October 31. c. Critical Emission Time 1) 6:00 a.m. to 10:00 a.m. 2. Watch Days a. The Texas Commission on Environmental Quality (TCEQ), in coordination with the National Weather Service, will issue the Air Pollution Watch by 3:00 p.m. on the afternoon prior to the WATCH day. b. Requirements 1) Begin work after 10:00 a.m. whenever construction phasing requires the use of motorized equipment for periods in excess of 1 hour. 2) However, the Contractor may begin work prior to 10:00 a.m. if a) Use of motorized equipment is less than 1 hour, or b) If equipment is new and certified by EPA as "Low Emitting", or equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or alternative fuels such as CNG. E. TCEQ Air Permit 1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ. F. Use of Explosives, Drop Weight, Etc, 1. When Contract Documents permit on the project the following will apply: CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 01 35 13 - 4 SPECIAL PROJECT PROCEDURES Page 4 of 8 a. Public Notification 1) Submit notice to City and proof of adequate insurance coverage, 24 hours prior to commencing. 2) Minimum 24 hour public notification in accordance with Section 01 31 13 G. Water Department Coordination 1. During the construction of this project, it will be necessary to deactivate, for a period of time, existing Iines. The Contractor shall be required to coordinate with the Water Department to determine the best times for deactivating and activating those lines. 2. Coordinate any event that will require connecting to or the operation of an existing City water line system with the City's representative. a. Coordination shall be in accordance with Section 33 12 25. b. If needed, obtain a hydrant water meter from the Water Department for use during the life of named project. c. In the event that a water valve on an existing live system be turned off and on to accommodate the construction of the project is required, coordinate this activity through the appropriate City representative. 1) Do not operate water line valves of existing water system. a) failure to comply will render the Contractor in violation of Texas Penal Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor will be prosecuted to the full extent of the law. b) In addition, the Contractor will assume all liabilities and responsibilities as a result of these actions. H. Public Notification Prior to Beginning Construction Prior to beginning construction on any block in the project, on a block by block basis, prepare and deliver a notice or flyer of the pending construction to the front door of each residence or business that will be impacted by construction. The notice shall be prepared as follows: a. Post notice or flyer 7 days prior to beginning any construction activity on each block in the project area. 1) Prepare flyer on the Contractor's letterhead and include the following information: a) Name of Project b) City Project No (CPN) c) Scope of Project (i.e. type of construction activity) d) Actual construction duration within the block e) Name of the contractor's foreman and phone number f) Name of the City's inspector and phone number g) City's after-hours phone number 2) A sample of the `pre -construction notification' flyer is attached as Exhibit A. 3) Submit schedule showing the construction start and finish time for each block of the project to the inspector. 4) Denver flyer to the City Inspector for review prior to distribution. b. No construction will be allowed to begin on any block until the flyer is delivered to all residents of the block. 1. Public Notification of Temporary Water Service Interruption during Construction CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01285 Revised December 20, 2012 013513-5 SPECIAL, PROJECT PROCEDURES Page 5 of 8 1. In the event it becomes necessary to temporarily shut down water service to residents or businesses during construction, prepare and deliver a notice or flyer of the pending interruption to the front door of each affected resident. 2. Prepared notice as follows: a. The notification or flyer shall be posted 24 hours prior to the temporary interruption. b. Prepare flyer on the contractor's letterhead and include the following information: 1) Name of the project 2) City Project Number 3) Date of the interruption of service 4) Period the interruption will take place 5) Name of the contractor's foreman and phone number 6) Name of the City's inspector and phone number c. A sample of the temporary water service interruption notification is attached as Exhibit B. d. Deliver a copy of the temporary interruption notification to the City inspector for review prior to being distributed. e. No interruption of water service can occur until the flyer has been delivered to all affected residents and businesses. f. Electronic versions of the sample flyers can be obtained from the Project Construction Inspector. Coordination with United States Army Corps of Engineers (USAGE) 1. At locations in the Project where construction activities occur in areas where USACE permits are required, meet all requirements set forth in each designated permit. r-RiI O—ad Permits afe a Fe.i f 11FeEittir-OFfleStS .,et f fth in11 d a ,2 railroad petit. This include but , of 1; ifed io,Pr-evisions f L. Dust Control 1. Use acceptable measures to control dust at the Site. a. If water is used to control dust, capture and properly dispose of waste water CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 013513-6 SPECIAL PROJECT PROCEDURES Page 6 of 8 b. If wet saw cutting is performed, capture and properly dispose of slurry. M. Employee Parking 1. Provide parking for employees at locations approved by the City. N. Coordinate with Texas Water Development Board 1. Comply with Texas Water Development Board requirements set forth in the Texas Water Development Board Documents. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 013513-7 SPECIAL PROJECT PROCEDURES Page 7 of 8 EXHIBIT A (To be printed on Contractor's Letterhead) Date: CPN No.: Project Name: Mapsco Location: Limits of Construction: THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF PORT WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEDER! DAYS FROM THE ®AYE OF THIS NOTICE. IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFE T Y OR ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTRACTOR'S SUPERINTENDENT? AT <TELEPHONE NO> AM Mr. <CITY INSPECTORS AT < TELEPHONE NO> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01280 Revised December 20, 2012 0135 13 - 8 SPECIAL PROJECT PROCEDURES Page 8 of 8 EXHIBIT B FORTWORTH NOTICE E OF TEMPORARY WATER SERVICE DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND 1F'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 CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 014523-1 TESTING AND INSPECTION SERVICES Page I of 2 SECTION 0145 23 TESTING AND INSPECTION SERVICES PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Testing and inspection services procedures and coordination B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division I — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. a. Contractor is responsible for performing, coordinating, and payment of all Quality Control testing. b. City is responsible for performing and payment for first set of Quality Assurance testing. 1) If the first Quality Assurance test performed by the City fails, the Contractor is responsible for payment of subsequent Quality Assurance testing until a passing test occurs. a) Final acceptance will not be issued by City until all required payments for testing by Contractor have been paid in full. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Testing 1. Complete testing in accordance with the Contract Documents. 2. Coordination a. When testing is required to be performed by the City, notify City, sufficiently in advance, when testing is needed. b. When testing is required to be completed by the Contractor, notify City, sufficiently in advance, that testing will be performed. 3. Distribution of Testing Reports a. EIectronic Distribution 1) Confirm development of Project directory for electronic submittals to be uploaded to City's Buzzsaw site, or another external FTP site approved by the City. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01296 Revised July 1, 2011 01 45 23 - 2 TESTING AND INSPECTION SERVICES Page 2 of 2 2) Upload test reports to designated project directory and notify appropriate City representatives via email of submittal posting. 3) Hard Copies a) I copy for all submittals submitted to the Project Representative b. Hard Copy Distribution (if required in lieu of electronic distribution) 1) Tests performed by City a) Distribute I hard copy to the Contractor 2) Tests performed by the Contractor a) Distribute 3 hard copies to City's Project Representative 4. Provide City's Project Representative with trip tickets for each delivered load of Concrete or Lime material including the following information: a. Name of pit b. Date of delivery c. Material delivered B. Inspection 1. Inspection or lack of inspection does not relieve the Contractor from obligation to perform work in accordance with the Contract Documents. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised July 1, 2011 01 50 00 - 1 TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 SECTION 0150 00 TEMPORARY FACILITIES AND CONTROLS PARTI- GENERAL 1.1 SUMMARY A. Section Includes: Provide temporary facilities and controls needed for the Work including, but not necessarily limited to: a. Temporary utilities b. Sanitary facilities c. Storage Sheds and Buildings d. Dust control e. Temporary fencing of the construction site B. Deviations from this City of Fort Worth Standard Specification 1. CDM Smith modifications shown in blue text. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Temporary Utilities 1. Obtaining Temporary Service a. Make arrangements with utility service companies for temporary services. b. Abide by rules and regulations of utility service companies or authorities having jurisdiction. c. Be responsible for utility service costs until Work is approved for Final Acceptance. 1) Included are fuel, power, light, heat and other utility services necessary for execution, completion, testing and initial operation of Work. 2. Water a. Contractor to provide water required for and in connection with Work to be performed and for specified tests of piping, equipment, devices or other use as required for the completion of the Work. b. Provide and maintain adequate supply of potable water for domestic consumption by Contractor personnel and City's Project Representatives. c. Coordination 1) Contact City 1 week before water for construction is desired CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised July 1, 2011 015000-2 TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 d. Contractor Payment for Construction Water 1) Obtain construction water meter from City for payment as billed by City's established rates. 3. Electricity and Lighting a. Provide and pay for electric powered service as required for Work, including testing of Work. 1) Provide power for lighting, operation of equipment, or other use. b. Electric power service includes temporary power service or generator to maintain operations during scheduled shutdown. 4. Telephone a. Provide emergency telephone service at Site for use by Contractor personnel and others performing work or furnishing services at Site. 5. Temporary Heat and Ventilation a. Provide temporary heat as necessary for protection or completion of Work. b. Provide temporary heat and ventilation to assure safe working conditions. B. Sanitary Facilities 1. Provide and maintain sanitary facilities for persons on Site and for public use at Gateway Park when the 30-inch line servicing Gateway Park is plugged. a. Comply with regulations of State and local departments of health. 2. Enforce use of sanitary facilities by construction personnel at job site. a. Enclose and anchor sanitary facilities. b. No discharge will be allowed from these facilities. c. Collect and store sewage and waste so as not to cause nuisance or health problem. d. Haul sewage and waste off -site at no less than weekly intervals and properly dispose in accordance with applicable regulation. 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 4. Remove facilities at completion of Project C. Storage Sheds and Buildings 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor above ground level for materials and equipment susceptible to weather damage. 2. Storage of materials not susceptible to weather damage may be on blocks off ground. 3. Store materials in a neat and orderly manner. a. Place materials and equipment to permit easy access for identification, inspection and inventory. 4. Equip building with lockable doors and lighting, and provide electrical service for equipment space heaters and heating or ventilation as necessary to provide storage environments acceptable to specified manufacturers. 5. Fill and grade site for temporary structures to provide drainage away from temporary and existing buildings. 6. Remove building from site prior to Final Acceptance. D. Temporary Fencing 1. Provide and maintain for the duration or construction when required in contract documents CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCU1v1 FNTS City Project No, 01286 Revised July 1, 2011 015000-3 TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 E. Dust Control 1. Contractor is responsible for maintaining dust control through the duration of the project. a. Contractor remains on -call at all times b. Must respond in a timely manner F. Temporary Protection of Construction 1. Contractor or subcontractors are responsible for protecting Work from damage due to weather. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY INOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION INOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Temporary Facilities I . Maintain all temporary facilities for duration of construction activities as needed. 3.5 [REPAIR] / [RESTORATION] 3.6 RE -INSTALLATION 3.7 FIELD [OR] SITE QUALITY CONTROL INOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised July 1, 2011 01 50 00 - 4 TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES A. Temporary Facilities 1. Remove all temporary facilities and restore area after completion of the Work, to a condition equal to or better than prior to start of Work. 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] - 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 01286 Revised July 1, 2011 015526-1 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 1 of 2 SECTION 0155 26 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Administrative procedures for: a. Street Use Permit b. Modification of approved traffic control c. Removal of Street Signs B. Deviations from this City of Fort Worth Standard ,Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 34 71 13 — Traffic Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 1.4 ADMINISTRATIVE REQUIREMENTS A. Traffic Control 1. General a. When traffic control plans are included in the Drawings, provide Traffic Control in accordance with Drawings and Section 34 71 13. b. When traffic control plans are not included in the Drawings, prepare traffic control plans in accordance with Section 34 71 13 and submit to City for review. 1) Allow minimum 10 working days for review of proposed Traffic Control. B. Street Use Permit I . Prior to installation of Traffic Control, a City Street Use Permit is required. a. To obtain Street Use Permit, submit Traffic Control Plans to City Transportation and Public Works Department. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised July I, 2011 01 55 26 - 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 2 1) Allow a minimum of 5 working days for permit review. 2) Contractor's responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. C. Modification to Approved Traffic Control 1. Prior to installation traffic control: a. Submit revised traffic control plans to City Department Transportation and Public Works Department. 1) Revise Traffic Control plans in accordance with Section 34 71 13. 2) Allow minimum 5 working days for review of revised Traffic Control. 3) It is the Contractor's responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. D. Removal of Street Sign 1. If it is determined that a street sign must be removed for construction, then contact City Transportation and Public Works Department, Signs and Markings Division to remove the sign. E. Temporary Signage 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting requirements of the latest edition of the Texas Manual on Uniform Traffic Control Devices (MUTCD). 2. Install temporary sign before the removal of permanent sign. 3. When construction is complete, to the extent that the permanent sign can be reinstalled, contact the City Transportation and Public Works Department, Signs and Markings Division, to reinstall the permanent sign. F. Traffic Control Standards 1. Traffic Control Standards can be found on the City's Buzzsaw website. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION f NOT USED] END OF SECTION CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised duly 1, 2011 01 57 13 - 1 STORM WATER POLLUTION PREVENTION Page I of 3 SECTION 015713 STORM WATER POLLUTION PREVENTION PART1- GENERAL 1.1 SUMMARY A. Section Includes: I . Procedures for Storm Water Pollution Prevention Plans B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division. 0 Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 3125 00 — Erosion and Sediment Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Construction Activities resulting in less than 1 acre of disturbance a. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 2. Construction Activities resulting in greater than I acre of disturbance a. Measurement and Payment shall be in accordance with Section 3125 00. 1.3 REFERENCES A. Abbreviations and Acronyms 1. Notice of Intent: NOI 2. Notice of Termination: NOT 3. Storm Water Pollution Prevention Plan: SWPPP 4. Texas Commission on Environmental Quality: TCEQ 5. Notice of Change: NOC A. Reference Standards l . Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. Integrated Storm Management (iSWM) Technical Manual for Construction Controls 1.4 ADMINISTRATIVE REQUIREMENTS A. General 1. Contractor is responsible for resolution and payment of any fines issued associated with compliance to Stormwater Pollution Prevention Plan. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised July 1, 2011 01 57 13 - 2 STORM WATER POLLUTION PREVENTION Page 2 of 3 B. Construction Activities resulting in: 1. Less than 1 acre of disturbance a. Provide erosion and sediment control in accordance with Section 3125 00 and Drawings. 2. 1 to less than 5 acres of disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) TCEQ Small Construction Site Notice Required under general permit TXR150000 a) Sign and post at job site b) Prior to Preconstruction Meeting, send 1 copy to City Department of Transportation and Public Works, Environmental Division, (817) 392- 6088. 2) Provide erosion and sediment control in accordance with: a) Section 3125 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 5 acres or more of Disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee a) Sign and post at job site b) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088, 2) TCEQ Notice of Change required if making changes or updates to NOI 3) Provide erosion and sediment control in accordance with: a) Section 3125 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 4) Once the project has been completed and all the closeout requirements of TCEQ have been met a TCEQ Notice of Termination can be submitted. a) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 1.5 SUBMITTALS FAW ATJ J . Submit in accordance with Section 0133 00, except as stated herein. a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City as follows: 1) 1 copy to the City Project Manager a) City Project Manager will forward to the City Department of Transportation and Public Works, Envirommental Division for review CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised July 1, 2011 01 57 13 - 3 STORM WATER POLLUTION PREVENTION Page 3 of 3 B. Modified SWPPP 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City in accordance with Section 0133 00. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USEDI 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USEDI 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION CtI'Y OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabililation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised July 1, 2011 I SECTION 015813 TEMPORARY PROJECT SIGNAGE PARTI- GENERAL 1.1 SUMMARY 01 58 13 - 1 TEMPORARY PROJECT SIGNAGE Page 1 of 2 A. Section Includes: 1. Temporary Project Signage Requirements B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Fortes and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED) 1.11 FIELD [SITE] CONDITIONS [NOT USED] L 12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS A. Design Criteria 1. Provide free standing Project Designation Sign in accordance with City's Standard Details for project signs. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised July 1, 2011 0158 13 - 2 TEMPORARY PROJECT SIGNAGE Page 2 of 2 B. Materials 1. Sign 1. Constructed of %-inch fir plywood, grade A-C (exterior) or better 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Provide vertical installation at extents of project. 2. Relocate sign as needed, upon request of the City. B. Mounting options 1. Skids 2. Posts 3. Barricade 3.5 REPAIR 1 RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 312 PROTECTION [NOT USED] 3.13 MAINTENANCE A. General 1. Maintenance will include painting and repairs as needed or directed by the City. 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised July 1, 2011 4' 4' 41" 4 ORS WORTH 4„ _- = 3„ RIG FOSSIL CREEK PARALLEL RELIEF SANITARY SEWER M-402A, PHASE 1 & 3" HALTOM CITY METER STATION AND SEWER OUTFALL, PHASE 3 1, fexasftter� Developed Board, ! 3" 12" _ -Contractor: 22" _-Contractor' Name 1 12„ 1 _, '- Questions on this project Call: � 12 (81 i) 392 - XXXX 1„ 1" 12" After lours Call: (817) 392 - XXXX � 4 s� 22" R1" TYP. 1 " TYP. FONTS: FORT WORTH LOGO IN CHELTINGHAM BOLD ALL OTHER LETTERING IN ARIAL BOLD COLORS: FORT WORTH - PMS 288 - BLUE LONGHORN LOGO - PMS 725 - BROWN LETTERING - PMS 288 - BLUE BACKGROUND -WHITE BORDER - BLUE NOTES: IF APPLICABLE TO THE PROJECT, CONTRACTOR SHALL OBTAIN VINYL STICKER "CITY GAS LEASE REVENUE IN ACTION" 1 LOGO AT CDR SIGN AND ENGRAVING, 6311 EAST LANCASTER AVE (817-451.4684), PIEEL, AND PLACE IN FUNDING SECTION. PROJECT DESIGNATION SIGN CITY OF FORT WORTH - CONSTRUCTION STANDARD I DRAWING NO. 1 - H DATE: SECTION 0160 00 PRODUCT REQUIREMENTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 016000-1 PRODUCT REQUIREMENTS Page 1 of 2 1. References for Product Requirements and City Standard Products List B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. A list of City approved products for use is located on Buzzsaw as follows: 1. Resources102 - Construction DocumentslStandard Products List B. Only products specifically included on City's Standard Product List in these Contract Documents shall be allowed for use on the Project. 1. Any subsequently approved products will only be allowed for use upon specific approval by the City. C. Any specific product requirements in the Contract Documents supersede similar products included on the City's Standard Product List. 1. The City reserves the right to not allow products to be used for certain projects even though the product is listed on the City's Standard Product List. D. Although a specific product is included on City's Standard Product List, not all products from that manufacturer are approved for use, including but not limited to, that manufacturer's standard product. E. See Section 01 33 00 for submittal requirements of Product Data included on City's Standard Product List. LS SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] L$ MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cily Project No. 01286 Revised December 20, 2012 O16000-2 PRODUCT REQUIREMENTS Page 2 of 2 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 01286 Revised December 20, 2012 01 66 00 - 1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page I of 3 SECTION 0166 00 PRODUCT STORAGE AND HANDLING REQUIREMENTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: I. Scheduling of product delivery 2. Packaging of products for delivery 3. Protection of products against damage from: a. Handling b. Exposure to elements or harsh environments B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY AND HANDLING A. Delivery Requirements 1. Schedule delivery of products or equipment as required to allow timely installation and to avoid prolonged storage. 2. Provide appropriate personnel and equipment to receive deliveries. 3. Delivery trucks will not be permitted to wait extended periods of time on the Site for personnel or equipment to receive the delivery. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised July 1, 2011 01 6600-2 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 3 4. Deliver products or equipment in manufacturer's original unbroken cartons or other containers designed and constructed to protect the contents from physical or environmental damage. 5. Clearly and fully mark and identify as to manufacturer, item and installation location. 6. Provide manufacturer's instructions for storage and handling. B. Handling Requirements 1. Handle products or equipment in accordance with these Contract Documents and manufacturer's recommendations and instructions. C. Storage Requirements 1. Store materials in accordance with manufacturer's recommendations and requirements of these Specifications. 2. Make necessary provisions for safe storage of materials and equipment. a. Place loose soil materials and materials to be incorporated into Work to prevent damage to any part of Work or existing facilities and to maintain free access at all times to all parts of Work and to utility service company installations in vicinity of Work. 3. Keep materials and equipment neatly and compactly stored in locations that will cause minimum inconvenience to other contractors, public travel, adjoining owners, tenants and occupants. a. Arrange storage to provide easy access for inspection. 4. Restrict storage to areas available on construction site for storage of material and equipment as shown on Drawings, or approved by City's Project Representative. 5. Provide off -site storage and protection when on -site storage is not adequate. a. Provide addresses of and access to off -site storage locations for inspection by City's Project Representative. 6. Do not use lawns, grass plots or other private property for storage purposes without written permission of owner or other person in possession or control of premises. 7. Store in manufacturers' unopened containers. 8. Neatly, safely and compactly stack materials delivered and stored along line of Work to avoid inconvenience and damage to property owners and general public and maintain at least 3 feet from fire hydrant. 9. Keep public and private driveways and street crossings open. 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to satisfaction of City's Project Representative. a. Total length which materials may be distributed along route of construction at one time is 1,000 linear feet, unless otherwise approved in writing by City's Project Representative, CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised July 1, 2011 016600-3 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 3 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 ERECTION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USEDI 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL A. Tests and Inspections 1. Inspect all products or equipment delivered to the site prior to unloading. B. Non -Conforming Work 1. Reject all products or equipment that are damaged, used or in any other way unsatisfactory for use on the project. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION A. Protect all products or equipment in accordance with manufacturer's written directions. B. Store products or equipment in location to avoid physical damage to items while in storage. C. Protect equipment from exposure to elements and keep thoroughly dry if required by the manufacturer. 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTI4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 90-Inch (M-280) Sanitary Sewer Rehabilitation City Project No. 01286 01 70 00 - I MOBILIZATION AND REMOBILIZATION Page 1 of 4 SECTION 0170 00 MOBILIZATION AND REMOBILIZATION PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. MobiIization and Demobilization a. Mobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies to the Site 2) Establishment of necessary general facilities for the Contractor's operation at the Site 3) Premiums paid for performance and payment bonds 4) Transportation of Contractor's personnel, equipment, and operating supplies to another location within the designated Site 5) Relocation of necessary general facilities for the Contractor's operation from 1 location to another location on the Site. b. Demobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies away from the Site including disassembly 2) Site Clean-up 3) Removal of all buildings and/or other facilities assembled at the Site for this Contract c. Mobilization and Demobilization do not include activities for specific items of work that are for which payment is provided elsewhere in the contract. Remobilization a. Remobilization for Suspension of Work specifically required in the Contract Documents or as required by City includes: 1) Demobilization a) Transportation of Contractor's personnel, equipment, and operating supplies from the Site including disassembly or temporarily securing equipment, supplies, and other facilities as designated by the Contract Documents necessary to suspend the Work. b) Site Clean-up as designated in the Contract Documents 2) Remobilization a) Transportation of Contractor's personnel, equipment, and operating supplies to the Site necessary to resume the Work- b) Establishment of necessary general facilities for the Contractor's operation at the Site necessary to resume the Work. 3) No Payments will be made for: a) Mobilization and Demobilization from one location to another on the Site in the normal progress of performing the Work. b) Stand-by or idle time c) Lost profits 3. Mobilizations and Demobilization for Miscellaneous Projects a. Mobilization and Demobilization CITY OF FORT WORTH 90-inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 01286 Revised November 22, 2016 01 70 00 - 2 MOBILIZATION AND REMOBILIZATION Page 2 of 4 1) Mobilization shall consist of the activities and cost on a Work Order basis necessary for: a) Transportation of Contractor's personnel, equipment, and operating supplies to the Site for the issued Work Order. b) Establishment of necessary general facilities for the Contractor's operation at the Site for the issued Work Order 2) Demobilization shall consist of the activities and cost necessary for: a) Transportation of Contractor's personnel, equipment, and operating supplies from the Site including disassembly for each issued Work Order b) Site Clean-up for each issued Work Order c) Removal of all buildings or other facilities assembled at the Site for each Work Oder b. Mobilization and Demobilization do not include activities for specific items of work for which payment is provided elsewhere in the contract. 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects a. A Mobilization for Miscellaneous Projects when directed by the City and the mobilization occurs within 24 hours of the issuance of the Work Order. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 —Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Mobilization and Demobilization a. Measure 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. Remobilization for suspension of Work as specifically required in the Contract Documents a. Measurement 1) Measurement for this Item shall be per each remobilization performed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price per each "Specified Remobilization" in accordance with Contract Documents. c. The price shall include: 1) Demobilization as described in Section 1.1.A.2.a.1) 2) RemobiIization as described in Section 1.1.A.2.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 01286 Revised November 22, 2016 017000-3 MOBILIZATION AND REMOBILIZATION Page 3 of 4 3. Remobilization for suspension of Work as required by City a. Measurement and Payment 1) This shall be submitted as a Contract Claim in accordance with Article 10 of Section 00 72 00. 2) No payments will be made for standby, idle time, or lost profits associated with this Item. 4. Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price per each "Work Order Mobilization" in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include: 1) Mobilization as described in Section LLA.3.a.1) 2) Demobilization as described in Section L LA.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price per each "Work Order Emergency Mobilization" in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include 1) Mobilization as described in Section 1.1.AA.a) 2) Demobilization as described in Section 1.I.A.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised November 22, 2016 017000-4 MOBILIZATION AND REMOBILIZATION Page 4 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rebabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised November 22, 2016 017123-1 CONSTRUCTION STAKING AND SURVEY Page 1 of 7 SECTION 017123 CONSTRUCTION STAKING AND SURVEY PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Requirements for construction staking and construction survey B. Deviations from this City of Fort Worth Standard Specification 1. None. C. ReIated Specification Sections include, but are not necessarily limited to: Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment Construction Staking a. Measurement 1) Measurement for this Item shall be by lump sum. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the lump sum price bid for "Construction Staking" 2) Payment for "Construction Staking" shall be made in partial payments prorated by work completed compared to total work included in the lump sum item. c. The price bid shall include, but not be limited to the following: 1) Verification of control data provided by City. 2) Placement, maintenance and replacement of required stakes and markings in the field. 3) Preparation and submittal of construction staking documentation in the form of "cut sheets" using the City's standard template. 2. Construction Survey a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. As -Built Survey a. Measurement 1) Measurement for this Item shall be by Iump sum. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the lump sum price bid for "As -Built Survey". CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised February 14, 2018 017123-2 CONSTRUCTION STAKING AND SURVEY Page 2 of 7 2) Payment for "Construction Staking" shall be made in partial payments prorated by work completed compared to total work included in the lump sum item. c. The price bid shall include, but not be limited to the following:: 1) Field measurements and survey shots to identify location of completed facilities. 2) Documentation and submittal of as -built survey data onto contractor redline plans and digital survey files. 1.3 REFERENCES A. Definitions I. Construction Survey - The survey measurements made prior to or while construction is in progress to control elevation, horizontal position, dimensions and configuration of structures/improvements included in the Project Drawings. 2. As -built Survey —The measurements made after the construction of the improvement features are complete to provide position coordinates for the features of a project. 3. Construction Staking — The placement of stakes and markings to provide offsets and elevations to cut and fill in order to locate on the ground the designed structures/improvements included in the Project Drawings. Construction staking shall include staking easements and/or right of way if indicated on the plans. 4. Survey "Field Checks" — Measurements made after construction staking is completed and before construction work begins to ensure that structures marked on the ground are accurately located per Project Drawings. B. Technical References 1. City of Fort Worth — Construction Staking Standards (available on City's Buzzsaw website) — 01 71 23.16.01 Attachment A_Survey Staking Standards 2. City of Fort Worth - Standard Survey Data Collector Library (fxl) files (available on City's Buzzsaw website). 3. Texas Department of Transportation (TxDOT) Survey Manual, latest revision 4. Texas Society of Professional Land Surveyors (TSPS), Manual of Practice for Land Surveying in the State of Texas, Category 5 1.4 ADMINISTRATIVE REQUIREMENTS A. The Contractor's selection of a surveyor must comply with Texas Government Code 2254 (qualifications based selection) for this project. 1.5 SUBMITTALS A. Submittals, if required, shall be in accordance with Section 01 33 00. B. All submittals shall be received and reviewed by the City prior to delivery of work. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Field Quality Control Submittals CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised February 14, 2018 017123-3 CONSTRUCTION STAKING AND SURVEY Page 3 of 7 1. Documentation verifying accuracy of field engineering work, including coordinate conversions if plans do not indicate grid or ground coordinates. 2. Submit "Cut -Sheets" conforming to the standard template provided by the City (refer to 01 71 23.16.01 — Attachment A -- Survey Staking Standards). 1.7 CLOSEOUT SUBMITTALS B. As -built Redl4w Drawing Submittal 1. Submit As -Built Survey Redline Drawings documenting the locations/elevations of constructed improvements signed and sealed by Registered Professional Land Surveyor (RPLS) responsible for the work (refer to 01 71 23.16.01— Attachment A — Survey Staking Standards) . 2. Contractor shall submit the proposed as -built and completed redline drawing submittal one (1) week prior to scheduling the project final inspection for City review and comment. Revisions, if necessary, shall be made to the as -built redline drawings and resubmitted to the City prior to scheduling the construction final inspection. 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Construction Staking 1. Construction staking will be performed by the Contractor. 2. Coordination a. Contact City's Project Representative at least one week in advance notifying the City of when Construction Staking is scheduled. b. It is the Contractor's responsibility to coordinate staking such that construction activities are not delayed or negatively impacted. 3. General a. Contractor is responsible for preserving and maintaining stakes. If City surveyors are required to re -stake for any reason, the Contractor will be responsible for costs to perform staking. If in the opinion of the City, a sufficient number of stakes or markings have been lost, destroyed disturbed or omitted that the contracted Work cannot take place then the Contractor will be required to stake or re -stake the deficient areas. B. Construction Survey 1. Construction Survey will be performed by the Contractor. 2. Coordination a. Contractor to verify that horizontal and vertical control data established in the design survey and required for construction survey is available and in place. 3. General a. Construction survey will be performed in order to construct the work shown on the Construction Drawings and specified in the Contract Documents. b. For construction methods other than open cut, the Contractor shall perform construction survey and verify control data including, but not limited to, the following: 1) Verification that established benchmarks and control are accurate. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01296 Revised February I4, 2018 017123-4 CONSTRUCTION STAKING AND SURVEY Page 4 of 7 2) Use of Benchmarks to furnish and maintain all reference lines and grades for tunneling. 3) Use of line and grades to establish the location of the pipe. 4) Submit to the City copies of field notesused to establish all lines and grades, if requested, and allow the City to check guidance system setup prior to beginning each tunneling drive. 5) Provide access for the City, if requested, to verify the guidance system and the line and grade of the carrier pipe. 6) The Contractor remains fully responsible for the accuracy of the work and correction of it, as required. 7) Monitor line and grade continuously during construction. 8) Record deviation with respect to design line and grade once at each pipe joint and submit daily records to the City. 9) If the installation does not meet the specified tolerances (as outlined in Sections 33 05 23 and/or 33 05 24), immediately notify the City and correct the installation in accordance with the Contract Documents. C. As -Built Survey 1. Required As -Built Survey will be performed by the Contractor. 2. Coordination a. Contractor is to coordinate with City to confirm which features require as -built surveying. b. It is the Contractor's responsibility to coordinate the as -built survey and required measurements for items that are to be buried such that construction activities are not delayed or negatively impacted. c. For sewer mains and water mains 12" and under in diameter, it is acceptable to physically measure depth and mark the location during the progress of construction and take as -built survey after the facility has been buried. The Contractor is responsible for the quality control needed to ensure accuracy. 3. General a. The Contractor shall provide as -built survey including the elevation and location (and provide written documentation to the City) of construction features during the progress of the construction including the following: 1) Water Lines a) Top of pipe elevations and coordinates for waterlines at the following locations: (1) Minimum every 250 linear feet, including (2) Horizontal and vertical points of inflection, curvature, etc. (3) Fire line tee (4) Plugs, stub -outs, dead-end lines (5) Casing pipe (each end) and all buried fittings 2) Sanitary Sewer a) Top of pipe elevations and coordinates for force mains and siphon sanitary sewer lines (non -gravity facilities) at the following locations: (1) Minimum every 250 linear feet and any buried fittings (2) Horizontal and vertical points of inflection, curvature, etc. 3) Stormwater — Not Applicable b. The Contractor shall provide as -built survey including the elevation and location (and provide written documentation to the City) of construction features after the construction is completed including the following: CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 01286 Revised February 14, 2018 017123-5 CONSTRUCTION STAKING AND SURVEY Page 5 of 7 1) Manholes a) Rim and flowline elevations and coordinates for each manhole 2) Water Lines a) Cathodic protection test stations b) Sampling stations c) Meter boxes/vaults (All sizes) d) Fire hydrants e) Valves (gate, butterfly, etc.) f) Air Release valves (Manhole rim and vent pipe) g) Blow off valves (Manhole rim and valve lid) h) Pressure plane valves i) Underground Vaults (1) Rim and flowline elevations and coordinates for each Underground Vault. 3) Sanitary Sewer a) Cleanouts (1) Rim and flowline elevations and coordinates for each b) Manholes and Junction Structures (1) Rim and flowline elevations and coordinates for each manhole and junction structure. 4) Stormwater --- Not Applicable 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY PART 2- PRODUCTS A. A construction survey will produce, but will not be limited to: 1. Recovery of relevant control points, points of curvature and points of intersection. 2. Establish temporary horizontal and vertical control elevations (benchmarks) sufficiently permanent and located in a manner to be used throughout construction. 3. The location of planned facilities, easements and improvements. a. Establishing final line and grade stakes for piers, floors, grade beams, parking areas, utilities, streets, highways, tunnels, and other construction. b. A record of revisions or corrections noted in an orderly manner for reference. c. A drawing, when required by the client, indicating the horizontal and vertical location of facilities, easements and improvements, as built. 4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all construction staking projects. These cut sheets shall be on the standard city template which can be obtained from the Survey Superintendent (S 17-392-7925). 5. Digital survey files in the following formats shall be acceptable: a. AutoCAD (.dwg) b. ESRI Shapefile (.shp) C. CSV file (.csv), formatted with X and Y coordinates in separate columns (use standard templates, if available) CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised February 14, 2018 017123-6 CONSTRUCTION STAKING AND SURVEY Page 6 of 7 6. Survey files shall include vertical and horizontal data tied to original project control and benchmarks, and shall include feature descriptions PART 3 - EXECUTION 3.1 INSTALLERS A. Tolerances: The staked location of any improvement or facility should be as accurate as practical and necessary. The degree of precision required is dependent on many factors all of which must remain judgmental. The tolerances listed hereafter are based on generalities and, under certain circumstances, shall yield to specific requirements. The surveyor shall assess any situation by review of the overall plans and through consultation with responsible parties as to the need for specific tolerances. a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft. vertical tolerance. Horizontal alignment for earthwork and rough cut should not exceed 1.0 ft. tolerance. b. Horizontal alignment on a structure shall be within .0. lft tolerance. c. Paving or concrete for streets, curbs, gutters, parking areas, drives, alleys and walkways shall be located within the confines of the site boundaries and, occasionally, along a boundary or any other restrictive line. Away from any restrictive line, these facilities should be staked with an accuracy producing no more than 0.05ft. tolerance from their specified locations. d. Underground and overhead utilities, such as sewers, gas, water, telephone and electric lines, shall be located horizontally within their prescribed areas or easements. Within assigned areas, these utilities should be staked with an accuracy producing no more than 0.1 ft tolerance from a specified location. e. The accuracy required for the vertical location of utilities varies widely. Many underground utilities require only a minimum cover and a tolerance of 0.1 ft. should be maintained. Underground and overhead utilities on planned profile, but not depending on gravity flow for performance, should not exceed 0.1 ft. tolerance. B. Surveying instruments shall be kept in close adjustment according to manufacturer's specifications or in compliance to standards. The City reserves the right to request a calibration report at any time and recommends regular maintenance schedule be performed by a certified technician every 6 months. 1. Field measurements of angles and distances shall be done in such fashion as to satisfy the closures and tolerances expressed in Part 3. I .A. 2. Vertical locations shall be established from a pre -established benchmark and checked by closing to a different bench mark on the same datum. 3. Construction survey field work shall correspond to the client's plans. Irregularities or conflicts found shall be reported promptly to the City. 4. Revisions, corrections and other pertinent data shall be logged for future reference. 3.2 EXAMINATION [NOT USED] CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised February 14, 2019 017123-7 CONSTRUCTION STAKING AND SURVEY Page 7 of 7 3.3 PREPARATION [NOT USED] 3.4 APPLICATION 3.5 REPAIR / RESTORATION A. If the Contractor's work damages or destroys one or more of the control monuments/points set by the City, the monuments shall be adequately referenced for expedient restoration. 1. Notify City if any control data needs to be restored or replaced due to damage caused during construction operations. a. Contractor shall perform replacements and/or restorations. b. The City may require at any time a survey "Field Check" of any monument or benchmarks that are set be verified by the City surveyors before further associated work can move forward. 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL A. It is the Contractor's responsibility to maintain all stakes and control data placed by the City in accordance with this Specification. This includes easements and right of way, if noted on the plans. B. Do not change or relocate stakes or control data without approval from the City. 3.8 SYSTEM STARTUP A. Survey Checks 1. The City reserves the right to perform a Survey Check at any time deemed necessary. 2. Checks by City personnel or 3rd party contracted surveyor are not intended to relieve the contractor of his/her responsibility for accuracy. 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01296 Revised February 14, 2018 FORT WORTH Section 01 71 23.01- Attachment A Survey Staking Standards February 2017 M:\Amy Robinson Specs\017123.16.01_Attachment A_Survey Staking Standards.docx Page 1 of 22 These procedures are intended to provide a standard method for construction staking services associated with the City of Fort Worth projects. These are not to be considered all inclusive, but only as a general guideline. For projects on TXDOT right-of-way or through joint TXDOT participation, adherence to the TXDOT Survey Manual shall be followed and if a discrepancy arises, the TXDOT manual shall prevail. (http.1/onlinemanuals.txdot.gov txdotmanuals ess ess. dfj If you have a unique circumstance, please consult with the project manager, inspector, or survey department at 817-392-7925. Table of Contents I. City of Fort Worth Contact Information H. Construction Colors III. Standard Staking Supplies IV. Survey Equipment, Control, and Datum Standards V. Water Staking VI. Sanitary Sewer Staking VII. Storm Staking Vill. Curb and Gutter Staking IX. Cut Sheets X. As -built Survey M:\Amy Robinson Specs\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 2 of 22 I. Survey Department Contact Information Physical and mailing address: 8851 Camp Bowie West Boulevard Suite 300 Fort Worth, Texas 76116 Office: (817) 392-7925 Survey Superintendent, direct line: (817) 392-8971 II. Construction Colors The following colors shall be used for staking or identifying features in the field. This includes flagging, paint of laths/stakes, paint of hubs, and any identification such as pin flags if necessary. Utility Color PROPOSED EXCAVATION WHEiji ALL ELECTRIC AND CONDUITS POTABLE WATER GAS OR OIL YELLOW TELEPHONE/FIBER OPTIC ORANGE SURVEY CONTROL POINTS, BENCHMARKS, PROPERTY CORNERS, RIGHT-OF-WAYS, AND ALL PAVING INCLUDING CURB, SIDEWALK, BUILDING CORNERS PINK SANITARY SEWER • ■ IRRIGATION AND RECLAIMED WATER Ill. Standard Staking Supplies Item Minimum size Lath/Stake 36" tall Wooden Hub (2"x2" min. square preferred) 6" tall Pin Flags (2.5" x 3.5" preferred) 21" long Guard Stakes Not required PK or Mag nails 1" long Iron Rods (1/2" or greater diameter) 18" long Survey Marking Paint Water -based Flagging 1" wide Marking Whiskers (feathers) 6" long Tacks (for marking hubs) 3/4" long M:\Amy Robinson Specs\017123.16.01 Attachment A_Survey Staking Standards.docx Page 3 of 22 IV. Survey Equipment, Control, and Datum Standards A. City Benchmarks All city benchmarks can be found here: http://fortworthtexas.gov/itsolutions/`GISI Look for'Zoning Maps'. Under'Layers' , expand 'Basemap Layers', and check on 'Benchmarks'. B. Conventional or Robotic Total Station Equipment I. A minimum of a 10 arc -second instrument is required. II. A copy of the latest calibration report may be requested by the City at any time. It is recommended that an instrument be calibrated by certified technician at least 1 occurrence every 6 months. C. Network/V.R.S. and static GPS Equipment It is critical that the surveyor verify the correct horizontal and vertical datum prior commencing work. A site calibration may be required and shall consist of at least 4 control points spaced evenly apart and in varying quadrants. Additional field checks of the horizontal and vertical accuracies shall be completed and the City may ask for a copy of the calibration report at any time. Network GPS such as the Western Data Systems or SmartNet systems may be used for staking of property/R.O.W, forced -main water lines, and rough -grade only. No GPS staking for concrete, sanitary sewer, storm drain, final grade, or anything that needs vertical grading with a tolerance of 0.25' or less is allowed. D. Control Points Set All control points set shall be accompanied by a lath with the appropriate Northing, Easting, and Elevation (if applicable) of the point set. Control points can be set rebar, 'X' in concrete, or any other appropriate item with a stable base and of a semi -permanent nature. A rebar cap is optional, but preferred if the cap is marked 'control point' or similar wording. II. Datasheets are required for all control points set. Datasheet should include: A. Horizontal and Vertical Datum used, Example: N.A.D.83, North Central Zone 4202, NAVD 88 Elevations B. Grid or ground distance. — If ground, provide scale factor used and base point coordinate, Example: C.S.F.=0.999125, Base point=North: 0, East=O C. Geoid model used, Example: GEOID12A M:\Amy Robinson Specs\017123.16.01_Attachment A_Survey Staking Standards.docx Page 4 of 22 E. Preferred Grid Datum Although many plan sets can be in surface coordinates, the City's preferred grid datum is listed below. Careful consideration must be taken to verify what datum each project is in prior to beginning work. It is essential the surveyor be familiar with coordinate transformations and how a grid/surface/assumed coordinate system affect a project. Projected Coordinate System: NAD_1983_StatePlane Texas_North_Central_FIPS_4202_Feet Projection: Lambert_ Conformal —Conic Fa Ise_Easti ng: 1968500.00000000 False —Northing: 6561666.66666667 Central Meridian:-98.50000000 Standard—Parallel-1: 32.13333333 Standard Parallel 2: 33.96666667 Latitude —Of —origin: 31.66666667 Linear Unit: Foot US Geographic Coordinate System: GCS_ North_American_1983 Datum: D North American 1983 Prime Meridian: Greenwich Angular Unit: Degree Note: Regardless of what datum each particular project is in, deliverables to the City must be converted/translated into this preferred grid datum. 1 copy of the deliverable should be in the project datum (whatever it may be) and 1 copy should be in the NAD83, TX North Central 4202 zone. See Preferred File Naming Convention below F. Preferred Deliverable Format txt .csv dwg .job G. Preferred Data Format P,N,E,Z,D,N Point Number, Northing, Easting, Elevation, Description, Notes (if applicable) H. Preferred File Naming Convention This is the preferred format: City Project Number_Description_Datum.csv Example for a project that has surface coordinates which must be translated: File 1: C1234_As-built of Water on Main Street Grid NAD83 TXSP 4202.csv File 2: C1234_As-built of Water on Main Street —Project Specific Datum.csv M:\Amy Robinson Specs\017123.16.01_Attacrlment A_Survey Staking Standards.docx Page 5 of 22 w m D Z 1015 CP #1 Example Control Stales V n/ a J [17 � O W J D > Q W J o w EL. = 100, 00' w 0 V Uo < � _ ~ z cn (n LLJ _ 0 Ui J < = (� W L j J m D O < O m } � O N= 5000.00 E=5000M r M:\Amy Robinson Specs\Q17123.16.D1_Attachment A_Survey Staking Standards.docx Page 6 of 22 V. Water Staking Standards A. Centerline Staking — Straight Line Tangents I. Offset lath/stakes every 200' on even stations II. Painted blue lath/stake only, no hub is required III. Grade is to top of pipe (T/P) for 12" diameter pipes or smaller IV. Grade to flow line (F/L) for 16" and larger diameter pipes V. Grade should be 3.50' below the proposed top of curb line for 10" and smaller diameter pipes Vl. Grade should be 4.00' below the proposed top of curb line for 12" and larger diameter pipes VII. Cut Sheets are required on all staking and a copy can be received from the survey superintendent Optional. Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking - Curves I. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval II. Same grading guidelines as above Ill. Staking of radius points of greater than 100' may be omitted C. Water Meter Boxes I. 7.0' perpendicular offset is preferred to the center of the box II. Center of the meter should be 3.0' behind the proposed face of curb Ill. Meter should be staked a minimum of 4.5' away from the edge of a driveway IV. Grade is to top of box and should be +0.06' higher than the proposed top of curb unless shown otherwise on the plans D. Fire Hydrants 1. Center of Hydrant should be 3.0' behind proposed face of curb II. Survey offset stake should be 7.0' from the center and perpendicular to the curb line or water main Ill. Grade of hydrants should be +0.30 higher than the adjacent top of curb E. Water Valves & Vaults I. Offsets should be perpendicular to the proposed water main II. RIM grades should only be provided if on plans M:\Amy Robinson Specs\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 7 of 22 fO/Sf L fps{% /\ s Example Water Stakes \ \ z[ � ]] � §§ $ ) \ z \ / o \ �� F: z \§ /} 2 §k 2 e m ¢)§ 2§0� 3 ilk a \2f$ � § f�} § �z M:\Amy Robinson Spec 7123.16]1 Attachment A Survey Staking aanASsdox Page a@z VI. Sanitary Sewer Stakin A. Centerline Staking — Straight tine Tangents I. Inverts shall be field verified and compared against the plans before staking II. Painted green lath/stake WITH hub and tack or marker dot, no flagging required III. 1 offset stake between manholes if manholes are 400' or less apart IV. Offset stakes should be located at even distances and perpendicular to the centerline V. Grades will be per plan and the date of the plans used should be noted VI. If multiple lines are at one manhole, each line shall have a cut/fill and direction noted VII. Stakes at every grade break Vill. Cut sheets are required on all staking Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking — Curves I. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval II. Staking of radius points of greater than 100' may be omitted C. Sanitary Sewer Manholes I. 2 offset stakes per manhole for the purpose of providing alignment to the contractor II. Flowline grade should be on the lath/stake for each flowline and direction noted Ill. RIM grade should only be on the stake when provided in the plans M:\Amy Robinson Specs\017123.16.01_Attachment A_Survey Staking Standards.docx Page 9 of 22 9 0 Example Sanitary Sewer Stakes W 2 � = !s LL- 7' Of5 �k SS sra=s+ay°° � C-s11j<- c-a �z W a Q YI V) M [r � Ar00 12 O/S SS :M� STA 3+7109 -sn C-3DELI�= c� w w z Z Z� ( 7' O/S SSw r LL_ elm LJ it LLJ — F- 2 LL Q Eta CS a � W C7 Ir C7 L7 1� �w L� C7 O Z O v25 a W W LL F 0 o W az H �a 12' OfS SS STA-040b i�� w I- to ffl. W 4Y J m �CWL{�9 lfJ CO &0 $$ Wx C} �i VeE! �y F lFy� S W M:\Amy Robinson Specs\017123.16.01_Attachment A_Survey Staking Standards.docx Page 10 of 22 m'w f W� W4 S.wW FpTT23 Sri [WS �z VII. Storm Sew. er & Inlet Sfitaltine A. Centerline Staking — Straight line Tangents I. 1 offset stake every 200' on even stations II. Grades are to flowline of pipe unless otherwise shown on plans III. Stakes at every grade break IV. Cut sheets are required on all staking Optional. Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking — Curves I. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval II. Staking of radius points of greater than 100' may be omitted C. Storm Drain Inlets I. Staking distances should be measured from end of wing II. Standard 10' Inlet= 16.00'total length Ill. Recessed 10' Inlet = 20.00' total length IV. Standard double 10' inlet = 26.67'total length V. Recessed double 10' inlet = 30.67' total length D. Storm Drain Manholes I. 2 offset stakes per manhole for the purpose of providing alignment to the contractor ll. Flowline grade should be on the lath/stake for each flowline and direction noted III. RIM grade should only be on the stake when provided in the plans M:\Amy Robinson Specs\017123.16.01_Attachment A_Survey Staking Standards.docx Page 11 of 22 Example_ Stomi Inlet Stakes FRONT (SIDE FACING ) FRONT (SIDE FACING Q a�UIRELJ NO FLAC Cl[;G RE° IN LIEiLI OF PIN,,, PAINTED LA7b m m j BACK z BACK i R (9EIE FACIM R.W.) 5 { EIE FPMNG R.Q9Y"f IDENTIFIES WHICH Parr # END OF THE WINO POINT p , BEING STAKED I HU9 ELEYAi1R1 � V, INLET STATION HU9 F1EUAT4N ! ! f (IF' NOTED ON PLANS) E IDENTIFES GRADE To TGP OF CURB T/Ci * -TI IDENTIFIES GRADE TO FLDMJNE i i DISTANCES FOR INLETS STANDARD 10' a 18' RECESSED W ® 2d STANDARD DQUEILE 143' - ZGX-f NUB WTH TACK - - - RECESSED ELM- lBLE 1 D" � 3LPZ - - - -------- I - - - - - - - - I I MUC OF INLET v �I C3I bI fiARH�C�E o rl I BACK dF CURB ---------- :wlNc :� t:::; k.,. + FLOMINE FACE OF INLET FACE OF�INLET T -EDW (IF PAVEMENT EDGE OF PAVBAENT OF PAWMENT M:\Amy Robinson Specs\017123.16.01 Attachment A_Survey Staking Standards.docx Page 12 of 22 IDENTIFIES M"IICH END OF THE YANG BEING STAKED K OF CURB FLDMJNE - - - EDGE OF PAVEMENT - VIII. Curb and Gutter Stakin A. Centerline Staking —Straight Line Tangents V. 1 offset stake every 50' on even stations VI. Grades are to top of curb unless otherwise shown on plans VII. Stakes at every grade break Vlll. Cut sheets are required on all staking Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking — Curves III. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval IV. Staking of radius points of greater than 100' may be omitted Example Curb & Gutter Stakes FRONT (SIDE FACING q ) I� a FRONT IDENnREs ao FRONT(SIDE EACIRO � CENT a FRONT (SIDE FACING pCN7CF CURVSIART ATURE PC (qDE FACING } . 4 P 4 9G m BACK p S PT BACK � H}k I'M3 OFFSET IS TO y o r [ (SIDE FACING R.OX) �' .R BACK OF CUNB OR F/C T y I c u I FCR FACE OF CUFM O a - POINTS ! Q r III I BfC TM m i IM'nFlES €RAGE IS I I n Tf� � 74 roP OF cuRe I HUB ELEVATION M sR�wE ON p I + RhPIUS PUNTS J 4�- TOP OF GUREt -A �. BACK OF CURB C,� FACE OF CURB I ---L FLOW-INE EOC4E OF PAVEMENT M.\Amy Robinson Specs\01 71 23.16.01_Attachment A —Survey Staking Standards.docx Page 13 of 22 Example Curb & GutterStAes at Iniersection � � 22§ § n / M. < J,&x� ¢&o � �j p22L_b � �ak � �Ef Z ( b � ¥£ 6Z ƒ k� _ » ) Ij ` `/ § __n».a�\ _o_ _a E§22 r § ()§$ § �»« amp MOYO ) y!33N nm ».a l3 »Q3t ~ -T � iL :■ � ƒ x Ui % LL § » a§ \ : 01 9: myREamSec#07123aEd-AttdmenlAk&eyakingStnAg&docx Page 1 w22 IX. Cut Sheets A. Date of field work B. Staking Method (GPS, total station) C. Project Name D. City Project Number (Example: C01234) E. Location (Address, cross streets, GPS coordinate) F. Survey company name G. Crew chief name H. A blank template can be obtained from the survey superintendent (see item I above) Standard City Cut Sheet Date: ❑ TOTAL Staking Method: ❑ GPS STATION LOCATION: CONSULTANTICONTRACTOR SURVEY CREW INITIALS City Project Number: Project Name: ❑ OTHER MLL UM MLJr-Q 1AMM I V i-LUVVL1Nr- UK I UP OF GUK5 UNLE55 OTHERWISE NOYED. PT # STATION OFFSET DESCRIPTION PROP. STAKED _ CUT + FILL -LTI+RT GRADE ELEV. M:\Amy Robinson Specs\017123.16.01_Attachment A_Survey Staking Standards.docx Page 15 of 22 �. As -built Survey A. Definition and Purpose The purpose of an as -built survey is to verify the asset was installed in the proper location and grade. Furthermore, the information gathered will be used to supplement the City's GIs data and must be in the proper format when submitted. See section IV. As -built survey should include the following (additional items may be requested): Manholes Top of pipe elevations every 250feet Horizontal and vertical points of inflection, curvature, etc. (All Fittings) Cathodic protection test stations Sampling stations Meter boxes/vaults (AII sizes) Fire lines Fire hydrants Gate valves (rim and top of nut) Plugs, stub -outs, dead-end lines Air Release valves (Manhole rim and vent pipe) Blow off valves (Manhole rim and valve lid) Pressure plane valves Cleaning wyes Clean outs Casing pipe (each end) Inverts of pipes Turbo Meters M:\Amy Robinson Specs\017123.16.01_Attachment A_Survey Staking Standards.docx Page 16 of 22 B. Example Deliverable A hand written red line by the field surveyor is acceptable in most cases. This should be a copy of the plans with the point number noted by each asset. If the asset is missing, then the surveyor should write "NOT FOUND" to notify the City. P;t:'f- 5 e - Lr—fL?fV?1 L! -MA F j! K.J Ij A; 4 ;IR fi Apffld ]flip) -r9rp M:\Amy Robinson Specs\01 7123.16.01 — Attachment A —Survey Staking Standards.docx Page 17 of 22 57 i,p - drix bud6wa My 4 ITAJIMAP - WIIL dream ap �Ar. Mrx gyA oF.srv,nak orl f+�m1 +Wrxrr +i/� M - 1 4 } aa'It wnt + � h r Gr1 ilr-,wV 1 A'NF$T1R1LL� 1r1R94 f� R� F�i'Atlp i#W �r wi! f ME VJKFY SnF .� } °� C.fi TI iy�•4crw..� ti P404UMLVW Y' OLK 6 j f1Y► ilJf � r+••+ I tw �;rrw► ems! �� i� 1 Saar new. � 4x-r rMQR % t NJ EIL^f 1 - - - err i' l ♦tea l� 4r��� MMUW At WA Set 511ca r NW.Nk + OL / Fr+ei Mug AUK }b�iRYtl4.iCiQ �;� ter,�eiq Ar Ir nr M&.waw err' ..� viral to rmr.irraly Alta e-r�a vu +0,09605ML a ..a.s... - - C-m c L I M.\Amy Robinson Specs\017123.16.01_Attachment A_Survey Staking Standards.docx Page 18 of 22 I g,i LEI M:\Amy Robinson Specs\Ol 7123.16.01 — Attachment A —Survey Staking Standards.docx Page 19 of 22 [N:\AmyRobinson Specs\017123.16.Dl—uttachmentA—SumuyStaking Standards-ducx Page %0of22 Obviously the .csv or .txt file cannot be signed/sealed by a surveyor in the format requested. This is just an example and all this information should be noted when delivered to the City so it is clear to what coordinate system the data is in. POINT NO. NORTHING FASTING EI.FV, 1 6946157.189 2296079.165 2 6946260.893 2296062.141 3 6946307.399 229&038.306 4 6946220,582 2296011.025 5 6946195,23 2296015.110 6 6916190.578 2796022,721 7 6946136.012 2295992,115 8 6946002.267 2295919.133 9 6946003.056 2295933.418 10 6945984.677 2295980-52 11 6945986.A13 2245859,S92 12 045,895.077 "95R60,962 13 6945896-591 2295862,158 14 6945934.286 2295841.925 15 6945936.727 2295030.441 16 r.945835.678 2295799.707 17 6945817,488 2295827.011 18 6945759.776 2295758.643 19 6945768.563 2295778A24 2.0 694S743,318 2295788.392 21 6945723.219 2295754,394 Z2 6945682.21 2295744.22 23 69456Z1.902 2295669.471 24 6945643,407 2295736.03 25 6945511,059 2295655.195 5G f;945539.498 22956E7.803 27 6945519.R34 2295619.49 28 6945417.879 229:,580.27 29 694S4SG.557 2295643 145 30 6945387.356 7295S97.101 31 6945370,688 2295606.793 32 6945383.5.4 2295610:559 33 6945321.228 2295S51,105 34 6949319.365 2T.95539.778 35 6945242.289 2295570.715 36 4945233.624 2295544.626 37 6945206.483 2295574.305 38 6945142.015 2795557.666 39 6945113.445 2295520.335 hQ 6q45049.02 2295527.345 41 045041.024 2).'15552.675 42 6945038.878 2295552.147 13 6945006 397 2295518.135 44 6944944 782 2795520.635 •15 6944943.432 2295556 479 46 6944860 416 229553-1.397 RESQUKION 726,09 SSMH RIM 05.668 GV RIM 726.85 GV RIM 723.358 SSMH RIM 722.123 GV AIM 722.325 FH 719.448 WM RIM 713.131 WM RIM 713.657 CU RIM 711.652 SSMH HIM 110,046 WM RIM 707.72 WM RIM 708.205 WM RIM 709.467 WM RIM 710.004 CO RIM 707.774 SSMH RIM 708.392 SSMH RIM 711,218 SSMH RIM 710.086 GV RIM 710.631 GV RIM 712.849 GV 0-M 716.686 WM RIM 723,76 WM RIM 719,737 CO RIM 727.514 SSMH IilM 724.123 WM RIM 732.689 WM RIM 740.521 WM RIM 736,451 CO RIM 740,756 GV RIM 740 976 GV RIM 740.408 I•H %46,34 WM RIM /46.777 CO RIM 748.454 WM RIM 149.59 55MH RIM 751,051. WM RIM 750.853 WM RIM 751.871 WM RIM 752,251 SSMH RIM 7S1.79 WM RIM 751.88 WM RIM 752.615 WM RIM 752.801 WM RIM 752 156 WM RIM 752.9r6 55MIi RIM r M:\Amy Robinson Specs\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 21 of 22 C. Other pre#re as -built deliverable Some vendor have indicated that ilm easier to deliver this infor information in a different format. Below is an example spreadsheet that is also acceptableandcanb obtained by request from the k qp superintendent. A4-- : I ' ■■ - � ! �i »- ■ & m k w � k \ k ) - — — - — — - — — — — — �- �� ■ i \ % § § k / f / § 2 / \ § { � ] . ' I �! - — - - & m �,■ ` ■ ■ � � � � « § ■ ! ; e e . � \ \ 7 2 .\' � \ 7 ) k ) § k \ k ) � J b , m = N: m Robinson5eGg171z aEOZ m@WmentASuwp Staking StanAesdox Paget &2 I SECTION 0174 23 CLEANING PART1- GENERAL 1.1 SUMMARY 017423-1 CLEANING Page 1 of 4 A. Section Includes: 1. Intermediate and final cleaning for Work not including special cleaning of closed systems specified elsewhere B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: I . Division 0 -- Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 -- General Requirements 3. Section 32 92 13 — Hydro -Mulching, Seeding and Sodding 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Scheduling 1. Schedule cleaning operations so that dust and other contaminants disturbed by cleaning process will not fall on newly painted surfaces. 2. Schedule final cleaning upon completion of Work and immediately prior to final inspection. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Store cleaning products and cleaning wastes in containers specifically designed for those materials. CITY Of FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised July 1, 2011 017423-2 CLEANING Page 2 of 4 111 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS 2.1 OWNER -FURNISHED loR] OWNER-SUPPLIEDPRODUCTS {NOT USED] 2.2 MATERIALS A. Cleaning Agents 1. Compatible with surface being cleaned 2. New and uncontaminated 3. For manufactured surfaces a. Material recommended by manufacturer 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. General I. Prevent accumulation of wastes that create hazardous conditions. 2. Conduct cleaning and disposal operations to comply with laws and safety orders of governing authorities. 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in storm or sanitary drains or sewers. 4. Dispose of degradable debris at an approved solid waste disposal site. 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an alternate manner approved by City and regulatory agencies. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 01286 Revised July 1, 2011 Ol 74 23 - 3 CLEANING Page 3 of 4 6. Handle materials in a controlled manner with as few handlings as possible. 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with this project. 8. Remove all signs of temporary construction and activities incidental to construction of required permanent Work. 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to have the cleaning completed at the expense of the Contractor. 10. Do not burn on -site. B. Intermediate Cleaning during Construction 1. Keep Work areas clean so as not to hinder health, safety or convenience of personnel in existing facility operations. 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 3. Confine construction debris daily in strategically located container(s): a. Cover to prevent blowing by wind b. Store debris away from construction or operational activities c. Haul from site at a minimum of once per week 4. Vacuum clean interior areas when ready to receive finish painting. a. Continue vacuum cleaning on an as -needed basis, until Final Acceptance. 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which may become airborne or transported by flowing water during the storm. C. Interior Final Cleaning 1. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels and other foreign materials from sight -exposed surfaces. 2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean. 3. Wash and shine glazing and mirrors. 4. Polish glossy surfaces to a clear shine. 5. Ventilating systems a. Clean permanent filters and replace disposable filters if units were operated during construction. b. Clean ducts, blowers and coils if units were operated without filters during construction. 6. Replace all burned out lamps. 7. Broom clean process area floors. 8. Mop office and control room floors. D. Exterior (Site or Right of Way) Final Cleaning 1. Remove trash and debris containers from site. a. Re -seed areas disturbed by location of trash and debris containers in accordance with Section 32 92 13, 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object that may hinder or disrupt the flow of traffic along the roadway. 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, junction boxes and inlets. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised July 1, 2011 01 74 23 - 4 CLEANING Page 4 of 4 4. If no longer required for maintenance of erosion facilities, and upon approval by City, remove erosion control from site. S. Clean signs, lights, signals, etc. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised July 1, 2011 I 017719-1 CLOSEOUT REQUIREMENTS Page I of 3 SECTION 01 7719 CLOSEOUT REQUIREMENTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. The procedure for closing out a contract B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division I — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Guarantees, Bonds and Affidavits 1. No application for final payment will be accepted until all guarantees, bonds, certificates, licenses and affidavits required for Work or equipment as specified are satisfactorily fled with the City. B. Release of Liens or Claims 1. No application for final payment will be accepted until satisfactory evidence of release of liens has been submitted to the City. 1.5 SUBMITTALS A. Submit all required documentation to City's Project Representative. 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] PART 2 - PRODUCTS [NOT USED] 2.1 INFORMATIONAL SUBMITTALS [NOT USED] 2.2 CLOSEOUT SUBMITTALS [NOT USED] CITY OF FORT WORTH 90-Inch (M-290) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised July 1, 2011 01 77 19 - 2 CLOSEOUT REQUIREMENTS Page 2 of 3 PART 3 - PRODUCTS [NOT USED] PART 4 - EXECUTION 4.1 INSTALLERS [NOT USED] 4.2 EXAMINATION [NOT USED] 4.3 PREPARATION [NOT USED] 4.4 CLOSEOUT PROCEDURE A. Prior to requesting Final Inspection, submit: 1. Project Record Documents in accordance with Section 0178 39 2. Operation and Maintenance Data, if required, in accordance with Section 01 78 23 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 01 74 23. C. Final Inspection 1. After final cleaning, provide notice to the City Project Representative that the Work is completed. a. The City will make an initial Final Inspection with the Contractor present. b. Upon completion of this inspection, the City will notify the Contractor, in writing within 10 business days, of any particulars in which this inspection reveals that the Work is defective or incomplete. 2. Upon receiving written notice from the City, immediately undertake the Work required to remedy deficiencies and complete the Work to the satisfaction of the City. 3. Upon completion of Work associated with the items listed in the City's written notice, inform the City, that the required Work has been completed. Upon receipt of this notice, the City, in the presence of the Contractor, will make a subsequent Final Inspection of the project. 4. Provide all special accessories required to place each item of equipment in full operation. These special accessory items include, but are not limited to: a. Specified spare parts b. Adequate oil and grease as required for the first lubrication of the equipment c. Initial fill up of all chemical tanks and fuel tanks d. Light bulbs e. Fuses f. Vault keys g. Handwheels h. Other expendable items as required for initial start-up and operation of all equipment D. Notice of Project Completion 1. Once the City Project Representative finds the Work subsequent to Final Inspection to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 01286 Revised July 1, 2011 a17719-3 CLOSEOUT REQUIREMENTS Page 3 of 3 E. Supporting Documentation 1. Coordinate with the City Project Representative to complete the following additional forms: a. Final Payment Request b. Statement of Contract Time c. Affidavit of Payment and Release of Liens d. Consent of Surety to Final Payment e. Pipe Report (if required) f. Contractor's Evaluation of City g. Performance Evaluation of Contractor F. Letter of Final Acceptance 1. Upon review and acceptance of Notice of Project Completion and Supporting Documentation, in accordance with General Conditions, City will issue Letter of Final Acceptance and release the Final Payment Request for payment. 4.5 REPAIR / RESTORATION [NOT USED] 4.6 RE -INSTALLATION [NOT USED] 4.7 FIELD 1oR] SITE QUALITY CONTROL [NOT USED] 4.8 SYSTEM STARTUP [NOT USED] 4.9 ADJUSTING [NOT USED] 4.10 CLEANING [NOT USED] 4.11 CLOSEOUT ACTIVITIES [NOT USED] 4.12 PROTECTION [NOT USED] 4.13 MAINTENANCE [NOT USED] 4.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised July 1, 2011 SECTION 0178 39 PROJECT RECORD DOCUMENTS PART1- GENERAL 1.1 SUMMARY 017839-1 PROJECT RECORD DOCUMENTS Page 1 of 4 A. Section includes: 1. Work associated with the documenting the project and recording changes to project documents, including: a. Record Drawings b. Water Meter Service Reports c. Sanitary Sewer Service Reports d. Large Water Meter Reports B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to City's Project Representative. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Accuracy of Records 1. Thoroughly coordinate changes within the Record Documents, making adequate and proper entries on each page of Specifications and each sheet of Drawings and other Documents where such entry is required to show the change properly. 2. Accuracy of records shall be such that future search for items shown in the Contract Documents may rely reasonably on information obtained from the approved Project Record Documents. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised July 1, 2011 017839-2 PROJECT RECORD DOCUMENTS Page 2 of 4 3. To facilitate accuracy of records, make entries within 24 hours after receipt of information that the change has occurred. 4. Provide factual information regarding all aspects of the Work, both concealed and visible, to enable future modification of the Work to proceed without lengthy and expensive site measurement, investigation and examination. 1.10 STORAGE AND HANDLING A. Storage and Handling Requirements 1. Maintain the job set of Record Documents completely protected from deterioration and from loss and damage until completion of the Work and transfer of all recorded data to the final Project Record Documents. 2. In the event of loss of recorded data, use means necessary to again secure the data to the City's approval. a. In such case, provide replacements to the standards originally required by the Contract Documents. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED [oR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 RECORD DOCUMENTS A. Job set 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no charge to the Contractor, 1 complete set of all Documents comprising the Contract. B. Final Record Documents 1. At a time nearing the completion of the Work and prior to Final Inspection, provide the City 1 complete set of all Final Record Drawings in the Contract. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 MAINTENANCE DOCUMENTS A. Maintenance of Job Set 1. Immediately upon receipt of the job set, identify each of the Documents with the title, "RECORD DOCUMENTS - JOB SET". CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised July 1, 2011 01 78 39 - 3 PROJECT RECORD DOCUMENTS Page 3 of 4 2. Preservation a. Considering the Contract completion time, the probable number of occasions upon which the job set must be taken out for new entries and for examination, and the conditions under which these activities will be performed, devise a suitable method for protecting the job set. b. Do not use the job set for any purpose except entry of new data and for review by the City, until start of transfer of data to final Project Record Documents. c. Maintain the job set at the site of work. 3. Coordination with Construction Survey a. At a minimum, in accordance with the intervals set forth in Section 01 71 23, clearly mark any deviations from Contract Documents associated with installation of the infrastructure. 4. Making entries on Drawings a. Record any deviations from Contract Documents. b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the change by graphic line and note as required. c. Date all entries. d. Call attention to the entry by a "cloud" drawn around the area or areas affected. e. In the event of overlapping changes, use different colors for the overlapping changes. 5. Conversion of schematic layouts a. In some cases on the Drawings, arrangements of conduits, circuits, piping, ducts, and similar items, are shown schematically and are not intended to portray precise physical layout. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) However, design of future modifications of the facility may require accurate information as to the final physical layout of items which are shown only schematically on the Drawings. b. Show on the job set of Record Drawings, by dimension accurate to within 1 inch, the centerline of each run of items. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in ceiling plenum", "exposed", and the like). 3) Make all identification sufficiently descriptive that it may be related reliably to the Specifications. c. The City may waive the requirements for conversion of schematic layouts where, in the City's judgment, conversion serves no useful purpose. However, do not rely upon waivers being issued except as specifically issued in writing by the City. B. Final Project Record Documents Transfer of data to Drawings a. Carefully transfer change data shown on the job set of Record Drawings to the corresponding final documents, coordinating the changes as required. b. Clearly indicate at each affected detail and other Drawing a full description of changes made during construction, and the actual location of items. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION] SPECIFICATION DOCUMENTS City Project No. 01286 Revised July 1, 2011 017839-4 PROJECT RECORD DOCUMENTS Page 4 of 4 c. Call attention to each entry by drawing a "cloud" around the area or areas affected. d. Make changes neatly, consistently and with the proper media to assure longevity and clear reproduction. 2. Transfer of data to other Documents a. If the Documents, other than Drawings, have been kept clean during progress of the Work, and if entries thereon have been orderly to the approval of the City, the job set of those Documents, other than Drawings, will be accepted as final Record Documents. b. If any such Document is not so approved by the City, secure a new copy of that Document from the City at the City's usual charge for reproduction and handling, and carefully transfer the change data to the new copy to the approval of the City. 3.5 REPAIR / RESTORATION f NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD EoR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12. PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised July 1, 2011 Existing Conditions 024113-1 SELECTIVE SITE DEMOLITION Page I of 5 SECTION 02 4113 SELECTIVE SITE DEMOLITION PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Removing sidewalks and steps 2. Removing ADA ramps and landings 3. Removing driveways 4. Removing fences 5. Removing guardrail 6. Removing retaining walls (less than 4 feet tall) 7. Removing mailboxes 8. Removing rip rap 9. Removing miscellaneous concrete structures including porches and foundations 10. Removing Parshall flume structure metering station and associated electrical and instrumentation. 11. Disposal of removed materials B. Deviations this from City of Fort Worth Standard Specification 1. CDM Smith modifications shown in blue. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 3123 23 — Borrow 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment Measurement a. Remove Sidewalk: Measure by square foot. b. Remove Steps: measure by the square foot as seen in the plan view only. c. Remove ADA Ramp: measure by each. d. Remove Driveway: measure by the square foot by type. e. Remove Fence: measure by the linear foot. f. Remove Guardrail: measure by the linear foot along the face of the rail in place including metal beam guard fence transitions and single guard rail terminal sections from the center of end posts. g. Remove Retaining Wall (less than 4 feet tall): measure by the linear foot h. Remove Mailbox: measure by each. i. Remove Rip Rap: measure by the square foot. j. Remove Miscellaneous Concrete Structure: measure by the lump sum. k. Remove Parshall flume structure: measure by lump sung. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPLCIFICATION DOCUMENTS City Project No, 01286 Revised December 20, 2012 0241 13 - 2 SELECTIVE SITE DEMOLITION Page 2 of 5 L Remove Electrical & Instrumentation Associated with Parshall flume: measure by the lump sum. Payment a. Remove Sidewalk: full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. Sidewalk adjacent to or attached to retaining wall (including sidewalk that acts as a wall footing) shall be paid as sidewalk removal. For utility projects, this Item shall be considered subsidiary to the trench and no other compensation will be allowed. b. Remove ,Steps: full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. For utility projects, this Item shall be considered subsidiary to the trench and no other compensation will be allowed. c. Remove ADA Ramp and landing: full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. Work includes ramp landing removal. For utility projects, this Item shall be considered subsidiary to the trench and no other compensation will be allowed. d. Remove Driveway: full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to remove improved driveway by type. For utility projects, this Item shall be considered subsidiary to the trench and no other compensation will be allowed. e. Remove Fence: full compensation for removal, hauling, disposal, tools, equipment, labor and incidentals needed to remove fence. For utility projects, this Item shall be considered subsidiary to the trench and no other compensation will be allowed. f. Remove Guardrail: full compensation for removing materials, loading, hauling, unloading, and storing or disposal; furnishing backfill material; backfilling the postholes; and equipment, labor, tools, and incidentals. For utility projects, this Item shall be considered subsidiary to the trench and no other compensation will be allowed. g. Remove Retaining Wall (less than 4 feet tall): full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. Sidewalk adjacent to or attached to retaining wall (including sidewalk that acts as a wall footing) shall be paid as sidewalk removal. For utility projects, this Item shall be considered subsidiary to the trench and no other compensation will be allowed. h. Remove Mailbox: full compensation for removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. For utility projects, this Item shall be considered subsidiary to the trench and no other compensation will be allowed. i. Remove Rip Rap: full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. For utility projects, this Item shall be considered subsidiary to the trench and no other compensation will be allowed. j. Remove Miscellaneous Concrete Structure: full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. For utility projects, this Item shall be considered subsidiary to the trench and no other compensation will be allowed. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01285 Revised December 20, 2012 I 0241 13 - 3 SELECTIVE SITE DEMOLITION Page 3 of 5 k. Remove Par -shall flume structure: full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. For utility projects, this Item shall be considered subsidiary to the trench and no other compensation will be allowed. 1. Remove electrical & instrumentation associated with the Parshall flume: full compensation for disconnecting and removing electrical disconnect switches, electrical wiring and conduit, hauling, disposal, tools. equipment, labor and incidentals needed to execute the work. For utility projects, this Item shall be considered subsidiary to the trench and no other compensation will be allowed. 1.3 REFERENCES A. Definitions 1. Improved Driveway: Driveway constructed of concrete, asphalt paving or brick unit pavers. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE INOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 2.2 MATERIALS A. Fill Material: See Section 3123 23. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 REMOVAL A. Remove Sidewalk 1. Remove sidewalk to nearest existing dummy, expansion or construction joint. 2. Sawcut when removing to nearest joint is not practical. See 3A.K. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 90-Inch (M-280) Sanitary Sewer Rehabilitation City Project No. 01286 0241 13 - 4 SELECTIVE SITE DEMOLITION Page 4 of 5 B. Remove Steps 1. Remove step to nearest existing dummy, expansion or construction joint. 2. Sawcut when removing to nearest joint is not practical. Sec 3A.K. C. Remove ADA Ramp 1. Sawcut existing curb and gutter and pavement prior to wheel chair ramp removal. See 3A.K. 2. Remove ramp to nearest existing dummy, expansion or construction joint on existing sidewalk. D. Remove Driveway 1. Sawcut existing drive, curb and gutter and pavement prior to drive removal. See 3A.K. 2. Remove drive to nearest existing dummy, expansion or construction joint. 3. Sawcut when removing to nearest joint is not practical. See 3A.K. 4. Remove adjacent sidewalk to nearest existing dummy, expansion or construction joint on existing sidewalk. E. Remove Fence 1. Remove all fence components above and below ground and backfill with acceptable fill material. 2. Use caution in removing and salvaging fence materials. 3. Salvaged materials may be used to reconstruct fence as approved by City or as shown on Drawings. 4. Contractor responsible for keeping animals (livestock, pets, etc.) within the fenced areas during construction operation and while removing fences. F. Remove Guardrail I . Remove rail elements in original lengths. 2. Remove fittings from the posts and the metal rail and then pull the posts. 3. Do not mar or damage salvageable materials during removal. 4. Completely remove posts and any concrete surrounding the posts. 5. Furnish backfill material and backfill the hole with material equal in composition and density to the surrounding soil unless otherwise directed. 6. Cut off or bend down eyebolts anchored to the dead man to an elevation at least 1- foot below the new subgrade elevation and leave in place along with the dead man. G. Remove Retaining Wall (less than 4 feet tall) 1. Remove wall to nearest existing joint. 2. Sawcut when removing to nearest joint is not practical. See 3A.K. 3. Removal includes all components of the retaining wail including footings. 4. Sidewalk adjacent to or attached to retaining wall: See 3.4.A H. Remove Mailbox 1. Salvage existing materials for reuse. Mailbox materials may need to be used for reconstruction. I. Remove Rip Rap CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 0241 13 - 5 SELECTIVE SITE DEMOLITION Page 5 of 5 1. Remove rip rap to nearest existing dummy, expansion or construction joint. 2. Sawcut when removing to nearest joint is not practical. See 3A.K. J. Remove Miscellaneous Concrete Structure 1. Remove portions of miscellaneous concrete structures including foundations and slabs that do not interfere with proposed construction to 2 feet below the finished ground line. 2. Cut reinforcement close to the portion of the concrete to remain in place. 3. Break or perforate the bottom of structures to remain to prevent the entrapment of water. K. Sawcut 1. Sawing Equipment a. Power -driven b. Manufactured for the purpose of sawing pavement c. In good operating condition d. Shall not spall or fracture the pavement to the removal area 2. Sawcut perpendicular to the surface completely through existing pavement. 3.5 REPAIR [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED) 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rebabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 024114-1 UTILITY REMOVAL/ABANDONMENT Page 1 of 15 OSECTION 02 4114 UTILITY REMOVAL/ABANDONMENT PART1- GENERAL 1.1 SUMMARY A. Section Includes: I. Direction for the removal, abandonment or salvaging of the following utilities: a. Cathodic Protection Test Stations b. Water Lines c. Gate Valves d. Water Valves e. Fire Hydrants f. Water Meters and Meter Box g. Water Sampling Station h. Concrete Water Vaults i. Sanitary Sewer Lines j. Sanitary Sewer Manholes k. Sanitary Sewer Junction Boxes I. Storm Sewer Lines in. Storm Sewer Manhole Risers n. Storm Sewer Junction Boxes o. Storm Sewer Inlets p. Box Culverts q. Headwalls and Safety End Treatments r. Trench Drains B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 03 34 13 — Controlled Low Strength Material (CLSM) 4. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 5. Section 33 05 24 — Installation of Carrier Pipe in Casing or Tunnel Liner Plate 6. Section 33 11 11 — Ductile Iron Fittings 7. Section 33 11 13 — Concrete Pressure Pipe, Bar -wrapped, Steel Cylinder Type 8. Section 33 11 14 — Buried Steel Pipe and Fittings 9. Section 33 12 25 — Connection to Existing Water Mains 1.2 PRICE AND PAYMENT PROCEDURES A. Utility Lines 1. Abandonment of Utility Line by Grouting a. Measurement CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 0241 14 - 2 UTILITY REMOVAL/ABANDONMENT Page 2 of 15 1) Measurement for this Item shall be per cubic yard of existing utility line to be grouted Measure by tickets showing cubic yards of grout applied. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price per cubic yard of "Line Grouting" for: a) Various types of utility line c. The price bid shall include: 1) Low density cellular grout or CLSM 2) Water 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfiIl 8) Clean-up 2. Utility Line Removal, Separate Trench a. Measurement 1) Measurement for this Item shall be per linear foot of existing utility line to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per linear foot of "Remove Line" for: a) Various types of existing utility line b) Various sizes c. The price bid shall include: 1) Removal and disposal of existing utility pipe 2) Pavement removal 3) Excavation 4) Hauling 5) Disposal of excess materials 6) Furnishing, placement and compaction of backfill 7) Clean-up 3. Utility Line Removal, Same Trench a. Measurement 1) This Item is considered subsidiary the proposed utility line being installed. b. Payment 1) The work performed and materials furnished in accordance with this Item are subsidiary to the installation of proposed utility pipe and shall be subsidiary to the unit price bid per linear foot of pipe complete in place, and no other compensation will be allowed. 4. Manhole Abandonment a. Measurement 1) Measurement for this Item will be per each manhole to be abandoned. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Abandon Manhole" for: CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 01286 Revised December 20, 2012 0241 14-3 UTILITY REMOVAUASANDONMENT Page 3 of 15 a) Various diameters b) Various types c. The price bid shall include: 1) Removal and disposal of manhole cone 2) Removal, salvage and delivery of frame and cover to City, if applicable 3) Cutting and plugging of existing sewer lines 4) Concrete 5) Acceptable material for backfilling manhole void 6) Pavement removal 7) Excavation 8) Hauling 9) Disposal of excess materials 10) Furnishing, placement and compaction of backfill 11) Surface restoration 12) Clean-up 5. Cathodic Test Station Abandonment a. Measurement 1) Measurement for this Item will be per each cathodic test station to be abandoned. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement' shall be paid for at the unit price bid per each "Abandon Cathodic Test Station". c. The price bid shall include: 1) Abandon cathodic test station 2) CLSM 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up B. Water Lines and Appurtenances Installation of a Water Line Pressure Plug a. Measurement 1) Measurement for this Item shall be per each pressure plug to be installed. b. Payment 1) The work performed and materials fumished in accordance with this Item and measured as provided under "Measurement' shall be paid for at the unit price bid for each "Pressure Plug" installed for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing pressure plug 2) Pavement removal 3) Excavation 4) Hauling 5) Disposal of excess material 6) Gaskets 7) Bolts and Nuts CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S City Project No. 01286 Revised December 20, 2012 0241 14-4 UTILITY REMOVAL/ABANDONMENT Page 4 of 15 8) Furnishing, placement and compaction of embedment 9) Furnishing, placement and compaction of backfill 10) Disinfection 11) Testing 12) Clean-up 2. Abandonment of Water Line by Cut and installation of Abandonment Plug a. Measurement 1) Measurement for this Item shall be per each cut and abandonment plug installed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid for each "Water Abandonment Plug" installed for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing abandonment plug 2) Pavement removal 3) Excavation 4) Hauling 5) CLSM 6) Disposal of excess material 7) Furnishing, placement and compaction of backfill 8) Clean-up 3. Water Valve Removal a. Measurement 1) Measurement for this Item will be per each water valve to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Remove Water Valve" for: a) Various sizes c. The price bid shall include: 1) Removal and disposal of valve 2) CLSM 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up 4. Water Valve Removal and Salvage a. Measurement 1) Measurement for this Item will be per each water valve to be removed and salvaged. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Salvage Water Valve" for: a) Various sizes CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 0241 14 - 5 UTILITY REMOVALIABANDONMENT Page 5 of 15 c. The price bid shall include: 1) Removal and Salvage of valve 2) CLSM 3) Delivery to City 4) Pavement removal 5) Excavation 6) Hauling 7) Disposal of excess materials 8) Furnishing, placement and compaction of backfill 9) Clean-up 5. Water Valve Abandonment a. Measurement 1) Measurement for this Item will be per each water valve to be abandoned. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Abandon Water Valve" for: a) Various Sizes c. The price bid shall include: 1) Abandonment of valve 2) CLSM 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up 6. Fire Hydrant Removal and Salvage a. Measurement 1) Measurement for this Item will be per each fire hydrant to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Salvage Fire Hydrant". c. The price bid shall include: 1) Removal and salvage of fire hydrant 2) Delivery to City 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up �. Water Meter Removal and Salvage a. Measurement 1) Measurement for this Item will be per each water meter to be removed and salvaged. b. Payment CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 0I286 Revised December 20, 2012 0241 I4 - 6 UTILITY REMOVAL/ABANDONMENT Page 6 of 15 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Salvage Water Meter" for: a) Various sizes 2) If a "Water Meter Service Relocate" is performed in accordance with Section 33 12 10, removal and salvage or disposal of the existing (2-inch or smaller) water meter shall be subsidiary to the cost of the "Water Meter Service Relocate", no other compensation will be allowed. c. The price bid shall include: 1) Removal and salvage of water meter 2) Delivery to City 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up 8. Water Sampling Station Removal and Salvage a. Measurement 1) Measurement for this Item will be per each water sampling station to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Salvage Water Sampling Station". c. The price bid shall include: 1) Removal and salvage of water sampling station 2) Delivery to City 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up 9. Concrete Water Vault Removal a. Measurement 1) Measurement for this Item will be per each concrete water vault to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Remove Concrete Water Vault". c. The price bid shall include: I ) Removal and disposal of concrete water vault 2) Removal, salvage and delivery of frame and cover to City, if applicable 3) Removal, salvage and delivery of any valves to City, if applicable 4) Removal, salvage and delivery of any water meters to City, if applicable 5) Pavement removal 6) Excavation CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 0241 14 - 7 UTILITY REMOVAL/ABANDONMENT Page 7 of Is 7) Hauling 8) Disposal of excess materials 9) Furnishing, placement and compaction of backfill 10) Clean-up C. Sanitary Sewer Lines and Appurtenances 1. Abandonment of Sanitary Sewer Line by Cut and installation of Abandonment Plug a. Measurement 1) Measurement for this Item shall be per each cut and abandonment plug installed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid for each "Sewer Abandonment Plug" for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing abandonment plug 2) Pavement removal 3) Excavation 4) Hauling 5) CLSM 6) Disposal of excess material 7) Furnishing, placement and compaction of backfill 8) Clean-up 2. Sanitary Sewer Manhole Removal a. Measurement 1) Measurement for this Item will be per each sanitary sewer manhole to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Remove Sewer Manhole" for: a) Various diameters c. The price bid shall include: 1) RemovaI and disposal of manhole 2) Removal, salvage and delivery of frame and cover to City, if applicable 3) Cutting and plugging of existing sewer lines 4) Pavement removal 5) Excavation 6) Hauling 7) Disposal of excess materials 8) Furnishing, placement and compaction of backfill 9) Clean-up 3. Sanitary Sewer Junction Structure Removal a. Measurement 1) Measurement for this Item will be per each sanitary sewer junction structure being removed. b. Payment CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CityProjecl No. 01286 Revised December 20, 2012 0241 14 - 8 UTILITY REMOVAL/ABANDONMENT Page 8 of 15 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement' shall be paid for at the lump sum bid per each "Remove Sewer Junction Box" location. c. The price bid shall include: 1) Removal and disposal of junction box 2) Removal, salvage and delivery of frame and cover to City. 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up D. Storm Sewer Lines and Appurtenances 1. Abandonment of Storm Sewer Line by Cut and installation of Abandonment Plug a. Measurement 1) Measurement for this Item shall be per each cut and abandonment plug to be installed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid for each "Storm Abandonment Plug" installed for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing abandonment plug 2) Pavement removal 3) Excavation 4) Hauling 5) CLSM 6) Disposal of excess material 7) Furnishing, placement and compaction of backfill 8) Clean-up 2. Storm Sewer Manhole Removal a. Measurement 1) Measurement for this Item will be per each storm sewer manhole to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Remove Manhole Riser" for: a) Various sizes c. The price bid shall include: 1) Removal and disposal of manhole 2) Removal, salvage and delivery of frame and cover to City, if applicable 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up CITY OF FORT WORTII 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 0241 14-9 UTILITY REMOVAL/ABANDONMENT Page 9 of 15 3. Storm Sewer Junction Box Removal a. Measurement 1) Measurement for this Item will be per each storm sewer junction structure to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Remove Storm Junction Box" for: a) Various sizes c. The price bid shall include: 1) Removal and disposal of junction box 2) Removal, salvage and delivery of frame and cover to City, if applicable 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up 4. Storm Sewer Junction Structure Removal a. Measurement 1) Measurement for this Item will be per each storm sewer junction structure being removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the lump sum bid per each "Remove Storm Junction Structure" location. c. The price bid shall include: 1) Removal and disposal of junction structure 2) Removal, salvage and delivery of frame and cover to City, if applicable 3) Pavement removal 4) Excavation 5) Hauling 6) Disposal of excess materials 7) Furnishing, placement and compaction of backfill 8) Clean-up 5. Storm Sewer Inlet Removal a. Measurement 1) Measurement for this Item will be per each storm sewer inlet to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Remove Storm Inlet" for: a) Various types b) Various sizes c. The price bid shall include: 1) Removal and disposal of inlet 2) Pavement removal 3) Excavation CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 0241 14 - 10 UTILITY REMOVAUABANDONMENT Page 10 of 15 4) Hauling 5) Disposal of excess materials 6) Furnishing, placement and compaction of backfill 7) Clean-up Storm Sewer Junction Box Removal a. Measurement 1) Measurement for this Item shall be per linear foot of existing storm sewer box to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per linear foot of "Remove Storm Junction Box" for all sizes. c. The price bid shall include: 1) Removal and disposal of Storm Sewer Box 2) Pavement removal 3) Excavation 4) Hauling 5) Disposal of excess materials 6) Furnishing, placement and compaction of backfill 7) Clean-up 7. Headwall/SET Removal a. Measurement 1) Measurement for this Item will be per each headwall or safety end treatment (SET) to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per each "Remove Headwall/SET". c. The price bid shall include: 1) Removal and disposal of Headwall/SET 2) Pavement removal 3) Excavation 4) Hauling 5) Disposal of excess materials 6) Furnishing, placement and compaction of backfill 7) Clean-up S. Trench Drain Removal a. Measurement 1) Measurement for this Item shall be per linear foot of storm sewer trench drain to be removed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per linear foot of "Remove Trench Drain" for: a) Various sizes c. The price bid shall include: 1) Removal and disposal of storm sewer line 2) Pavement removal 3) Excavation CITY OF FORT WORTH 90-Inch (1%4-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 I 02 41 14 - 11 UTILITY REMOVALIABANDONMENT Page I 1 of 15 4) Hauling 5) Disposal of excess materials 6) Furnishing, placement and compaction of backfill 7) Clean-up 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Contact Inspector and the Water Department Field Operation Storage Yard for coordination of salvage material return. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Protect and salvage all materials such that no damage occurs during delivery to the City. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 112 WARRANTY [NOT USED] PART 2- PRODUCTS 2.1 OWNER -FURNISHED [oR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 MATERIALS 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 REMOVAL, SALVAGE, AND ABANDONMENT A. General CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 90-Inch (M-280) Sanitary Sewer Rehabilitation City Project No. 01286 0241 14 - 12 UTILITY REMOVAL/ABANDONMENT Page 12 of 15 1. Manhole Abandonment a. All manholes that are to be taken out of service are to be removed unless specifically requested and/or approved by City. b. Excavate and backfill in accordance with Section 33 05 10. c. Remove and salvage manhole frame and cover as coordinated with City. d. Deliver salvaged material to the City. e. Cut and plug sewer lines to be abandoned. £ Backfill manhole void in accordance with City Standard Details. B. Water Lines and Appurtenances Water Line Pressure Plugs a. Ductile iron Water Lines 1) Excavate, embed, and backfill in accordance with Section 33 05 10. 2) Plug with an MJ Plug with mechanical restraint and blocking in accordance with Section 33 11 11. 3) Perform Cut and Plug in accordance with Section 33 12 25. b. PVC C900 and C905 Water Lines 1) Excavate, embed, and backfill in accordance with Section 33 05 10. 2) Plug with an MJ Plug with mechanical restraint and blocking in accordance with Section 33 11 11. 3) Perform Cut and Plug in accordance with Section 33 12 25. c. Concrete Pressure Pipe, Bar Wrapped, Steel Cylinder Type Water Lines 1) Excavate, embed, and backfill in accordance with Section 33 05 10 2) Plug using: a) A fabricated plug restrained by welding or by a Snap Ring in accordance with Section 33 11 13; or b) A blind flange in accordance with Section 33 11 13 3) Perform Cut and Plug in accordance with Section 33 12 25. d. Buried Steel Water Lines 1) Excavate, embed, and backfill in accordance with Section 33 05 10. 2) Plug using: a) A fabricated plug restrained by welding in accordance with Section 33 11 14; or b) A blind flange in accordance with Section 33 11 14 3) Perform Cut and Plug in accordance with Section 33 12 25. 2. Water Line Abandonment Plug a. Excavate and backfill in accordance with Section 33 05 10. b. Plug with CLSM in accordance with Section 03 34 13. Water Line Abandonment by Grouting a. Excavate and backfill in accordance with Section 33 05 10. b. Dewater from existing line to be grouted. c. Fill line with Low Density Cellular Grout in accordance with Section 33 05 24 or CLSM in accordance with 03 34 13. d. Dispose of any excess material. 4. Water Line Removal a. Excavate and backfill in accordance with Section 33 05 10. b. Cut existing line from the utility system prior to removal. c. Cut any services prior to removal. d. Remove existing pipe line and properly dispose as approved by City. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 0241 14 - 13 UTILITY REMOVAL/ARANDONMENT Page 13 of 15 5. Water Valve Removal a. Excavate and backfill in accordance with Section 33 05 10. b. Remove and dispose of valve bonnet, wedge and stem. c. Fill valve body with CLSM in accordance with Section 03 34 13. 6. Water Valve Removal and Salvage a. Excavate and backfill in accordance with Section 33 05 10. b. Remove valve bonnet, wedge and stem. c. Deliver salvaged material to the Water Department Field Operation Storage Yard. d. Protect salvaged materials from damage. e. Fill valve body with CLSM in accordance with Section 03 34 13. 7. Water Valve Abandonment a. Excavate and backfill in accordance with Section 33 05 10. b. Remove the top 2 feet of the valve stack and any valve extensions. c. Fill the remaining valve stack with CLSM in accordance with Section 03 34 13. 8. Fire Hydrant Removal and Salvage a. Excavate and backfill in accordance with Section 33 05 10. b. Remove Fire Hydrant. c. Place abandonment plug on fire hydrant lead line. d. Deliver salvaged fire hydrant to the Water Department Field Operation Storage Yard. e. Protect salvaged materials from damage. 9. Water Meter Removal and Salvage a. Remove and salvage water meter. b. Return salvaged meter to Project Representative. c. City will provide replacement meter for installation. d. Meter Box and Lid 1) Remove and salvage cast iron meter box lid. 2) Remove and dispose of any non -cast iron meter box lid. 3) Return salvaged material to the Water Department Field Operation Storage Yard. 4) Remove and dispose of meter box. 10. Water Sample Station Removal and Salvage a. Remove and salvage existing water sample station. b. Deliver salvaged material to the Water Department Field Operation Storage Yard. 11. Concrete Water Vault Removal a. Excavate and backfill in accordance with Section 33 05 10. b. Remove and salvage vault lid. c. Remove and salvage valves. d. Remove and salvage meters. e. Deliver salvaged material to the Water Department Field Operation Storage Yard. f. Remove and dispose of any piping or other appurtenances. g. Demolish and remove entire concrete vault. h. Dispose of all excess materials. 12. Cathodic Test Station Abandonment a. Excavate and backfill in accordance with Section 33 05 10 CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 0241 14- 14 UTILITY REMOVAL/ABANDONMENT Page 14 of 15 b. Remove the top 2 feet of the cathodic test station stack and contents. c. Fill any remaining voids with CLSM in accordance with Section 03 34 13. C. Sanitary Sewer Lines and Appurtenances 1. Sanitary Sewer Line Abandonment Plug a. Excavate and backfill in accordance with Section 33 05 10. b. Remove and dispose of any sewage. c. Plug with CLSM in accordance with Section 03 34 13. 2. Sanitary Sewer Line Abandonment by Grouting a. Excavate and backfill in accordance with Section 33 05 10. b. Dewater and dispose of any sewage from the existing line to be grouted. c. Fill line with Low Density Cellular Grout in accordance with Section 33 05 24 or CLSM in accordance with 03 34 13. d. Dispose of any excess material. 3. Sanitary Sewer Line Removal a. Excavate and backfill in accordance with Section 33 05 10. b. Cut existing line from the utility system prior to removal. c. Cut any services prior to removal. d. Remove existing pipe line and properly dispose as approved by City. 4. Sanitary Sewer Manholes Removal a. All sanitary sewer manholes that are to be taken out of service are to be removed unless specifically requested and/or approved by City. b. Excavate and backfill in accordance with Section 33 05 10. c. Remove and salvage manhole frame and cover. d. Deliver salvaged material to the Water Department Field Operation Storage. e. Demolish and remove entire concrete manhole. f. Cut and plug sewer lines to be abandoned. 5. Sanitary Sewer Junction Structure Removal a. Excavate and backfill in accordance with Section 33 05 10. b. Remove and salvage manhole frame and cover. c. Deliver salvaged material to the Water Department Field Operation Storage. d. Demolish and remove entire concrete manhole. e. Cut and plug sewer lines to be abandoned. D. Storm Sewer Lines and Appurtenances 1. Storm Sewer Abandonment Plug a. Excavate and backfill in accordance with Section 33 05 10. b. Dewater line. c. Plug with CLSM in accordance with Section 03 34 13. 2. Storm Sewer Line Abandonment by Grouting a. Excavate and backfill in accordance with Section 33 05 10. b. Dewater the existing line to be grouted. c. Fill line with Low Density Cellular Grout in accordance with Section 33 05 24 or CLSM in accordance with 03 34 13. d. Dispose of any excess material. 3. Storm Sewer Line Removal a. Excavate and backfill in accordance with Section 33 05 10. b. Remove existing pipe line and properly dispose as approved by City. 4. Storm Sewer Manhole Removal CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 01286 Revised December 20, 2012 0241 14 - 15 UTILITY REMOVAUABANDONMENT Page 15 of 15 a. All storm sewer manholes that are to be taken Out of service are to be removed unless specifically requested and/or approved by City. b. Excavate and backfill in accordance with Section 33 05 10. c. Demolish and remove entire concrete manhole. d. Cut and plug storm sewer lines to be abandoned. 5. Storm Sewer Junction Box and/or Junction Structure Removal a. Excavate and backfill in accordance with Section 33 05 10. b. Demolish and remove entire concrete structure. c. Cut and plug storm sewer lines to be abandoned. 6. Storm Sewer Inlet Removal a. Excavate and backfill in accordance with Section 33 05 10. b. Demolish and remove entire concrete inlet. c. Cut and plug storm sewer lines to be abandoned. 7. Storm Sewer Box Removal a. Excavate and backfill in accordance with Section 33 05 10. b. Cut existing line from the utility system prior to removal. c. Cut any services prior to removal. d. Remove existing pipe line and properly dispose as approved by City. S. Headwall/SET Removal a. Excavate and backfill in accordance with Section 33 05 10. b. Demolish and remove entire concrete inlet. c. Cut and plug storm sewer lines to be abandoned. 9. Storm Sewer Trench Drain Removal a. Excavate and backfill in accordance with Section 33 05 10. b. Remove existing pipe line and dispose as approved by City. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE ]NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 024115-1 PAVING REMOVAL Page I of 6 SECTION 02 4115 PAVING REMOVAL PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Removing concrete paving, asphalt paving and brick paving 2. Removing concrete curb and gutter 3. Removing concrete valley gutter 4. Milling roadway paving 5. Pulverization of existing pavement 6. Disposal of removed materials B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 - General Requirements 3. Section 32 1133 - Cement Treated Base Courses 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment Measurement a. Remove Concrete Paving: measure by the square yard from back-to-back of curbs. b. Remove Asphalt Paving: measure by the square yard between the lips of gutters. c. Remove Brick Paving: measure by the square yard. d. Remove Concrete Curb and Gutter: measure by the linear foot. e. Remove Concrete Valley Gutter: measure by the square yard f. Wedge Milling: measure by the square yard for varying thickness. g. Surface Milling: measure by the square yard for varying thickness. h. Butt Milling: measured by the linear foot. i. Pavement Pulverization: measure by the square yard. j. Remove Speed Cushion: measure by each. 2. Payment a. Remove Concrete Paving: full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. For utility projects, this Item shall be considered subsidiary to the trench and no other compensation will be allowed. b. Remove Asphalt Paving: full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. For utility projects, this Item shall be considered subsidiary to the trench and no other compensation will be allowed. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised February 2, 2016 024115-2 PAVING REMOVAL Page 2 of 6 c. Remove Brick Paving: full compensation for saw cutting, removal, salvaging, cleaning, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. For utility projects, this Item shall be considered subsidiary to the trench and no other compensation will be allowed. d. Remove Concrete Curb and Gutter: full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. For utility projects, this Item shall be considered subsidiary to the trench and no other compensation will be allowed. e. Remove Concrete Valley Gutter: full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. f. Wedge Milling: full compensation for all milling, hauling milled material to salvage stockpile or disposal, tools, labor, equipment and incidentals necessary to execute the work. g. Surface Milling: full compensation for all milling, hauling milled material to salvage stockpile or disposal, tools, labor, equipment and incidentals necessary to execute the work. h. Butt Milling: full compensation for all milling, hauling milled material to salvage stockpile or disposal, tools, labor, equipment and incidentals necessary to execute the work. i. Pavement Pulverization: full compensation for all labor, material, equipment, tools and incidentals necessary to pulverize, remove and store the pulverized material, undercut the base, mixing, compaction, haul off, sweep, and dispose of the undercut material. j. Remove speed cushion: full compensation for removal, hauling, disposal, tools, equipment, labor, and incidentals needed to execute the work. For utility projects, this Item shall be considered subsidiary to the trench and no other compensation will be allowed. k. No payment for saw cutting of pavement or curbs and gutters will be made under this section. Include cost of such work in unit prices for items listed in bid form requiring saw cutting. 1. No payment will be made for work outside maximum payment limits indicated on plans, or for pavements or structures removed for CONTRACTOR'S convenience. 1.3 REFERENCES A. ASTM International (ASTM): a. D698, Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12 400 ft-lbf/ft3 (600 kN-m/m3)) 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] CITY OF FORT WORTH 90-Inch (M-290) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised February 2, 2016 0241 15 - 3 PAVING REMOVAL Page 3 of 6 1.11 FIELD CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 2.2 EQUIPMENT ]NOT USED] 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 EXAMINATION [NOT USED] 3.2 INSTALLERS [NOT USED] 3.3 PREPARATION A. General: 1. Mark paving removal limits for City approval prior to beginning removal. 2. Identify known utilities below grade - Stake and flag locations. 3.4 PAVEMENT REMOVAL A. General. I. Exercise caution to minimize damage to underground utilities. 2. Minimize amount of earth removed. 3. Remove paving to neatly sawed joints. 4. Use care to prevent fracturing adjacent, existing pavement. B. Sawing 1. Sawing Equipment. a. Power -driven. b. Manufactured for the purpose of sawing pavement. c. In good operating condition. d. Shall not spaIl or fracture the pavement structure adjacent to the removal area. 2. Sawcut perpendicular to the surface to full pavement depth, parallel and perpendicular to existing joint. 3. Sawcut parallel to the original sawcut in square or rectangular fashion. 4. If a sawcut falls within 5 feet of an en existing dummy joint, construction joint, saw joint, cold joint, expansion joint, edge of paving or gutter lip, remove paving to that joint, edge or lip. 5. If a pavement edge of a cut is damaged subsequent to saw cutting, saw to a new, neat, straight line for the purpose of removing the damaged area. C. Remove Concrete Paving and Concrete Valley Gutter 1. Sawcut: See 3.4.13. 2. Remove concrete to the nearest expansion joint or vertical saw cut. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised February 2, 2016 0241 15 - 4 PAVING REMOVAL Page 4 of 6 D. Remove Concrete Curb and Gutter 1. Sawcut: See 3A.B. 2. Minimum limits of removal. 30 inches in length. E. Remove Asphalt Paving 1. Sawcut: See 3.4.13. 2. Remove pavement without disturbing the base material. 3. When shown on the plans or as directed, stockpile materials designated as salvageable at designated sites. 4. Prepare stockpile area by removing vegetation and trash and by providing for proper drainage. F. Milling 1. General a. Mill surfaces to the depth shown in the plans or as directed. b. Do not damage or disfigure adjacent work or existing surface improvements. c. If milling exposes smooth underlying pavement surfaces, mill the smooth surface to make rough. d. Provide safe temporary transition where vehicles or pedestrians must pass over the milled edges. e. Remove excess material and clean milled surfaces. f. Stockpiling of planed material will not be permitted within the right of way unless approved by the City. g. if the existing base is brick and cannot be milled, remove a 5 foot width of the existing brick base. See 3.3.G. for brick paving removal. 2. Milling Equipment a. Power operated milling machine capable of removing, in one pass or two passes, the necessary pavement thickness in a five-foot minimum width. b. Self-propelled with sufficient power, traction and stability to maintain accurate depth of cut and slope. c. Equipped with an integral loading and reclaiming means to immediately remove material cut from the surface of the roadway and discharge the cuttings into a truck, all in one operation. d. Equipped with means to control dust created by the cutting action. e. Equipped with a manual system providing for uniformly varying the depth of cut while the machine is in motion making it possible to cut flush to all inlets, manholes, or other obstructions within the paved area. f. Variable Speed in order to leave the specified grid pattern. g. Equipped to minimize air pollution. 3. Wedge Milling and Surface Milling a. Wedge Mill existing asphalt, concrete or brick pavement from the lip of gutter at a depth of 2 inches and transitioning to match the existing pavement (0-inch cut) at a minimum width of 5 feet. b. Surface Mill existing asphalt pavement to the depth specified, c. Provide a milled surface that provides a uniform surface free from gouges, ridges, oil film, and other imperfections of workmanship with a uniform textured appearance. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised February 2, 2016 0241 15-5 PAVING REMOVAL Page 5 of 6 d. In all situations where the existing H.M.A.C. surface contacts the curb face, the wedge milling includes the removal of the existing asphalt covering the gutter up to and along the face of curb. e. Perform wedge or surface milling operation in a continuous manner along both sides of the street or as directed. 4. Butt Joint Milling a. Mill butt joints into the existing surface, in association with the wedge milling operation. b. Butt joint will provide a full width transition section and a constant depth at the point where the new overlay is terminated. c. Typical locations for butt joints are at all beginning and ending points of streets where paving material is removed. Prior to the milling of the butt joints, consult with the City for proper location and limits of these joints. d. Butt Milled joints are required on both sides of all railroad tracks and concrete valley gutters, bridge decks and culverts and all other items which transverse the street and end the continuity of the asphalt surface. e. Make each butt joint 20 feet long and milled out across the full width of the street section to a tapered depth of 2 inch. f. Taper the milled area within the 20-feet to a depth from 0-inch to 2-inch at a line adjacent to the beginning and ending points or intermediate transverse items. g. Provide a temporary wedge of asphalt at all butt joints to provide a smooth ride over the bump. G. Remove Brick Paving I . Remove masonry paving units to the limits specified in the plans or as directed by the City. 2. Salvage existing bricks for re -use, clean, palletize, and deliver to the City Stock pile yard at 3300 Yuma Street or as directed. H. Pavement Pulverization Pulverization a. Pulverize the existing pavement to depth of 8 inches. See Section 32 11 33. b. Temporarily remove and store the 8-inch deep pulverized material, then cut the base 2 inches. c. Start 2-inch base cut at a depth of 8 inches from the existing pulverized surface. 2. Cement Application a. Use 3.5% Portland cement. b. See Section 32 11 33. 3. Mixing: see Section 32 1133. 4. Compaction: see Section 32 11 33. 5. Finishing: see Section 32 1133. 6. Curing: see Section 32 1133. If the existing pavement has a combination of 10 inches of H.M.A.C, and crushed stone/gravel: a. Undercut not required b. Pulverize 10 inches deep. c. Remove 2-inch the total pulverized amount. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 01286 Revised February 2, 2016 024115-6 PAVING REMOVAL Page 6 of 6 I. Remove speed cushion i. Scrape or sawcut speed cushion from existing pavement without damaging existing pavement. 3.5 REPAIR [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised February 2, 2016 Division 03 Concrete SECTION 03 30 00 CAST -IN -PLACE CONCRETE PART1- GENERAL 1.1 SUMMARY 03 30 00 - 1 CAST -IN -PLACE CONCRETE Page 1 of 25 A. Section Includes: 1. Cast -in place concrete, including formwork, reinforcement, concrete materials, mixture design, placement procedures and finishes, for the following: a. Piers b. Footings c. Slabs -on -grade d. Foundation walls e. Retaining walls (non TxDOT) f. Suspended slabs g. Blocking h. Cast -in -place manholes i. Concrete vaults for meters and valves j. Concrete encasement of utility Iines B. Deviations from this City of Fort Worth Standard Specification 1. JQ modifications to the following sections are shown in blue text: a. 03 30 00-2.2P b. 03 30 00-3.1- E.5 c. 03 30 00-3.1-1.7 C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Cast -in -Place Concrete 1. Measurement a. This Item is considered subsidiary to the structure or Items being placed. 2. Payment a. The work performed and the materials furnished in accordance with this Item are subsidiary to the structure or Items being placed and no other compensation will be allowed. 1.3 REFERENCES A. Definitions I. Cementitious Materials a. Portland cement alone or in combination with 1 or more of the following: 1) Blended hydraulic cement 2) Fly ash CITY OF FORT WORTH 90-inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 03 30 00 - 2 CAST -IN -PLACE CONCRETE Page 2 of 25 3) Other pozzolans 4) Ground granulated blast -furnace slag 5) Silica fume b. Subject to compliance with the requirements of this specification B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Association of State Highway and Transportation (AASHTO): a. M182, Burlap Cloth Made from Jute or Kenaf. 3. American Concrete Institute (ACI): a. ACI 117 Specification for Tolerances for Concrete Construction and Materials b. ACI 301 Specifications for Structural Concrete c. ACI 305.1 Specification for Hot Weather Concreting d. ACI 306.1 Standard Specification for Cold Weather Concreting e. ACI 308.1 Standard Specification for Curing Concrete f. ACI 318 Building Code Requirements for Structural Concrete g. ACI 347 Guide to Formwork for Concrete 4. American Institute of Steel Construction (AISC): a. 303, Code of Standard Practice for Steel Buildings and Bridges. ASTM International (ASTM): a. A36, Standard Specification for Carbon Structural Steel. b. At53, Standard Specification for Zinc Coating (Hot -Dip) on Iron and Steel Hardware. c. A193, Standard Specification for Alloy -Steel and Stainless Steel Bolting Materials for High -Temperature Service and Other Special Purpose Applications. d. A615, Standard Specification for Deformed and Plain Carbon -Steel Bars for Concrete Reinforcement. e. A706, Standard Specification for Low -Alloy Steel Deformed and Plain Bars for Concrete Reinforcement. f. C31, Standard Practice for Making and Curing Concrete Test Specimens in the Field. g. C33, Standard Specification for Concrete Aggregates. h. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens. i. C42, Standard Test Method for Obtaining and Testing Drilled Cores and Sawed Beams of Concrete. j. C94, Standard Specification for Ready -Mixed Concrete. k. C109, Standard Test Method for Compressive Strength of Hydraulic Cement Mortars (Using 2-inch or {50-milimeter] Cube Specimens) 1. C143, Standard Test Method for Slump of Hydraulic -Cement Concrete. in. C 171, Standard Specification for Sheet Materials for Curing Concrete. n. C150, Standard Specification for Portland Cement. o. C172, Standard Practice for Sampling Freshly Mixed Concrete. p. C219, Standard Terminology Relating to Hydraulic Cement. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 033000-3 CAST -IN -PLACE CONCRETE Page 3 of 25 q. C231, Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method. r. C260, Standard Specification for Air -Entraining Admixtures for Concrete. s. C309, Standard Specification for Liquid Membrane -Forming Compounds for Curing Concrete. t. C494, Standard Specification for Chemical Admixtures for Concrete. u. C618, Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete. v. C881, Standard Specification for Epoxy -Resin -Base Bonding Systems for Concrete. w. C989, Standard Specification for Ground Granulated BIast-Furnace Slag for Use in Concrete and Mortars. x. C 1017, Standard Specification for Chemical Admixtures for Use in Producing Flowing Concrete. y. C1059, Standard Specification for Latex Agents for Bonding Fresh to Hardened Concrete. z. C1064, Standard Test Method for Temperature of Freshly Mixed Hydraulic - Cement Concrete. aa. C1240, Standard Specification for Silica Fume Used in Cementitious Mixtures. bb. E1155, Standard Test Method for Determining FF Floor Flatness and FL Floor Levelness Numbers. cc. F436, Standard Specification for Hardened Steel Washers. 6. American Welding Society (AWS). a. D1.1, Structural Welding Code -Steel. b. D1.4, Structural Welding Code - Reinforcing Steel. 7. Concrete Reinforcing Steel Institute (CRSI) a. Manual of Standard Practice 8. Texas Department of Transportation a. Standard Specification for Construction and Maintenance of Highways, Streets and Bridges 1.4 ADMINISTRATIVE REQUIREMENTS A. Work Included 1. Design, fabrication, erection and stripping of formwork for cast -in -place concrete including shoring, reshoring, falsework, bracing, proprietary forming systems, prefabricated forms, void forms, permanent metal forms, bulkheads, keys, blockouts, sleeves, pockets and accessories. a. Erection shall include installation in formwork of items furnished by other trades. 2. Furnish all labor and materials required to fabricate, deliver and install reinforcement and embedded metal assemblies for cast -in -place concrete, including steel bars, welded steel wire fabric, ties, supports and sleeves. 3. Furnish all labor and materials required to perform the following: a. Cast -in -place concrete b. Concrete mix designs c. Grouting CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 033000-4 CAST -IN -PLACE CONCRETE Page 4 of 25 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. AlI submittals shall be approved by the City prior to delivery and/or fabrication for specials. 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS A. Product Data 1. Required for each type of product indicated B. Design Mixtures 1. For each concrete mixture submit proposed mix designs in accordance with ACI 318, chapter 5. 2. Submit each proposed mix design with a record of past performance. 3. Submit alternate design mixtures when characteristics of materials, Project condi- tions, weather, test results or other circumstances warrant adjustments. 4. Indicate amounts of mixing water to be withheld for later addition at Project site. a. Include this quantity on delivery ticket. C. Steel Reinforcement Submittals for Information 1. Mill test certificates of supplied concrete reinforcing, indicating physical and chem- ical analysis. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Manufacturer Qualifications 1. A firm experienced in manufacturing ready -mixed concrete products and that com- plies with ASTM C94 requirements for production facilities and equipment 2. Manufacturer certified according to NRMCA's "Certification of Ready Mixed Concrete Production Facilities" B. Source Limitations 1. Obtain each type or class of cementitious material of the same brand from the same manufacturer's plant, obtain aggregate from 1 source and obtain admixtures through 1 source from a single manufacturer. C. ACI Publications 1. Comply with the following unless modified by requirements in the Contract Docu- ments: a. ACI 301 Sections i through 5 b. ACI 117 D. Concrete Testing Service Engage a qualified independent testing agency to perform material evaluation tests. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 033000-5 CAST -IN -PLACE CONCRETE Page 5 of 25 1.10 DELIVERY, STORAGE, AND HANDLING A. Steel Reinforcement 1. Deliver, store, and handle steel reinforcement to prevent bending and damage. 2. Avoid damaging coatings on steel reinforcement. B. Waterstops 1. Store Waterstops under cover to protect from moisture, sunlight, dirt, oil and other contaminants. 1.11 FIELD CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS 2.1 OWNER -FURNISHED OR OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 PRODUCT TYPES AND MATERIALS A. Manufacturers hi other Part 2 articles where titles below introduce lists, the following requirements apply to product selection: a. Available Products: Subject to compliance with requirements, products that may be incorporated into the Work include, but are not limited to, products specified. b. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, manufacturers specified. B. Form -Facing Materials 1. Rough -Formed Finished Concrete a. Plywood, lumber, metal or another approved material b. Provide lumber dressed on at least 2 edges and 1 side for tight fit. 2. Chamfer Strips a. Wood, metal, PVC or rubber strips b. 3/4-inch x 3/4-inch, minimum 3. Rustication Strips a. Wood, metal, PVC or rubber strips b. Kerfed for ease of form removal 4. Form -Release Agent a. Commercially formulated form -release agent that will not bond with, stain or adversely affect concrete surfaces b. Shall not impair subsequent treatments of concrete surfaces c. For steel farm -facing materials, formulate with rust inhibitor. 5. Form Ties CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 033000-6 CAST -IN -PLACE CONCRETE Page 6 of 25 a. Factory -fabricated, removable or snap -off metal or glass -fiber -reinforced plastic form ties designed to resist lateral pressure of fresh concrete on forms and to prevent spalling of concrete on removal. b. Furnish units that will leave no corrodible metal closer than I inch to the plane of exposed concrete surface. c. Furnish ties that, when removed, will leave holes no larger than 1 inch in diameter in concrete surface. d. Furnish ties with integral water -barrier plates to walls indicated to receive dampproofing or waterproofing. C. Steel Reinforcement 1. Reinforcing Bars a. ASTM A615, Grade 60, deformed D. Reinforcement Accessories 1. Smooth Dowel Bars a. ASTM A615, Grade 60, steel bars (smooth) b. Cut bars true to length with ends square and free of burrs. 2. Bar Supports a. Bolsters, chairs, spacers and other devices for spacing, supporting and fastening reinforcing bars and welded wire reinforcement in place b. Manufacture bar supports from steel wire, plastic or precast concrete according to CRSI's "Manual of Standard Practice," of greater compressive strength than concrete and as follows: 1) For concrete surfaces exposed to view where legs of wire bar supports contact forms, use CRSI Class 1 plastic -protected steel wire or CRSI Class 2 stainless -steel bar supports. 2) For slabs -on -grade, provide sand plates, horizontal runners or precast concrete blocks on bottom where base material will not support chair legs or where vapor barrier has been specified. E. Embedded Metal Assemblies 1. Steel Shapes and Plates: ASTM A36 2. Headed Studs: Heads welded by full -fusion process, as furnished by TRW Nelson Stud Welding Division or approved equal F. Expansion Anchors Available Products a. Wej-it Bolt, Wej-it Corporation, Tulsa, Oklahoma b. Kwik Bolt II, Hilti Fastening Systems, Tulsa, Oklahoma c. Trubolt, Ramset Fastening Systems, Paris, Kentucky G. Adhesive Anchors and Dowels 1. Adhesive anchors shall consist of threaded rods anchored with an adhesive system into hardened concrete or grout -filled masonry. a. The adhesive system shall use a 2-component adhesive mix and shall be injected with a static mixing nozzle following manufacturer's instructions. CrrY OF FORT WORTH 90-Inch (iv1-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 03 30 00 - 7 CAST -IN -PLACE CONCRETE Page 7 of 25 b. The embedment depth of the rod shall provide a minimum allowable bond strength that is equal to the allowable yield capacity of the rod, unless otherwise specified. Available Products a. Hilti HIT HY 150 Max b. Simpson Acrylic -Tie c. Powers Fasteners AC 100+ Gold Threaded Rods: ASTM A193 a. Nuts: ASTM A563 hex carbon steel b. Washers: ASTM F436 hardened carbon steel c. Finish: Hot -dip zinc coating, ASTM A153, Class C H. Inserts 1. Provide metal inserts required for anchorage of materials or equipment to concrete construction where not supplied by other trades: a. In vertical concrete surfaces for transfer of direct shear loads only, provide adjustable wedge inserts of malleable cast iron complete with bolts, nuts and washers. 1) Provide 3/4-inch bolt size, unless otherwise indicated. b. In horizontal concrete surfaces and whenever inserts are subject to tension forces, provide threaded inserts of malleable cast iron furnished with full depth bolts. 1) Provide 3/4-inch bolt size, unless otherwise indicated. I. Concrete Materials 1. Cementitious Material a. Use the following Cementitious materials, of the same type, brand, and source, throughout Project: 1) Portland Cement a) ASTM C15O, Type UII, gray b) Supplement with the following: (1) Fly Ash (a) ASTM C618, Class C or F (2) Ground Granulated Blast -Furnace Slag (a) ASTM C989, Grade 100 or 120. 2) Silica Fume a) ASTM C1240, amorphous silica 3) Normal -Weight Aggregates a) ASTM C33, Class 3S coarse aggregate or better, graded b) Provide aggregates from a single source. 4) Maximum Coarse -Aggregate Size a) 3/4-inch nominal 5) Fine Aggregate a) Free of materials with deleterious reactivity to alkali in cement 6) Water a) ASTM C94 and potable J. Admixtures 1. Air -Entraining Admixture CITY OF FORT WORTH 90-Inch (M-280) sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 033000-8 CAST -IN -PLACE CONCRETE Page 8 of 25 a. ASTM C260 2. Chemical Admixtures a. Provide admixtures certified by manufacturer to be compatible with other ad- mixtures and that will not contribute water-soluble chloride ions exceeding those permitted in hardened concrete. b. Do not use calcium chloride or admixtures containing calcium chloride. c. Water -Reducing Admixture 1) ASTM C494, Type A d. Retarding Admixture 1) ASTM C494, Type B e. Water -Reducing and Retarding Admixture 1) ASTM C494, Type D f. High -Range, Water -Reducing Admixture 1) ASTM C494, Type F g. High -Range, Water -Reducing and Retarding Admixture 1) ASTM C494, Type G h. Plasticizing and Retarding Admixture 1) ASTM C 1017, Type 11 K. Waterstops 1. Self -Expanding Butyl Strip Waterstops a. Manufactured rectangular or trapezoidal strip, butyl rubber with sodium bentonite or other hydrophilic polymers, for adhesive bonding to concrete, 3/a- inch x I -inch. b. Available Products I ) Colloid Environmental Technologies Company; Volclay Waterstop-RX 2) Concrete Sealants Inc.; Conseal CS-231 3) Greenstreak; SweIlstop 4) Henry Company, Sealants Division; Hydro -Flex 5) JP Specialties, Inc.; Earthshield Type 20 6) Progress Unlimited, Inc.; Superstop 7) TCMiraDRI; Mirastop L. Curing Materials 1. Absorptive Cover a. AASHTO M 182, Class 2, burlap cloth made from jute or kenaf, weighing approximately 9 ounces/square yard when dry 2. Moisture -Retaining Cover a. ASTM C171, polyethylene film or white burlap -polyethylene sheet 3. Water a. Potable 4. Clear, Waterborne, Membrane -Forming Curing Compound a. ASTM C309, Type 1, Class B, dissipating b. Available Products 1) Anti -Hydro International, Inc.; AH Curing Compound #2 DR WB 2) Burke by Edoco; Aqua Resin Cure 3) ChemMasters; Safe -Cure Clear CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rebabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 03 30 00 - 9 CAST -IN -PLACE CONCRETE Page 9 of 25 4) Conspec Marketing & Manufacturing Co., hie., a Dayton Superior Company; W.B. Resin Cure 5) Dayton Superior Corporation; Day Chem Rez Cure (J-I I-W) 6) Euclid Chemical Company (The); Kurez DR VOX 7) Kaufman Products, Inc.; Thinfilm 420 8) Lambert Corporation; Aqua Kure -Clear 9) L&M Construction Chemicals, Inc.; L&M Cure R 10) Meadows, W. R., Inc.; 1100 Clear 11) Nox-Crete Products Group, Kinsman Corporation; Resin Cure E 12) Symons Corporation, a Dayton Superior Company; Resi-Chem Clear Cure 13) Tamms Industries, Inc.; Horncure WB 30 14) Unitex; Hydro Cure 309 15) US Mix Products Company; US Spec Maxcure Resin Clear 16) Vexcon Chemicals, hie,; Certi-Vex Enviocure 100 M. Related Materials 1. Bonding Agent a. ASTM C1059, Type II, non-redispersible, acrylic emulsion or styrene butadiene 2. Epoxy Bonding Adhesive a. ASTM C881, 2-component epoxy resin, capable of humid curing and bonding to damp surfaces, of class suitable for application temperature and of grade to suit requirements, and as follows: 1) Types I and II, non -load bearing 2) IV and V, load bearing, for bonding 3) Hardened or freshly mixed concrete to hardened concrete 3. Reglets a. Fabricate regiets of not less than 0.0217-inch thick, galvanized steel sheet b. Temporarily fill or cover face opening of reglet to prevent intrusion of concrete or debris. 4. Sleeves and Blockouts a. Formed with galvanized metal, galvanized pipe, polyvinyl chloride pipe, fiber tubes or wood 5. Nails, Spikes, Lag Bolts, Through Bolts, Anchorages a. Sized as required b. Shall be of strength and character to maintain formwork in place while placing concrete N. Repair Materials 1. Repair Underlayment a. Cement -based, polymer -modified, self -leveling product that can be applied in thicknesses of 1/8 inch or greater 1) Do not feather. b. Cement Binder 1) ASTM Cl 50, portland cement or hydraulic or blended hydraulic cement as defined in ASTM C219 c. Primer CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 03 30 00 - 10 CAST -IN -PLACE CONCRETE Page 10 of 25 1) Product of underlayment manufacturer recommended for substrate, condi- tions, and application d. Aggregate 1) Well -graded, washed gravel, 1/8 to 1/4 inch or coarse sand as recommended by underlayment manufacturer e. Compressive Strength 1) Not less than 4100 psi at 28 days when tested according to ASTM C109/C109M 2. Repair Overlayment a. Cement -based, polymer -modified, self -leveling product that can be applied in thicknesses of 1/8 inch or greater 1) Do not feather. b. Cement Binder 1) ASTM C150, portland cement or hydraulic or blended hydraulic cement as defined in ASTM C219 c. Primer 1) Product of topping manufacturer recommended for substrate, conditions, and application d. Aggregate 1) Well -graded, washed gravel, 1/8 to 1/4 inch or coarse sand as recommend- ed by topping manufacturer e. Compressive Strength 1) Not less than 5000 psi at 28 days when tested according to ASTM C109 O. Concrete Mixtures, General Prepare design mixtures for each type and strength of concrete, proportioned on the basis of laboratory trial mixture or field test data, or both, according to ACI 301. a. Required average strength above specified strength 1) Based on a record of past performance a) Determination of required average strength above specified strength shall be based on the standard deviation record of the results of at least 30 consecutive strength tests in accordance with ACI 318, Chapter 5.3 by the larger amount defined by formulas 5-1 and 5-2. 2) Based on laboratory trial mixtures a) Proportions shall be selected on the basis of laboratory trial batches prepared in accordance with ACI 318, Chapter 5.3.3.2 to produce an average strength greater than the specified strength fc by the amount defined in table 5.3.2.2. 3) Proportions of ingredients for concrete mixes shall be determined by an in- dependent testing laboratory or qualified concrete supplier. 4) For each proposed mixture, at least 3 compressive test cylinders shall be made and tested for strength at the specified age. a) Additional cylinders may be made for testing for information at earlier ages. 2. Cementitious Materials a. Limit percentage, by weight, of cementitious materials other than portland ce- ment in concrete as follows, unless specified otherwise: 1) Fly Ash: 25 percent CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 03 30 00 - 11 CAST -IN -PLACE CONCRETE Page I I of 25 2) Combined Fly Ash and Pozzolan: 25 percent 3) Ground Granulated Blast -Furnace Slag: 50 percent 4) Combined Fly Ash or Pozzolan and Ground Granulated Blast -Furnace Slag: 50 percent 5) Portland cement minimum, with fly ash or pozzolan not exceeding 25 per- cent 6) Silica Fume: 10 percent 7) Combined Fly Ash, Pozzolans, and Silica Fume: 35 percent with fly ash or pozzolan not exceeding 25 percent and silica fume not exceeding 10 per- cent 8) Combined Fly Ash or Pozzolans, Ground Granulated Blast -Furnace Slag, and Silica Fume: 50 percent with fly ash or pozzolans not exceeding 25 percent and silica fume not exceeding 10 percent 3. Limit water-soluble, chloride -ion content in hardened concrete to: a. 0.30 percent by weight of cement if concrete will have no exposure to chlorides (typical) b. 0.15 percent by weight if concrete will be exposed to chlorides c. 1.0 percent by weight if concrete will have no exposure to chlorides and will be continually dry and protected. 4. Admixtures a. Use admixtures according to manufacturer's written instructions. b. Do not use admixtures which have not been incorporated and tested in accepted mixes. c. Use water -reducing high -range water -reducing or plasticizing admixture in concrete, as required, for placement and workability. d. Use water -reducing and retarding admixture when required by high temperatures, law humidity or other adverse placement conditions. e. Use water -reducing admixture in pumped concrete, concrete for heavy -use industrial slabs and parking structure slabs, concrete required to be watertight, and concrete with a water-cementitious materials ratio below 0.50, f. Use corrosion -inhibiting admixture in concrete mixtures where indicated. P. Concrete Mixtures I. Refer to TxDOT "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges" for: a. Culverts b. Headwalls c. Wingwalls 2. Proportion normal -weight concrete mixture as follows: a. Minimum Compressive Strength: 4,000 psi at 28 days Maximum Water-Cementitious Materials Ratio: 0.45 c. Slump Limit: 5 inches or 8 inches for concrete with verified slump of 3 to 5 inches before adding high -range water -reducing admixture or plasticizing admixture, plus or minus 1 inch d. Air Content: 6 percent, plus or minus 1.5 percent at point of delivery for 3/4- inch nominal maximum aggregate size Q. Fabricating Reinforcement CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 03 30 00 - 12 CAST-IN-PLACF CONCRETE Page 12 of 25 1. Fabricate steel reinforcement according to CRSI's "Manual of Standard Practice." R. Fabrication of Embedded Metal Assemblies 1. Fabricate metal assemblies in the shop. Holes shall be made by drilling or punching. Holes shall not be made by or enlarged by burning. Welding shall be in accordance with AWS D1.1. 2. Metal assemblies exposed to earth, weather or moisture shall be hot dip galvanized. All other metal assemblies shall be either hot dip galvanized or painted with an epoxy paint. Repair galvanizing after welding with a Cold Galvanizing compound installed in accordance with the manufacturer's instructions. Repair painted assemblies after welding with same type of paint. S. Concrete Mixing 1. Ready -Mixed Concrete: Measure, batch, mix, and deliver concrete according to ASTM C94, and furnish batch ticket information. a. When air temperature is between 85 and 90 degrees Fahrenheit, reduce mixing and delivery time from 1-1/2 hours to 75 minutes; when air temperature is above 90 degrees Fahrenheit, reduce mixing and delivery time to 60 minutes. 2. Project -Site Mixing: Measure, batch, and mix concrete materials and concrete according to ASTM C94/C94M. Mix concrete materials in appropriate drum -type batch machine mixer. a. For mixer capacity of 1 cubic yard or smaller, continue mixing at least 1-1/2 minutes, but not more than 5 minutes after ingredients are in mixer, before any part of batch is released. b. For mixer capacity larger than 1 cubic yard, increase mixing time by 15 seconds for each additional 1 cubic yard. c. Provide batch ticket for each batch discharged and used in the Work, indicating Project identification name and number, date, mixture type, mixture time, quantity, and amount of water added. Record approximate location of final deposit in structure. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 31 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Formwork 1. Design, erect, shore, brace, and maintain formwork, according to ACI 301, to support vertical, lateral, static, and dynamic loads, and construction loads that might be applied, until structure can support such loads. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 03 30 00 - 13 CAST -IN -PLACE CONCRETE Page 13 of 25 Construct formwork so concrete members and structures are of size, shape, alignment, elevation, and position indicated, within tolerance limits of ACI 117. a. Vertical alignment 1) Lines, surfaces and arises less than 100 feet in height - I inch. 2) Outside corner of exposed corner columns and control joints in concrete exposed to view less than 100 feet in height - 1/2 inch. 3) Lines, surfaces and arises greater than 100 feet in height - I/1000 times the height but not more than 6 inches. 4) Outside corner of exposed corner columns and control joints in concrete exposed to view greater than 100 feet in height - 1/2000 times the height but not more than 3 inches. b. Lateral alignment 1) Members -I inch. 2) Centerline of openings 12 inches or smaller and edge location of larger openings in slabs - 1/2 inch. 3) Sawcuts, joints, and weakened plane embedments in slabs - 3/4 inch. c. Level alignment 1) Elevation of slabs -on -grade - 3/4 inch. 2) Elevation of top surfaces of formed slabs before removal of shores - 3/4 inch. 3) Elevation of formed surfaces before removal of shores - 3/4 inch. d. Cross -sectional dimensions: Overall dimensions of beams, joists, and columns and thickness of walls and slabs. 1) 12 inch dimension or less - plus 1/2 inch to minus 1/4 inch. 2) Greater than 12 inch to 3 foot dimension - plus 1/2 inch to minus 3/8 inch. 3) Greater than 3 foot dimension - plus I inch to minus 3/4 inch. e. Relative alignment 1) Stairs a) Difference in height between adjacent risers - 1/8 inch. b) Difference in width between adjacent treads - 1/4 inch. c) Maximum difference in height between risers in a flight of stairs - 3/8 inch. d) Maximum difference in width between treads in a flight of stairs - 3/8 inch. 2) Grooves a) Specified width 2 inches or less - 1/8 inch. b) Specified width between 2 inches and 12 inches - 1/4 inch. 3) Vertical alignment of outside corner of exposed corner columns and control joint grooves in concrete exposed to view - 1/4 inch in 10 feet. 4) All other conditions - 3/8 inch in 10 feet. Limit concrete surface irregularities, designated by ACI 347R as abrupt or gradual, as follows: a. Class B, 1/4 inch for smooth -formed finished surfaces. b. Class C, 1/2 inch for rough -formed finished surfaces. 4. Construct forms tight enough to prevent loss of concrete mortar. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 01286 Revised December 20, 2012 03 30 00 - 14 CAST -IN -PLACE CONCRETE Page 14 of 25 Fabricate forms for easy removal without hammering or prying against concrete surfaces. Provide crush or wrecking plates where stripping may damage cast concrete surfaces. Provide top forms for inclined surfaces steeper than 1.5 horizontal to I vertical. a. Install keyways, reglets, recesses, and the like, for easy removal. b. Do not use rust -stained steel form -facing material. 6. Set edge forms, bulkheads, and intermediate screed strips for slabs to achieve required elevations and slopes in finished concrete surfaces. Provide and secure units to support screed strips; use strike -off templates or compacting -type screeds. 7. Construct formwork to cambers shown or specified on the Drawings to allow for structural deflection of the hardened concrete. Provide additional elevation or camber in formwork as required for anticipated formwork deflections due to weight and pressures of concrete and construction loads. 8. Foundation Elements: Form the sides of all below grade portions of beams, pier caps, walls, and columns straight and to the lines and grades specified. Do no earth form foundation elements unless specifically indicated on the Drawings. 9. Provide temporary openings for cleanouts and inspection ports where interior area of formwork is inaccessible. Close openings with panels tightly fitted to forms and securely braced to prevent loss of concrete mortar. Locate temporary openings in forms at inconspicuous locations. 10. Chamfer exterior corners and edges of permanently exposed concrete. 11. Form openings, chases, offsets, sinkages, keyways, reglets, blocking, screeds, and bulkheads required in the Work. Determine sizes and locations from trades providing such items. 12. Clean forms and adjacent surfaces to receive concrete. Remove chips, wood, sawdust, dirt, and other debris just before placing concrete. 13. Retighten forms and bracing before placing concrete, as required, to prevent mortar leaks and maintain proper alignment. 14. Coat contact surfaces of forms with form -release agent, according to manufacturer's written instructions, before placing reinforcement, anchoring devices, and embedded items. a. Do not apply form release agent where concrete surfaces are scheduled to receive subsequent finishes which may be affected by agent. Soak contact surfaces of untreated forms with clean water. Keep surfaces wet prior to placing concrete. B. Embedded Items Place and secure anchorage devices and other embedded items required for adjoining work that is attached to or supported by cast -in -place concrete. Use setting drawings, templates, diagrams, instructions, and directions furnished with items to be embedded. a. Install anchor rods, accurately Iocated, to elevations required and complying with tolerances in AISC 303, Section 7.5. 1) Spacing within a bolt group: 1/8 inch 2) Location of bolt group (center): '/2 inch 3) Rotation of bolt group: 5 degrees CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 03 30 00 - 15 CAST -IN -PLACE CONCRETE Page 15 of 25 4) Angle off vertical: 5 degrees 5) Bolt projection: t 3/8 inch b. Install reglets to receive waterproofing and to receive through -wall flashings in outer face of concrete frame at exterior walls, where flashing is shown at lintels, shelf angles, and other conditions. C. Removing and Reusing Forms 1. Do not backfill prior to concrete attaining 70 percent of its 28-day design compressive strength. 2. General: Formwork for sides of beams, walls, columns, and similar parts of the Work that does not support weight of concrete may be removed after cumulatively curing at not less than 50 degrees Fahrenheit for 24 hours after placing concrete, if concrete is hard enough to not be damaged by form -removal operations and curing and protection operations are maintained. a. Leave formwork for beam soffits, joists, slabs, and other structural elements that supports weight of concrete in place until concrete has achieved at least 70 percent of its 28-day design compressive strength. b. Do not remove formwork supporting conventionally reinforced concrete until concrete has attained 70 percent of its specified 28 day compressive strength as established by tests of field cured cylinders. In the absence of cylinder tests, supporting formwork shall remain in place until the concrete has cured at a temperature of at least 50 degrees Fahrenheit for the minimum cumulative time periods given in ACI 347, Section 3.7.2.3. Add the period of time when the surrounding air temperature is below 50 degrees Fahrenheit, to the minimum listed time period. Formwork for 2-way conventionally reinforced slabs shall remain in place for at least the minimum cumulative time periods specified for 1-way slabs of the same maximum span. c. Immediately reshore 2-way conventionally reinforced slabs after formwork removal. Reshores shall remain until the concrete has attained the specified 28 day compressive strength. d. Minimum cumulative curing times may be reduced by the use of high -early strength cement or forming systems which allow form removal without disturbing shores, but only after the Contractor has demonstrated to the satisfaction of the Engineer that the early removal of forms will not cause excessive sag, distortion or damage to the concrete elements. e. Completely remove wood forms. Provide temporary openings if required. f. Provide adequate methods of curing and thermal protection of exposed concrete if forms are removed prior to completion of specified curing time. g. Reshore areas required to support construction loads in excess of 20 pounds per square foot to properly distribute construction loading. Construction loads up to the rated live load capacity may be placed on unshored construction provided the concrete has attained the specified 28 day compressive strength. h. Obtaining concrete compressive strength tests for the purposes of form removal is the responsibility of the Contractor. i. Remove forms only if shores have been arranged to permit removal of forms without loosening or disturbing shores. CITY OF FORT WORTH 90-inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 033000-16 CAST -IN -PLACE CONCRETE Page 16 of 25 3. Clean and repair surfaces of forms to be reused in the Work. Split, frayed, delaminated, or otherwise damaged form -facing material will not be acceptable for exposed surfaces. Apply new form -release agent. 4. When forms are reused, clean surfaces, remove fins and laitance, and tighten to close joints. Align and secure joints to avoid offsets. Do not use patched forms for exposed concrete surfaces unless approved by Engineer. D. Shores and Reshores 1. The Contractor is solely responsible for proper shoring and reshoring. 2. Comply with ACI 318 and ACI 301 for design, installation, and removal of shoring and reshoring. a. Do not remove shoring or reshoring until measurement of slab tolerances is complete. 3. Plan sequence of removal of shores and reshore to avoid damage to concrete. Locate and provide adequate reshoring to support construction without excessive stress or deflection. E. Steel Reinforcement 1. General: Comply with CRSI's "Manual of Standard Practice" for placing reinforcement. a. Do not cut or puncture vapor retarder. Repair damage and reseal vapor retarder before placing concrete. 2. Clean reinforcement of loose rust and mill scale, earth, ice, and other foreign materials that would reduce bond to concrete. 3. Accurately position, support, and secure reinforcement against displacement. Locate and support reinforcement with bar supports to maintain minimum concrete cover. Do not tack weld crossing reinforcing bars. a. Weld reinforcing bars according to AWS DIA, where indicated. Only steel conforming to ASTM A706 may be welded. 4. Installation tolerances a. Top and bottom bars in slabs, girders, beams and joists: 1) Members 8 inches deep or less: f3/8 inch 2) Members more than 8 inches deep: t1/2 inch b. Concrete Cover to Formed or Finished Surfaces: t3/8 inches for members 8 inches deep or less; f1/2 inches for members over 8 inches deep, except that tolerance for cover shall not exceed 1/3 of the specified cover. 5. Concrete Cover a. Reinforcing in structural elements deposited against the ground: 3 inches b. Reinforcing in formed beams, columns and girders: 1-1/2 inches c. Grade beams and exterior face of formed walls and columns exposed to weather or in contact with the ground: 2 inches d. Interior faces of walls: I inches Elevated Slab at Junction Box: 2 inches (exposed to weather and Process Gases) 6. Splices: Provide standard reinforcement splices by lapping and tying ends. Comply with ACI 318 for minimum lap of spliced bars where not specified on the documents. Do not lap splice no. 14 and IS bars. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 03 30 00 - 17 CAST -IN -PLACE CONCRETE Page 17 of 25 Field Welding of Embedded Metal Assemblies a. Remove all paint and galvanizing in areas to receive field welds. b. Field Prepare all areas where paint or galvanizing has been removed with the specified paint or cold galvanizing compound, respectively. F. Joints 1. General: Construct joints true to line with faces perpendicular to surface plane of concrete. 2. Construction Joints: Install so strength and appearance of concrete are not impaired, at locations indicated or as approved by Engineer. a. Place joints perpendicular to main reinforcement. Continue reinforcement across construction joints, unless otherwise indicated. Do not continue reinforcement through sides of strip placements of floors and slabs. b. Form keyed joints as indicated. Embed keys at least 1-1/2 inches into concrete. c. Locate joints for beams, slabs, joists, and girders in the middle third of spans. Offset joints in girders a minimum distance of twice the beam width from a beam -girder intersection. d. Locate horizontal joints in walls and columns at underside of floors, slabs, beams, and girders and at the top of footings or floor slabs. e. Space vertical joints in walls as indicated. Locate joints beside piers integral with walls, near corners, and in concealed locations where possible. f. Use a bonding agent at locations where fresh concrete is placed against hardened or partially hardened concrete surfaces. 3. Doweled Joints: Install dowel bars and support assemblies at joints where indicated. Lubricate or asphalt coat 1-1/2 of dowel length to prevent concrete bonding to 1 side of joint. G. Waterstops 1. Flexible Waterstops: histail in construction joints and at other joints indicated to form a continuous diaphragm. Install in longest lengths practicable. Support and protect exposed waterstops during progress of the Work. Field fabricate joints in waterstops according to manufacturer's written instructions. 2. Self -Expanding Strip Waterstops: Install in construction joints and at other locations indicated, according to manufacturer's written instructions, adhesive bonding, mechanically fastening, and firmly pressing into place. Install in longest lengths practicable. H. Adhesive Anchors 1. Comply with the manufacturer's installation instructions on the hole diameter and depth required to fully develop the tensile strength of the adhesive anchor or reinforcing bar. 2. Properly clean out the hole utilizing a wire brush and compressed air to remove all loose material from the hole, prior to installing adhesive material. I. Concrete Placement 1. Before placing concrete, verify that installation of formwork, reinforcement, and embedded items is complete and that required inspections have been performed. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 033000-18 CAST -IN -PLACE CONCRETE Page 18 of 25 2. Do not add water to concrete during delivery, at Project site, or during placement unless approved by Engineer. 3. Before test sampling and placing concrete, water may be added at Project site, subject to limitations of ACI 301. a. Do not add water to concrete after adding high -range water -reducing admixtures to mixture. b. Do not exceed the maximum specified water/cement ratio for the mix. 4. Deposit concrete continuously in 1 layer or in horizontal layers of such thickness that no new concrete will be placed on concrete that has hardened enough to cause seams or planes of weakness. If a section cannot be placed continuously, provide construction joints as indicated. Deposit concrete to avoid segregation. a. Deposit concrete in horizontal layers of depth to not exceed formwork design pressures, 15 feet maximum and in a manner to avoid inclined construction joints. b. Consolidate placed concrete with mechanical vibrating equipment according to ACT 301. c. Do not use vibrators to transport concrete inside forms. Insert and withdraw vibrators vertically at uniformly spaced locations to rapidly penetrate placed layer and at least 6 inches into preceding layer. Do not insert vibrators into lower layers of concrete that have begun to lose plasticity. At each insertion, limit duration of vibration to time necessary to consolidate concrete and complete embedment of reinforcement and other embedded items without causing mixture constituents to segregate. d. Do not permit concrete to drop freely any distance greater than 10 feet for concrete containing a high range water reducing admixture (superplasticizer) or 5 feet for other concrete. Provide chute or tremie to place concrete where longer drops are necessary. Do not place concrete into excavations with standing water. If place of deposit cannot be pumped dry, pour concrete through a tremie with its outlet near the bottom of the place of deposit. e. Discard pump priming grout and do not use in the structure. 5. Deposit and consolidate concrete for floors and slabs in a continuous operation, within limits of construction joints, until placement of a panel or section is complete. a. Consolidate concrete during placement operations so concrete is thoroughly worked around reinforcement and other embedded items and into corners. b. Maintain reinforcement in position on chairs during concrete placement. c. Screed slab surfaces with a straightedge and strike off to correct elevations. d. Slope surfaces uniformly to drains where required. e. Begin initial floating using bull floats or darbies to form a uniform and open - textured surface plane, before excess bleedwater appears on the surface. Do not further disturb slab surfaces before starting finishing operations. 6. Cold -Weather Placement: Comply with ACI 306.1 and as follows. Protect concrete work from physical damage or reduced strength that could be caused by frost, freezing actions, or low temperatures. a. When average high and low temperature is expected to fall below 40 degrees Fahrenheit for 3 successive days, maintain delivered concrete mixture temperature within the temperature range required by ACI 301. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION! DOCUMENTS City Project No. 01286 Revised December 20, 2012 03 30 00 - 19 CAST -IN -PLACE CONCRETE Page 19 of 25 b. Do not use frozen materials or materials containing ice or snow. Do not place concrete on frozen subgrade or on subgrade containing frozen materials. c. Do not use calcium chloride, salt, or other materials containing antifreeze agents or chemical accelerators unless otherwise specified and approved in mixture designs. 7. Hot -Weather Placement: Comply with ACI 305.1 and as follows: a. Maintain concrete temperature below 'r degrees Fahrenheit at time of placement. Chilled mixing water or chopped ice may be used to control temperature, provided water equivalent of ice is calculated to total amount of mixing water. Using liquid nitrogen to cool concrete is Contractor's option. b. Fog -spray forms, steel reinforcement, and subgrade just before placing concrete. Keep subgrade uniformly moist without standing water, soft spots, or dry areas. J. Finishing Formed Surfaces 1. Rough -Formed Finish: As -east concrete texture imparted by form -facing material with tie holes and defects repaired and patched. Remove fins and other projections that exceed specified limits on formed -surface irregularities. a. Apply to concrete surfaces not exposed to public view. 2. Related Unformed Surfaces: At tops of walls, horizontal offsets, and similar unformed surfaces adjacent to formed surfaces, strike off smooth and finish with a texture matching adjacent formed surfaces. Continue final surface treatment of formed surfaces uniformly across adjacent unformed surfaces, unless otherwise indicated. K. Miscellaneous Concrete Items 1. Filling In: Fill in holes and openings left in concrete structures, unless otherwise indicated, after work of other trades is in place. Mix, place, and cure concrete, as specified, to blend with in place construction. Provide other miscellaneous concrete filling indicated or required to complete the Work. 2. Curbs: Provide monolithic finish to interior curbs by stripping forms while concrete is still green and by steel -troweling surfaces to a hard, dense finish with corners, intersections, and terminations slightly rounded. 3. Equipment Bases and Foundations: Provide machine and equipment bases and foundations as shown on Drawings. Set anchor bolts for machines and equipment at correct elevations, complying with diagrams or templates from manufacturer furnishing machines and equipment. a. Housekeeping pads: Normal weight concrete (3000 psi), reinforced with #3@ 16 inches on center set at middepth of pad. Trowel concrete to a dense, smooth finish. Set anchor bolts for securing mechanical or electrical equipment during pouring of concrete fill. 4. Protective slabs ("Mud slabs"): Normal weight concrete (2500 psi minimum) with a minimum thickness of 3-1/2 inches. Finish slab to a wood float finish. L. Concrete Protecting and Curing 1. General: Protect freshly placed concrete from premature drying and excessive cold or hot temperatures. Comply with ACI 306.1 for cold -weather protection and ACI 305.1 for hot -weather protection during curing. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 03 30 00 - 20 CAST -IN -PLACE CONCRETE Page 20 of 25 2. Formed Surfaces: Cure formed concrete surfaces, including underside of beams, supported slabs, and other similar surfaces. If forms remain during curing period, moist cure after loosening forms. If removing forms before end of curing period, continue curing for the remainder of the curing period. 3. Unformed Surfaces: Begin curing immediately after finishing concrete. Cure unformed surfaces, including floors and slabs, concrete floor toppings, and other surfaces. 4. Cure concrete according to ACI 308.1, by 1 or a combination of the following methods: a. Moisture Curing: Keep surfaces continuously moist for not less than 7 days with the following materials: 1) Water 2) Continuous water -fog spray 3) Absorptive cover, water saturated, and kept continuously wet. Cover concrete surfaces and edges with 12-inch lap over adjacent absorptive covers b. Moisture -Retaining -Cover Curing: Cover concrete surfaces with moisture - retaining cover for curing concrete, placed in widest practicable width, with sides and ends lapped at least 12 inches, and sealed by waterproof tape or adhesive. Cure for not less than 7 days. Immediately repair any holes or tears during curing period using cover material and waterproof tape. 1) Moisture cure or use moisture -retaining covers to cure concrete surfaces to receive floor coverings. 2) Moisture cure or use moisture -retaining covers to cure concrete surfaces to receive penetrating liquid floor treatments. 3) Cure concrete surfaces to receive floor coverings with either a moisture - retaining cover or a curing compound that the manufacturer certifies will not interfere with bonding of floor covering used on Project. c. Curing Compound: Apply uniformly in continuous operation by power spray or roller according to manufacturer's written instructions. Recoat areas subjected to heavy rainfall within 3 hours after initial application. Maintain continuity of coating and repair damage during curing period. 3.5 REPAIR A. Concrete Surface Repairs 1. Defective Concrete: Repair and patch defective areas when approved by Engineer. Remove and replace concrete that cannot be repaired and patched to Engineer's approval. 2. Patching Mortar: Mix dry -pack patching mortar, consisting of 1 part portland cement to 2-1/2 parts fine aggregate passing a No. 16 sieve, using only enough water for handling and placing. 3. Repairing Formed Surfaces: Surface defects include color and texture irregularities, cracks, spalls, air bubbles, honeycombs, rock pockets, fins and other projections on the surface, and stains and other discolorations that cannot be removed by cleaning. CITY Of FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 033000-21 CAST -IN -PLACE CONCRETE Page 21 of 25 a. Immediately after form removal, cut-out honeycombs, rock pockets, and voids more than 1/2 inch in any dimension in solid concrete, but not less than 1 inch in depth. Make edges of cuts perpendicular to concrete surface. Clean, dampen with water, and brush -coat holes and voids with bonding agent. Fill and compact with patching mortar before bonding agent has dried. Fill form -tie voids with patching mortar or cone plugs secured in place with bonding agent. b. Repair defects on surfaces exposed to view by blending white portland cement and standard portland cement so that, when dry, patching mortar will match surrounding color. Patch a test area at inconspicuous locations to verify mixture and color match before proceeding with patching. Compact mortar in place and strike off slightly higher than surrounding surface. c. Repair defects on concealed formed surfaces that affect concrete's durability and structural performance as determined by Engineer. 4. Repairing Unformed Surfaces: Test unformed surfaces, such as floors and slabs, for finish and verify surface tolerances specified for each surface. Correct low and high areas. Test surfaces sloped to drain for trueness of slope and smoothness; use a sloped template. a. Repair finished surfaces containing defects. Surface defects include spalls, pop outs, honeycombs, rock pockets, crazing and cracks in excess of 0.0I inch wide or that penetrate to reinforcement or completely through unreinforced sections regardless of width, and other objectionable conditions. b. After concrete has cured at least 14 days, correct high areas by grinding. c. Correct localized low areas during or immediately after completing surface finishing operations by cutting out low areas and replacing with patching mortar. Finish repaired areas to blend into adjacent concrete. d. Repair defective areas, except random cracks and single holes 1 inch or less in diameter, by cutting out and replacing with fresh concrete. Remove defective areas with clean, square cuts and expose steel reinforcement with at least a 3/4- inch clearance all around. Dampen concrete surfaces in contact with patching concrete and apply bonding agent. Mix patching concrete of same materials and mixture as original concrete except without coarse aggregate. Place, compact, and finish to blend with adjacent finished concrete. Cure in same manner as adjacent concrete. e. Repair random cracks and single holes 1 inch or less in diameter with patching mortar. Groove top of cracks and cut out holes to sound concrete and clean off dust, dirt, and loose particles. Dampen cleaned concrete surfaces and apply bonding agent. Place patching mortar before bonding agent has dried. Compact patching mortar and finish to match adjacent concrete. Keep patched area continuously moist for at least 72 hours. 5. Perform structural repairs of concrete, subject to Engineer's approval, using epoxy adhesive and patching mortar. 6. Repair materials and installation not specified above maybe used, subject to Engineer's approval. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 033000-22 CAST -IN -PLACE CONCRETE Page 22 of 25 3.6 RE4 NSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. Testing and Inspecting: City will engage a special inspector and qualified testing and inspecting agency to perform field tests and inspections and prepare test reports. B. Inspections 1. Steel reinforcement placement 2. Headed bolts and studs 3. Verification of use of required design mixture 4. Concrete placement, including conveying and depositing 5. Curing procedures and maintenance of curing temperature 6. Verification of concrete strength before removal of shores and forms from beams and slabs C. Concrete Tests: Perform testing of composite samples of fresh concrete obtained according to ASTM C172 according to the following requirements: 1. Testing Frequency: Obtain 1 composite sample for each day's pour of each concrete mixture exceeding 5 cubic yard, but less than 25 cubic yard, plus 1 set for each additional 50 cubic yard or fraction thereof. 2. Slump: ASTM C 143; 1 test at point of placement for each composite sample, but not less than 1 test for each day's pour of each concrete mixture. Perform additional tests when concrete consistency appears to change. 3. Air Content: ASTM C231, pressure method, for normal -weight concrete; 1 test for each composite sample, but not less than 1 test for each day's pour of each concrete mixture. 4. Concrete Temperature: ASTM C 1064; 1 test hourly when air temperature is 40 degrees Fahrenheit and below and when 80 degrees Fahrenheit and above, and 1 test for each composite sample. 5. Compression Test Specimens: ASTM C31. a. Cast and laboratory cure 4 cylinders for each composite sample. 1) Do not transport field cast cylinders until they have cured for a minimum of 24 hours. 6. Compressive -Strength Tests: ASTM C39; a. Test 1 cylinder at 7 days. b. Test 2 cylinders at 28 days. c. Hold 1 cylinder for testing at 56 days as needed. 7. When strength of field -cured cylinders is less than 85 percent of companion laboratory -cured cylinders, evaluate operations and provide corrective procedures for protecting and curing in -place concrete. 8. Strength of each concrete mixture will be satisfactory if every average of any 3 consecutive compressive -strength tests equals or exceeds specified compressive strength and no compressive -strength test value falls below specified compressive strength by more than 500 psi. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 03 30 00 - 23 CAST -IN -PLACE CONCRETE Page 23 of 25 9. Report test results in writing to Engineer, concrete manufacturer, and Contractor within 48 hours of testing. Reports of compressive -strength tests shall contain Project identification name and number, date of concrete placement, name of concrete testing and inspecting agency, location of concrete batch in Work, design compressive strength at 28 days, concrete mixture proportions and materials, compressive breaking strength, and type of break for both 7- and 28-day tests. 10. Additional Tests: Testing and inspecting agency shall make additional tests of concrete when test results indicate that slump, air entrainmcnt, compressive strengths, or other requirements have not been met, as directed by Engineer. Testing and inspecting agency may conduct tests to determine adequacy of concrete by cored cylinders complying with ASTM C42 or by other methods as directed by Engineer. a. When the strength level of the concrete for any portion of the structure, as indicated by cylinder tests, falls below the specified requirements, provide improved curing conditions and/or adjustments to the mix design as required to obtain the required strength. If the average strength of the laboratory control cylinders falls so low as to be deemed unacceptable, follow the core test procedure set forth in ACI 301, Chapter 17. Locations of core tests shall be approved by the Engineer. Core sampling and testing shall be at Contractors expense. b. If the results of the core tests indicate that the strength of the structure is inadequate, any replacement, load testing, or strengthening as may be ordered by the Engineer shall be provided by the Contractor without cost to the City. 11. Additional testing and inspecting, at Contractor's expense, will be performed to determine compliance of replaced or additional work with specified requirements. 12. Correct deficiencies in the Work that test reports and inspections indicate does not comply with the Contract Documents. D. Measure floor and slab flatness and levelness according to ASTM El 155 within 48 hours of finishing. E. Concrete Finish Measurement and Tolerances 1. All floors are subject to measurement for flatness and levelness and comply with the following: a. SIabs shall be flat within a tolerance of 5116 inches in 10 feet when tested with a 10 foot long straightedge. Apply straightedge to the slab at 3 foot intervals in both directions, lapping straightedge 3 feet on areas previously checked. Low spots shall not exceed the above dimension anywhere along the straightedge. Flatness shall be checked the next work day after finishing. b. Slabs shall be level within a tolerance of f 114 inch in 10 feet, not to exceed 3/4 inches total variation, anywhere on the floor, from elevations indicated on the Drawings. Levelness shall be checked on a 10 foot grid using a level after removal of forms. c. Measurement Standard: All floors are subject to measurement for flatness and Ievelness, according to ASTM El 155. 2. 2 Tiered Measurement Standard a. Each floor test section and the overall floor area shall conform to the 2-tiered measurement standard as specified herein. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 03 30 00 - 24 CAST -IN -PLACE CONCRETE Page 24 of 25 1) Minimum Local Value: The minimum local FF/FL values represent the ab- solute minimum surface profile that will be acceptable for any 1 test sample (line of measurements) anywhere within the test area. 2) Specified Overall Value: The specified overall FF/FL values represent the minimum values acceptable for individual floor sections as well as the floor as a whole. 3. Floor Test Sections a. A floor test section is defined as the smaller of the following areas: 1) The area bounded by column and/or wall lines 2) The area bounded by construction and/or control joint lines 3) Any combination of column lines and/or control joint lines b. Test sample measurement lines within each test section shall be multidirectional along 2 orthogonal lines, as defined by ASTM El 155, at a spacing to be determined by the City's testing agency. c. The precise layout of each test section shall be determined by the City's testing agency. 4. Concrete Floor Finish Tolerance a. The following values apply before removal of shores. Levelness values (FL) do not apply to intentionally sloped or cambered areas, nor to slabs poured on metal deck or precast concrete. 1) Slabs Overall Value FF45/FL30 Minimum Local Value FF30/FL20 5. Floor Elevation Tolerance Envelope a. The acceptable tolerance envelope for absolute elevation of any point on the slab surface, with respect to the elevation shown on the Drawings, is as follows: 1) Slab -on -Grade Construction: t 1/4 inch 2) Top surfaces of formed slabs measured prior to removal of supporting shores: t 3/4 inch 3) Top surfaces of all other slabs: t 3/4 inch 4) Slabs specified to slope shall have a tolerance from the specified slope of 3/8 inch in 10 feet at any point, up to 3/4 inch from theoretical elevation at any point. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. Defective Work 1. Imperfect or damaged work or any material damaged or determined to be defective before final completion and acceptance of the entire job shall be satisfactorily re- placed at the Contractor's expense, and in conformity with all of the requirements of the Drawings and Specifications. 2. Perform removal and replacement of concrete work in such manner as not to impair the appearance or strength of the structure in any way. B. Cleaning CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 033000-25 CAST -IN -PLACE CONCRETE Page 25 of 25 1. Upon completion of the work remove from the site all forms, equipment, protective coverings and any rubbish resulting therefrom. 2. After sweeping floors, wash floors with clean water. 3. Leave finished concrete surfaces in a clean condition, satisfactory to the City. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 2.2.0.3 — Removed Blue Text/Added Descriptions for water-soluble, chloride -ion content 3A.C.1 —Changed 75%to 70% CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 033413-1 CONTROLLED LOW STRENGTH MATERIAL. (CLSM) Page 1 of 6 SECTION 03 3413 CONTROLLED LOW STRENGTH MATERIAL (CLSM) PARTI- GENERAL 11 SUMMARY A. Section includes: 1. Controlled low strength material (CLSM) for use in the following: a. FIowable backfill B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 03 30 00 - Cast -in -Place Concrete 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to the structure or Items being placed. 2. Payment a. The work performed and the materials furnished in accordance with this Item are subsidiary to the structure or Items being placed and no other compensation will be allowed. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. B. ASTM International (ASTM): 1. C31 - Standard Practice for Making and Curing Concrete Test Specimens in the Field. 2. C33 - Standard Specification for Concrete Aggregates. 3. C39 - Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens. 4. C 143 - Standard Test Method for Slump of Hydraulic Cement Concrete. 5. C231 - Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method. 6. C260 -Standard Specification for Air -Entraining Admixtures for Concrete. 7. C61 S - Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 20I2 033413-2 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 2 of 6 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Provide submittals in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery and/or fabrication for specials. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product data B. Sieve analysis 1. Submit sieve analyses of fine and coarse aggregates being used. a. Resubmit at any time there is a significant change in grading of materials. 2. Mix a. Submit full details, including mix design calculations for mix proposed for use. C. Trial batch test data 1. Submit data for each test cylinder. 2. Submit data that identifies mix and slump for each test cylinder. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER -FURNISHED OR OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 PRODUCT TYPES AND MATERIALS A. Materials 1. Portland cement: Type II low alkali portland cement as specified in Section 03 30 00. 2. Fly ash: Class F fly ash in accordance with ASTM C618. 3. Water: As specified in Section 03 30 00. 4. Admixture: Air entraining admixture in accordance with ASTM C260. 5. Fine aggregate: Concrete sand (does not need to be in accordance with ASTM C33). No more than 12 percent of fine aggregate shall pass a No. 200 sieve, and no plastic fines shall be present. 6. Coarse aggregate: Pea gravel no larger than 3/8 inch. B. Mixes CITY OF FORT WORTH 90-Inch (NI-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 01286 Revised December 20, 2012 03 34 13 - 3 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 3 of 6 1. Performance requirements a. Total calculated air content 1) Not less than 8.0 percent or greater than 12.0 percent. b. Minimum unconfined compressive strength 1) Not less than 50 psi measured at 28 days. c. Maximum unconfined compressive strength 1) Not greater than 150 psi measured at 28 days. 2) Limit the long-term strength (90 days) to 200 psi such that material could be re -excavated with conventional excavation equipment in the future if necessary. d. Wet density 1) No greater than 132 pounds per cubic foot. e. Color 1) No coloration required unless noted. 2) Submit dye or other coloration means for approval. 2. Suggested design mix Material Weight Specific Gravity Absolute Volume Cubic Foot Cement 30 pounds 3.15 0.15 Fly Ash 300 pounds 2.30 2.09 Water 283 pounds 1.00 4.54 Coarse Aggregate 1,465 pounds 2.68 8.76 Fine Aggregate 1,465 pounds 2.68 8.76 Admixture 4-6 ounces - 2.70 TOTAL 3,543 pounds - 27.00 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL A. Trial batch l . After mix design has been accepted by Engineer, have trial batch of the accepted mix design prepared by testing laboratory acceptable to Engineer. 2. Prepare trial batches using specified cementitious materials and aggregates proposed to be used for the Work. 3. Prepare trial batch with sufficient quantity to determine slump, workability, consistency, and to provide sufficient test cylinders. B. Test cylinders: 1. Prepare test cylinders in accordance with ASTM C31 with the following exceptions: a. Fill the concrete test cylinders to overflowing and tap sides lightly to settle the mix, b. Do not rod the concrete mix. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 033413-4 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 4 of 6 c. Strike off the excess material. 2. Place test cylinders in a moist curing room. Exercise caution in moving and transporting the cylinders since they are fragile and will withstand only minimal bumping, banging, or jolting without damage. 3. Do not remove the test cylinder from mold until the cylinder is to be capped and tested. 4. The test cylinders may be capped with standard sulfur compound or neoprene pads: a. Perform the capping carefully to prevent premature fractures. b. Use neoprene pads a minimum of 112 inch thick, and 1/2 inch larger in diameter than the test cylinders. c. Do not perform initial compression test until the cylinders reach a minimum age of 3 days. C. Compression test 8 test cylinders: Test 4 test cylinders at 3 days and 4 at 28 days in accordance with ASTM C39 except as modified herein: 1. The compression strength of the 4 test cylinders tested at 28 days shall be equal to or greater than the minimum required compression strength, but not exceed maximum compression strength. D. if the trial batch tests do not meet the Specifications for strength or density, revise and resubmit the mix design, and prepare additional trial batch and tests. Repeat until an acceptable trial batch is produced that meets the Specifications. 1. All the trial batches and acceptability of materials shall be paid by the CONTRACTOR. 2. After acceptance, do not change the mix design without submitting a new mix design, trial batches, and test information. E. Determine slump in accordance with ASTM C143 with the following exceptions: 1. Do not rod the concrete material. 2. Place material in slump cone in 1 semi -continuous filling operation, slightly overfill, tap lightly, strike off, and then measure and record slump. PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Place CLSM by any method which preserves the quality of the material in terms of compressive strength and density: I . Limit lift heights of CLSM placed against structures and other facilities that could be damaged due to the pressure from the CLSM, to the lesser of 4 feet or the Iift height indicated on the Drawings. Do not place another lift of CLSM until the last lift of CLSM has set and gained sufficient strength to prevent lateral load due to the weight of the next lift of CLSM. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 033413-5 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 5 of 6 2. The basic requirement for placement equipment and placement methods is the maintenance of its fluid properties. 3. Transport and place material so that it flows easily around, beneath, or through walls, pipes, conduits, or other structures. 4. Use a slump of the placed material greater than 9 inches, and sufficient to allow the material to flow freely during placement: a. After trial batch testing and acceptance, maintain slump developed during testing during construction at all times within t 1 inch. 5. Use a slump, consistency, workability, flow characteristics, and pumpability (where required) such that when placed, the material is self -compacting, self-densifying, and has sufficient plasticity that compaction or mechanical vibration is not required. 6. When using as embedment for pipe take appropriate measures to ensure line and grade of pipe. 3.5 REPAIR [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. General 1. Make provisions for and furnish all material for the test specimens, and provide manual assistance to assist the Engineer in preparing said specimens. 2. Be responsible for the care of and providing curing condition for the test specimens. B. Tests by the City 1. During the progress of construction, the City will have tests made to determine whether the CLSM, as being produced, complies with the requirements specified hereinbefore. Test cylinders will be made and delivered to the laboratory by the Engineer and the testing expense will be borne by the City. 2. Test cylinders a. Prepare test cylinders in accordance with ASTM C31 with the following exceptions: 1) Fill the concrete test cylinders to overflowing and tap sides lightly to settle the mix.. 2) Do not rod the concrete mix. 3) Strike off the excess material. b. Place the cylinders in a safe location away from the construction activities. Keep the cylinders moist by covering with wet burlap, or equivalent. Do not sprinkle water directly on the cylinders. c. After 2 days, place the cylinders in a protective container for transport to the laboratory for testing. The concrete test cylinders are fragile and shall be handled carefully. The container may be a box with a Styrofoam or similar lining that will limit the jarring and bumping of the cylinders. d. Place test cylinders in a moist curing room. Exercise caution in moving and transporting the cylinders since they are fragile and will withstand only minimal bumping, banging, or jolting without damage. c. Do not remove the test cylinder from mold until the cylinder is to be capped and tested. CITY OF FORT WORTH 90-Itch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 033413-6 CONTROLLED LOW STRENGTH MATERIAL (CLSM) Page 6 of 6 f. The test cylinders may be capped with standard sulfur compound or neoprene pads: 1) Perform the capping carefully to prevent premature fractures. 2) Use neoprene pads a minimum of 1/2 inch thick, and 1/2 inch larger in diameter than the test cylinders. 3) Do not perform initial compression test until the cylinders reach a minimum age of 3 days. 3. The number of cylinder specimens taken each day shall be determined by the Inspector. a. Test 1 cylinder at 3 days and 2 at 28 days in accordance with ASTM C39 except as modified herein. b. The compression strength of the cylinders tested at 28 days shall be equal to or greater than the minimum required compression strength, but not exceed maximum compression strength. 4. The City will test the air content of the CLSM. Test will be made immediately after discharge from the mixer in accordance with ASTM C231. 5. Test the slump of CLSM using a slump cone in accordance with ASTM C 143 with the following exceptions: a. Do not rod the concrete material. b. Place material in slump cone in 1 semi -continuous filling operation, slightly overfill, tap lightly, strike off, and then measure and record slump. 6. If compressive strength of test cylinders does not meet requirements, make corrections to the mix design to meet the requirements of this specification. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 310 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 904ach (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. OI286 Revised December 20, 2012 033416-1 CONCRETE BASE MATERIAL FOR TRENCH REPAIR Page 1 of 4 SECTION 03 3416 CONCRETE BASE MATERIAL FOR TRENCH REPAIR PART1- GENERAL 1.1 SUMMARY A. Section includes: 1. Concrete base material for trench repair B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division I — General Requirements 3. Section 03 30 00 -- Cast -in -Place Concrete 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to the structure or Items being placed. 2. Payment a. The work performed and the materials furnished in accordance with this Item are subsidiary to the structure or Items being placed and no other compensation will be allowed. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. B. ASTM International (ASTM): 1. C31, Standard Practice for Making and Curing Concrete Test Specimens in the Field. 2. C33, Standard Specification for Concrete Aggregates. 3, C39, Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens. 4, C143, Standard Test Method for Slump of Hydraulic -Cement Concrete. 5. C 172, Standard Practice for Sampling Freshly Mixed Concrete. 6. C231, Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method. 7. C260, Standard Specification for Air -Entraining Admixtures for Concrete. 8. C618, Standard Specification for Coal Fly Ash and Raw or Calcined Natural PozzoIan for Use in Concrete. 9, C1064, Standard Test Method for Temperature of Freshly Mixed Hydraulic - Cement Concrete. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01296 Revised December 20, 2012 033416-2 CONCRETE BASE MATERIAL FOR TRENCH REPAIR Page 2 of 4 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Provide submittals in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to delivery and/or fabrication for specials. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Submit proposed mix design for Engineer's review a minimum of 2 weeks prior to start of low density concrete backfill work. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD CONDITIONS [NOT USED] 112 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER -FURNISHED OR OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 PRODUCT TYPES AND MATERIALS A. Mix Design 1. Performance requirements a. Concrete Base Material for Trench Repair 1) 28-day compressive strength of not less than 750 psi and not more than 1,200 psi. B. Materials 1. Portland cement a. Type II low alkali portland cement as specified in Section 03 30 00. 2. Fly ash a. Class F fly ash in accordance with ASTM C618. 3. Water a. As specified in Section 03 30 00. 4. Admixture a. Air entraining admixture in accordance with ASTM C260. 5. Fine aggregate a. Concrete sand (does not need to be in accordance with ASTM C33). b. No more than 12 percent of fine aggregate shall pass a No. 200 sieve, and no plastic fines shall be present. 6. Coarse aggregate a. Pea gravel no larger than 3/8 inch. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 033416-3 CONCRETE SASE MATERIAL FOR TRENCH REPAIR Page 3 of 4 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Place concrete base material by any method which preserves the quality of the material in terms of compressive strength and density- 1. The basic requirement for placement equipment and placement methods is the maintenance of its fluid properties. 2. Transport and place material so that it flows easily around, beneath, or through walls, pipes, conduits, or other structures. 3. Use a slump, consistency, workability, flow characteristics, and pumpability (where required) such that when placed, the material is self -compacting, self-densifying, and has sufficient plasticity that compaction or mechanical vibration is not required. 3.5 REPAIR [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. General 1. Make provisions for and furnish all material for the test specimens, and provide manual assistance to assist the Engineer in preparing said specimens. 2. Be responsible for the care of and providing curing condition for the test specimens. B. Concrete Tests: Perform testing of composite samples of fresh concrete obtained according to ASTM C 172 according to the following requirements: I . Testing Frequency: Obtain 1 composite sample for each day's pour of each concrete mixture up to 25 cubic yards, plus l set for each additional 50 cubic yards or fraction thereof. 2. SIump: ASTM C143; 1 test at point of placement for each composite sample, but not less than 1 test for each day's pour of each concrete mixture. Perform additional tests when concrete consistency appears to change. 3. Air Content: ASTM C231, pressure method, for normal -weight concrete; 1 test for each composite sample, but not less than 1 test for each day's pour of each concrete mixture. 4. Concrete Temperature: ASTM C 1064; 1 test hourly when air temperature is 40 degrees Fahrenheit and below and when 80 degrees Fahrenheit and above, and 1 test for each composite sample. 5. Compression Test Specimens: ASTM C31. a. Cast and laboratory cure 4 cylinders for each composite sample. 1) Do not transport field cast cylinders until they have cured for a itlinimum of 24 hours. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 033416-4 CONCRETE BASE MATERIAL FOR TRENCH REPAIR Page 4 of 4 6. Compressive -Strength Tests: ASTM C39 a. Test 1 cylinder at 7 days. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME I SUMMARY OF CHANGE CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 038000-1 MODIFICATIONS TO EXISTING CONCRETE Page 1 of 7 SECTION 03 80 00 MODIFICATIONS TO EXISTING CONCRETE STRUCTURES PART1- GENERAL 1.1 SUMMARY A. Section includes: 1. Modifications to existing concrete structures, including: a. Manholes b. Junction boxes c. Vaults d. Retaining walls e. Wing and head wails f. Culverts 2. This section does not include modifications to Reinforced Concrete Pipe, B. Deviations from this City of Fort Worth Standard Specification 1. JQ modifications to the following sections are shown in blue text: a. 03 80 00-1.1-C C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Division 3 - Concrete 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to the structure or Items being placed. 2. Payment a. The work performed and the materials furnished in accordance with this Item are subsidiary to the structure or Items being placed and no other compensation will be allowed. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM International (ASTM): a. A61 S, Deformed and Plain Billet -Steel Bars for Concrete Reinforcement. b. C881, Standard Specification for Epoxy -Resin -Base Bonding Systems for Concrete. c. C882, Standard Test Method for Bond Strength of Epoxy -Resin Systems Used with Concrete by Slant Sheer. CITY Of FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 038000-2 MODIFICATIONS TO EXISTING CONCRETE Page 2 of 7 d. D570, Standard Test Method for Water Absorption of Plastics. e. D638, Standard Test Method for Tensile Properties of Plastics. f. D695, Standard Test Method for Compressive Properties of Rigid Plastics. g. D732, Standard Test Method for Shear Strength of Plastics by Punch Tool. h. D790, Standard Test Methods for Flexural Properties of Unreinforced and Reinforced Plastics and Electrical Insulating Materials. B. Where reference is made to 1 of the above standards, the revision in effect at the time of bid opening applies. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Provide submittals in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to delivery and/or fabrication for specials. 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS A. Product Data 1. Submit manufacturer's Product Data on all product brands proposed for use to the Engineer for review. 2. Include the manufacturer's installation and/or application instructions. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 QUALITY ASSURANCE A. When removing materials or portions of existing structures and when making openings in existing structures, take precautions and all erect all necessary barriers, shoring and bracing, and other protective devices to prevent damage to the structures beyond the limits necessary for the new work, protect personnel, control dust, and to prevent damage to the structures or contents by falling or flying debris. B. Core sanitary sewer manhole penetrations. 1.10 DELIVERY, STORAGE, AND HANDLING A. Deliver the specified products in original, unopened containers with the manufacturer's name, labels, product identification, and batch numbers. B. Store and condition the specified product as recommended by the manufacturer. 1.11 FIELD CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 03 80 00 - 3 MODIFICATIONS TO EXISTING CONCRETE Page 3 of 7 PART 2 - PRODUCTS 2.1 OWNER -FURNISHED OR OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 PRODUCT TYPES AND MATERIALS A. Manufacturers 1. In other Part 2 articles where titles below introduce lists, the following requirements apply to product selection: a. Available Products 1) Subject to compliance with requirements, products that maybe incorporated into the Work include, but are not limited to, products specified. b. Available Manufacturers 1) Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, manufacturers specified. B. Materials 1. General a. Comply with this Section and any state or local regulations. C. Steel Reinforcement 1. Reinforcing Bars a. ASTM A615, Grade 60, deformed. D. Epoxy Bonding Agent 1. A 2-component, solvent -free, asbestos -free, moisture -insensitive epoxy resin material used to bond plastic concrete to hardened concrete complying with the requirements of ASTM C881, Type V, and the additional requirements specified herein. 2. Properties of the cured material a. Compressive Strength (ASTM D695) 1) 8,500 psi minimum at 28 days b. Tensile Strength (ASTM D638) 1) 4,000 psi minimum at 14 days c. Flexural Strength (ASTM D790 - Modulus of Rupture) 1) 6,300 psi minimum at 14 days d. Shear Strength (ASTM D732) 1) 5,000 psi minimum at 14 days e. Water Absorption (ASTM D570 - 2 hour boil) 1) 1 percent maximum at 14 days f. Bond Strength (ASTM C882) Hardened to Plastic 1) 1,500 psi minimum at 14 days moist cure g. Color 1) Gray h. Available Manufacturers: 1) Sika Corporation, Lyndhurst, New Jersey - Sikadur 32, Hi -Mod 2) BASF, Cleveland, Ohio - Concresive 1438 E. Epoxy Paste CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 03 80 00 - 4 MODIFICATIONS TO EXISTING CONCRETE Page 4 of 7 1. A 2-component, solvent -free, asbestos free, moisture insensitive epoxy resin material used to bond dissimilar materials to concrete such as setting railing posts, dowels, anchor bolts, and all -threads into hardened concrete and complying with the requirements of ASTM C881, Type I, Grade 3, and the additional requirements specified herein. 2. Properties of the cured material a. Compressive Properties (ASTM D695): 10,000 psi minimum at 28 days b. Tensile Strength (ASTM D638): 3,000 psi minimum at 14 days. Elongation at Break - 0.3 percent minimum c. Flexural Strength (ASTM D790 - Modulus of Rupture): 3,700 psi minimum at 14 days d. Shear Strength (ASTM D732): 2,800 psi minimum at 14 days e. Water Absorption (ASTM D570): 1.0 percent maximum at 7 days f Bond Strength (ASTM C882): 2,000 psi at 14 days moist cure g. Color: Concrete grey h. Available Manufacturers 1) Overhead Applications a) Sika Corporation, Lyndhurst, New Jersey - Sikadur 32, Hi -Mod LV b) BASF - Concresive 1438 2) All Other Applications a) Sika Corporation, Lyndhurst, New Jersey - Sikadur Hi -mod LV 31 b) BASF - Concresive 1401 F. Repair Mortars Provide an asbestos free, moisture insensitive, polymer -modified, Portland cement - based cementitious trowel grade mortar for repairs on horizontal or vertical surfaces. a. Available Manufacturers 1) Sika Corporation, Lyndhurst New Jersey - SikaTop 122 2) BASF — Emaco Nanocrete R3 G. Pipe Penetration Sealants 1 component polyurethane, extrudable swelling bentonite-free waterstop that is chemically resistant, not soluble in water and capable of withstanding wet/dry cycling. a. Available Manufacturers 1) Sika Corporation, Lyndhurst New Jersey— SikaSwell S-2 2) Approved equal 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. General CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 038000-5 MODIFICATIONS TO EXISTING CONCRETE Page 5 of 7 1. Cut, repair, reuse, demolish, excavate or otherwise modify parts of the existing structures or appurtenances, as indicated on the Drawings, specified herein, or necessary to permit completion of the Work. Finishes, joints, reinforcements, sealants, etc., are specified in respective Sections. Comply with other requirements of this of Section and as shown on the Drawings. 2. Store, mix, and apply all commercial products specified in this Section in strict compliance with the manufacturer's recommendations. 3. Make repairs in all cases where concrete is repaired in the vicinity of an expansion joint or control joint to preserve the isolation between components on either side of the joint. 4. When drilling holes for dowels/bolts at new or existing concrete, stop drilling if rebar is encountered and relocate the hole to avoid rebar as approved by the Engineer. Do not cut rebar without prior approval by the Engineer. B. Concrete Removal i. Remove concrete designated to be removed to specific limits as shown on the Drawings or directed by the Engineer, by chipping, jack -hammering, or saw -cutting as appropriate in areas where concrete is to be taken out. Do not jackhammer sanitary sewer manhole penetrations. Remove concrete in such a manner that surrounding concrete or existing reinforcing to be left in place and existing in place equipment is not damaged. 2. Where existing reinforcing is exposed due to saw cutting/core drilling and no new material is to be placed on the sawcut surface, apply a coating or surface treatment of epoxy paste to the entire cut surface to a thickness of 1/4 inch. 3. In all cases where the joint between new concrete or grout and existing concrete will be exposed in the finished work, except as otherwise shown or specified, provide a 1-inch deep saw cut on each exposed surface of the existing concrete at the edge of concrete removal. 4. Repair concrete specified to be left in place that is damaged using approved means to the satisfaction of the Engineer. 5. The Engineer may from time to time direct additional repairs to existing concrete. Make these repairs as specified or by such other methods as may be appropriate. C. Connection Surface Preparation 1. Prepare connection surfaces as specified below for concrete areas requiring patching, repairs or modifications as shown on the Drawings, specified herein, or as directed by the Engineer. 2. Remove all deteriorated materials, dirt, oil, grease, and all other bond inhibiting materials from the surface by dry mechanical means, i.e., sandblasting, grinding, etc., as approved by the Engineer. Be sure the areas are not less than 1/2-inch in depth. Irregular voids or surface stones need not be removed if they are sound, free of laitance, and firmly embedded into parent concrete, subject to the Engineer's final inspection. 3. If reinforcing steel is exposed, it must be cleaned by wire brush or other similar means to remove all contaminants, rust, etc., as approved by the Engineer. If 1/2 of the diameter of the reinforcing steel is exposed, chip out behind the steel. Chip a minimum of 1 inch behind the steel. Do not Damage reinforcing to be saved during the demolition operation. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 03 80 00 - 6 MODIFICATIONS TO EXISTING CONCRETE Page 6 of 7 4. Clean reinforcing from existing demolished concrete that is shown to be incorporated in new concrete by wire brush or other similar means to remove all loose material and products of corrosion before proceeding with the repair. Cut, bend, or lap to new reinforcing as shown on the Drawings and provided with 1-inch minimum cover all around. 5. The following are specific concrete surface preparation "methods" to be used where called for on the Drawings, specified herein, or as directed by the Engineer. a. Method A 1) After the existing concrete surface at connection has been roughened and cleaned, thoroughly moisten the existing surface with water. 2) Brush on a 1/I6-inch layer of cement and water mixed to the consistency of a heavy paste. 3) Immediately after application of cement paste, place new concrete or grout mixture as detailed on the Drawings. b. Method B 1) After the existing concrete surface has been roughened and cleaned, apply epoxy bonding agent at connection surface. 2) CompIy strictly with the manufacturer's recommendations for the field preparation and application of the epoxy bonding agent. 3) Place new concrete or grout mixture to limits shown on the Drawings within time constraints recommended by the manufacturer to ensure bond, c. Method C 1) Drill a hole 1/4 inch larger than the diameter of the dowel. 2) Blow the hole clear of loose particles and dust just prior to installing epoxy. First fill the drilled hole with epoxy paste, then butter the dowels/bolts with paste then insert by tapping. 3) Unless otherwise shown on the Drawings, drill and set deformed bars to a depth of 10 bar diameters and smooth bars to a depth of 15 bar diameters. 4) If not noted on the Drawings, the Engineer will provide details regarding the size and spacing of dowels. d. Method D 1) Combination of Method B and C. 3.4 INSTALLATION [NOT USED] 3.5 REPAIR [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 39 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 313 MAINTENANCE [NOT USED] CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 038000-7 MODIFICATIONS TO EXISTING CONCRETE Page 7 of 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 40-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 03 3a 1630 - 1 CONCRETE BASE MATERIAL FOR TRENCH REPAIR AND REHABILITATION Page 1 of 10 SECTION 03 85 30 CONCRETE REPAIR AND REHABILITATION PART I- GENERAL 1.1 SUMMARY A. Scope: 1. CONTRACTOR shall provide all labor, materials, equipment and incidentals as shown, specified and required to repair or rehabilitate all existing concrete members and surfaces identified in the Contract Documents. 2. CONTRACTOR shall repair all damage to new concrete construction as specified herein, except that where such repairs are specified in Section 03 30 00, Cast -in -Place Concrete. B. Coordination: 1. Review installation procedures under other Sections and coordinate the installation of items that must be included with the repair and rehabilitation of concrete. C. Related Sections: 1. Section 03 30 00 - Concrete. 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Concrete repair mortar installed will be measured in cubic feet of material applied. 2. Payment a. The payment for concrete repair mortar application will be paid per unit price shown in the bid form for the actual installed quantity. The quantity shown on bid forms is for bidding purposes only. 1.3 QUALITY ASSURANCE A. Reference Standards: Comply with the applicable provisions and recommendations of the following, except as otherwise shown or specified: 1. ASTM C 109, Test Method for Compressive Strength of Hydraulic Cement Mortars 2. ASTM C 157, Test Method for Length Change of Hardened Cement Mortar and Concrete 3. ASTM C 348, Standard Test Method for Flexural Strength of Hydraulic Cement Mortars 4. ASTM C 496, Standard Test Method for Splitting Tensile Strength of Cylindrical Concrete Specimens 5. ASTM C 882, Test Method for Bond Strength of Epoxy -Resin Systems Used with Concrete 6. ASTM D 412, Test Methods for Vulcanized and Thermoplastic Rubbers and Thermoplastic Elastomers - Tension. 90-Inch (M-280) Sanitary Sewer Rehabilitation City Project No. 01286 03 34 1630 - 2 CONCRETE BASE MATERIAL FOR TRENCH REPAIR AND REHABILITATION Page 2 of 10 7. ASTM D 570, Test Method for Water Absorption of Plastics. 8. ASTM D 624, Test Method for Tear Strength of Conventional Vulcanized Rubber and Thermoplastic Elastomers. 9. ASTM D 638, Test Method for Tensile Properties of Plastics. 10. ASTM D 695, Test Method for Compressive Properties of Plastics. 11. ASTM D 732, Test Method for Shear Strength of Plastics by Punch Tool. 12. ASTM D 790, Test Method for Flexural Properties of Unreinforced and Reinforced Plastics and Electrical Insulating Materials. 13, ASTM D 903, Test Method for Peel or ,Stripping Strength of Adhesive Bonds. 14. ASTM G 109, Test Method for Determining the Effects of Chemical Admixtures on the Corrosion of Embedded Steel Reinforcement in Concrete Exposed to Chloride Environments. B. Construction Tolerances: Construction tolerances shall be as specified in Section 03 30 00, Cast -in -Place Concrete, except as specified herein and elsewhere in the Contract Documents. 1.3 SUBMITTALS A. Shop Drawings: Submit for approval the following: 1. CONTRACTOR shall submit manufacturer's product information and recommended placement procedures for all repair materials. 2. CONTRACTOR shall submit Shop Drawings, when requested by ENGINEER, to show all methods for supporting existing structures, pipes, etc., during demolition and repair activities. 1.4 PRODUCT DELIVERY, STORAGE AND HANDLING A. Delivery of Materials: 1. Conform to the manufacturer requirements and supplementary requirements below. 2. Deliver all materials to the job site in original, new and unopened packages and containers bearing manufacturer's name and label, and the following information. a. Name or title of material. b. Manufacturer's stock number and date of manufacture. c. Manufacturer's name. B. Storage of Materials: 1. Conform to the manufacturer requirements and supplementary requirements below. 2. Storage only acceptable project materials on project site. 3. Store in a suitable location approved by ENGINEER. Keep area clean and accessible. 4. Restrict storage to repair materials and related equipment. 5. Comply with health and fire regulations including the Occupational Safety and Health Act of 1970. C. Handling of Materials: 1. Conform to the manufacturer requirements and supplementary requirements below. 90-Inch (M-280) Sanitary Sewer Rehabilitation City Project No. 01286 0334 1630 - 3 CONCRETE BASE MATERIAL FOR TRENCH REPAIR AND REHABILITATION Page 3 of 10 2. Handle materials carefully to prevent inclusion of foreign materials. Do not open containers or mix components until necessary preparatory Work has been completed and application Work will start immediately. 1.5 CONCRETE REPAIR COORDINATION MEETING A. A Coordination Meeting shall be held to review the detailed requirements of proposed concrete repairs. B. All existing surfaces that are specified for repairs shall be cleaned by hydro blasting. Owner and Engineer will then review to identify the areas where the repairs are to be performed. The OWNER shall be notified for review of existing surfaces no less than five days prior to the date of the proposed commencement of work. C. Contractor shall not install any repairs unless approved by the Owner. PART 2- PRODUCTS 2.1 REPAIR MORTAR — HAND -APPLIED A. Repair mortar shall be a prepackaged cement -based product specifically formulated for the repair of concrete surface defects. The repair mortar shall be a two -component polymer - modified or fiber reinforced portland cement, fast setting, trowel -grade mortar. The repair mortar shall be enhanced with a penetrating corrosion inhibitor and shall have the following properties: Physical Property Value ASTM Standard Compressive Strength (minimum) C 109 at 1 day: 2000 psi at 28 days: 6000 psi Bond Strength (minimum) C 882* at 28 days: 1800 psi *Modified for use with repair mortars. B. Where the least dimension of the placement in width or thickness, exceeds 4- inches, the repair mortar shall be extended by addition of aggregate as recommended by the manufacturer. C. Product and Manufacturer: Provide one of the following: 1. SikaTop 122 Plus or SikaTop 123 Plus, as manufactured by Sika Corporation. 2. Emaco S88-CI or S66-CI, as manufactured by BASF. 2.2 REPAIR MORTAR — SPRAY -APPLIED A. Repair mortar shall be a prepackaged cement -based product specifically formulated for the repair of concrete surface defects. The repair mortar shall be a single -component, cementitious, silica fume enhanced, fiber reinforced, shrinkage compensated, sprayable repair mortar. The repair mortar shall have the following properties: 90-Inch (M-280) Sanitary Sewer Rehabilitation City Project No. 01286 Physical Property 03 34 1630 - 4 CONCRETE BASE MATERIAL FOR TRENCH REPAIR AND REHABILITATION Page 4 of 10 Value ASTM Standard Compressive Strength (minimum) C 109 at 1 day: 3500 psi at 28 days: 9000 psi Flexural Strength at 28 days 1000 psi C 348 Tensile Strength at 28 days 700 psi C 496 Slant Shear Bond Strength (minimum) C 882* at 28 days: 2250 psi *Modified for use with repair mortars. B. Product and Manufacturer: Provide one of the following: 1. SP15 Spray Mortar, or Emaco S88-C1, as manufactured by BASF. 2. SikaRepair 224, as manufactured by Sika Corporation. 2.3 EXPOSED REBAR REPAIR A. Reinforcing steel: Deformed, new billet steel bars, Grade 60. B. Corrosion Inhibitor: 1. The corrosion inhibitor shall be a three -component, solvent -free, moisture -tolerant, epoxy -modified, cementitious product formulated as a bonding agent and anti- corrosion coating. It shall have the following properties: Physical Property Value ASTM Standard Compressive Strength (minimum) C 109 at 3 days: 4500 psi at 28 days: 8000 psi Flexural Strength at 28 days 1000 psi C 348 Tensile Strength at 28 days 600 psi C 496 Bond Strength (minimum) C 882* at 14 days, moist cure: 2000 psi *Modified for use with repair mortars. B. Product and Manufacturer: Provide one of the following: 1. Emaco P24, as manufactured by BASF. 2. Armatec 110 EpoCem, as manufactured by Sika Corporation. 90-Inch (M-280) Sanitary Sewer Rehahilitation City Project No. 01286 03 34 1630 - 5 CONCRETE BASE MATERIAL FOR TRENCH REPAIR AND REHABILITATION Page 5 of 10 2.4 CRACK REPAIR — POLYURETHANE A. Repair material shall be a very low viscosity hydrophobic polyurethane grout specially formulated to form a tough, flexible, closed cell gasket in very tight joints and hairline cracks, having the following properties (cured material, unless noted otherwise): Solids (uncured) 100% D 2369 B Viscosity (uncured) 150-250 cps D 2196 A Density 8.76 — 9.20 lbs/gal D 3574 Tensile Strength 174 psi D 3574 Elongation 250% D 3574 Shrinkage Less than 4% D 3574 Influence of pH No influence between 2-11 Toxicity Non -toxic PART 3 EXECUTION 3.1 INSPECTION A. CONTRACTOR shall examine areas and conditions under which repair Work is to be installed, and notify ENGINEER, in writing, of conditions detrimental to proper and timely completion of Work. Do not proceed with Work until unsatisfactory conditions have been corrected in a manner acceptable to ENGINEER. B. Prior to and during the first stages of surface preparation and material installation, a qualified representative of the material manufacturer, thoroughly trained for quality control of the materials being installed, shall visit the site to consult with the Contractor installing the products to verify site conditions, surface preparation, and material selection and installation. 3.2 GENERAL A. Surface Preparation: 1. The entire area to be repaired shall have all laitance, foreign material, existing coatings, and unsound concrete removed by mechanical means, including chipping, abrasive blasting or hydroblasting. The surface shall be further roughened as specified herein. Where non -shrink grout or repair mortar is used, any additional surface preparation steps recommended by the manufacturer shall be performed. Z. Where repair concrete, shotcrete, or cement grout is used, and a bonding agent is not required, or where the repair mortar or non -shrink grout manufacturer recommends a wet or saturated surface, water shall be delivered to the surface continuously for a minimum of four hours. Where large surface areas are to be repaired, fog spray nozzles mounted on stands shall be provided in sufficient numbers such that the entire surface to be repaired is in contact with the fog spray cloud. The concrete shall be prevented from drying until after the repair operation is completed. Unrepaired surfaces shall be rewetted by water spray on at least a daily basis. Should more than four days elapse without rewetting the unrepaired surfaces, the original saturating procedure shall be repeated. All standing water in areas to be repaired shall be removed prior to placement of repair material. Means to remove excess water from the structure shall be provided. 90-Inch (M-280) Sanilary Sewer Rehabilitation City Project No. 01286 03 34 1630 - 6 CONCRETE BASF MATERIAL FOR TRENCH REPAIR AND REHABILITATION Page 6 of 10 3. Repair material manufacturer representative shall observe completed surface preparation. Contractor shall perform additional_ surface preparation as recommended by manufacturer's rep. 4. Where the repair material manufacturer recommends the use of an epoxy -bonding agent, the recommendations of both the repair material and bonding agent manufacturers shall be followed. B. Care shall be taken to fully consolidate the repair material, completely filling all portions of the area to be filled. C. The repair surface shall be brought into alignment with the adjacent existing surfaces to provide a uniform, even surface. The repair surface shall match adjacent existing surfaces in texture and shall receive any coatings or surface treatments which had been provided for the existing surface. D. Curing: 1. Curing of repair mortar and non -shrink grout shall be according to the manufacturer's recommendations except that the minimum cure period shall be three days. 2. Curing of other materials shall be according to Section 03 30 00, Cast -in -Place Concrete. 3.3 TREATMENT OF SURFACE DEFECTS A. Surface defects are depressions in a concrete surface which do not extend all the way through the member. The depressions can result from the removal of an embedded item, the removal of an intersecting concrete member, physical damage, unrepaired rock pockets created during original placement, or spalls from corroded reinforcing steel or other embeds. B. Preparation: 1. All loose, damaged concrete shall be removed by chipping to sound material. 2. Where existing reinforcing bars are exposed, concrete shall be removed to a minimum of I -inch all around the bars. If the existing bars are cut through, cracked, or the cross - sectional area is reduced by more than 25 percent, the ENGINEER shall be notified immediately. 3. The perimeter of the damaged area shall be score cut to a minimum depth of 0.5-inch and a maximum depth to not cut any existing reinforcing steel. Existing concrete shall be chipped up to the score line so that the minimum thickness of repair mortar is 0.5- inch. C. Repair Material: 1. Repair of surface defects in members, which are normally in contact with water or soil, or in the interior surfaces of enclosed chambers that contain water shall be made only with repair mortar. 2. Repair of other surface defects may be by the application of repair mortar, repair concrete, shotcrete, or cement grout, as appropriate. 3.4 PATCHING OF HOLES IN CONCRETE A. For holes larger than 48-inches, refer to the Drawings for reinforcement details. 90-Inch (M-280) Sanitary Sewer Rehabilitation City Project No. 01286 0334 1630 - 7 CONCRETE BASE MATERIAL FOR TRENCH REPAIR AND REHABILITATION Page 7 of 10 3.5 PATCHING OF LINED HOLES A. This Section applies to those openings which have embedded material over all or a portion of the inside edge. Unless indicated to remain in place on the Drawings or by the ENGINEER, such embedded materials shall be removed and the remaining hole repaired as specified above. The requirements for repairing holes in concrete specified above shall apply as modified herein. B. Where embedded material is allowed to remain, it shall be trimmed back a minimum of 2- inches from the concrete surface. The embedded material shall be roughened or abraded to promote good bonding to the repair material. Any substance that interferes with good bonding shall be completely removed. C. Any embedded item that is not securely and permanently anchored into the concrete shall be completely removed. D. Embedded items which are larger than 12-inches in their least dimension shall be completely removed, unless they are composed of a metal to which reinforcing steel can be welded Where reinforcement is required, it shall be welded to the embedded metal. E. The following additional requirements apply to concrete members which are in contact with water or soil. 1. Lined openings, which are less than 4-inches in their least dimension, shall be filled with epoxy grout. 2. Lined openings which are greater than 4-inches, but less than 12-inches in their least dimension, shall be coated with an epoxy bonding agent prior to being filled with Class I non -shrink grout. 3. Lined openings which are greater than 12-inches in their least dimension shall be coated with an epoxy bonding agent and shall have a hydrophilic rubber waterstop or bead of hydrophilic sealant installed to the interior of the opening at the wall centerline, as required by Section 03 25 10, Concrete Joints, prior to being filled with any approved repair material. 3.6 REPAIR OF DETERIORATED CONCRETE A. This Section pertains to concrete which has been damaged due to corrosion of reinforcing steel, physical damage due to abrasion, and damage due to chemical attack. The only material acceptable for surface repair is repair mortar as specified herein. Where the repaired surface is to be subsequently covered with a liner material, the finishing details shall be coordinated with the requirements of installing the liner material. B. Surface Preparation: I . All loose, broken, softened, and acid contaminated concrete shall be removed by abrasive blasting and chipping down to sound, uncontaminated concrete. Z. When the removal of deteriorated concrete is completed, CONTRACTOR shall notify the ENGINEER and the representative of the repair material manufacturer, in writing. Two weeks shall be scheduled for the ENGINEER and the representative of the repair material manufacturer to inspect the surface, perform testing for acid contamination, determine if additional concrete must be removed, and to develop any special repair details that may be required. Should it be determined that additional concrete must be removed to reach sound, uncontaminated material, another two -week period shall be scheduled for further evaluation after the end of the additional removal. 90-Inch (M-280) Sanitary Sewer Rehabilitation City Project No. 01286 0334 1630 - 8 CONCRETE BASE MATERIAL FOR TRENCH REPAIR AND REHABILITATION Page 8 of 10 3. Additional surface preparation shall follow the recommendations of the repair mortar manufacturer. 4. Isolated areas of exposed reinforcing bars shall be treated as required for repair of surface defects. Apply anti -corrosion coating to all exposed reinforcing steel. If extensive areas of reinforcement are uncovered after removal of deteriorated concrete, repair methods shall be as determined by the ENGINEER. C. Repair Mortar Placement: 1. The procedures recommended by the manufacturer for the mixing and placement of the repair mortar shall be followed. Representative of the repair material manufacturer shall be on site during initial placement for each material. 2. After the initial mixing of the repair mortar, additional water shall not be added to change the consistency should the mix begin to stiffen. 3. Repair mortar shall be placed to a minimum thickness as recommended by the manufacturer, but not less than 0.50-inch. Where removal of deteriorated concrete results in a repair thickness of less than 0.5-inch to return to original concrete surface location in isolated areas totaling less than ten percent of the total repair area, additional concrete shall be removed to obtain the 0.5-inch thickness. Where the area with repair thickness of less than 0.5-inch exceeds ten percent of the total repair area, notify the ENGINEER. In any case, repair mortar shall be added so that the minimum cover over existing reinforcing steel is 2-inches. CONTRACTOR shall not place repair mortar so as to create locally raised areas. Where there is a transition with wall surfaces which are not in need of repair, the repair mortar shall not be feathered at the transition. A score line shall be sawcut to not less than the minimum repair mortar depth and concrete chipped out to it to form the transition. Care shall be taken to not cut or otherwise damage any reinforcing steel. 4. The repair mortar shall be placed to an even, uniform plane to restore the member to its original surface. Tolerance for being out of plane shall be such that the gap between a 12-inch straight edge and the repair mortar surface does not exceed 0.125-inch and the gap between a 48-inch straight edge and the repair mortar surface does not exceed 0.25- inch. This shall apply to straight edges placed in any orientation at any location. D. Finishing: I. The repair mortar shall receive a smooth, steel trowel finish. 2. When completed, there shall be no sharp edges. All exterior corners, such as at penetrations, shall be made with a 1-inch radius. All interior corners shall be square except corners to receive lining shall be made with a 2-inch repair mortar fillet. E. Curing: 1. Curing shall be performed as recommended by the repair mortar manufacturer, except that the cure period shall be at least 24 hours and shall be by means of a continuous fog spray. If the manufacturer recommends the use of a curing compound, no material shall be used that would interfere with the bond of the protective coating system or adhesive used for placing the lining, where required. 3.7 REPAIR OF LEAKING CRACKS IN CONCRETE A. Prior to drilling injection holes, Contractor shall locate embedded reinforcing steel, conduit, etc. in the areas scheduled to be repaired. 90-Inch (M-280) Sanitary Sewer Rehabilitation City Project No. 01286 03 34 1630 - 9 CONCRETE BASE MATERIAL FOR TRENCH REPAIR AND REHABILITATION Page 9 of 10 B. Drill injection port holes as shown on the Drawings, and in accordance with material manufacturer's recommendations. If reinforcing steel is encountered, move injection hole as necessary. Do not cut through reinforcing steel. C. Set removable injection ports (packers) equipped with "zerk" fittings in injection holes. Flush cracks with clean water with a neutral pH range 3 to 10. D. Mix polyurethane grout material with catalyst in accordance with manufacturer's recommendations. E. On vertical cracks, begin grout injection at the lowest port. On horizontal cracks, begin at one end. F. Inject grout until grout appears at adjacent port. Disconnect and start injection at adjacent port. After injecting 3-4 ports, disconnect and reinject all ports a second time. Upon completion of the grout injection, re -inject each port with water. Continue this injection process until ail ports have been injected, and crack has been sealed. G. After polyurethane grout cures, completely remove all injection ports and excess grout material from concrete and other adjacent surfaces. Patch holes with cementitious repair mortar flush with adjacent surfaces. H. Cracks that are not adequately sealed shall be re -injected at Contractor's expense. 3.8 FIELD QUALITY CONTROL A. CONTRACTOR shall employ a testing laboratory to perform field quality control testing ENGINEER will direct the number of tests and specimens required. CONTRACTOR shall make standard compression test specimens as specified below, under the direct inspection by ENGINEER. CONTRACTOR shall furnish all necessary assistance required by ENGINEER. CONTRACTOR shall also provide all labor, material and equipment required including rods, molds, thermometer, curing in a heated storage box, and all other incidentals required. Above will be subject to approval by ENGINEER. CONTRACTOR shall furnish all necessary storage, curing, and transportation required by the testing. B. Field tests of cement -based grouts and repair mortar: 1. Compression test specimens will be taken during construction from the first placement of each type of mortar or grout, and at intervals thereafter as selected by the ENGINEER to ensure continued compliance with these specifications. The specimens will be made by the ENGINEER or its representative. 2. Compression tests and fabrication of specimens for repair mortar and non -shrink grout will be performed as specified in ASTM C 109. A set of three specimens will be made for each test. Tests shall be made at 7 days, 28 days, and additional time periods as appropriate. 3. All material, already placed, which fails to meet the requirements of these specifications, is subject to removal and replacement at the cost of CONTRACTOR. 4. The cost of all laboratory tests on mortar and grout will be borne by the CONTRACTOR. CONTRACTOR shall be responsible for the cost of any additional tests and investigation on Work performed which does not conform to the requirements of the 90-Inch (M-280) Sanitary Sewer Rehabilitation City Project No. 01286 03 34 1630 - 10 CONCRETE BASE MATERIAL FOR TRENCH REPAIR AND REHABILrrATION Page 10 of 10 specifications. CONTRACTOR shall supply all materials necessary for fabricating the test specimens. C. Repair Concrete: Repair concrete shall be tested as required in Section 03 30 00, Concrete. END OF SECTION 90-Inch (M-280) Sanitary Sewer Rehabilitation City Project No. 01286 Division 05 Metals SECTION 05 0510 ANCHORAGES PART I- GENERAL 1.1 SUMMARY 03 30 Q0- 1 ANCHORAGES Page 1 of 5 A. Scope: 1. CONTRACTOR sball provide all labor, materials, equipment and incidentals as shown on the Drawings, specified, and required to filrnish and install anchorages. B. The types of Work using the anchor bolts, toggles and inserts include, but are not limited to the following: 1. Sluice and slide gates. 2. Hangers and brackets. 3. Equipment. 4. Piping. 5. Grating and floor plate. 6. Electrical, Plumbing and HVAC Work. 7. Metal, wood and plastic fabrications. C. Related Sections: 1. Section 05 50 10, Miscellaneous Metal Fabrications. 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement 1. This Item is considered subsidiary to the structure or Items being placed. B. Payment 1. The work performed and the materials furnished in accordance with this Item are subsidiary to the structure or Items being placed and no other compensation will be allowed. 1.3 QUALITY ASSURANCE A. Reference Standards: Comply with the applicable provisions and recommendations of the following, except as otherwise shown and specified. I. ASTM A 36, Specification for Carbon Structural Steel. 2. ASTM A 123, Specification for Zinc (Hot -Dip Galvanized) Coatings on Iron and Steel Products. 3. ASTM A 153, Specification for Zinc Coating (Hot -Dip) on Iron and Steel Hardware. 4. ASTM A 307, Specification for Carbon Steel Bolts and Studs, 60,000 psi Tensile Strength. 5. ASTM A 484, Specification for General Requirements for Stainless and Heat - Resisting Steel Bars, Billets and Forgings. 6. ASTM A 525, Specification for General Requirements for Steel Sheet, Zinc -Coated (Galvanized) by the Hot -Dip Process. 7. ASTM A 536, Specification for Ductile Iron Castings. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 03 30 00- 2 ANCHORAGES Page 2 of 5 8. ASTM A 570, Specification for Steel, Sheet and Strip, Carbon, Hot -Rolled, Structural Quality. 9. ASTM B 633, Specification for Electrodeposited Coatings of Zinc on Iron and Steel. 10 ASTM F 593, Stainless Steel Bolts; Hex Cap Screws, and Studs. 11. Federal Specifications WW-H-171E for Malleable Iron. 12, ICBO, International Conference of Building Officials. 13. International Building Code. B. Inserts shall be ICBO, UL or FM approved. C. Toggle Bolts: Federal Specification FF-B-588C, Type I, Class A, Style 1. 1.4 SUBMITTALS A. Shop Drawings: Submit for approval the following: 1. Setting drawings and templates for location and installation of anchorage devices. 2. Copies of manufacturer's specifications, load tables, dimension diagrams and installation instructions for the devices. 3. Copies of ICBO, UL or FM Reports certifying load carrying capacities and installation requirements for the anchorage devices. PART 2- PRODUCTS 2.1 DESIGN CRITERIA A. When the size, length or load carrying capacity of an anchorage is not shown on the Drawings, provide the following: 1. For anchor bolts (cast -in -place), provide the size, length and capacity required to carry the design load based on the values and requirements given in the International Building Code. 2. For concrete anchors (adhesive types) and concrete inserts, provide the size, length, type, and capacity required to carry the design load based on the values and requirements given in the ICBO Evaluation Report, or similar certifications by UL or FM, for the anchor to be used. Alternately the capacity may be based on independent testing lab capacities for tension and shear strength using a minimum safety factor of four. Consideration of reduced capacity due to spacing and edge distance shall be made. B. Determine design loads as follows: 1. For equipment anchors, use the design load recommended by the equipment manufacturer and approved by ENGINEER. 2. For pipe hangers and supports, use one half of the total weight of pipe, fittings, and water contained in pipe, plus the full weight of valves and accessories located between the hanger or support in question. 3. Allowances for vibration are included in the safety factor specified above. 4. Concrete anchors shall develop ultimate shear and pull-out loads of not less than the following values in 4,000 psi concrete: CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 03 30 00- 3 ANCHORAGES Page 3 of 5 Bolt Diameter Min. Shear Min. Pull -Out Load Inches Pounds Founds 1/2 5,000 7,600 5/8 8,000 12,000 3/4 11,500 17,000 7/8 15,700 20,400 1 20,500 28,400 2.2 MATERIALS A. Anchor Bolts: L Provide stainless steel bolts and hardware complying with ASTM F 593, AISI Type 316 headed or non -headed type with nitronic 60 stainless steel nuts and lockouts, unless otherwise indicated. 2. For equipment, provide anchor bolts, which meet the equipment manufacturer's recommendations for size, material, and strength. Anchors shall be Type 316 stainless steel. 3. Provide anchor bolts as shown on the Drawings or as required to secure structural steel to concrete or masonry. 4. Locate and accurately set the anchor bolts using templates or other devices as required. 5. Protect threads and shank from damage during installation of equipment and structural steel. 6. Comply with manufacturer's required embedment length and necessary anchor bolt projection. B. Adhesive Anchors: 1. Provide stainless steel adhesive anchors complying with ASTM F 593, AISI Type 316 with nitronic 60 stainless steel nuts and lockouts. 2. Anchors shall be of the size required for the concrete strength specified. 3. Adhesive anchors shall consist of threaded rods or bolts anchored with an adhesive system into hardened concrete. The adhesive system shall use a two -component adhesive mix and shall be injected with a static mixing nozzle following manufacturer's instructions. The embedment depth of the rod/bolt shall provide a minimum allowable bond strength that is equal to the allowable tensile capacity of the rod/bolt, unless noted otherwise on the Drawings. 4. Product and Manufacturer: a. 141T HY-200 with Safe Set Technology, Injection Adhesive Anchor System, as manufactured by Hilti. b. Simpson Acrylic -tic Adhesive Anchor system. C. Concrete Inserts: 1. For piping, grating, floor plate and masonry lintels, provide malleable iron inserts. Comply with Federal Specification WW-H-171 E (Type 18). Provide those recommended by the manufacturer for the required loading. 2. Finish shall be black. 3. Product and Manufacturer: Provide inserts by one of the following: a. Figure 282, as manufactured by ITT Grinnell. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 03 30 00- 4 ANCHORAGES Page 4 of 5 b. No. 380, as manufactured by Hohmann and Barnard, Incorporated. D. Toggle Bolts: Provide spring -wing toggle bolts, with two-piece wings. 2. Provide Type 316 stainless steel bolts. 3. Product and Manufacturer: Provide toggle bolts by one of the following: a. Hilti. b. Simpson. E. Powder activated fasteners shall not be used, unless approved by ENGINEER. F. Expansion anchors will not be allowed for any connections shown on structural drawings. Where expansion anchors are specified in other sections, use the following: Provide Type 316 stainless steel expansion anchors. Product and Manufacturer: a. Kwik Bolt by Hilti. b. Easy -Set by Simpson. PART 3 - EXECUTION 3.01 INSPECTION A. CONTRACTOR shall examine areas and conditions under which anchor bolts, toggle bolts and concrete insert Work is to be installed, and notify ENGINEER, in writing, of conditions detrimental to proper and timely completion of Work. Do not proceed with Work until unsatisfactory conditions have been corrected in a manner acceptable to ENGINEER. 3.02 INSTALLATION A. Assure that embedded items are protected from damage and are not filled in with concrete. B. Use concrete inserts for pipe hangers and supports for the pipe size and loading recommended by the insert manufacturer. C. Use toggle bolts for fastening brackets and other elements onto masonry units. D. For the adhesive anchors and adhesive material, CONTRACTOR shall comply with the manufacturer's installation instructions on the hole diameter and depth required to fully develop the tensile strength of the adhesive anchor or reinforcing bar. CONTRACTOR shall properly clean out the hole utilizing a wire brush and compressed air to remove all loose material from the hole, prior to installing adhesive capsules or material. Refer to the Drawings for details. E. Use torque wrench for all anchor installations and torque to manufacturer recommendations. 3.03 CLEANING A. After embedding concrete is placed, remove protection and clean bolts and inserts. 3.04 FIELD QUALITY CONTROL A. OWNER shall employ a testing laboratory to perform field quality testing of installed anchors. OWNER inspector shall determine the level of testing which is required for the various types of adhesive anchors and anchor bolts. A minimum of ten percent of the CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 03 30 00- 5 ANCHORAGES Page 5 of 5 adhesive anchors are to be tested to 50 percent of the ultimate tensile capacity of the adhesive anchor as published in the manufacturer's catalogue. B. If failure of any of the adhesive anchors or reinforcing bars occurs, CONTRACTOR will be required to pay for the costs involved in testing the remaining 90 percent. C. CONTRACTOR shall correct improper workmanship, remove and replace, or correct as directed by the ENGINEER, ail adhesive anchors or bars found unacceptable or deficient, at no additional cost to the OWNER. D. CONTRACTOR shall pay for all corrections and subsequent tests required to confirm the integrity of the adhesive anchor or bar. E. The independent testing and inspection agency shall complete a report on each area. The report should summarize the observations made by the inspector and be submitted to ENGINEER. F. Provide access for the testing agency to places where Work is being produced so that required inspection and testing can be accomplished. END OF SECTION CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 03 30 00 - 1 MISCELLANEOUS METAL FABRICATIONS Page I of 4 SECTION 05 5010 MISCELLANEOUS METAL FABRICATIONS PART1- GENERAL 1.1 SUMMARY A. Scope: 1. CONTRACTOR shall provide all labor, materials, equipment and incidentals as shown on the Drawings, specified and required to furnish miscellaneous metal fabrications, including surface preparation and shop priming. B. The extent of miscellaneous metal fabrications Work is shown on the Drawings and includes items fabricated from iron, steel and aluminum shapes, plates, bars, castings and extrusions, which are not a part of the structural steel or other metal systems covered by other Sections of these Specifications. C. The types of miscellaneous metal items include, but are not limited to the following: 1. Bollards. 2. Miscellaneous framing and supports. 3. MisceIlaneous accessories and fasteners. 4. Seat Angles, supports and brackets. 5. Access hatches. 6. Aluminum cover plate D. Related Sections: 1. Section 05 05 10, Anchorages. 1.2 PRICE AND PAYMENT PROCEDURES A. Miscellaneous Metal Fabrications 1. Measurement a. This Item is considered subsidiary to the structure or Items being placed. 2. Payment a. The work performed and the materials furnished in accordance with this Item are subsidiary to the structure or Items being placed and no other compensation will be allowed. 1.3 QUALITY ASSURANCE A. Reference Standards: Comply with the applicable provisions and recommendations of the following, except as otherwise shown and specified: 1. ASTM A 36, ,Specification for Carbon Structural Steel. 2. ASTM A 153, Specification for Zinc Coating (Hot -Dip) on Iron and Steel Hardware. 3. ASTM A 240, Specification for Heat -Resisting Chromium and Chromium -Nickel Stainless Steel Plate, Sheet and Strip for Pressure Vessels. 4. ASTM A 276, Stainless and Heat -Resisting Steel Bars and Shapes. 5. ASTM A 320, Specification for Alloy Steel Bolting Material for Low Temperature Service. 6. ASTM B 209, Specification for Aluminum and Aluminum -Alloy Sheet and Plate. 7. ASTM B 211, Specification for Aluminum and Aluminum -Alloy Bars, Rods and Wire. CITY OF FORT WORTH 90-Inch (IN-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 03 30 00 - 2 MISCELLANEOUS METAL FABRICATIONS Page 2 of 4 8. ASTM B 221, Specification for Aluminum -Alloy Extruded Bars, Rods, Wire, Shapes and Tubes. 9. ANSI A14.3, Safety Requirements for Fixed Ladders. 10. AWS D1.1, Structural Welding Code. 11. NAAMM, Metal Finishes Manual. 12. OSHA. B. Field Measurements: 1. Take field measurements where required prior to preparation of Shop Drawings and fabrication to ensure proper fitting of the Work. C. Shop Assembly: 1. Preassemble items in the shop to the greatest extent possible, so as to minimize field splicing and assembly of units at the project site. Disassemble units only to the extent necessary for shipping and handling limitations. Clearly mark units for reassembly and coordinated installation. 1.4 SUBMITTALS A. Shop Drawings: Submit for approval the following: Fabrication and erection details of all assemblies of miscellaneous metal Work. Include plans, elevations, and details of sections and connections. Show anchorage and accessory items. Include setting drawings and templates for location and installation of miscellaneous metal items and anchorage devices. Copies of manufacturer's specifications, load tables, dimension diagrams, anchor details, and installation instructions for products to be used in miscellaneous metal Work. PART2- PRODUCTS 2..1 MATERIALS A. Steel Plates, Shapes and Bars: ASTM A 36. B. Aluminum: 1. Alloy and Temper: Provide alloy and temper as shown on the Drawings or specified, or as otherwise recommended by the aluminum producer or finisher. 2. Extruded Shapes and Tubes: ASTM B 241. 3. Plate and Sheet: ASTM B 209, 4. Bars, Rods and Wire: ASTM B 211. C. Stainless Steel Plates, Sheets and Bars: ASTM A 276, Type 316 stainless steel. Use Type 316 stainless steel unless shown otherwise in the Drawings. D. Stainless Steel Fasteners and Fittings: ASTM A 320. E. Surface Preparation and Shop Priming: All steel shall be primed in the shop. Surface preparation and shop priming requirements are included herein, but are specified in Section 09 96 00. F. Galvanizing: All galvanizing of fabricated steel items shall comply with the requirements of ASTM A 123. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 0l286 Revised December 20, 2012 03 30 00 - 3 MISCELLANEOUS METAL FABRICATIONS Page 3 of 4 G. Aluminum Finish: Provide an Architectural Class I anodized finish for all aluminum work unless specifically shown or specified to be mill or other finish. 2.2 MISCELLANEOUS METAL ITEMS A. Bollards: Unless shown otherwise in the Drawings, provide 8-inch diameter, Schedule 40 galvanized steel pipe, 4-feet-0-inches above grade, 4-feet-0-inches below grade. Fill with concrete and mound top. Bollards shall be primed in the shop. Surface preparation and painting shall conform to the requirements of Section 09 96 00. B. Miscellaneous Framing and Supports: 1. Provide miscellaneous metal framing and supports, which are not a part of the structural steel framework and are required to complete the Work. 2. Fabricate miscellaneous units to the sizes, shapes and profiles shown on the Drawings or, if not shown on the Drawings, of the required dimensions to receive adjacent grating, plates, tanks, doors, or other work to be retained by the framing. Except as otherwise shown on the Drawings, fabricate from structural shapes, plates, and bars, of all welded construction using mitered corners, welded brackets and splice plates and a minimum number of joints for field connection. Cut, drill and tap units to receive hardware and similar items to be anchored to the Work. 3. Equip units with integrally welded anchors for casting into concrete or building into masonry. Furnish inserts if units must be installed after concrete is placed. a. Except as otherwise shown on the Drawings, space anchors, 24-inches on centers, and provide units the equivalent of 1-1/4 by 1/4 by 8-inch strips. b. All material shall be Type 316 stainless steel unless noted otherwise in the Drawings. C. Fasteners and Fittings: Provide Type 316 stainless steel, for all aluminum fabrications, and zinc coated hardware for all galvanized fabrications, unless otherwise shown on the Drawings or specified. D. Surface Preparation and Shop Priming: All miscellaneous metal fabrications shall be primed in the shop. Surface preparation and shop priming requirements are included herein, but are specified in Section 09 96 00. E. Aluminum Finish: Provide an Architectural Class 1 anodized finish, AA M32C22 A41, clear, as specified in NAAMM Manual. F. Access Hatch Covers, Frames, and Appurtenances: 1. Furnish and install access hatches consisting of hatch covers, frames, gaskets, and appurtenances, as shown on the Drawings. 2. Hatches shall be aluminum material. Hardware and anchorages shall be Type 316 stainless steel. 3. Design live load: Provide H2O rated. Provide lockable hasps at all hatches. OWNER shall provide the lock. 4. Cover: Not less than 1/4-inch thick, aluminum diamond -pattern plate cover. Provide flush drop -handle for lifting the cover. 5. Frame: Extruded aluminum channel frame with manufacturer's standard anchor tabs or continuous anchor flange around perimeter for anchorage to concrete. 6. Drain Coupling: 1.5-inch diameter NPT threaded drain coupling welded under the channel frame for connection of a drain pipe. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 033000-4 MISCELLANEOUS METAL FABRICATIONS Page 4 of 4 7. Gasket: EPDM gasket mechanically attached to the channel frame. 8. Hinges: Type 316 stainless steel, heavy-duty butt hinges with Type 316 stainless steel pin fastened to door with Type 316 stainless steel tamper -resistant bolts. 9. Latch: Type 316 stainless steel, watertight, slam -type latch with inside lever handle and outside removable exterior turn/lift handle fastened to leaf (door) with tamper -resistant Type 316 stainless steel bolts. Latch release shall be protected by a flush, gasketed, removable screw plug. 10, Lift Assistance: Open -style stainless steel compression heavy duty pneumatic springs with Type 316 stainless steel guide tubes. Automatic Type 316 stainless steel hold - open arm with grip handle release. Cover shall be counter -balanced so that one person can easily open the hatch door. 11. Fall -Through Prevention System: Provide access hatch cover manufacturer's standard safety grating of FRP or aluminum, constructed for live load capacity of not less than 300 psf. Provide hinges and lift -assist to allow grating sections to automatically lock in place in full -open 90-degree position. Provide hold -open arm and release assembly of aluminum or Type 316 stainless steel. Grating shall be colored OSHA "Safety Yellow" or "Safety Orange". 12. CONTRACTOR shall coordinate concrete embed and blockout requirements of the hatch prior to construction. 13. Manufacturer: a. Bilco. b. Halliday. PART 3 - EXECUTION 3.1 INSTALLATION A. Set miscellaneous metal fabrications accurately in location, alignment and elevation, plumb, level, true and free of rack, measured from established lines and levels. Brace temporarily or anchor temporarily in formwork where fabrications are to be built into concrete, masonry or similar construction. B. Anchor securely as shown on the Drawings or as required for the intended use, using concealed anchors wherever possible. C. Fit exposed connections accurately together to form tight hairline joints. 'Weld steel connections, which are not to be left as exposed joints, but cannot be shop welded because of shipping size limitations. Grind steel joints smooth and touch up shop paint coat. Do not weld, cut or abrade the surfaces of exterior units, which have been hot -dip galvanized after fabrication, and are intended for bolted or screwed field connections. D. Protection of Aluminum from Dissimilar Materials: 1. Install protective coating on all surfaces of aluminum in contact with dissimilar materials, such as concrete and steel. E. All welds to be coated shall be grinded smooth according to NACE "Surface Preparation of Welds Prior to Coating". END OF SECTION CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 Division 09 Finishes 09 80 00 - 1 CONCRETE PROTECTIVE COATINGS -COMPOSITES Page 1 of 8 SECTION 09 80 00 CONCRETE PROTECTIVE COATINGS -COMPOSITES PART 1- GENERAL 1.1 SUMMARY A. The CONTRACTOR shall furnish all labor, materials, equipment and incidentals necessary to apply protective coatings as shown on the Plans or as specified herein. B. Protective coatings shall be applied at interior surfaces of the Junction box structure and at all other locations shown on the drawings per manufacturers written instructions. C. All repairs to concrete and substrate preparation required for concrete surfaces per specification shall be warranted by the Coating manufacturer. 1.2 MEASUREMENT AND PAYMENT A. Measurement 1. Measurement for this Item shall be per square foot of coating where the coating is applied. B. Payment 1. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per square foot of "Concrete Protective Coating" applied. C. The price bid shall include: 1. Furnishing and installing Liner as specified by the Drawings 2. Hauling 3. Disposal of excess material 4. Clean-up 5. Cleaning 6. Testing 1.3 QUALITY ASSURANCE A. Manufacturer's Qualifications 1. Certified in compliance with ISO 9001 Quality Standards for formulation (research and development), manufacture, and technical support. 2. Manufacturer must have a Iocal authorized NACE certified coating inspector on site when required by OWNER during critical phases of installation process. 3. Products shall be manufactured in the United States. 4. Manufacturer shall have a minimum of ten (10) years successful applications of the protective coatings specified herein on similar applications. 5. Manufacturer most supply a list of references outlining structures coated and proof of successful application. B. Applicator's Qualifications: 1. Shall be qualified in this line of work and have at least ten (10) years documented experience in concrete repair/restoration. 90-Inch (M-280) Sanitary Sewer Rehabilitation City Project No. 01286 09 80 00 - 2 CONCRETE PROTECTIVE COATINGS -COMPOSITES Page 2 of 8 2. Shall have a minimum of ten (10) years documented experience in the application of the protective coatings specified herein. 3. Shall have a minimum of ten (10) years of documented successful installations of the specified products, on structures and/or equipment similar to this project. Submit a list of recent projects and names of references. 4. Applicator must be Manufacturer certified prior to bid submission. C. Testing: Protective coatings shall be applied under quality control procedures that include inspection of surface preparation before each coat. Do not proceed with the next step until the OWNER has approved the previous step. The CONTRACTOR shall be solely responsible for testing for this section, at no further cost to the OWNER. The ENGINEER shall also make such tests if it is considered necessary. Cooperate with the OWNER, providing equipment, scaffolds, and other equipment as requested by the OWNER. D. Protective coatings shall be applied under quality control procedures that include the following test procedures. 1. Pre -installation testing: a. Surface profile test equal to ANSI/NACB/ICRI standards for specified substrate. b. pH testing for acidification of concrete c. Chloride testing for soluble salts d. Ultraviolet light testing for hydrocarbon residues e. Hydration testing for moisture content 2. In -process testing (daily): The following tests shall be performed during the application stage. All testing shall be documented daily and submitted to Owners representative prior to commencing work. a. Surface temperature b. Relative humidity c. Ambient temperature d. Dew point 3. Post -installation: The following tests shall be performed after installation per manufacturer recommendations. All post installation testing shall be documented and submitted to Owners representative after completion of work. a. Visual surface for irregularities b. High voltage spark testing for pinhole/holiday free verification 1) Holiday detection test the liner per NACE SPO188 — Discontinuity (Holiday) I Testing of New Protective Coatings on Conductive Substrates. 2) Mark all detected holidays. 3) Repair all holidays in accordance to coating manufacturer's recommendations. 4) Document and attest all test results and repairs have been made and provide to the City using the attached sample structurelmanhole reports. 5) For example, the typical testing requirements are 100 volts per mil to 12,500 volts to test 125 mils. Contractor shall mark any location that shows a spark or potential for a pinhole and repair these locations per manufacturer recommendations. c. Dolly adhesion pull -off for surface preparation/application/cure verification 1) Adhesion test the liner at a minimum of three locations (cone area, mid -section, and bottom of structure). 90-Inch (M-280) Sanitary Sewer Rehabilitation City Project No. 01286 098000-3 CONCRETE PROTECTIVE COATINOS-COMPOSITES Page 3 of 8 2) For structures exceeding 6-feet add one additional test for every additional 6- feet. For example; for a 6-foot manhole —provide 3 tests; for a 6-foot, ]-inch manhole through II ft, H-inch manhole —provide 4 tests; for a 12 foot manhole —provide 5 tests, etc. Q3) Tests shall be performed per ASTMD7234 -- Standard Test Method for Pull -Of j�' 1 Adhesion Strength of Coatings on Concrete Using Portable Pull -Off Adhesion Testers. a) The adhesive used to attach the dollies shall have a tensile strength greater than the liner. b) Failure of the dolly adhesive is deemed a non -test and requires retesting. c) 2/3rds of the pulls shall exceed 300 psi or concrete failure with more than 50% of the subsurface adhered to the coating. If over I/3"d fail, additional tests may be required by the City. If additional tests fail the City may require removal and replacement of the liner at the Contractor's expense. d. A bonded third party testing company shall perform the testing, or the Contractor may perform tests if witnessed by representative of the coating manufacturer. Coating manufacturer representative shall provide certification that Contractor performed tests in accordance with specified standards. E. All testing shall be documented and submitted to OWNER after completion of work. 1.4 SURFACE PREPARATION (Concrete) A. All surfaces to receive coating shall be dry abrasive blasted to profile equal to ICRI CSP #3 or 60 grit sandpaper. B. All terminations (walls, floors, gates, pipe, and doors etc. shall be keyed back terminations to prohibit corrosion at seams. C. All leaking cracks and spalls shall be repaired per spec section 03 93 00 application of coatings. Provide bridged with suitable mesh prior to coating per manufacturer recommendations. 1.5 SUBMITTALS A. Submittals shall include: 1. Manufacturer's product data sheet for each coating type, including surface preparation requirements, recommended spreading rates, application procedures, recommended primers, environmental limits (temperature, humidity, and dew point) and other instructions. 1. Material Safety Data Sheets (MSDS) for all coatings, solvents, etc. 2. Applicator's qualifications. 3. Manufacturer's statement regarding applicator instruction on product use and application. 1.6 REFERENCE STANDARDS A. The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by designation only. 1. AMERICAN SOCIETY OF TESTING MATERIALS (ASTM) ASTM C307 2003 Standard Test Method for Tensile Strength of Chemical - Resistant Mortar, Grouts, and Monolithic Surfacings 90-Inch (M-280) Sanitary Sewer Rehabilitation City Project No. 01286 098000-4 CONCRETE PROTECTIVE COATINGS -COMPOSITES Page 4 of 8 ASTM C531 2000 Standard Test Method for Linear Shrinkage and Coefficient of Thermal Expansion of Chemical -Resistant Mortars, Grouts, Monolithic Surfacings, and Polymer Concretes ASTM C579 2001 Standard Test Method for Compressive Strength of Chemical - Resistant Mortars, Grouts, Monolithic Surfacings, and Polymer Concretes ASTM C580 2002 Standard Test Method for Flexural Strength and Modulus of Elasticity of Chemical -Resistant Mortars, Grouts, Monolithic Surfacings, and Polymer Concretes ASTM C868 2002 Standard Test Method for Chemical Resistance of Protective Linings ASTM C884 1998 Standard Test Method for Thermal Compatibility Between Concrete and an Epoxy -Resin Overlay ASTM C 1028 1996 Standard Test Method for Determining the Static Coefficient of Friction of Ceramic Tile and Other Like Surfaces by the Horizontal Dynamometer Pull -Meter Method ASTM D638 2003 Standard Test Method for Tensile Properties of Plastics ASTM D790 2003 Standard Test Methods for Flexural Properties of Unreinforced and Reinforced Plastics and Electrical Insulating Materials ASTM D1002 2005 Standard Test Method for Apparent Shear Strength of Single - Lap -Joint Adhesively Bonded Metal Specimens by Tension Loading (Metal -to -Metal) ASTM D4060 2001 Standard Test Method for Abrasion Resistance of Organic Coatings by the Taber Abraser ASTM D4272 2003 Standard Test Method for Total Energy Impact of Plastic Films by Dart Drop ASTM D4541 2002 Standard Test Method for Pull -Off Strength of Coatings Using Portable Adhesion Testers ASTM G8 2003 Standard Test Methods for Cathodic Disbonding of Pipeline Coatings 1.7 JOB CONDITIONS A. Store coating materials at temperatures of between 50 and 90°F. B. The OWNER shall approve surfaces for application of coating at each stage. Any material that is coated prior to the OWNER's approval shall be stripped back and recoated. C. Environmental Conditions 1. Do not apply under conditions that are unsuitable for the production of good results. Do not begin application of coatings in areas where other trades are working, or where construction activities result in airborne dust or other debris. Do not apply coatings in conditions which do not conform to the recommendations of coating manufacturer. 2. Coatings shall only be applied when conditions fall within the parameters listed in manufacturer's printed data. 3. New concrete shall be cured for 30 days minimum before coating is applied. At surfaces where repair mortars are installed provide minimum curing as required by the mortar manufacturer. The coatings manufacturer shall determine the suitability of the surface for coating application prior to installation. 90-Inch (M-280) Sanitary Sewer Rehabilitation City Project No. 01286 098000-5 CONCRETE PROTECTIVE COATINGS -COMPOSITES Page 5 of 8 D. Working Conditions 1. Provide adequate lighting at any location that coatings are being applied or testing is performed. Illumination shall be of sufficient intensity to achieve good results. Provide explosion -proof lighting when required. 2. Temporary ladders and scaffolds shall conform to applicable safety requirements. Erect temporary scaffolds where needed to cover large areas. Provide ladders or scaffolding during testing procedures. 1.8 GUARANTEES A. Corrosion -resistant lining shall be guaranteed for a period of Five (5) years from the date of the OWNER's acceptance of the project. The warranty shall specify failure modes and substandard product performance, defined as "chemical attack or coating induced mechanical failure or improper installation leading to loss of adhesion from substrate. A manufacturer's warranty against defects and physical properties warranty is unacceptable. B. A warranty inspection shall be conducted annually for the entire warranty period with the manufacturer present. Any defective work discovered shall be corrected by the CONTRACTOR in accordance with specifications at no additional cost to the OWNER. Other corrective measures may be required during the warranty period. PART2- PRODUCTS 2.1 MANUFACTURERS A. Products shall be the following in accordance with City of Fort Worth Standards. 1. A.W. Chesterton, ARC 791 system. 2.2 MATERIALS A. Primer: 1. Two component primer. 2. Primer must be chemically unique from the top coat matrix. 3. Primer must provide a recoat window of not less than 2 hours at 77°F. 4. Primer shall be hydrophobic, moisture insensitive, have a low viscosity and be able to bond to wet concrete. B. Top Coat: 1. Color: Gray 2. Matrix shall be a compounded epoxy resin reacted with modified aliphatic amine curing agent. 3. Composite shall utilize quartz reinforcements that have been pre-treated with a polymeric coupling agent. PART 3 - EXECUTION 3.1 PREPARATION A. Prepare surfaces in accordance with manufacturer's written recommendations. B. New Concrete shall be cured for 30 days minimum before coating is applied. At surfaces where repair mortars are installed provide a minimum curing as required by the mortar manufacturer. 90-Inch (M-280) Sanitary Sewer Rehabilitation City Project No. 01286 098000-6 CONCRETE PROTECTIVE COATINGS -COMPOSITES Page 6 of 8 The coatings manufacturer shall determine the suitability of the surface for coating application prior to installation. C. Remove all grease, oils, and grime by washing with an emulsifying alkaline water -base cleaner. Follow with a thorough rinsing. D. Remove all surface contaminants including old coatings, chemical salts, dust, loose concrete, and the laitance layer by hydro -blasting, steel shot-blasting, scabbling, scarifying, or dry abrasive blasting. Abrasives used for cleaning shall be used one time without recycling. E. Resulting surface must be structurally sound and free of contaminants prior to coating application. F. Pre -fill cracks in horizontal surfaces with mixed primer and cover with fiberglass or nylon mesh. For cracks in vertical surfaces, or in the upper 90 degree section of the pipe, pressure inject with a suitable injection system per manufacturer's recommendations. G. For coatings to be applied to slab on grade, if no vapor barrier is present, check slab for vapor permeation. 3.2 APPLICATION A. Primer 1. Properly mixed primer should be clear, not cloudy. 2. Apply primer with brush, roller, and squeegee or with spray equipment to the freshly prepared concrete surfaces. 3. Primer coat shall be a uniform wet coat with a wet thickness of 7 to 10 mils. 4. Do not prime more surface area than can be top coated within 4 hours. 5. Double prime vertical surfaces and areas where the concrete is porous. 6. To reduce the chance for vapor blistering or disbondment, do not install overlayment when the temperature of the concrete is rising. This may require installation in the evening or at night. B. Top Coat 1. Mixing; Material temperatures shall be between 70 and 90oF to facilitate mixing and application. 2. Apply top coat shortly after application of primer while primer is still wet or tacky. This is normally within approximately 4 hours of primer application. 3. If the area to be coated is not wet or tacky, reprime the area. 4. Minimum application temperature is 50°F, or as recommended by the manufacturer. 5. Apply single coat at 250 mils dry film thickness (DFT). 6. Horizontal surfaces: a. Distribute over floor surface using screed guides and rigid bar, or screed box, not exceeding 4 feet in width. b. Rough screed a minimum of 0.25 inches and finish the surface using steel trowels. c. Large areas may be power troweled to achieve the required flatness and finish. 7. Vertical surfaces and pipelines (includes bottom of upper slab): a. Apply to vertical surfaces using a hawk and trowel, pressing the top coat firmly onto the surface to promote contact with the primer. b. Finish the surface to the desired texture with a trowel. 90-Inch (M-280) Sanitary Sewer Rehabilitation City Project No. 01286 098000-7 CONCRETE PROTECTIVE COATINGS -COMPOSITES Page 7 of 8 8. Remove all trowel marks and unevenness before the end of the "Working Time" (see curing schedule below). 9. Top Coat is to be applied on upper 90 degrees of pipe inside PC 5-8 influent pipelines. C. Curing Schedule: 50OF 60°F 770F 90OF Foot Traffic 16 hrs 9 hrs 6 hrs 4.5 hrs Light Load 24 hrs 19 hrs 11 hrs 8.5 hrs Full Load 72 hrs 42 hrs 24 hrs 19 hrs Full Chemical 19 days 13 days 7 days 5 days Note: Curing times shown shall be confirmed by the manufacturer 3.3 FIELD QUALITY CONTROL A. Certified manufacturer's representative shall be present to observe application of coating and after completion to inspect and certify that product was properly applied. B. Sound random areas where coating has been applied in accordance with manufacturer recommendations. C. The OWNER may, at his option, elect to have the surface preparation and application witnessed by his representative. The CONTRACTOR and Chesterton certified installer shall notify the OWNER sufficiently in advance of the dates that surface preparation and application will occur, so that the OWNER can make arrangements for his representative to be present. D. Each structure will be visually inspected by the City the same day following the application. E. Groundwater infiltration of the system shall be zero. F. All pipe connections shall be open and clean G. The City's inspector will check for deficiencies, pinholes, voids, cracks, uncured spots, delamination, and thin spots. Any deficiencies in the liner shall be marked and repaired according to the procedures outlined by the Manufacturer. H. If leaks are detected they shall be chipped back, plugged and coated immediately with protective coating. Repairs shall be made within 24 hours after leak detection. L Post Installation Coating Tests I. After liner installation, conduct post -CCTV in accordance with Section 33 0131. Video camera shall be lowered from the top of the manhole to the invert, to video all lined surfaces, prior to beginning post -CCTV of the sewer main. Payment for this work is subsidiary to the cost for the post -CCTV of the sewer main. 2. Holiday Detection Testing shall be per I.3.D.3.b above. 3. Adhesion Testing shall be per I.3.D.3.c above. J. Non -Conforming Work I. City reserves the right to require additional testing depending on the rate of failure. 2. City will select testing locations. 3. Repair all defects according to manufacturer's recommendations K. Testing Frequency 90-Inch (M-280) Sanitary Sewer Rehabilitation City Project No. 01286 098000-8 CONCRETE PROTECTIVE COATINGS -COMPOSITES Page 8 of 8 L Project with 10 or less manholes and/or structures test all. 2. Projects with greater than 10 manholes and/or structures, test at least 10 and test 1 .25 percent of manholes and/or structures after the first 10. 3. City will select the manholes and/or structures to be tested L. Test manhole for final acceptance according to 33 0130. 3.4 CLEAN AND ADJUST A. Promptly remove trash and debris resulting from coating operation from the site. END OF SECTION 90-Inch (M-280) Sanitary Sewer Rehabilitation City Project No. 01286 Division 31 Earthwork SECTION 3110 00 SITE CLEARING PART1- GENERAL 1.1 SUMMARY A. Section Includes: 31 10 00 - 1 SITE CLEARING Page 1 of 5 1. Preparation of right-of-way and other designated areas for construction operations by removing and disposing of all obstructions including clearing and grubbing and trees, when removal of such obstructions is not specifically shown on the Drawings to be paid by other Sections. The City of Fort Worth's Urban Forestry Ordinance governs all tree removals. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include but are not necessarily limited to 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 02 41 13 — Selective Site Demolition 4. Section 02 41 14 — Utility Removal/Abandonment 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Site Clearing a. Measurement 1) Measurement for this Item shall be by lump sum. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the lump sum price bid for "Site Clearing". c. The price bid shall include: 1) Pruning of designated trees and shrubs 2) Removal and disposal of trees, structures and obstructions 3) Backfilling of holes 4) Clean-up 2. Tree Removal (typically included in "Site Clearing", but should be used if "Site Clearing" is not a bid item) a. Measurement 1) Measurement for this Item shall be per each. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Tree Removal" for: a) Various caliper ranges c. The price bid shall include: 1) Pruning of designated trees and shrubs 2) Removal and disposal of structures and obstructions CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 01280] Revised December 20, 2012 311000.2 SITE CLEARING Page 2 of 5 3) Grading and backfilling of holes 4) Excavation 5) Fertilization 6) Clean-up 3. Tree Removal and Transplantation a. Measurement 17 Measurement for this Item shall be per each. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Tree Transplant" for: a) Various caliper ranges c. The price bid shall include: 1) Pruning of designated trees and shrubs 2) Removal and disposal of structures and obstructions 3) Moving tree with truck mounted tree spade 4) Grading and backfilling of holes 5) Replanting tree at temporary location (determined by Contractor) 6) Maintaining tree until Work is completed 7) Replanting tree into original or designated location 8) Excavation 9) Fertilization 10) Clean-up 1.3 REFERENCES [NOT USED] 1.4 ADMINSTRATIVE REQUIREMENTS A. Permits 1. Contractor shall obtain Tree Removal Permits and Urban Forestry Permits as required by the City's Tree Ordinance. (www.FortWorthTexas.gov) B. Preinstallation Meetings 1. Hold a preliminary site clearing meeting and include the Contractor, City Arborist, City Inspector, and the Project Manager for the purpose of reviewing the Contractor's tree removal plan. Clearly mark all trees to remain on the project site prior to the meeting. 2. The Contractor will provide the City with a Disposal Letter in accordance to Division 01. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD CONDITIONS [NOT USED] CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286] Revised December 20, 2012 31 1000-3 SITE CLEARINGS Page 3 of 5 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. All trees identified to be protected and/or preserved should be clearly flagged with survey tape. B. Following taping and prior to any removals or site clearing, the Contractor shall meet with the City, the Engineer and the Landowner, if necessary, to confirm trees to be saved. 3.4 INSTALLATION A. Protection of Trees 1. Protect designated trees and prune trees and shrubs as shown on the Drawings. Refer to the Drawings for tree protection details. 2. If the Drawings do not provide tree protection details, protected trees shall be fenced by placing 6-foot tall metal T-posts in a square around the tree trunk with the corners located on the canopy drip line, unless instructed otherwise. 3. When site conditions do not allow for the T-posts to be installed at the drip line, the T-posts may be installed no less than 8 feet from the tree trunk. 4-foot high 12 1/2 gauge stock fencing or orange plastic snow fence shall be attached to the T-posts to form the enclosure. 4. Do not park equipment, service equipment, store materials, or disturb the root area under the branches of trees designated for preservation. 5. When shown on the Drawings, treat cuts on trees with an approved tree wound dressing within 20 minutes of making a pruning cut or otherwise causing damage to the tree. 6. Trees and brush shall be mulched on -site. a. Burning as a method of disposal is not allowed. B. Hazardous Materials 1. The Contractor will notify the Engineer immediately if any hazardous or questionable materials not shown on the Drawings are encountered. This includes; but not limited to: a. Floor tiles b. Roof tiles c. Shingles d. Siding e. Utility piping CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286] Revised December 20, 2012 31 10 00 - 4 SITE CLEARING Page 4 of 5 2. The testing, removal, and disposal of hazardous materials will be in accordance with Division 1. C. Site Clearing Clear areas shown on the Drawings of all obstructions, except those landscape features that are to be preserved. Such obstructions include, but are not limited to: a. Remains of buildings and other structures b. Foundations c. Floor slabs d. Concrete e. Brick f. Lumber g. Plaster h. Septic tank drain fields i. Abandoned utility pipes or conduits j. Equipment k. Trees 1. Fences m. Retaining walls n. Other items as specified on the Drawings 2. Remove vegetation and other landscape features not designated for preservation, whether above or below ground, including, but not limited to: a. Curb and gutter b. Driveways c. Paved parking areas d. Miscellaneous stone e. Sidewalks f. Drainage structures g. Manholes h. Inlets i. Abandoned railroad tracks j. Scrap iron k. Other debris 3. Remove culverts, storm sewers, manholes, and inlets in proper sequence to maintain traffic and drainage in accordance with Section 02 41 14. 4. In areas receiving embankment, remove obstructions not designated for preservation to 2 feet below natural ground. 5. In areas to be excavated, remove obstructions to 2 feet below the excavation level. 6. In all other areas, remove obstructions to I foot below natural ground. 7. When allowed by the Drawings or directed by the Engineer, cut trees and stumps off to ground level. a. Removal of existing structures shall be as per Section 02 41 13. D. Disposal 1. Dispose of all trees within 24 hours of removal. 2. All materials and debris removed becomes the property of the Contractor, unless otherwise stated on the Drawings. 3. The Contractor will dispose of material and debris off -site in accordance with local, state, and federal laws and regulations. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 012861 Revised December 20, 2012 8 31 1000-5 SITE CLEARING Page 5 of 5 3.5 REPAIR [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USEDI 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE (NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.4.A Permits: Removed ordinance number and added City's website address CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286] Revised December 20, 2012 312500-1 EROSION AND SEDIMENT CONTROL Page 1 of 9 SECTION 3125 00 EROSION AND SEDIMENT CONTROL PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Implementation of the project's Storm Water Pollution Prevention Plan (SWPPP) and installation, maintenance and removal of erosion and sediment control devices B. Deviations from this City of Fort Worth Standard Specification 1. None, C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Storm Water Pollution Prevention Plan <1 acre a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the structure or Items being bid and no other compensation will be allowed. 2. Storm Water Pollution Prevention Plan > I acre a. Measurement for this Item shall be by lump sum. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the lump sum price bid for "SWPPP > 1 acre". c. The price bid shall include: 1) Preparation of SWPPP 2) Implementation 3) Permitting fees 4) Installation 5) Maintenance 6) Removal 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM Standard: CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 312500-2 EROSION AND SEDIMENT CONTROL Page 2 of 9 a. ASTM D3786, Standard Test Method for Bursting Strength of Textile Fabrics —Diaphragm Bursting Strength Tester Method b. ASTM D4632, Standard Test Method for Grab Breaking Load and Elongation of Geotextiles c. ASTM D4751, Standard Test Method for Determining Apparent Opening Size of a Geotextile d. ASTM D4833, Standard Test Method for Index Puncture Resistance of Geomembranes and Related Products 3. Texas Commission on Environmental Quality (TCFQ) TPDES General Permit No. TXR150000 4. TxDOT Departmental Material Specifications (DMS) a. DMS-6230 "Temporary Sediment Control Fence Fabric" 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Storm Water Pollution Prevention Plan (SWPPP) B. TCEQ Notice of Intent (NOI) for Storm Water Discharges Associated with Construction Activity under the TPDES General Permit C. Construction Site Notice D. TCEQ Notice of Termination (NOT) for Storm Water Discharges Associated with Construction Activity under the TPDES General Permit E. Notice of Change (if applicable) 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS 2.1 OWNER -FURNISHED loR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 PRODUCT TYPES AND MATERIALS A. Rock Filter Dams 1. Aggregate a. Furnish aggregate with hardness, durability, cleanliness and resistance to crumbling, flaking and eroding acceptable to the Engineer. b. Provide the following; 1) Types 1, 2 and 4 Rock Filter Dams CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 312500-3 EROSION AND SEDIMENT CONTROL Page 3 of 9 a) Use 3 to 6 inch aggregate. 2) Type 3 Rock Filter Dams a) Use 4 to 8 inch aggregate. 2. Wire a. Provide minimum 20 gauge galvanized wire for the steel wire mesh and tie wires for Types 2 and 3 rock filter dams b. Type 4 dams require: 1) Double -twisted, hexagonal weave with a nominal mesh opening of 2% inches x 3 '14 inches 2) Minimum 0.0866 inch steel wire for netting 3) Minimum 0.1063 inch steel wire for selvages and comers 4) Minimum 0.0866 inch for binding or tie wire B. Geotextile Fabric 1. PIace the aggregate over geotextile fabric meeting the following criteria: a. Tensile Strength of 250 pounds, per ASTM D4632 b. Puncture Strength of 135 pounds, per ASTM D4833 c. Mullen Burst Rate of 420 psi, per ASTM D3786 d- Apparent Opening Size of No. 20 (max), per ASTM D4751 C. Sandbag Material I. Furnish sandbags meeting Section 2.5 except that any gradation of aggregate may be used to fill the sandbags. D. Stabilized Construction Entrances 1. Provide materials that meet the details shown on the Drawings and this Section. a. Provide crushed aggregate for long and short-term construction exits. b. Furnish aggregates that are clean, hard, durable and free from adherent coatings such as salt, alkali, dirt, clay, loam, shale, soft or flaky materials and organic and injurious matter. c. Use 3 to 5 inch coarse aggregate with a minimum thickness of 12 inches. d. The aggregate shall be placed over a geotextile fabric meeting the following criteria: 1) Tensile Strength of 300 pounds, per ASTM D4632 2) Puncture Strength of 120 pounds, per ASTM D4833 3) MuIlen Burst Rate of 600 psi, per ASTM D3786 4) Apparent Opening Size of No. 40 (max), per ASTM D4751 E. Embankment for Erosion Control 1. Provide rock, loam, clay, topsoil or other earth materials that will form a stable embankment to meet the intended use. F. Sandbags 1. Provide sandbag material of polypropylene, polyethylene or polyamide woven fabric with a minimum unit weight of 4 ounces per square yard, a Mullen burst - strength exceeding 300 psi, and an ultraviolet stability exceeding 70 percent. 2. Use natural coarse sand or manufactured sand meeting the gradation given in Table 1 to fill sandbags. 3. Filled sandbags must be 24 to 30 inches long, 16 to 18 inches wide, and 6 to 8 inches thick. Table 1 CITY OF FORT WORTH 90-Inch (M-290) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 312500-4 EROSION AND SEDIMENT CONTROL Page 4 of 9 Sand Gradation Sieve # Maximum Retained % by Wei ht) 4 3 percent 100 80 percent 200 95 percent G. Temporary Sediment Control Fence 1. Provide a net -reinforced fence using woven geo-textile fabric. 2. Logos visible to the traveling public will not be allowed. a. Fabric 1) Provide fabric materials in accordance with DMS-6230, "Temporary Sediment Control Fence Fabric." b. Posts 1) Provide essentially straight wood or steel posts with a minimum length of 48 inches, unless otherwise shown on the Drawings. 2) Soft wood posts must be at least 3 inches in diameter or nominal 2 x 4 inch 3) Hardwood posts must have a minimum cross-section of 1-1/2 x 1-1/2 inch 4) T- or L-shaped steel posts must have a minimum weight of 1.3 pounds per foot. c. Net Reinforcement 1) Provide net reinforcement of at least 12-1/2 gauge galvanized welded wire mesh, with a maximum opening size of 2 x 4 inch, at least 24 inches wide, unless otherwise shown on the Drawings. d. Staples 1) Provide staples with a crown at least 3/4 inch wide and legs 1/2 inch long. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Storm Water Pollution Prevention Plan 1. Develop and implement the project's Storm Water Pollution Prevention Plan (SWPPP) in accordance with the TPDES Construction General Permit TXR150000 requirements. Prevent water pollution from storm water runoff by using and maintaining appropriate structural and nonstructural BMPs to reduce pollutants discharges to the MS4 from the construction site. B. Control Measures 1. Implement control measures in the area to be disturbed before beginning construction, or as directed. Limit the disturbance to the area shown on the Drawings or as directed. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 312500-5 EROSION AND SEDIMENT CONTROL Page 5 of 9 2. Control site waste such as discarded building materials, concrete truck washout water, chemicals, litter and sanitary waste at the construction site. 3. If, in the opinion of the Engineer, the Contractor cannot control soil erosion and sedimentation resulting from construction operations, the Engineer will limit the disturbed area to that which the Contractor is able to control. Minimize disturbance to vegetation. 4. Immediately correct ineffective control measures. Implement additional controls as directed. Remove excavated material within the time requirements specified in the applicable storm water permit. 5. Upon acceptance of vegetative cover by the City, remove and dispose of all temporary control measures, temporary embankments, bridges, matting, falsework, piling, debris, or other obstructions placed during construction that are not a part of the finished work, or as directed. C. Do not locate disposal areas, stockpiles, or haul roads in any wetland, water body, or streambed. D. Do not install temporary construction crossings in or across any water body without the prior approval of the appropriate resource agency and the Engineer. E. Provide protected storage area for paints, chemicals, solvents, and fertilizers at an approved location. Keep paints, chemicals, solvents, and fertilizers off bare ground and provide shelter for stored chemicals. F. Installation and Maintenance i. Perform work in accordance with the TPDES Construction General Permit TXR150000. 2. When approved, sediments may be disposed of within embankments, or in areas where the material will not contribute to further siltation. 3. Dispose of removed material in accordance with federal, state, and local regulations. 4. Remove devices upon approval or when directed. a. Upon removal, finish -grade and dress the area. b. Stabilize disturbed areas in accordance with the permit, and as shown on the Drawings or directed. 5. The Contractor retains ownership of stockpiled material and must remove it from the project when new installations or replacements are no Ionger required. G. Rock Filter Dams for Erosion Control 1. Remove trees, brush, stumps and other objectionable material that may interfere with the construction of rock filter dams. 2. Place sandbags as a foundation when required or at the Contractor's option. 3. For Types 1, 2, 3, and 5, place the aggregate to the lines, height, and slopes specified, without undue voids. 4. For Types 2 and 3, place the aggregate on the mesh and then fold the mesh at the upstream side over the aggregate and secure it to itself on the downstream side with wire ties, or hog rings, or as directed. 5. Place rock filter dams perpendicular to the flow of the stream or channel unless otherwise directed. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 312500-6 EROSION AND SEDIMENT CONTROL Page 6 of 9 6. Construct filter dams according to the following criteria, unless otherwise shown on the Drawings: a. Type 1 (Non -reinforced) 1) Height - At least 18 inches measured vertically from existing ground to top of filter dam 2) Top Width - At least 2 feet 3) Slopes - At most 2:1 b. Type 2 (Reinforced) 1) Height - At least 18 inches measured vertically from existing ground to top of filter dam 2) Top Width - At least 2 feet 3) Slopes - At most 2:1 c. Type 3 (Reinforced) 1) Height - At least 36 inches measured vertically from existing ground to top of filter dam 2) Top Width - At least 2 feet 3) Slopes - At most 2:1 d. Type 4 (Sack Gabions) 1) Unfold sack gabions and smooth out kinks and bends. 2) For vertical filling, connect the sides by lacing in a single loop —double loop pattern on 4- to 5-inches spacing. At 1 end, pull the end lacing rod until tight, wrap around the end, and twist 4 times. At the filling end, fill with stone, pull the rod tight, cut the wire with approximately 6 inches remaining, and twist wires 4 times. 3) For horizontal filling, place sack flat in a filling trough, fill with stone, and connect sides and secure ends as described above. 4) Lift and place without damaging the gabion. 5) Shape sack gabions to existing contours. e. Type 5 1) Provide rock filter darns as shown on the Drawings. H. Construction Entrances 1. When tracking conditions exist, prevent traffic from crossing or exiting the construction site or moving directly onto a public roadway, alley, sidewalk, parking area, or other right of way areas other than at the location of construction entrances. 2. Place the exit over a foundation course, if necessary. a. Grade the foundation course or compacted subgrade to direct runoff from the construction exits to a sediment trap as shown on the Drawings or as directed. 3. At drive approaches, make sure the construction entrance is the full width of the drive and meets the length shown on the Drawings. a. The width shall beat least 14 feet for 1-way and 24 feet for 2-way traffic for all other points of ingress or egress or as directed by the Engineer. I. Earthwork for Erosion Control 1. Perform excavation and embankment operations to minimize erosion and to remove collected sediments from other erosion control devices. a. Excavation and Embankment for Erosion Control Measures 1) Place earth dikes, swales or combinations of both along the low crown of daily lift placement, or as directed, to prevent runoff spillover. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. 01286 Revised December 20, 2012 312500-7 EROSION AND SEDIMENT CONTROL Page 7 of 9 2) Place swales and dikes at other locations as shown on the Drawings or as directed to prevent runoff spillover or to divert runoff. 3) Construct cuts with the low end blocked with undisturbed earth to prevent erosion of hillsides. 4) Construct sediment traps at drainage structures in conjunction with other erosion control measures as shown on the Drawings or as directed. 5) Where required, create a sediment basin providing 3,600 cubic feet of storage per acre drained, or equivalent control measures for drainage locations that serve an area with 10 or more disturbed acres at 1 time, not including offsite areas. b. Excavation of Sediment and Debris 1) Remove sediment and debris when accumulation affects the performance of the devices, after a rain, and when directed. J. Sandbags for Erosion Control 1. Construct a berm or dam of sandbags that will intercept sediment -laden storm water runoff from disturbed areas, create a retention pond, detain sediment and release water in sheet flow. 2. Fill each bag with sand so that at least the top 6 inches of the bag is unfilled to allow for proper tying of the open end. 3. Place the sandbags with their tied ends in the same direction. 4. Offset subsequent rows of sandbags 1/2 the length of the preceding row. 5. Place a single layer of sandbags downstream as a secondary debris trap. 6. Place additional sandbags as necessary or as directed for supplementary support to berms or dams of sandbags or earth. K. Temporary Sediment -Control Fence 1. Provide temporary sediment -control fence near the downstream perimeter of a disturbed area to intercept sediment from sheet flow. 2. Incorporate the fence into erosion -control measures used to control sediment in areas of higher flow. Install the fence as shown on the Drawings, as specified in this Section, or as directed. a. Post Installation 1) Embed posts at least 18 inches deep, or adequately anchor, if in rock, with a spacing of 6 to 8 feet and install on a slight angle toward the run-off source. b. Fabric Anchoring I ) Dig trenches along the uphill side of the fence to anchor 6 to 8 inches of fabric. 2) Provide a minimum trench cross-section of 6 x 6 inches 3) Place the fabric against the side of the trench and align approximately 2 inches of fabric along the bottom in the upstream direction. 4) BackfilI the trench, then hand -tamp. c. Fabric and Net Reinforcement Attachment 1) Unless otherwise shown under the Drawings, attach the reinforcement to wooden posts with staples, or to steel posts with T-clips, in at least 4 places equally spaced. 2) Sewn vertical pockets may be used to attach reinforcement to end posts. 3) Fasten the fabric to the top strand of reinforcement by hog rings or cord every 15 inches or less. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 312500-8 EROSION AND SEDIMENT CONTROL Page 8 of 9 d. Fabric and Net Splices 1) Locate splices at a fence post with a minimum lap of 6 inches attached in at least 6 places equally spaced, unless otherwise shown under the Drawings. a) Do not locate splices in concentrated flow areas. 2) Requirements for installation of used temporary sediment -control fence include the following: a) Fabric with minimal or no visible signs of biodegradation (weak fibers) b) Fabric without excessive patching (more than 1 patch every 15 to 20 feet) c) Posts without bends d) Backing without holes 3.5 REPAIRIRESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. Waste Management 1. Remove sediment, debris and litter as needed. 3.11 CLOSEOUT ACTIVITIES A. Erosion control measures remain in place and are maintained until all soil disturbing activities at the project site have been completed. B. Establish a uniform vegetative cover with a density of 70 percent on all unpaved areas, on areas not covered by permanent structures, or in areas where permanent erosion control measures (i.e. riprap, gabions, or geotextiles) have been employed. 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE A. Install and maintain the integrity of temporary erosion and sedimentation control devices to accumulate silt and debris until earthwork construction and permanent erosion control features are in place or the disturbed area has been adequately stabilized as determined by the Engineer. B. If a device ceases to function as intended, repair or replace the device or portions thereof as necessary. C. Perform inspections of the construction site as prescribed in the Construction General Permit TXR150000. D. Records of inspections and modifications based on the results of inspections must be maintained and available in accordance with the permit. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 112500-9 EROSION AND SEDIMENT CONTROL Page 9 of 9 314 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 Division 32 Exterior ]Improvements 3201 17 - 1 PERMANENT ASPHALT PAVING REPAIR Page 1 of 6 SECTION 32 0117 PERMANENT ASPHALT PAVING REPAIR PART1- GENERAL 1.1 SUMMARY A. Section includes: 1. Flexible pavement repair to include, but not limited to: a. Utility cuts (water, sanitary sewer, drainage, franchise utilities, etc.) b. Warranty work c. Repairs of damage caused by Contractor d. Any permanent asphalt pavement repair needed during the course of construction B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 03 34 16 — Concrete Base Material for Trench Repair 4. Section 32 12 16 Asphalt Paving 5. Section 32 13 13 — Concrete Paving 6. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Asphalt Pavement Repair a. Measurement 1) Measurement for this Item will be by the linear foot of Asphalt Pavement Repair based on the defined width and roadway classification specified in the Drawings. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid price per linear foot of Asphalt Pavement Repair. CITY OF FORT WORTH 904nch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 320117-2 PERMANENT ASPHALT PAVING REPAIR Page 2 of 6 c. The price bid shall include: 1) Preparing final surfaces 2) Furnishing, loading, unloading, storing, hauling and handling all materials including freight and royalty 3) Traffic control for all testing 4) Asphalt, aggregate, and additive 5) Materials and work needed for corrective action 6) Trial batches 7) Tack coat S) Removal and/or sweeping excess material 2. Asphalt Pavement Repair for Utility Service Trench a. Measurement 1) Measurement for this Item will be by the linear foot of Asphalt Pavement Repair centered on the proposed sewer service line measured from the face of curb to the limit of the Asphalt Pavement Repair for the main sewer line. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid price per linear foot of "Asphalt Pavement Repair, Service" installed for: a) Various types of utilities c. The price bid shall include: 1) Preparing final surfaces 2) Furnishing, loading, unloading, storing, hauling and handling all materials including freight and royalty 3) Traffic control for all testing 4) Asphalt, aggregate, and additive 5) Materials and work needed for corrective action 6) Trial batches 7) Tack coat S) Removal and/or sweeping excess material 3. Asphalt Pavement Repair Beyond Defined Width a. Measurement 1) Measurement for this Item will be by the square yard for asphalt pavement repair beyond pay limits of the defined width of Asphalt Pavement Repair by roadway classification specified in the Drawings. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per square yard of Asphalt Pavement Repair Beyond Defined Width. c. The price bid shall include: 1) Preparing final surfaces CrrY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 320117-3 PERMANENT ASPHALT PAVING REPAIR Page 3 of 6 2) Furnishing, loading, unloading, storing, hauling and handling all materials including freight and royalty 3) Traffic control for all testing 4) Asphalt, aggregate, and additive 5) Materials and work needed for corrective action 6) Trial batches 7) Tack coat 8) Removal and/or sweeping excess material 4. Extra Width Asphalt Pavement Repair a. Measurement 1) Measurement for this Item will be by the square yard for surface repair (does not include base repair) for: a) Various thicknesses b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per square yard of Extra Width Asphalt Pavement Repair c. The price bid shall include: 1) Preparing final surfaces 2) Furnishing, loading, unloading, storing, mauling and handling all materials including freight and royalty 3) Traffic control for all testing 4) Asphalt, aggregate, and additive 5) Materials and work needed for corrective action 6) Trial batches 7) Tack coat 8) Removal and/or sweeping excess material 1.3 REFERENCES A. Definitions 1. H.M.A.C. — Hot Mix Asphalt Concrete 1.4 ADMINISTRATIVE REQUIREMENTS A. Permitting 1. Obtain Street Use Permit to make utility cuts in the street from the Transportation and Public Works Department in conformance with current ordinances. 2. The Transportation and Public Works Department will inspect the paving repair after construction. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 3201 17-4 PERMANENT ASPHALT PAVING REPAIR Page 4 of 6 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS A. Asphalt Pavement Mix Design: submit for approval: see Section 32 12 16, 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.11 DELIVERY, STORAGE, AND HANDLING [NOT USED] 112 FIELD CONDITIONS A. Place mixture when the roadway surface temperature is 45 degrees F or higher and rising unless otherwise approved. 1.13 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED [NOT USED] 2.2 MATERIALS A. BackfilI 1. See Section 33 05 10. B. Base Material 1. Concrete Base Material for Trench Repair: See Section 03 34 16. 2. Concrete Base: See Section 32 13 13. C. Asphalt Paving: see Section 32 12 16, 1. H.M.A.C. paving: Type D. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 320117-5 PERMANENT ASPHALT PAVING REPAIR Page 5 of 6 PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. Surface Preparation 1. Mark pavement cut for repairs for approval by the City. 2. Contractor and City meet prior to saw cutting to confirm limits of repairs. 3.4 INSTALLATION A. General 1. Equipment a. Use machine intended for cutting pavement. b. Milling machines may be used as long as straight edge is maintained. 2. Repairs: In true and straight lines to dimensions shown on the Drawings. 3. Utility Cuts a. In a true and straight line on both sides of the trench b. Minimum of 12 inches outside the trench walls c. If the existing flexible pavement is 2 feet or less between the lip of the existing gutter and the edge of the trench repair, remove the existing paving to such gutter. 4. Limit dust and residues from sawing from entering the atmosphere or drainage facilities. B. Removal 1. Use care to prevent fracturing existing pavement structure adjacent to the repair area. C. Base 1. Install replacement base material as specified in Drawings. D. Asphalt Paving 1. H.M.A.0 placement: in accordance with Section 32 12 16 2. Type D surface mix 3. Depth: as specified in Drawings 4. Place surface mix in lifts not to exceed 3 inches. 5. Last or top lift shall not be less than 2 inches thick. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 320117-6 PERMANENT ASPHALT PAVING REPAIR Page 6 of 6 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 39 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 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 SECTION 32 1123 FLEXIBLE BASE COURSES PART1- GENERAL 1.1 SUMMARY 32 1123- 1 FLEXIBLE BASE COURSES Page I of 7 A. Section Includes: 1. Foundation course for surface course or for other base course composed of flexible base constructed in one or more courses in conformity with the typical section. B. Deviations from this City of Fort Worth Standard Specification 1. None C. Related Specification Sections include, but are not necessarily limited to: 1. Division a — 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. Measurement a. Measurement for this Item will be by the square yard of Flexible Base Course for various: 1 1) Depths 2) Types 3) Gradations 2. Payment a. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per square yard of Flexible Base Course. 3. The price bid shall include: a. Preparation and correction of subgrade b. Furnishing of material c. Hauling d. Blading e. Sprinkling f. Compacting 1.3 REFERENCES A. Definitions L RAP -- Recycled Asphalt Pavement. B. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 321123-2 FLEXIBLE BASE COURSES Page 2 of 7 ASTM International (ASTM): a. D698, Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12 400 ft-lbf/ft3 (600 kN-m/m3)) Texas Department of Transportation (TXDOT): a. Tex-104-E, Determining Liquid Limits of Soils b. Tex-106-E, Calculating the Plasticity Index of Soils c. Tex-107-E, Determining the Bar Linear Shrinkage of Soils d. Tex- I10-E, Particle Size Analysis of Soils c. Tex- 116-E, Ball Mill Method for Determining the Disintegration of Flexible Base Material f. Tex -I 17-E, Triaxial Compression for Disturbed Soils and Base Materials g. Tex-411-A, Soundness of Aggregate Using Sodium Sulfate or Magnesium Sulfate h. Tex-413-A, Determining Deleterious Material in Mineral Aggregate 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 ACTION SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 2.2 MATERIALS A. General 1. Furnish uncontaminated materials of uniform quality that meet the requirements of the Drawings and specifications. 2. Obtain materials from approved sources. 3. Notify City of changes to material sources. 4. The City may sample and test project materials at any time before compaction throughout the duration of the project to assure specification compliance. B. Aggregate 1. Furnish aggregate of the type and grade shown on the Drawings and conforming to the requirements of Table 1. 2. Each source must meet Table 1 requirements for liquid limit, plasticity index, and wet ball mill for the grade specified. 3. Do not use additives such as but not limited to lime, cement, or fly ash to modify aggregates to meet the requirements of Table 1, unless shown on the Drawings. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rebabilitaiion STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 321123-3 FLEXIBLE BASE COURSES Page 3 of 7 Table 1 Material Requirements Property Test Method Grade ] Grade 2 Master gradation sieve size % retained Tex- I10-E 2-1/2 in. - 0 1-3/4 in. 0 0-10 7/8 in 10-35 - 3/8 in. 30-50 - No. 4 45-65 45-75 No. 40 70-85 60-85 Liquid limit %max.' Tex-104-E 35 40 PlastiCity index max. Tex-106-E 10 12 Wet ball mill % max? Tex-116-E 40 45 Wet ball mill, % max. increase passing the No. 40 sieve 20 20 Classification, Tex- 117-E 1_0 1.1-2.3 Min. compressive strength', psi lateral pressure 0 psi lateral pressure 15 psi 45 175 35 175 1. Determine plastic index in accordance with Tex- I07-E (linear shrinkage) when liquid limit is unattainable as defined in Tex-104-E. 2. When a soundness value is required by the Drawings, test material in accordance with Tex-411-A. 3. Meet both the classification and the minimum compressive strength, unless otherwise shown on the Drawings. 4. Material Tolerances a. The City may accept material if no more than 1 of the 5 most recent gradation tests has an individual sieve outside the specified limits of the gradation. b. When target grading is required by the Drawings, no single failing test may exceed the master grading by more than 5 percentage points on sieves No. 4 and larger or 3 percentage points on sieves smaller than No. 4. c. The City may accept material if no more than i of the 5 most recent plasticity index tests is outside the specified limit. No single failing test may exceed the allowable limit by more than 2 points. 5. Material Types a. Do not use fillers or binders unless approved. b. Furnish the type specified on the Drawings in accordance with the following: 1) Type A a) Crushed stone produced and graded from oversize quarried aggregate that originates from a single, naturally occurring source. b) Do not use gravel or multiple sources. 2) Type B a) Only for use as base material for temporary pavement repairs. b) Do not exceed 20 percent RAP by weight unless shown on Drawings. 3) Type D a) Type A material or crushed concrete. b) Crushed concrete containing gravel will be considered Type D material. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 321123-4 FLEXIBLE BASE COURSES Page 4 of 7 c) The City may require separate dedicated stockpiles in order to verify compliance. d) Crushed concrete must meet the following requirements: (1) Table 1 for the grade specified. (2) Recycled materials must be free from reinforcing steel and other objectionable material and have at most 1.5 percent deleterious material when tested in accordance with TEX-413-A. C. Water 1. Furnish water free of industrial wastes and other objectionable matter. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. General 1. Shape the subgrade or existing base to conform to the typical sections shown on the Drawings or as directed. 2. When new base is required to be mixed with existing base: a. Deliver, place, and spread the new flexible base in the required amount. b. Manipulate and thoroughly mix the new base with existing material to provide a uniform mixture to the specified depth before shaping. B. Subgrade Compaction 1. Proof roll the roadbed before pulverizing or scarifying in accordance with the following: a. Proof Rolling 1) City Project Representative must be on -site during proof rolling operations. 2) Use equipment that will apply sufficient load to identify soft spots that rut or pump. a) Acceptable equipment includes fully loaded single -axle water truck with a 1500 gallon capacity. 3) Make at least 2 passes with the proof roller (down and back = 1 pass). 4) Offset each trip by at most I tire width. 5) If an unstable or non -uniform area is found, correct the area. b. Correct 1) Soft spots that rut or pump greater than 3/4 inch 2) Areas that are unstable or non -uniform 2. Installation of base material cannot proceed until compacted subgrade approved by the City. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 321123-5 FLEXIBLE BASE COURSES Page 5 of 7 3.4 INSTALLATION A. General 1. Construct each layer uniformly, free of loose or segregated areas, and with the required density and moisture content. 2. Provide a smooth surface that conforms to the typical sections, lines, and grades shown on the Drawings or as directed. 3. Haul approved flexible base in clean, covered trucks. B. Equipment 1. General a. Provide machinery, tools, and equipment necessary for proper execution of the work. 2. Rollers a. The Contractor may use any type of roller to meet the production rates and quality requirements of the Contract unless otherwise shown on the Drawings or directed. b. When specific types of equipment are required, use equipment that meets the specified requirements. c. Alternate Equipment. 1) Instead of the specified equipment, the Contractor may, as approved, operate other compaction equipment that produces equivalent results. 2) Discontinue the use of the alternate equipment and furnish the specified equipment if the desired results are not achieved. d. City may require Contractor to substitute equipment if production rate and quality requirements of the Contract are not met. C. Placing 1. Spread and shape flexible base into a uniform layer by approved means the same day as delivered unless otherwise approved. 2. Place material such that it is mixed to minimize segregation. 3. Construct layers to the thickness shown on the Drawings, while maintaining the shape of the course. 4. Where subbase or base course exceeds 6 inches in thickness, construct in 2 or more courses of equal thickness. 5. Minimum lift depth. 3 inches 6. Control dust by sprinkling. 7. Correct or replace segregated areas as directed. 8. Place successive base courses and finish courses using the same construction methods required for the first course. D. Compaction 1. General a. Compact using density control unless otherwise shown on the Drawings. b. Multiple lifts are permitted when shown on the Drawings or approved. c. Bring each layer to the moisture content directed. When necessary, sprinkle the material to the extent necessary to provide not less than the required density. d. Compact the full depth of the subbase or base to the extent necessary to remain firm and stable under construction equipment. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 01286 Revised December 20, 2012 321123-6 FLEXIBLE BASE COURSES Page 6 of 7 2. Rolling a. Begin rolling longitudinally at the sides and proceed towards the center, overlapping on successive trips by at least 1/2 the width of the roller unit. b. On superelevated curves, begin rolling at the low side and progress toward the high side. c. Offset alternate trips of the roller. d. Operate rollers at a speed between 2 and 6 mph as directed. e. Rework, recompact, and refinish material that fails to meet or that loses required moisture, density, stability, or finish before the next course is placer] or the project is accepted. f. Continue work until specification requirements are met. g. Proof roll the compacted flexible base in accordance with the following: 1) Proof Rolling a) City Project Representative must be on -site during proof rolling operations. b) Use equipment that will apply sufficient load to identify soft spots that rut or pump. (1) Acceptable equipment includes fully loaded single -axle water truck with a 1500 gallon capacity. c) Make at least 2 passes with the proof roller (down and back = 1 pass). d) Offset each trip by at most 1 tire width. e) If an unstable or non -uniform area is found, correct the area. 2) Correct a) Soft spots that rut or pump greater than 3/4 inch. b) Areas that are unstable or non -uniform. 3. Tolerances a. Maintain the shape of the course by blading. b. Completed surface shall be smooth and in conformity with the typical sections shown on the Drawings to the established lines and grades. c. For subgrade beneath paving surfaces, correct any deviation in excess of 1/4 inch in cross section in length greater than 16 feet measured longitudinally by loosening, adding or removing material. Reshape and recompact by sprinkling and rolling. d. Correct all fractures, settlement or segregation immediately by scarifying the areas affected, adding suitable material as required. Reshape and recompact by sprinkling and rolling. e. ,Should the subbase or base course, due to any reason, lose the required stability, density and finish before the surfacing is complete, it shall be recompacted at the sole expense of the Contractor. 4. Density Control a. Minimum Density; 95 percent compaction as determined by ASTM D698. b. Moisture content: minus 2 to plus 4 of optimum. E. Finishing l . After completing compaction, clip, skin, or tight -blade the surface with a maintainer or subgrade trimmer to a depth of approximately 114 inch. 2. Remove loosened material and dispose of it at an approved location. 3. Seal the clipped surface immediately by rolling with an appropriate size pneumatic tire roller until a smooth surface is attained. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rchabitilation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 321123-7 FLEXIBLE BASE COURSES Page 7 of 7 4. Add small increments of water as needed during rolling. 5. Shape and maintain the course and surface in conformity with the typical sections, lines, and grades as shown on the Drawings or as directed. 6. In areas where surfacing is to be placed, correct grade deviations greater than 1/4 inch in 16 feet measured longitudinally or greater than 1/4 inch over the entire width of the cross-section. 7. Correct by loosening, adding, or removing material. 8. Reshape and recompact in accordance with 3A.C. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 QUALITY CONTROL A. Density Test 1. City to measure density of flexible base course. a. Notify City Project Representative when flexible base ready for density testing. b. Spacing directed by City (1 per block minimum). c. City Project Representative determines location of density testing. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORT11 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 SECTION 32 1129 LIME TREATED BASE COURSES PART1- GENERAL 1.1 SUMMARY A. Section Includes: 321129-1 LIME TREATED BASE COURSES Page i of 12 1. Treating subgrade, subbase and base courses by the pulverization, addition of lime, mixing and compacting the mix material to the required density. 2. Item applies to the natural ground, embankment, existing pavement; base or subbase courses placed and shall conform to the typical section, lines and grades shown on the Drawings. B. Deviations from this City of Fort Worth Standard Specification 1, None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division I - General Requirements 3. Section 3123 23 - Borrow 4. Section 32 1123 - Flexible Base Courses 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Hydrated Lime a. Measurement 1) Measurement for this Item shall be by the ton (dry weight) of Hydrated Lime used to prepare slurry at the job site. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per ton of Hydrated Lime. c. The price bid shall include: 1) Furnishing the material 2) All freight involved 3) All unloading, storing, and handling 2. Commercial Lime Slurry a. Measurement CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 321129-2 LIME TREATED BASE COURSES Page 2 of 12 1) Measurement for this Item shall be by the ton (dry weight) as calculated from the minimum percent dry solids content of the slurry multiplied by the weight of the slurry in tons delivered. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per ton of Commercial Lime Slurry. c. The price bid shall include: 1) Furnishing the material 2) All freight involved 3) All unloading, storing, and handling 3. Quicklime a. Measurement 1) Measurement for this Item shall be by the ton (dry weight) of Quicklime. Measurement for Quicklime in slurry form shall be measured by the ton (dry weight) of the Quicklime used to prepare the slurry. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per ton of Quicklime. c. The price bid shall include: 1) Furnishing the material 2) All freight involved 3) All unloading, storing, and handling 4. Lime Treatment a. Measurement 1) Measurement for this Item shall be by the square yard of surface area as established by the widths shown on the Drawings and the lengths measured at placement. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per square yard of Lime Treatment applied for: a) Various depths c. The price bid shall include: 1) Preparing the roadbed 2) Loosening, pulverizing application of lime, water content in the slurry mixture and the mixing water 3) Mixing, shaping, sprinkling, compacting, finishing, curing and maintaining 4) Performing all manipulations required CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 321129-3 LIME TREATED SASE COURSES Page 3 of 12 1.3 REFERENCES A. Definitions l . Hydrated Lime: dry powdered material consisting of calcium hydroxide. 2. Commercial Lime Slurry: liquid mixture of hydrated lime solids and water delivered to a project in slurry form. 3. Quicklime: dry material consisting of calcium oxide furnished in either of two grades: a. Grade DS — grade of "pebble" quicklime suitable for use in the preparation of slurry for wet placing. b. Grade S -- finely graded quicklime for use only in the preparation of slurry for wet placing. B. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the Iatest revision date logged at the end of this specification, unless a date is specifically cited. 2. ASTM International (ASTM): a. D698, Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12 400 ft-lbf/ft3 (600 kN-m/m3)) b. D6938, Standard Test Method for In -Place Density and Water Content of Soil and Soil Aggregate by Nuclear Methods (Shallow Depth) 3. Texas Department of Transportation (TXDOT): a. Tex- 101-E, Preparing Soil and Flexible Base Materials for Testing b. Tex-140-E, Measuring Thickness of Pavement Layer c. Tex-600-J, Sampling and Testing of Hydrated Lime, Quicklime and Commercial Lime Slurry 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 ACTION SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USEDI 1.8 MAINTENANCE MATERIAL SUBMITTLAS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY AND STORAGE A. Truck Delivered Lime I . Each truck ticket shall bear the weight of lime measured on certified scales. 2. Submit delivery tickets, certified by supplier, that include weight with each bulk delivery of lime to the site. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 321129-4 LIME TREATED BASE COURSES Page 4 of 12 1.11 SITE CONDITIONS A. Start lime application only when the air temperature is at least 35°F and rising or is at least 40°F. Measure temperature in the shade and away from artificial heat. B. Suspend application when the City determines that weather conditions are unsuitable. 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 2.2 MATERIALS A. General 1. Furnish uncontaminated materials of uniform quality that meet the requirements of the Drawings and specifications. 2. Notify the City of the proposed material sources and of changes to material sources. 3. Obtain verification from the City that the specification requirements are met before using the sources. 4. The City may sample and test project materials at anytime before compaction. B. Lime 1. Hydrated Lime a. pumpabie suspension of solids in water b. solids portion of the mixture when considered as a basis of "solids content," shall consist of principally hydrated lime of a quality and fineness sufficient to meet the chemical and physical requirements. 2. Dry Lime: Do not use unless approved by City. 3. Quicklime a. Use quicklime only when specified by the City. b. dry material consisting of essentially calcium oxide. c. Furnished in either of two grades: 1) Grade DS 2) Grade S 4. Furnish lime that meets the following requirements a. Chemical Requirements CITY OF FORT WORTH 90-Inch -280 Si (M ) Lary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 32 11 29-5 LIME TREATED BASE COURSES Page 5 of 12 Table 2 Lime Chemical Requirements Hydrated Commercial Lime Quicklime Lime Slurry Total "active" 90.0 Min 87.0 Min lime content, percent by weight Unhydrated 5.0 Max 87.0 Min lime content, percent by weight CaO "Free Water" 5.0 Max content, percent by weight water b. Physical Requirements Table 3 Lime Physical Requirements Hydrated Commercial Quicklime Lime ime Slurry Wet Sieve Requirement, As percentage by Weight Residue: Retained on No. 6 sieve 0.2 Max 0.2 Max 8.0 Maxi Retained on No. 30 4.0 Max 4.0 Max sieve Dry Sieve Requirement, As percentage by Weight Residue: CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 321129-6 LIME TREATED BASE COURSES Page 6 of 12 Retained on a 1-in sieve 0.0 Retained on a 3/4 —in 10.0 Max sieve Retained on a No. 100 Grade Ds — 80 sieve Min Grade S — no limits Retained on a No. 6 0.2 Max 0.2 Max 8.0 Max' sieve 1 The amount total "active" lime content, as CaO, in the material retained on the No. 6 sieve must not exceed 2.0% by weight of the original quicklime. c. Slurry Grades Table 4 Lime Slurry Grades Minimum Dry Solids Contents by Percentage of the Slurry Grade 1 31 Grade 2 35 Grade 3 46 C. Flexible Base Courses: Furnish base material that meets the requirements of Section 32 1123, for the type and grade shown on the Drawings, before the addition of lime. D. Water: Furnish water free of industrial wastes and other objectionable material. E. Borrow: See Section 3123 23. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 321129-7 LIME TREATED BASE COURSES Page 7 of 12 PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. Shape the subgrade or existing base to conform to the typical sections shown on the Drawings or as directed. 3.4 INSTALLATION A. General 1. Produce a completed course of treated material containing: a. uniform Iime mixture, free from loose or segregated areas. b. uniform density and moisture content. c. well bound for full depth. d. with smooth surface and suitable for placing subsequent courses. 2. Maximum layer depth of lime treatment in single layer: 8 inches. 3. For treated subgrade exceeding 8 inches deep, pulverize, apply lime, mix, compact and finish in equal layers not exceeding 5 inches deep. B. Equipment 1. General: Provide machinery, tools, and equipment necessary forproper execution of the work. 2. Rollers a. The Contractor may use any type of roller to meet the production rates and quality requirements of the Contract unless otherwise shown on the Drawings or directed. b. When specific types of equipment are required, use equipment that meets the specified requirements. c. Alternate Equipment 1) Instead of the specified equipment, the Contractor may, as approved, operate other compaction equipment that produces equivalent results. 2) Discontinue the use of the alternate equipment and furnish the specified equipment if the desired results are not achieved. d. City may require Contractor to substitute equipment if production rate and quality requirements of the Contract are not met. 3. Storage Facility a. Store quicklime and dry hydrated lime in closed, weatherproof containers. 4. Slurry Equipment a. Use slurry tanks equipped with agitation devices to slurry hydrated lime or quicklime on the project or other approved location. b. The City may approve other slurrying methods. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 321129-8 LIME TREATED BASE COURSES Page 8 of 12 c. Provide a pump for agitating the slurry when the distributor truck is not equipped with an agitator. 5. Pulverization Equipment a. Provide pulverization equipment that: 1) Cuts and pulverizes material uniformly to the proper depth with cutters that plane to a uniform surface over the entire width of the cut 2) Provides a visible indication of the depth of cut at all times, and uniformly mixes the materials C. Pulverization Pulverize or scarify existing material after shaping so that 100 percent passes a 2 1/2 inch sieve. 2. If the material cannot be uniformly processed to the required depth in a single pass, excavate and windrow the material to expose a secondary grade to achieve processing to depth as shown in the Drawings. D. Application of Lime 1. Uniformly apply lime as shown on the Drawings or as directed. 2. Add lime at the percentage specified in Drawings. 3. Apply lime only on an area where mixing can be completed during the same working day. 4. Minimize dust and scattering of lime by wind. Do not apply lime when wind conditions, in the opinion of the City, cause blowing lime to become dangerous to traffic or objectionable to adjacent property owners. 5. Slurry Placement a. Hydrated Lime 1) Mix Lime with water and apply slurry 2) Apply Type B, commercial lime slurry, with a lime percentage not less applicable for grade used 3) Distribute lime at the rate shown on the Drawings 4) Make successive passes over a measured surface of roadway until the proper moisture and lime content have been achieved. b. Quicklime 1) Spread the residue for the Quicklime slurrying procedure uniformly over the length of the roadway. 2) Residue is primarily inert material with little stabilizing value; however, may contain a small amount of Quicklime particles that slake slowly. A concentration of these particles could cause the compacted stabilized material to swell during slaking. E. Mixing 1. Begin mixing within 6 hours of application of lime. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 321129-9 LIME TREATED BASE COURSES Page 9 of 12 2. Hydrated lime exposed to the open air for 6 hours or more between application and mixing, or that experiences excessive loss due to washing or blowing, will not be accepted for payment. 3. Thoroughly mix the material and lime using approved equipment. 4. Mix until a homogeneous, friable mixture of material and lime is obtained, free from all clods and lumps. 5. Do not mix greater than 1 inch deeper than the stabilization depth specified. 6. Materials containing plastic clay or other materials that are not readily mixed with lime shall be mixed as thoroughly as possible at the time of lime application, brought to the proper moisture content and sealed with a pneumatic roller. 7. Allow the mixture to cure for 72 hours or as directed by City. 8. When pebble grade quicklime is used, allow the mixture to cure for 2 to 4 days. 9. Sprinkle the treated materials during the mixing and curing operation to achieve adequate hydration and proper moisture content. 10. After curing, resume mixing until a homogeneous, friable mixture is obtained. I I . After mixing, City will sample the mixture at roadway moisture and test in accordance with Tex- 101-E, Part III, to determine compliance with the gradation requirements in Table 5. Table S Gradation Requirements (Minimum % Passing) Sieve Size Base 1-3/4 in. 100 3/4 in. 85 No. 4 60 F. Compaction 1. General a. Begin compaction immediately after final mixing. b. Aerate and sprinkle as necessary to provide optimum moisture content c. Multiple lifts are permitted when shown on the Drawings or approved. d. Bring each layer to the moisture content directed. Rolling a. Begin rolling Iongitudinally at the sides and proceed toward the center, overlapping on successive trips by at least one-half the width of the roller unit. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 321129-10 LIME TREATED BASE COURSES Page 10 of 12 b. On superelevated curves, begin rolling at the low side and progress toward the high side. c. Offset alternate trips of the roller. d. Operate rollers at a speed between 2 and 6 MPH or as directed. e. Rework, recompact, and refinish material that fails to meet or that loses required moisture, density, stability, or finish before the next course is placed or the project is accepted. 1) Continue work until specification requirements are met. 2) Rework in accordance with Maintenance item of this Section. f. Proof roll the lime treated base course in accordance with the following: 1) Proof Rolling a) City Project Representative must be on -site during proof rolling operations. b) Use equipment that will apply sufficient load to identify soft spots that rut or pump. (1) Acceptable equipment includes fully loaded single -axle water truck with a 1500 gallon capacity. c) Make at least 2 passes with the proof roller (down and back = 1 pass). d) Offset each trip by at most 1 tire width. e) If an unstable or non -uniform area is found, correct the area. 2) Correct a) Soft spots that rut or pump greater than 3/4 inch. b) Areas that are unstable or non -uniform. Density Control a. Compact until the entire depth of the mixture has achieved a uniform density of not less than 95 percent of the maximum density as determined by ASTM D698. b. Moisture content: minus 2 to plus 4 optimum. G. Maintenance Maintain the completed soil lime base in good condition, satisfactory to the City as to grade, crown and cross section until the overlaying or next course is constructed. 2. Keep surface of the compacted course moist until covered by other base or pavement. Reworking a Section a. When a section is reworked within 72 hours after completion of compaction, rework the section to provide the required density. b. When a section is reworked more than 72 hours after completion of compaction, add additional lime at 25 percent of the percentage specified. c. Reworking includes loosening, adding material or removing unacceptable material if necessary, mixing as directed, compacting, and finishing. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rebabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 0 128 6 Revised December 20, 2012 321129-11 LIME TREATED BASE COURSES Page 11 of 12 H. Finishing 1. After completing compaction of the final course, clip, skin, or tight -blade the surface of the lime -treated material with a maintainer or subgrade trimmer to a depth of approximately 1/4 inch. 2. Remove loosened material and dispose of at an approved location. 3. Roll the clipped surface immediately with a pneumatic tire roller until a smooth surface is attained. 4. Add small amounts of water as needed during rolling. 5. Shape and maintain the course and surface in conformity with the typical sections, lines, and grades shown on the Drawings or as directed. I_ Curing 1. Cure for the minimum number of days shown in Table 6 and by finished pavement type: a. Concrete pavement 1) Sprinkle with water 2) Maintain moisture during curing 3) Do not allow equipment on the finished course during curing except as required for sprinkling. b. Asphalt Pavement 1) Apply an asphalt material at a rate of 0.05 to 0.20 gallon per square yard. 2) Do not allow equipment on the finished course during curing. Table 6 Minimum Curing Requirements Before Placing Subsequent Courses' Untreated Material Curing (Days) PI<_35 2 PI > 35 5 2. Subject to the approval of the City. Proof rolling may be required as an indicator of adequate curing. Begin paving operations or add courses within 14 calendar days of final compaction. 3.5 REPAIR/RESTORATION [NOT USED] CITY OF FORT WORTH 90-inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 32 11 29 - 12 LIME TREATED BASF COURSES Page 12 of 12 3.7 QUALITY CONTROL A. Density Test 1. City Project Representative must be on site during density testing 2. City to measure density of lime treated base course in accordance with ASTM D6938, 3. Spacing directed by City (1 per block minimum). 4. City Project Representative determines density testing locations. B. Depth Test 1. In -place depth will be evaluated for each 500-foot roadway section 2. Determine in accordance with Tex- 140-E in hand excavated holes. 3. For each 500-foot section, 3 phenolphthalein tests will be performed. 4. City Project Representative determines depth testing locations. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 321133-1 CEMENT TREATED BASE COURSES Page 1 of 7 SECTION 32 1133 CEMENT TREATED BASE COURSES PART1- GENERAL 11 SUMMARY A. Section Includes 1. Treating subgrade, subbase and base courses by the pulverization, addition of cement, mixing and compacting the mix material to the required density. 2. Item applies to the natural ground, embankment, existing pavement, base or subbase courses placed and shall conform to the typical section, lines and grades shown on the Drawings. B. Deviations from City of Fort Worth Standards 1. None C. ReIated Specification Sections include but are not necessarily limited to 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 - General Requirements 3. Section 32 1123 - Flexible Base Courses 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Cement a. Measurement 1) Measurement for this Item shall be by the ton (dry weight). b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per ton (dry weight) of Cement. c. The price bid shall include: 1) Furnishing Cement material 2) All freight involved 3) All unloading, storing and handling 2. Cement Treatment a. Measurement 1) Measurement for this Item shall be by the square yard of surface area. 2) The dimensions for determining the surface area are established by the widths shown on the Drawings and the lengths measured at placement. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per square yard of Cement Treatment placed for: a) Various depths c. The price bid shall include: 1) Pulverizing or providing the soil material 2) Handling, hauling and spreading dry or slurry cement 3) Mixing the cement with the soil either in -place or in a mixing plant CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 32 11 33-2 CEMENT TREATED BASE COURSES Page 2 of 7 4) Furnishing, hauling and mixing water with the soil -cement mixture 5) Spreading and shaping the mixture; compacting the mixture, including all rolling required for compaction 6) Surface finishing 7) Water and sprinkling 8) Curing 1.3 REFERENCES A. Reference Standards I. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. ASTM International (ASTM): a. C150, Standard Specification for Portland Cement b. D698, Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12 400 ft-lbf/ft3 (600 kN-m/m3)) 3. Texas Department of Transportation (TxDOT) a. Tex- 101-E, Preparing soil and flexible base materials for testing b. Tex-140-E, Measuring thickness of paving layers 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 ACTION SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTLAS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING A. Truck Delivered Cement I . Each truck ticket shall bear the weight of cement measured on certified scales. 2. Submit delivery tickets, certified by supplier, that include weight with each bulk delivery of cement to the site. 1.11 FIELD SITE CONDITIONS A. Start cement application only when the air temperature is at least 35 degrees F and rising or is at least 40 degrees F. B. Measure temperature in the shade away from artificial heat. C. Suspend application when the City determines that weather conditions are unsuitable. 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 321133-3 CEMENT TREATED BASE COURSES Page 3 of 7 PART2- PRODUCTS 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 2.2 MATERIALS A. General L Furnish uncontaminated materials of uniform quality that meet the requirements of the Drawings and specifications. 2. Notify the City of the proposed material sources and of changes to material sources. 3. Obtain verification from the City that the specification requirements are met before using the sources. 4. The City may sample and test project materials at any time before compaction. B. Cement: ASTM C150 Type I, I1 or 1P. C. Flexible Base Courses: Furnish base material that meets the requirements of Section 32 1123 for the type and grade shown on the Drawings, before the addition of cement. D. Water: Furnish water free of industrial wastes and other objectionable material. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL INOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. Shape existing material in accordance with applicable bid items to conform to typical sections shown on the Drawings and as directed. 3.4 INSTALLATION A. General 1. Produce a completed course of treated material containing: a. Uniform Portland cement mixture, free from loose or segregated areas b. Uniform density and moisture content c. Well bound for full depth d. With smooth surface and suitable for placing subsequent courses 2. Maximum layer depth of cement treatment in single layer: 8 inches. 3. For treated subgrade exceeding 8 inches deep, pulverize, apply cement, mix, compact and finish in equal layers not exceeding 5 inches deep. B. Equipment 1. Provide machinery, tools, and equipment necessary for proper execution of the work. 2. Rollers a. The Contractor may use any type of roller to meet the production rates and quality requirements of the Contract unless otherwise shown on the Drawings or directed. CITY Or FORT WORT14 90-Inch (M-290) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S City Project No. 01296 Revised December 20, 2012 321133-4 CEMENT TREATED BASE COURSES Page 4 of 7 b. When specific types of equipment are required, use equipment that meets the specified requirements. c. Alternate Equipment 1) Instead of the specified equipment, the Contractor may, as approved, operate other compaction equipment that produces equivalent results. 2) Discontinue the use of the alternate equipment and furnish the specified equipment if the desired results are not achieved. d. City may require Contractor to substitute equipment if production rate and quality requirements of the Contract are not met. 3. Slurry Equipment a. Use slurry tanks equipped with agitation devices for cement application. b. The City may approve other slurrying methods. c. Provide a pump for agitating the slurry when the distributor truck is not equipped with an agitator. 4. Pulverization Equipment a. Provide pulverization equipment that: 1) Cuts and pulverizes material uniformly to the proper depth with cutters that plane to a uniform surface over the entire width of the cut 2) Provides a visible indication of the depth of cut at all times 3) Uniformly mixes the materials C. Pulverization 1. Pulverize or scarify existing material after shaping so that 100 percent by dry weight passes a 1 inch sieve, and 80 percent by dry weight passes a No. 4 sieve exclusive of gravel or stone retained in sieves. 2. Pulverize recycled asphalt pavement so that 100 percent by dry weight passes a 2 inch sieve, and 60 percent by dry weight passes a No. 4 sieve exclusive of gravel or stone retained in sieves. D. Cement Application. 1. Spread by an approved dry or slurry method uniformly on the soil at the rate specified on the Drawings 2. If a bulk cement spreader is used, position by string lines or other approved method during spreading to insure a uniform distribution of cement. 3. Apply to an area that all the operations can be continuous and completed in daylight within 6-hours of initial application. 4. Do not exceed the quantity of cement that permits uniform and intimate mixture of soil and cement during dry -mixing operations 5. Do not exceed the specified optimum moisture content for the soil and cement mixture. 6. No equipment, except that used in the spreading and mixing, allowed to pass over the freshly spread cement until it is mixed with the soil. E. Mixing 1. Thoroughly mix the material and cement using approved equipment. 2. Mix until a homogeneous, friable mixture of material and cement is obtained, free from all clods and lumps. 3. Keep mixture within moisture tolerances throughout the operation. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 119 321133-5 CEMENT TREATED BASE COURSES Page 5 of 7 4. Spread and shape the completed mixture in a uniform layer. 5. After mixing, the City shall sample the mixture at roadway moisture and test in accordance with Tex 101 E, Part ITI, to determine compliance with the gradation requirements in Table 1. Table 1 Gradation Requirements Minimum % Passing Sieve Size Base 1-3/4 in. 100 314 in. 85 No. 4 60 Compaction 1. Prior to the beginning of compaction, the mixture shall be in a loose condition for its full depth. 2. Compact material to at least 95-percent of the maximum density as determined by ASTM D698. 3. At the start of compaction, the percentage of moisture in the mixture and in un- pulverized soil lumps shall be less than the quantity which shall cause the soil - cement mixture to become unstable during compaction and finishing. 4. When the uncompacted soil -cement mixture is wetted by rain so that the average moisture content exceeds the tolerance given at the time of final compaction, the entire section shall be reconstructed in accordance with this specification at the sole expense of the Contractor. 5. The specified optimum moisture content and density shall be determined in the field on the representative samples of soil -cement mixture obtained from the area being processed. 6. Final moisture content shall be within minus-2 to plus-4-of-optimum. 7. Begin compaction after mixing and after gradation and moisture requirements have been met. 8. Begin compaction at the bottom and continue until the entire depth of the mixture is uniformly compacted. 9- Uniformly compact the mixture to the specified density within 2-hours. 10. After the soil and cement mixture is compacted uniformly apply water as needed and thoroughly mix in. 11. Reshape the surface to the required lines, grades and cross section and then lightly scarify to loosen any imprint left by the compacting or shaping equipment. G. Maintenance 1. Maintain the soil -cement treatment in good condition from the time it first starts work until all work shall is completed. 2. Maintenance includes immediate repairs of any defect that may occur after the cement is applied. 3. Maintenance work shall be done by the Contractor at the Contractor's expense and repeated as often as necessary to keep the area continuously intact. 4. Repairs are to be made in such a manner as to insure restoration of a uniform surface for the full depth of treatment. 5. Remedy any low area of treated subgrade by scarifying the surface to a depth of at least 2 inches, filling the area with treated material and compacting. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 321133-6 CEMENT TREATED BASE COURSES Page 6 of 7 6. Remedy any low area of subbase or base shall by replacing the material for the full depth of subbase or base treatment rather than adding a thin layer of stabilized material to the completed work. H. Finishing 1. After completing compaction of the final course, clip, skin, or tight -blade the surface of the cement -treated material with a maintainer or subgrade trimmer to a depth of approximately 1/4 inch. 2. Remove loosened material and dispose of at an approved location. 3. Roll the clipped surface immediately with a pneumatic tire roller adding small increments of moisture as needed and until a smooth surface is attained. 4. Add small amounts of water as needed during rolling. Shape and maintain the course and surface in conformity with the typical sections, lines, and grades shown on the Drawings or as directed. 5. Surface compaction and finishing shall proceed in such a manner as to produce, in not more than 2-hours, a smooth, closely knit surface, free of cracks, ridges or loose material, conforming to the drawn grade and line shown on the Drawings. 6. After the final layer or course of the cement modified soil has been compacted, it shall be brought to the required lines and grades in accordance with the typical sections. 7. The completed section shall then be finished by rolling with a pneumatic tire or other suitable roller sufficiently to create micro cracking. I. Curing 1. General a. Cure for at least 48 hours. b. Maintain the moisture content during curing at no lower than 2 percentage points below optimum. 2. Curing method depends on finished pavement type: a. Concrete pavement: 1) Sprinkle with water 2) Maintain moisture during curing 3) Do not allow equipment on the finished course during curing except as required for sprinkling, unless otherwise approved. b. Asphalt Pavement: 1) Apply an asphalt material at a rate of 0.05 to 0.20 gallon per square yard. 2) Do not allow equipment on the finished course during curing 3. Continue curing until paving operations begin. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. Density Test City Project Representative must be on site during density testing 2. City to measure density of cement treated base course in accordance with ASTM D6938. 3. Spacing directed by City (1 per block minimum). CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01296 Revised December 20, 2012 321133-7 CEMENT TREATED BASE COURSES Page 7 of 7 4. City Project Representative determines density testing locations. B. Depth Test 1. Take minimum of one core per 500 linear feet per each direction of travel staggering test location in each lane to determine in -place depth. 2. City Project Representative determines depth testing locations. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE (NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 SECTION 32 12 16 ASPHALT PAVING PART1- GENERAL 1.1 SUMMARY A. Section Includes: 321216-1 ASPHALT PAVING Page I of 31 1. Constructing a pavement layer composed of a compacted, dense -graded mixture of aggregate and asphalt binder for surface or base courses 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 3. Section 32 01 17 - Permanent Asphalt Paving Repair 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Asphalt Pavement a. Measurement 1) Measurement for this Item shall be by the square yard of completed and accepted asphalt pavement in its final position for various: a) Thicknesses b) Types b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per c. The price bid shall include: 1) Shaping and fine grading the placement area 2) Furnishing, loading, unloading, storing, hauling and handling all materials including freight and royalty 3) Traffic control for all testing 4) Asphalt, aggregate, and additive 5) Materials and work needed for corrective action 6) Trial batches 7) Tack coat 8) Removal and/or sweeping excess material 2. H.M.A.C. Transition a. Measurement CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 321216-2 ASPHALT PAVING Page 2 of 31 1) Measurement for this Item shall be by the ton of composite Hot Mix Asphalt required for H.M.A.C. Transition. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per ton of Hot Mix Asphalt. c. The price hid shall include: 1) Shaping and fine grading the roadbed 2) Furnishing, loading, unloading, storing, hauling and handling all materials including freight and royalty 3) Traffic control for all testing 4) Asphalt, aggregate, and additive 5) Materials and work needed for corrective action 6) Trial batches 7) Tack coat 8) Removal and/or sweeping excess material 3. Asphalt Base Course a. Measurement 1) Measurement for this Item shall be by the square yard of Asphalt Base Course completed and accepted in its final position for: a) Various thicknesses b) Various types b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per square yard of Asphalt Base Course. c. The price bid shall include: 1) Shaping and fine grading the roadbed 2) Furnishing, loading, unloading, storing, hauling and handling all materials including freight and royalty 3) Traffic control for all testing 4) Asphalt, aggregate, and additive 5) Materials and work needed for corrective action 6) Trial batches 7) Tack coat 8) Removal and/or sweeping excess material 4. H.M.A.C. Pavement Level Up a. Measurement 1) Measurement for this Item shall be by the ton of H.M.A.C. completed and accepted in its final position. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per ton of H.M.A.C. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 321216-3 ASPHALT PAVING Page 3 of 31 c. The price bid shall include: 1) Shaping and fine grading the roadbed 2) Furnishing, loading, unloading, storing, hauling and handling all materials including freight and royalty 3) Traffic control for all testing 4) Asphalt, aggregate, and additive 5) Materials and work needed for corrective action 6) Trial batches 7) Tack coat 8) Removal and/or sweeping excess material 5. H.M.A.C. Speed Cushion a. Measurement 1) Measurement for this Item shall be per each H.M.A.C. Speed Cushion installed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per each H.M.A.C. Speed Cushion installed and accepted in its final position. c. The price bid shall include: 1) Shaping and fine grading the roadbed 2) Furnishing, loading, unloading, storing, hauling and handling all materials including freight and royalty 3) Traffic control for all testing 4) Asphalt, aggregate, and additive 5) Materials and work needed for corrective action 6) Trial batches 7) Tack coat 8) Removal and/or sweeping excess material 1.3 REFERENCES A. Abbreviations and Acronyms 1. RAP (reclaimed asphalt pavement) 2. SAC (surface aggregate classification) 3. BRSQC (Bituminous Rated Source Quality Catalog) 4. AQMP (Aggregate Quality Monitoring Program) 5. H.M.A.C. (Hot Mix Asphalt Concrete) 6. WMA (Warm Mix Asphalt) B. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 321216-4 ASPHALT PAVING Page 4 of 31 National Institute of Standards and Technology (NIST) a. Handbook 44 - 2007 Edition: Specifications, Tolerances, and Other Technical Requirements for Weighing and Measuring Devices ASTM International (ASTM): a. ASTM D6084 - 06 Standard Test Method for Elastic Recovery of Bituminous Materials by Ductilometer 4. American Association of State Highway and Transportation Officials a. MP2 Standard Specification for Superpave Volumetric Mix Design b. PP28 Standard Practice for Superpave Volumetric Design for Hot Mix Asphalt (HMA) c. T 201, Kinematic Viscosity of Asphalts (Bitumens) d. T 202 Standard Method of Test for Viscosity of Asphalts by Vacuum Capillary Viscometer e. T 316 Standard Method of Test for Viscosity Determination of Asphalt Binder Using Rotational Viscometer f. TP 1-93 Test Method for Determining the Flexural Creep Stiffness of Asphalt Binder Using the Bending Beam Rheometer (BBR) Texas Department of Transportation a. Bituminous Rated Source Quality Catalog (BRSQC) b. TEX 100-E, Surveying and Sampling Soils for Highways c. Tex 106-E, Calculating the Plasticity Index of Soils d. Tex 107-E, Determining the Bar Linear Shrinkage of Soils c. Tex 200-F, Sieve Analysis of Fine and Coarse Aggregates f. Tex 203-F, Sand Equivalent Test g. Tex-204-F, Design of Bituminous Mixtures h. Tex-207-F, Determining Density of Compacted Bituminous Mixtures i. Tex 217-F, Determining Deleterious Material and Decantation Test for Coarse Aggregates j. Tex-226-F, Indirect Tensile Strength Test k. Tex-227-F, Theoretical Maximum Specific Gravity of Bituminous Mixtures 1. Tex-243-F, Tack Coat Adhesion m. Tex-244-F, Thermal profile of Hot Mix Asphalt n. Tex 280-F, Determination of Flat and Elongated Particles o. Tex 406-A, Material Finer Than 75 gm (No. 200) Sieve in Mineral Aggregates (Decantation Test for Concrete Aggregates) p. Tex 408-A, Organic Impurities in Fine Aggregate for Concrete q. Tex 410-A, Abrasion of Coarse Aggregate using the Los Angeles Machine r. Tex 411-A, Soundness of Aggregate by Using Sodium Sulfate or Magnesium s. Tex 460-A, Determining Crushed Face Particle Count t. Tex 461-A, Degradation of Coarse Aggregate by Micro-Deval Abrasion u. Sulfate v. Tex-530-C, Effect of Water on Bituminous Paving Mixtures w. Tex-540-C, Measurement of Polymer Separation on Heating in Modified Asphalt Systems CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S City Project No. 01286 Revised December 20, 2012 I 321216-5 ASPHALT PAVING Page 5 of 31 x. Tex-541-C, Rolling Thin Film Oven Test for Asphalt Binders y. Tex-920-K, Verifying the Accuracy of Drum Mix Plant Belt Scales z. Tex-921-K, Verifying the Accuracy of Hot Mix Plant Asphalt Meters aa. Tex 923-K, Verifying the Accuracy of Liquid Additive Metering Systems 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 ACTION SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS A. Asphalt Paving Mix Design: Submit for approval. See 2.2.B.1. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 110 DELIVERY, STORAGE, AND HANDLING (NOT USED] 1.11 FIELD CONDITIONS A. Weather Conditions 1. Place mixture when the roadway surface temperature is equal to or higher than the temperatures Iisted in Table 1. Table 1 Minimum Pavement Surface Temperatures Minimum Pavement Surface Temperatures in Degrees Fahrenheit Originally Specified High Temperature Binder Grade Subsurface Layers or Night Paving Operations Surface Layers Placed in Daylight Operations PG64 or lower 45 50 PG 70 55' 60' PG 76 or higher 60' 60' I Contractors may pave at temperatures 10°F lower than the values shown in Table 1 when utilizing a paving process including WMA or equipment that eliminates thermal segregation. In such cases, the contractor must use either a hand-held thermal camera or a hand-held infrared thermometer operated in accordance with Tex-244-F to demonstrate to the satisfaction of the City that the uncompacted mat has no more than 10' F of thermal segregation. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 321216-6 ASPHALT PAVING Page 6 of 31 1. Unless otherwise shown on the Drawings, place mixtures only when weather conditions and moisture conditions of the roadway surface are suitable in the opinion of the City. 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 2.2 MATERIALS A. General L Furnish uncontaminated materials of uniform quality that meet the requirements of the Drawings and specifications. 2. Notify the City of all material sources. 3. Notify the City before changing any material source or formulation. 4. When the Contractor makes a source or formulation change, the City will verify that the requirements of this specification are met and may require a new laboratory mixture design, trial batch, or both. 5. The City may sample and test project materials at any time during the project to verify compliance. 6. The depth of the compacted lift should be at least 2 times the nominal maximum aggregate size. B. Aggregate 1. General a. Furnish aggregates from sources that conform to the requirements shown in Table 1, and as specified in this Section, unless otherwise shown on the Drawings. b. Provide aggregate stockpiles that meet the definition in this Section for either coarse aggregate or fine aggregate. c. When reclaimed asphalt pavement (RAP) is allowed by Drawing note, provide RAP stockpiles in accordance with this Section. d. Aggregate from RAP is not required to meet Table 2 requirements unless otherwise shown on the Drawings. e. Supply mechanically crushed gravel or stone aggregates that meet the definitions in Tex 100 E. f. Samples must be from materials produced for the project. g. The City will establish the surface aggregate classification (SAC) and perform Los Angeles abrasion, magnesium sulfate soundness, and Micro-Deval tests. h. Perform all other aggregate quality tests listed in Table 2. i. Document all test results on the mixture design report. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 321216-7 ASPHALT PAVING Page 7 of 31 j. The City may perform tests on independent or split samples to verify Contractor test results. k. Stockpile aggregates for each source and type separately and designate for the City. 1. Determine aggregate gradations for mixture design and production testing based on the washed sieve analysis given in Tex 200 F, Part II. Table 2 Aggregate Quality Requirements Property Test Method Requirement Coarse Aggregate SAC AQMP As shown on Drawings Deleterious material, percent, max Tex-217-F, Part I 1.5 Decantation, percent, max Tex-217-F, Part II 1.5 Micro-Deval abrasion, percent, max Tex461-A Note I Los Angeles abrasion, percent, max Tex-410-A 40 Magnesium sulfate soundness, 5 cycles, percent, max Tex-411-A 302 Coarse aggregate angularity, 2 crushed faces, percent, min Tex 460-A, Part 1 85' Flat and elongated particles @ 5:1, percent, rrtax Tex-280-F 10 Fine Aggregate Linear shrinkage, percent, max Tex-107-E 3 Combined Aggregate Sand equivalent, percent, min Tex-203-F 45 1. Not used for acceptance purposes. Used by the City as an indicator of the need for further investigation. 2. Unless otherwise shown on the Drawings. 3. Unless otherwise shown on the Drawings. Only applies to crushed gravel. m. Coarse Aggregate 1) Coarse aggregate stockpiles must have no more than 20 percent material passing the No. 8 sieve. 2) Maximum aggregate size should not be over half of the proposed lift depth to prevent particle on particle contact issues. 3) Provide aggregates from sources listed in the BRSQC. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRICTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 321216-8 ASPHALT PAVING Page 8 of 31 4) Provide aggregate from unlisted sources only when tested by the City and/or approved before use. 5) Allow 30 calendar days for the City to sample, test, and report results for unlisted sources. 6) Class B aggregate meeting all other requirements in Table 2 may be blended with a Class A aggregate in order to meet requirements for Class A materials. 7) When blending Class A and B aggregates to meet a Class A requirement, ensure that at least 50 percent by weight of the material retained on the No. 4 sieve comes from the Class A aggregate source. 8) Blend by volume if the bulk specific gravities of the Class A and B aggregates differ by more than 0.300. 9) When blending, do not use Class C or D aggregates. 10) For blending purposes, coarse aggregate from RAP will be considered as Class B aggregate. 11) Provide coarse aggregate with at least the minimum SAC shown on the Drawings. 12) SAC requirements apply only to aggregates used on the surface of travel lanes, unless otherwise shown on the Drawings. n. RAP is salvaged, milled, pulverized, broken, or crushed asphalt pavement. 1) No RAP permitted for TYPE D H.M.A.C. 2) Use no more than 20 percent RAP on TYPE B H.M.A.C. unless otherwise shown on the Drawings. 3) Crush or break RAP so that 100 percent of the particles pass the 2 inch sieve. 4) RAP from either Contractor or City, including RAP generated during the project, is permitted only when shown on the Drawings. 5) City -owned RAP, if allowed for use, will be available at the location shown on the Drawings. 6) When RAP is used, determine asphalt content and gradation for mixture design purposes. 7) Perform other tests on RAP when shown on the Drawings. 8) When RAP is allowed by plan note, use no more than 30 percent RAP in Type A or B mixtures unless otherwise shown on the Drawings. 9) Do not use RAP contaminated with dirt or other objectionable materials. 10) Do not use the RAP if the decantation value exceeds 5 percent and the plasticity index is greater than 8. 11) Test the stockpiled RAP for decantation in accordance with the laboratory method given in Tex-406-A, Part I. 12) Determine the plasticity index using Tex- 106-E if the decantation value exceeds 5 percent. 13) The decantation and plasticity index requirements do not apply to RAP samples with asphalt removed by extraction. Crry OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 01286 Revised December 20, 2012 321216-9 ASPHALT PAVING Page 9 of 31 14) Do not intermingle Contractor -owned RAP stockpiles with City -owned RAP stockpiles. 15) Remove unused Contractor -owned RAP material from the project site upon completion of the project. 16) Return unused City -owned RAP to the designated stockpile location. Fine Aggregate 1) Fine aggregates consist of manufactured sands, screenings, and field sands. 2) Fine aggregate stockpiles must meet the gradation requirements in Table 3. 3) Supply fine aggregates that are free from organic impurities. 4) The City may test the fine aggregate in accordance with Tex-408-A to verify the material is free from organic impurities. 5) At most 15 percent of the total aggregate may be field sand or other uncrushed fine aggregate. 6) With the exception of field sand, use fine aggregate from coarse aggregate sources that meet the requirements shown in Table 2, unless otherwise approved. 7) If 10 percent or more of the stockpile is retained on the No. 4 sieve, test the stockpile and verify that it meets the requirements in Table 1 for coarse aggregate angularity (Tex-460-A) and flat and elongated particles (Tex-280-F). Table 3 Gradation Requirements for Fine Aggregate Sieve Size percent Passing by Weight or Volume 3/8" 100 #8 70-100 #200 030 2. Mineral Filler a. Mineral filler consists of finely divided mineral matter such as agricultural lime, crusher fines, hydrated lime, cement, or fly ash. b. Mineral filler is allowed unless otherwise shown on the Drawings. c. Do not use more than 2 percent hydrated lime or cement, unless otherwise shown on the Drawings. The Drawings may require or disallow specific mineral fillers. When used, provide mineral filler that: 1) Is sufficiently dry, free -flowing, and free from clumps and foreign matter; 2) Does not exceed 3 percent linear shrinkage when tested in accordance with Tex- 107-E; and meets the gradation requirements in Table 4. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 321216-10 ASPHALT PAVING Page 10 of 31 Table 4 Gradation Requirements for Mineral Filler percent Passing by Weight or Sieve Size Volume #8 100 #200 55-100 3. Baghouse Fines a. Fines collected by the baghouse or other dust -collecting equipment may be reintroduced into the mixing drum 4. Asphalt Binder a. Furnish the type and grade of performance -graded (PG) asphalt binder specified as follows: 1) Performance -Graded Binders (PG Binders) a) Must be smooth and homogeneous b) Show no separation when tested in accordance with Tex-540-C c) Meet Table 5 requirements CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 T I~ 0.0 N n 00 ' n fq N v n o cN�3 ONO q�' 1� C> n 0o ,00 C) y , cq ri o � m °O a m N n N M ^ M O kn 00 n N z , �+ N vN c �1 n N ® f � n � I M ri M O 00 Co N 00 V n 00 N 00 kr) I f� N , ' nN I ai O cd (� i 0 a r\ V � O O O pu P9 (D N" U] 0 � O V2 v U U U la cd 0 rn G cil d i 3 En ai N m m "e rn o � o d D KCD � Qn S (R a as (� U fl w UN ao O C" z y z c z o J 00 N 00 N N 00 00 N ,--i r00 N N � O w 00 N cq N 000 00 a �y N kn N N A N N •—� c-.r ,� 00 �o a ' m N N 3. 0000 N 00 N 00 00 Q 0 CN i M N N 00 CACd 00 00 A N o an 00 N 00 00 N � 0. Cd P. 0 c a d ao Fr 3a A CA •,� UJ ,X, N cn AMCd H o r�/J A. E- fs, F- o w N � U �1 U L 7 o p n 0 0 Q � � Y N R 5 �,• o o w w a s RK OZ' g f R W h � ? •" � � � � a. cad '`� rs C G 0 n M � 1 w� o C R w m OY fi a' N. m N W C, a' Fr w ram.. o 0 REl H 5. CD y w R A5 O `y w o moo � � w w 'b � � m 9- TCD 0 o' ago n 9 own 32 12 16 - 15 ASPHALT PAVING Page 15 of 31 b. Separation testing is not required if: 1) A modifier is introduced separately at the mix plant either by injection in the asphalt line or mixer, 2) The binder is blended on site in continuously agitated tanks, or binder acceptance is based on field samples taken from an in -line sampling port at the hot mix plant after the addition of modifiers. 5. Tack Coat a. Unless otherwise shown on the Drawings or approved, furnish CSS-1H, SS-1H, or a PG binder with a minimum high -temperature grade of PG 58 for tack coat binder in accordance with Section 2.2.A.5. 6. Additives a. General 1) When shown on the Drawings, use the type and rate of additive specified. 2) Other additives that facilitate mixing or improve the quality of the mixture may be allowed when approved. b. Liquid Antistripping Agent 1) Furnish and incorporate all required asphalt antistripping agents in asphalt concrete paving mixtures and asphalt -stabilized base mixtures to meet moisture resistance testing requirements. 2) Provide a liquid antistripping agent that is uniform and shows no evidence of crystallization, settling, or separation. 3) Ensure that all liquid antistripping agents arrive in: a) Properly labeled and unopened containers, as shipped from the manufacturer, or b) Sealed tank trucks with an invoice to show contents and quantities c) Provide product information to the City including: (1) Material safety data sheet (2) Specific gravity of the agent at the manufacturer's recommended addition temperature, (3) Manufacturer's recommended dosage range, and (4) Handling and storage instructions 4) Addition of lime or a liquid antistripping agent at the Mix Plant, incorporate into the binder as follows: a) Handle in accordance with the manufacturer's recommendations. b) Add at the manufacturer's recommended addition temperature. c) Add into the asphalt line by means of an in -line -metering device. Liquid Asphalt Additive Meters 1) Provide a means to check the accuracy of meter output for asphalt primer, fluxing material, and liquid additives. 2) Furnish a meter that reads in increments of 0.1 gal. or less. 3) Verify accuracy of the meter in accordance with Tex-923-K. 4) Ensure the accuracy of the meter within 5.0 percent. CITY OF PORT WORTH 90-Inch (M-280) Sanitary Sewer Rebabilitaticm STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 321216-16 ASPHALT PAVING Page 16 of 31 7. Mixes a. Design Requirements 1) Unless otherwise shown on the Drawings, use the typical weight design example given in Tex-204-F, Part I, to design a mixture meeting the requirements listed in Tables 2 through 8. 2) Furnish the City with representative samples of all materials used in the mixture design. 3) The City will verify the mixture design. 4) If the design cannot be verified by the City, furnish another mixture design. Table 6 Master Gradation Bands ( percent Passing by Weight or Volume) and Volumetric Properties Sieve Size B Fine Base C Coarse Surface D Fine Surface 1" 98.0100.0 3/4" 84.0-98.0 95.0-100.0 — 1 /2" — — 98.0-100.0 3/8" 60.0-80.0 70.0-85.0 85.0-100.0 #4 40.0-60.0 43.0-63.0 50.0-70.0 #8 29.0-43.0 32.0-44.0 35.0-46.0 #30 13.0-28.0 14.0-28.0 15.0-29.0 #50 6.0-20.0 7.0-21.0 7.0-20.0 9200 2.0-7.0 2.0-7.0 2.0-7.0 Design VMA', percent Minimum — 13.0 14.0 15.0 Plant -Produced VMA, percent Minimum — 12.0 13.0 14.0 I . Votds m Mineral Aggregates. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 321216-17 ASPHALT PAVING Page 17 of 31 Table 7 Laboratory Mixture Design Properties Property Test Requirement Method Target laboratory -molded density, percent Tex-207-17 96.01 Tensile strength (dry), psi (molded to 93 Tex-226-F 85-200z percent ±l percent density) Boil test' Tex-530-C — 1. Unless otherwise shown on the Drawings. 2. May exceed 200 psi when approved and may be waived when approved. 3. Used to establish baseline for comparison to production results. May be waived when approved. 8. Warm Mix Asphalt (WMA) a. WMA is defined as additives or processes that allow a reduction in the temperature at which asphalt mixtures are produced and placed. b. WMA is allowed for use at the Contractor's option unless otherwise shown on the Drawings. c. Produce an asphalt mixture within the temperature range of 215 degrees F and 275 degrees F. d. When WMA is not required by Drawings, produce an asphalt mixture within the temperature range of 215 degrees F and 275 degrees F. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. Hauling Operations 1. Before use, clean all truck beds to ensure mixture is not contaminated. 2. When a release agent is necessary to coat truck beds, use a release agent approved by the City. 3. Petroleum based products, such as diesel fuel, should not be used. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 3212 16 - 18 ASPHALT PAVING Page 18 of 31 4. If wind, rain, temperature or haul distance impacts cooling, insulate truck beds or cover the truck bed with tarpaulin. 5. If haul time in project is to be greater than 30 minutes, insulate truck beds or cover the truck bed with tarpaulin. 3.4 INSTALLATION A. Equipment 1. General a. Provide required or necessary equipment to produce, haul, place, compact, and care asphalt concrete pavement. b. Ensure weighing and measuring equipment complies with specification. c. Synchronize equipment to produce a mixture meeting the required proportions. 2. Production Equipment a. Provide: 1) Drum -mix type, weigh -batch, or modified weigh -batch mixing plants that ensure a uniform, continuous production 2) Automatic proportioning and measuring devices with interlock cut-off circuits that stop operations if the control system malfunctions 3) Visible readouts indicating the weight or volume of asphalt and aggregate proportions 4) Safe and accurate means to take required samples by inspection forces 5) Permanent means to check the output of metering devices and to perform calibration and weight checks 6) Additive -feed systems to ensure a uniform, continuous material flow in the desired proportion 3. Weighing and Measuring Equipment a. General 1) Provide weighing and measuring equipment for materials measured or proportioned by weight or volume. 2) Provide certified scales, scale installations, and measuring equipment meeting the requirements of NIST Handbook 44, except that the required accuracy must be 0.4 percent of the material being weighed or measured. 3) Furnish leak -free weighing containers large enough to hold a complete batch of the material being measured. b. Truck Scales 1) Furnish platform track scales capable of weighing the entire truck or truck — trailer combination in a single draft. c. Aggregate Batching Scales 1) Equip scales used for weighing aggregate with a quick adjustment at zero that provides for any change in tare. CITY OF FORT WORTH 90-inch (tv1-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 01286 Revised December 20, 2012 32 12 16 - 19 ASPHALT PAVING Page 19 of 31 2) Provide a visual means that indicates the required weight for each aggregate. d. Suspended Hopper 1) Provide a means for the addition or the removal of small amounts of material to adjust the quantity to the exact weight per batch. 2) Ensure the scale equipment is level. e. Belt Scales 1) Use belt scales for proportioning aggregate that are accurate to within 1.0 percent based on the average of 3 test runs, where no individual test run exceeds 2.0 percent when checked in accordance with Tex-920-K. f. Asphalt Material Meter 1) Provide an asphalt material meter with an automatic digital display of the volume or weight of asphalt material. 2) Verify the accuracy of the meter in accordance with Tex-921-K. 3) When using the asphalt meter for payment purposes, ensure the accuracy of the meter is within 0.4 percent. 4) When used to measure component materials only and not for payment, ensure the accuracy of the meter is within 1.0 percent. g. Liquid Asphalt Additive Meters 1) Provide a means to check the accuracy of meter output for asphalt primer, fluxing material, and Iiquid additives. 2) Furnish a meter that reads in increments of 0.1 gallon or less. 3) Verify accuracy of the meter in accordance with Tex-923-K. 4) Ensure the accuracy of the meter within 5.0 percent. 4. Drum -Mix Plants. Provide a mixing plant that complies with the requirements below. a. Aggregate Feed System 1) Provide: a) A minimum of 1 cold aggregate bin for each stockpile of individual materials used to produce the mix b) Bins designed to prevent overflow of material c) Scalping screens or other approved methods to remove any oversized material, roots, or other objectionable materials d) A feed system to ensure a uniform, continuous material flow in the desired proportion to the dryer e) An integrated means for moisture compensation f) Belt scales, weigh box, or other approved devices to measure the weight of the combined aggregate g) Cold aggregate bin flow indicators that automatically signal interrupted material flow b. Reclaimed Asphalt Pavement (RAP) Feed System 1) Provide a separate system to weigh and feed RAP into the hot mix plant. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 321216-20 ASPHALT PAVING Page 20 of 31 c. Mineral Filler Feed System 1) Provide a closed system for mineral filler that maintains a constant supply with minimal loss of material through the exhaust system. 2) Interlock the measuring device into the automatic plant controls to automatically adjust the supply of mineral filler to plant production and provide a consistent percentage to the mixture. d. Heating, Drying, and Mixing Systems 1) Provide: a) A dryer or mixing system to agitate the aggregate during heating b) A heating system that controls the temperature during production to prevent aggregate and asphalt binder damage c) A hearing system that completely bums fuel and leaves no residue d) A recording thermometer that continuously measures and records the mixture discharge temperature e) Dust collection system to collect excess dust escaping from the drum. e. Asphalt Binder Equipment 1) Supply equipment to heat binder to the required temperature. 2) Equip the heating apparatus with a continuously recording thermometer located at the highest temperature point. 3) Produce a 24 hour chart of the recorded temperature. 4) Place a device with automatic temperature compensation that accurately meters the binder in the line leading to the mixer. 5) Furnish a sampling port on the line between the storage tank and mixer. Supply an additional sampling port between any additive blending device and mixer. f. Mixture Storage and Discharge 1) Provide a surge -storage system to minimize interruptions during operations unless otherwise approved. 2) Furnish a gob hopper or other device to minimize segregation in the bin. 3) Provide an automated system that weighs the mixture upon discharge and produces a ticket showing: a) Date b) Project identification number c) Plant identification d) Mix identification e) Vehicle identification f) Total weight of the load g) Tare weight of the vehicle h) Weight of mixture in each load i) Load number or sequential ticket number for the day g. Truck Scales 1) Provide standard platform scales at an approved location. 5. Weigh -Batch Plants. Provide a mixing plant that complies with Section 2.2.13.4 "Drum -Mix Plants," except as required below: CITY OF FORT WORTH 40-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 321216-21 ASPHALT PAVING Page 21 of 31 a. Screening and Proportioning 1) Provide enough hot bins to separate the aggregate and to control proportioning of the mixture type specified. a) Supply bins that discard excessive and oversized material through overflow chutes. b) Provide safe access for inspectors to obtain samples from the hot bins. b. Aggregate Weigh Box and Batching Scales 1) Provide a weigh box and batching scales to hold and weigh a complete batch of aggregate. 2) Provide an automatic proportioning system with low bin indicators that automatically stop when material level in any bin is not sufficient to complete the batch. c. Asphalt Binder Measuring System 1) Provide bucket and scales of sufficient capacity to hold and weigh binder for 1 batch. d. Mixer 1) Equipment mixers with an adjustable automatic timer that controls the dry and wet mixing period and locks the discharge doors for the required mixing period 2) Furnish a pug mill with a mixing chamber large enough to prevent spillage. 6. Modified Weigh -Batch Plants. Provide a mixing plant that complies with Section 2.2.B.5. "Weigh -Batch Plants," except as specifically described below. a. Aggregate Feeds 1) Aggregate control is required at the cold feeds. Hot bin screeds are not required. b. Surge Bins 1) Provide I or more bins large enough to produce 1 complete batch of mixture. c. Hauling Equipment 1) Provide trucks with enclosed sides to prevent asphalt mixture loss. 2) Cover each load of mixture with waterproof tarpaulins. 3) Before use, clean all truck beds to ensure the mixture is not contaminated. 4) When necessary, coat the inside truck beds with an approved release agent from the City. d. Placement and Compaction Equipment 1) Provide equipment that does not damage underlying pavement. 2) Comply with laws and regulations concerning overweight vehicles. 3) When permitted, other equipment that will consistently produce satisfactory results may be used. 7. Asphalt Paver a. General 1) Furnish a paver that will produce a finished surface that meets longitudinal and transverse profile, typical section, and placement requirements. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 321216-22 ASPHALT PAVING Page 22 of 31 2) Ensure the paver does not support the weight of any portion of hauling equipment other than the connection. 3) Provide loading equipment that does not transmit vibrations or other motions to the paver that adversely affect the finished pavement quality. 4) Equip the paver with an automatic, dual, longitudinal -grade control system and an automatic, transverse -grade control system. b. Tractor Unit 1) Supply a tractor unit that can push or propel vehicles, dumping directly into the finishing machine to obtain the desired lines and grades to eliminate any hand finishing. 2) Equip the unit with a hitch sufficient to maintain contact between the hauling equipment's rear wheels and the finishing machine's pusher rollers while mixture is unloaded. c. Screed 1) Provide a heated compacting screed that will produce a finished surface that meets longitudinal and transverse profile, typical section, and placement requirements. 2) Screed extensions must provide the same compacting action and heating as the main unit unless otherwise approved. d. Grade Reference 1) Provide a grade reference with enough support that the maximum deflection does not exceed 1/16 inch between supports. 2) Ensure that the longitudinal controls can operate from any longitudinal grade reference including a string line, ski, mobile string line, or matching shoes. 3) Furnish paver skis or mobile string line at least 40 feet long unless otherwise approved. 8. Material Transfer Devices a. Provide the specified type of device when shown on the Drawings. b. Ensure the devices provide a continuous, uniform mixture flow to the asphalt paver. c. When used, provide windrow pick-up equipment constructed to pick up substantially all roadway mixture placed in the windrow. Remixing Equipment a. When required, provide equipment that includes a pug mill, variable pitch augers, or variable diameter augers operating under a storage unit with a minimum capacity of 8 tons. 10. Motor Grader a. When allowed, provide a self-propelled grader with a blade length of at least 12 feet and a wheelbase of at least 16 feet. 11. Handheld Infrared Thermometer a. Provide a handheld infrared thermometer meeting the requirements of Tex-244-F. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 32 12 16 - 23 ASPHALT PAVING Page 23 of 31 12. Rollers a. The Contractor may use any type of roller to meet the production rates and quality requirements of the Contract unless otherwise shown on the Drawings or directed. b. When specific types of equipment are required, use equipment that meets the specified requirements. c. Alternate Equipment 1) Instead of the specified equipment, the Contractor may, as approved, operate other compaction equipment that produces equivalent results. 2) Discontinue the use of the alternate equipment and furnish the specified equipment if the desired results are not achieved. d. City may require Contractor to substitute equipment if production rate and quality requirements of the Contract are not met. 13. Straightedges and Templates. Furnish 10 foot straightedges and other templates as required or approved. 14. Distributor vehicles a. Furnish vehicle that can achieve a uniform tack coat placement. b. The nozzle patterns, spray bar height and distribution pressure must work together to produce uniform application. c. The vehicle should be set to provide a "double lap" or "triple lap" coverage. d. Nozzle spray patterns should be identical to one another along the distributor spray bar. e. Spray bar height should remain constant. £ Pressure within the distributor must be capable of forcing the tack coat material out of spray nozzles at a constant rate. 15. Coring Equipment a. When coring is required, provide equipment suitable to obtain a pavement specimen meeting the dimensions for testing. B. Construction 1. Design, produce, store, transport, place, and compact the specified paving mixture in accordance with the requirements of this Section. 2. Unless otherwise shown on the Drawings, provide the mix design. 3. The City will perform quality assurance (QA) testing. 4. Provide quality control (QC) testing as needed to meet the requirements of this Section. C. Production Operations 1. General a. The City may suspend production for noncompliance with this Section. b. Take corrective action and obtain approval to proceed after any production suspension for noncompliance. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 3212 16 - 24 ASPHALT PAVING Page 24 of 31 2. Operational Tolerances a. Stop production if testing indicates tolerances are exceeded on any of the following: 1) 3 consecutive tests on any individual sieve 2) 4 consecutive tests on any of the sieves 3) 2 consecutive tests on asphalt content b. Begin production only when test results or other information indicate, to the satisfaction of the City, that the next mixture produced will be within Table 9 tolerances. 3. Storage and Heating of Materials a. Do not heat the asphalt binder above the temperatures specified in Section 2.2.A. or outside the manufacturer's recommended values. b. On a daily basis, provide the City with the records of asphalt binder and hot - mix asphalt discharge temperatures in accordance with Table 10. c. Unless otherwise approved, do not store mixture for a period long enough to affect the quality of the mixture, nor in any case longer than 12 hours. 4. Mixing and Discharge of Materials a. Notify the City of the target discharge temperature and produce the mixture within 25 degrees F of the target. b. Monitor the temperature of the material in the truck before shipping to ensure that it does not exceed 350 degrees F. The City will not pay for or allow placement of any mixture produced at more than 350 degrees F. c. Control the mixing time and temperature so that substantially all moisture is removed from the mixture before discharging from the plant. D. Placement Operations 1. Place the mixture to meet the typical section requirements and produce a smooth, finished surface or base course with a uniform appearance and texture. 2. Offset longitudinal joints of successive courses of hot mix by at least 6 inches. 3. Place mixture so longitudinal joints on the surface course coincide with lane lines, or as directed. Ensure that all finished surfaces will drain properly. 4. When End Dump Trucks are used, ensure the bed does not contact the paver when raised. 5. PIacement can be performed by hand in situations where the paver cannot place it adequately due to space restrictions. 6. Hand -placing should be minimized to prevent aggregate segregation and surface texture issues. 7. All hand placement shall be checked with a straightedge or template before rolling to ensure uniformity. 8. Place mixture within the compacted lift thickness shown in Table 9, unless otherwise shown on the Drawings or otherwise directed. CITY OF FORT WORT]I 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 321216-25 ASPHALT PAVING Page 25 of 31 Table 9 Compacted Lift Thickness and Required Core Height Mixture Type Compacted Lift Thickness Minimum (in.) Maximum (in.) B 2.00 3.00 C 2.00 2.50 D 1.50 2.00 9. Tack Coat a. Clean the surface before placing the tack coat. Unless otherwise approved, apply tack coat uniformly at the rate directed by the City. b. The City will set the rate between 0.04 and 0.10 gallons of residual asphalt per square yard of surface area. c. Apply a thin, uniform tack coat to all contact surfaces of curbs, structures, and all joints. d. Prevent splattering of tack coat when placed adjacent to curb, gutter, metal beam guard fence and structures. e. Roll the tack coat with a pneumatic -tire roller when directed. f. The City may use Tex-243-F to verify that the tack coat has adequate adhesive properties. g. The City may suspend paving operations until there is adequate adhesion. h. The tack coat should be placed with enough time to break or set before applying hot mix asphalt layers. i. Traffic should not be allowed on tack coats. j. When a tacked road surface must be opened to traffic, they should be covered with sand to provide friction and prevent pick-up. k. A typical rate for applying a sand cover is 4 to 8 lbs/square yard. 10. GeneraI placement requirements a. Material should be delivered to maintain a relatively constant head of material in front of the screed. b. The hopper should never be allowed to empty during paving. c. Dumping wings between trucks not allowed. Dispose of at end of days production. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 32 12 16 - 26 ASPHALT PAVING Page 26 of31 E. Lay -Down Operation 1. Minimum Mixture Placement Temperatures. Use Table 10 for minimum mixture placement temperatures. 2. Windrow Operations. When hot mix is placed in windrows, operate windrow pickup equipment so that substantially all the mixture deposited on the roadbed is picked up and loaded into the paver. Table 10 Suggested Minimum Mixture Placement Temperature High -Temperature Minimum Placement Temperature Binder Grade (Before Entering Paver) PG 64 or lower 260OF PG 70 270OF PG 76 280°F PG 82 or higher 290°F F. Compaction 1. Use air void control unless ordinary compaction control is specified on the Drawings. 2. Avoid displacement of the mixture. If displacement occurs, correct to the satisfaction of the City. Ensure pavement is fully compacted before allowing rollers to stand on the pavement. 4. Unless otherwise directed, use only water or an approved release agent on rollers, tamps, and other compaction equipment. 5. Keep diesel, gasoline, oil, grease, and other foreign matter off the mixture. 6. Unless otherwise directed, operate vibratory rollers in static mode when not compacting, when changing directions, or when the plan depth of the pavement mat is less than 1-1/2 inches. 7. Use tamps to thoroughly compact the edges of the pavement along curbs, headers, and similar structures and in locations that will not allow thorough compaction with the rollers. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 321216-27 ASPHALT PAVING Page 27 of 31 8. The City may require rolling with a trench roller on widened areas, in trenches, and in other limited areas. 9. Allow the compacted pavement to cool to 160 degrees F or lower before opening to traffic unless otherwise directed. 10. When directed, sprinkle the finished mat with water or limewater to expedite opening the roadway to traffic. 11. Air Void Control a. General 1) Compact dense -graded hot -mix asphalt to contain from 5 percent to 9 percent in -place air voids. 2) Do not increase the asphalt content of the mixture to reduce pavement air voids. b. Rollers 1) Furnish the type, size, and number of rollers required for compaction, as approved. 2) Use a pneumatic -tire roller to seal the surface, unless otherwise shown on the Drawings. 3) Use additional rollers as required to remove any roller marks. c. Air Void Determination 1) Unless otherwise shown on the Drawings, obtain 2 roadway specimens at each location selected by the City for in -place air void determination. 2) The City will measure air voids in accordance with Tex-207-F and Tex-227-F. 3) Before drying to a constant weight, cores may be predried using a Corclok or similar vacuum device to remove excess moisture. 4) The City will use the average air void content of the 2 cores to calculate the in -place air voids at the selected location. d. Air Voids Out of Range 1) If the in -place air void content in the compacted mixture is below 5 percent or greater than 9 percent, change the production and placement operations to bring the in place air void content within requirements. e. Test Section 1) Construct a test section of 1 lane -width and at most 0.2 miles in length to demonstrate that compaction to between 5 percent and 9 percent in -place air voids can be obtained. 2) Continue this procedure until a test section with 5 percent to 9 percent in - place air voids can be produced. 3) The City will allow only 2 test sections per day. 4) When a test section producing satisfactory in -place air void content is placed, resume full production. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 321216-28 ASPHALT PAVING Page 28 of 31 12. Ordinary Compaction Control a. Furnish the type, size, and number of rollers required for compaction, as approved. Furnish at least 1 medium pneumatic -tire roller (minimum 12-ton weight). b. Use the control strip method given in Tex-207-F, Part IV, to establish rolling patterns that achieve maximum compaction. c. Follow the selected rolling pattern unless changes that affect compaction occur in the mixture or placement conditions. d. When such changes occur, establish a new rolling pattern. e. Compact the pavement to meet the requirements of the Drawings and specifications. f. When rolling with the 3-wheel, tandem or vibratory rollers, start by first rolling the joint with the adjacent pavement and then continue by rolling longitudinally at the sides. g. Proceed toward the center of the pavement, overlapping on successive trips by at least 1 ft., unless otherwise directed. h. Make alternate trips of the roller slightly different in length. i. On superelevated curves, begin rolling at the low side and progress toward the high side unless otherwise directed. G. Irregularities 1. Identify and correct irregularities including, but not limited to segregation, rutting, raveling, flushing, fat spots, mat slippage, irregular color, irregular texture, roller marks, tears, gouges, streaks, uncoated aggregate particles, or broken aggregate particles. 2. The City may also identify irregularities, and in such cases, the City shall promptly notify the Contractor. 3. If the City determines that the irregularity will adversely affect pavement performance, the City may require the Contractor to remove and replace (at the Contractor's expense) areas of the pavement that contain the irregularities and areas where the mixture does not bond to the existing pavement. 4. If irregularities are detected, the City may require the Contractor to immediately suspend operations or may allow the Contractor to continue operations for no more than 1 day while the Contractor is taking appropriate corrective action. 5. The City may suspend production or placement operations until the problem is corrected. 6. At the expense of the Contractor and to the satisfaction of the City, remove and replace any mixture that does not bond to the existing pavement or that has other surface irregularities identified above. 3.5 REPAIR A. See Section 32 01 17, CITY OF FORT WORTH 90-lncb (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 32 12 16 - 29 ASPHALT PAVING Page 29 of 31 3.6 QUALITY CONTROL A. Production Testing 1. Perform production tests to verify asphalt paving meets the performance standard required in the Drawings and specifications. 2. City to measure density of asphalt paving with nuclear gauge. 3. City to core asphalt paving from the normal thickness of section once acceptable density achieved. City identifies location of cores. a. Minimum core diameter: 4 inches b. Minimum spacing: 200 feet c. Minimum of 1 core every block d. Alternate lanes between core 4. City to use cores to determine pavement thickness and calculate theoretical density. a. City to perform theoretical density test a minimum of 1 per day per street. B. Density Test 1. The average measured density of asphalt paving must meet specified density. 2. Average of measurements per street not meeting the minimum specified strength shall be subject to the money penalties or removal and replacement at the Contractor's expense as show in Table 11. Table 11 Density Payment Schedule Percent Rice Percent of Contract Price Allowed 89 and lower remove and replace at the entire cost and expense of Contractor as directed by City. 90 75-percent 91-93 100-percent 94 90-percent 95 75-percent Over 95 remove and replace at the entire cost and expense of Contractor as directed by City. 3. The amount of penalty shall be deducted from payment due to Contractor. 4. These requirements are in addition to the requirements of Article 1.2. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 32 12 16 - 30 ASPHALT PAVING Page 30 of 31 C. Pavement Thickness Test City measure each core thickness by averaging at least 3 measurements. 2. The number of tests and location shall be at the discretion of the City, unless otherwise specified in the special provisions or on the Drawings. In the event a deficiency in the thickness of pavement is revealed during production testing, subsequent tests necessary to isolate the deficiency shall be at the Contractor's expense. 4. The cost for additional coring test shall be at the same rate charged by commercial laboratories. 5. Where the average thickness of pavement in the area found to be deficient, payment shall be made at an adjusted price as specified in Table 12. Table 12 Thickness Deficiency Penalties Deficiency in Thickness Proportional Part Determined by Cores Of Contract Price Greater Than 0 percent - Not More than 10 percent 90 percent Greater Than 10 percent - Not More than 15 percent 80 percent remove and replace at Greater Than 15 percent the entire cost and expense of Contractor as directed by City. 6. If, in the judgment of the City, the area of such deficiency warrants removal, the area shall be removed and replaced, at the Contractor's entire expense, with asphalt paving of the thickness shown on the Drawings. 7. No additional payment over the contract unit price shall be made for any pavement of a thickness exceeding that required by the Drawings. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projcet No. 01286 Revised December 20, 2012 3212 16 - 31 ASPHALT PAVING Page 31 of 31 3.7 FIELD QUALITY CONTROL INOT USED] 3.8 SYSTEM STARTUP [NOT USEDI 3.9 ADJUSTING INOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 313 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rebabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 321320-1 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page I of 7 SECTION 32 13 20 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Concrete sidewalks 2. Driveways 3. Barrier free ramps B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 - General Requirements 3. Section 02 41 13 - Selective Site Demolition 4. Section 32 13 13 - Concrete Paving 5. Section 32 13 73 - Concrete Paving Joint Sealants 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Concrete Sidewalk a. Measurement 1) Measurement for this Item shall be by the square foot of completed and accepted Concrete Sidewalk in its final position for various: a) Thicknesses b) Types b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per square foot of Concrete Sidewalk. c. The price bid shall include: 1) Excavating and preparing the subgrade 2) Furnishing and placing all materials 2. Concrete Curb at Back of Sidewalk (6 to 12-inch max) a. Measurement CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised June 5, 2018 321320-2 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 2 of 7 1) Measurement for this Item shall be by the linear foot of completed and accepted Concrete Curb at the Back of Sidewalk within the 6 to 12-inch curb height at back of walk in its final position. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of Concrete Curb at the Back of Sidewalk. c. The price bid shall include: 1) Excavating and preparing the subgrade 2) Furnishing and placing all materials, including concrete and reinforcing steel 3) Excavation in back of "retaining" curb 4) Furnishing, placing, and compacting backfill 3. Concrete Driveway a. Measurement 1) Measurement for this Item shall be by the square foot of completed and accepted Concrete Driveway in its final position for various: a) Thicknesses b) Types 2) Dimensions will be taken from the back of the projected curb, including the area of the curb radii and will extend to the limits specified in the Drawings. 3) Sidewalk portion of drive will be included in driveway measurement. 4) Curb on drive will be included in the driveway measurement. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement". will be paid for at the unit price bid per square foot of Concrete Driveway. c. The price bid shall include: 1) Excavating and preparing the subgrade 2) Furnishing and placing all materials 4. Barrier Free Ramps a. Measurement 1) Measurement for this Item shall be per each Barrier Free Ramp completed and accepted for various. a) Types b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per each "Barrier Free Ramp" installed. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 01286 Revised June 5, 2018 321320-3 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 3 of 7 c. The price bid shall include: 1) Excavating and preparing the subgrade 2) Furnishing and placing all materials 3) Curb Ramp 4) Landing and detectable warning surface as shown on the Drawings 5) Adjacent flares or side curb 1.3 REFERENCES A. Abbreviations and Acronyms 1. TAS — Texas Accessibility Standards 2. TDLR — Texas Department of Licensing and Regulation B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date Iogged at the end of this Specification, unless a date is specifically cited. 2. American Society for Testing and Materials (ASTM) a. D545, Test Methods for Preformed Expansion Joint Fillers for Concrete Construction (Non -extruding and Resilient Types) b. D698, Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lbf/ft3) 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Mix Design: submit for approval. Section 32 13 13. B. Product Data: submit product data and sample for pre -cast detectable warning for barrier free ramp. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD CONDITIONS A. Weather Conditions: Placement of concrete shall be as specified in Section 32 13 13. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised June 5, 2018 321320-4 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 4 of 7 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 2.2 EQUIPMENT AND MATERIALS A. Forms: wood or metal straight, free from warp and of a depth equal to the thickness of the finished work. B. Concrete: see Section 32 13 13. 1. UnIess otherwise shown on the Drawings or detailed specifications, the standard class for concrete sidewalks, driveways and barrier free ramps is shown in the following table: Standard Classes of Pavement Concrete Class of Minimum 28 Day Min. Maximum Course Concrete` Cementitious, Compressive Water/ Aggregate Lb./CY Strength Cementitious Maximum psi Ratio Size, inch A 470 3000 0.58 1-1/2 C. Reinforcement: see Section 32 13 13. 1. Sidewalk, driveway and barrier free ramp reinforcing steel shall be #3 deformed bars at 18 inches on -center -both -ways at the center plane of all slabs, unless otherwise shown on the Drawings or detailed specifications. D. Joint Filler 1. Wood Filler: see Section 32 13 13. 2. Pre -Molded Asphalt Board Filler a. Use only in areas where not practical for wood boards. b. Pre -molded asphalt board filler: ASTM D545. c. Install the required size and uniform thickness and as specified in Drawings. d. Include 2 liners of 0.016 asphalt impregnated kraft paper filled with a mastic mixture of asphalt and vegetable fiber and/or mineral filler. E. Expansion Joint Sealant: see Section 32 13 73 where shown on the Drawings. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised June 5, 2018 321320-5 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 5 of 7 PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. Surface Preparation L Excavation: Excavation required for the construction of sidewalks, driveways and barrier free ramps shall be to the lines and grades as shown on the Drawings or as established by the City. 2. Fine Grading a. The Contractor shall do all necessary filling, leveling and fine grading required to bring the subgrade to the exact grades specified and compacted to at Ieast 90 percent of maximum density as determined by ASTM D698. b. Moisture content shall be within minus 2 to plus 4 of optimum. c. Any over -excavation shall be repaired to the satisfaction of the City. B. Demolition / Removal 1. Sidewalk, Driveway and/ or Barrier Free Ramp Removal: see Section 02 41 13. 3.4 INSTALLATION A. General 1. Concrete sidewalks shall have a minimum thickness of 4 inches. 2. Sidewalks constructed in driveway approach sections shall have a minimum thickness equal to that of driveway approach or as called for by Drawings and specifications within the limits of the driveway approach. 3. Driveways shall have a minimum thickness of 6 inches. Standard cross -slopes for walks shall be 2 percent max in accordance with current TAS/TDLR guidelines. The construction of the driveway approach shall include the variable height radius curb in accordance with the Drawings. 4. All pedestrian facilities shall comply with provisions of TAS including location, slope, width, shapes, texture and coloring. Pedestrian facilities installed by the Contractor and not meeting TAS must be removed and replaced to meet TAS (no separate pay). B. Forms: Forms shall be securely staked to line and grade and maintained in a true position during the depositing of concrete. C. Reinforcement: see Section 32 13 13. D. Concrete Placement: see Section 32 13 13. E. Finishing 1. Concrete sidewalks, driveways and barrier free ramps shall be finished to a true, even surface. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised June 5, 2018 321320-6 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 6 of 7 2. Trowel and then brush transversely to obtain a smooth uniform brush finish. 3. Provide exposed aggregate finish if specified. 4. Edge joints and sides shall with suitable tools. F. Joints 1. Expansion joints for sidewalks, driveways and barrier free ramps shall be formed using redwood. 2. Expansion joints shall be placed at 40 foot intervals for 4 foot wide sidewalk and 50 foot intervals for 5 foot wide and greater sidewalk. Expansion joints shall also be placed at all intersections, sidewalks with concrete driveways, curbs, formations, other sidewalks and other adjacent old concrete work. Similar material shall be placed around all obstructions protruding into or through sidewalks or driveways. 4. All expansion joints shall be 1/2 inch in thickness. 5. Edges of all construction and expansion joints and outer edges of all sidewalks shall be finished to approximately a 1/2 inch radius with a suitable finishing tool. 6. Sidewalks shall be marked at intervals equal to the width of the walk with a marking tool. 7. When sidewalk is against the curb, expansion joints shall match those in the curb. G. Barrier Free Ramp 1. Furnish and install brick red color pre -cast detectable warning Dome -Tile, manufactured by StrongGo Industries or approved equal by the City. 2. Detectable warning surface shall be a minimum of 24-inch in depth in the direction of pedestrian travel, and extend to a minimum of 48-inch along the curb ramp or landing where the pedestrian access route enters the street. Locate detectable warning surface so that the edge nearest the curb line is a minimum of 6-inch and maximum of 8-inch from the extension of the face of the curb. 4. Detectable warning Dome -Tile surface may be curved along the comer radius. 5. Install detectable warning surface according to manufacturer's instructions. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised June 5, 2018 321320-7 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 7 of 7 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE -INSTALLATION (NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.2.A.3 — Measurement and Payment for Barrier Free Ramps modified to match updated City Details 4/30/2013 F. Griffin Corrected Part 1, 1.2, A, 3, b, 1 to read; from ... square foot of Concrete Sidewalk. to ...each "Barrier Free Ramp" installed. June 5, 2018 M Owen Revised Measurement and Payment.section. CITY OF FORT WORTH 90-inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised June 5, 2018 3216 13- 1 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 1 of 7 SECTION 32 1613 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Concrete Curbs and Gutters 2. Concrete Valley Gutters B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 - General Requirements 3. Section 02 41 13 - Selective Site Demolition 4. Section 32 13 13 - Concrete Paving 5. Section 32 13 73 - Concrete Paving Joint Sealants 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Concrete Curb and Gutter a. Measurement 1) Measurement for this Item shall be by the linear foot of Concrete Curb and Gutter. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of Concrete Curb and Gutter complete and in place by curb height. C. The price bid shall include: 1) Preparing the subgrade 2) Furnishing and placing all materials, including foundation course, reinforcing steel, and expansion material 2. Concrete Valley Gutter a. Measurement 1) Measurement for this Item shall be by the square yard of Concrete Valley Gutter. CITY OF FORT WORTH 90-inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 01286 Revised October 05, 2016 3216 13-2 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 2 of 7 b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per square yard of Concrete Valley Gutter complete and in place for: a) Various street types C. The price bid shall include: 1) Preparing the subgrade 2) Furnishing and placing all materials, including foundation course, reinforcing steel, and expansion material 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 ACTION SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD CONDITIONS A. Weather Conditions: See Section 32 13 13. 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER FURNISHED PRODUCTS [NOT USED] 2.2 EQUIPMENT AND MATERIALS A. Forms: See Section 32 13 13. B. Concrete: 1. Unless otherwise shown on the Drawings or detailed specifications, the standard class for concrete curb, gutter, and curb & gutter is shown in the following table: CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised October 05, 2016 321613-3 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 3 of 7 Standard Classes of Pavement Concrete Class of Minimum 28 Day Min. Maximum Course Concrete Cementitious, Compressive Water/ Aggregate Lb./CY Strength Cementitious Maximum psi Ratio Size, inch A 470 3000 0.58 1-1/2 C. Reinforcement: See Section 32 13 13. D. Joint Filler 1. Wood Filler: see Section 32 13 13. 2. Pre -Molded Asphalt Board Filler a. Use only in areas where not practical for wood boards b. Pre -molded asphalt board filler: ASTM D545 c. Install the required size and uniform thickness and as specified in the Drawings. d. Include two liners of 0.016 asphalt impregnated kraft paper filled with a mastic mixture of asphalt and vegetable fiber and/or mineral filler. E. Expansion Joint Sealant: See Section 32 13 73. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. Demolition / Removal: See Section 02 41 13. 3.4 INSTALLATION A. Forms 1. Extend forms the full depth of concrete. 2. Wood forms: minimum of 1-1/2 inches in thickness 3. Metal Forms: a gauge that shall provide equivalent rigidity and strength CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised October 05, 2016 321613-4 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 4 of 7 4. Use acceptable wood or metal forms for curves with a radius of less than 250 feet. 5. All forms showing a deviation of 1/8 inch in 10 feet from a straight line shall be rejected. B. Reinforcing Steel 1. Place all necessary reinforcement for City approval prior to depositing concrete. 2. All steel must be free from paint and oil and all loose scale, rust, dirt and other foreign substances. 3. Remove foreign substances from steel before placing. 4. Wire all bars at their intersections and at all laps or splices. Lap all bar splices a minimum of 20 diameters of the bar or 12 inches, whichever is greater. C. Concrete Placement 1. Deposit concrete to maintain a horizontal surface. 2. Work concrete into all spaces and around any reinforcement to form a dense mass free from voids. 3. Work coarse aggregate away from contact with the forms 4. Hand -Laid Concrete — Curb and gutter a. Shape and compact subgrade to the lines, grades and cross section shown on the Drawings. b. Lightly sprinkle subgrade material immediately before concrete placement. C. Deposit concrete into forms. d. Strike off with a template 1/4 to 3/8 inch less than the dimensions of the finished curb, unless otherwise approved. 5. Machine -Laid Concrete — Curb and Gutter a. Hand -tamp and sprinkle subgrade material before concrete placement. b. Provide clean surfaces for concrete placement. C. Place the concrete with approved self-propelled equipment. 1) The forming tube of the extrusion machine or the form of the slipform machine must easily be adjustable vertically during the forward motion of the machine to provide variable heights necessary to conform to the established gradeline. d. Attach a pointer or gauge to the machine so that a continual comparison can be made between the extruded or slipform work and the grade guideline. e. Brush finish surfaces immediately after extrusion or slipforming. 6. Hand -Laid Concrete — Concrete Valley Gutter: See Section 32 13 13, 7. Expansion joints a. Place expansion joints in the curb and gutter at 200-foot intervals and at intersection returns and other rigid structures. b. Place tooled joints at 15-foot intervals or matching abutting sidewalk joints and pavement joints to a depth of 1-1/2 inches. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised October 05, 2016 321613-5 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 5 of 7 C. Place expansion joints at all intersections with concrete driveways, curbs, buildings and other curb and gutters. d. Make expansion joints no less than 1/2 inch in thickness, extending the full depth of the concrete. e. Make expansion joints perpendicular and at right angles to the face of the curb. £ Neatly trim any expansion material extending above the finished to the surface of the finished work. g. Make expansion joints in the curb and gutter coincide with the concrete expansion joints. h. Longitudinal dowels across the expansion joints in the curb and gutter are required. i. Install 3 No. 4 round, smooth bars, 24 inches in length, for dowels at each expansion joint. j. Coat 1/2 of the dowel with a bond breaker and terminate with a dowel cap that provides a minimum of 1 inch free expansion. k. Support dowels by an approved method. D. Curing: see Section 32 13 13. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. Inspections 1. Steel reinforcement placement 2. Headed bolts and studs 3. Verification of use of required design mixture 4. Concrete placement, including conveying and depositing 5. Curing procedures and maintenance of curing temperature B. Concrete Tests: Perform testing of fresh concrete sample obtained according to ASTM C 172 with the following requirements: 1. Testing Frequency: Obtain i fresh concrete sample for each day's pour of each concrete mixture exceeding 5 cubic yard, but less than 150 cubic yard, plus 1 set for each additional 150 cubic yard or fraction thereof. 2. Slump: ASTM C143; 1 test at point of placement for each concrete sample, but not less than 1 test for each day's pour of each concrete mixture. Perform additional tests when concrete consistency appears to change. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised October 05, 2016 32 16 13 -6 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 6 of 7 3. Air Content: ASTM C231, pressure method, for normal -weight concrete; 1 test for each sample, but not less than 1 test for each day's pour of each concrete mixture. 4. Concrete Temperature: ASTM C1064; 1 test for each concrete sample. 5. Compression Test Specimens: ASTM C31. a. Cast and laboratory cure 3 cylinders for each fresh concrete sample. 1) Do not transport field cast cylinders until they have cured for a minimum of 24 hours. 6. Compressive -Strength Tests: ASTM C39; a. Test 1 cylinder at 7 days. b. Test 2 cylinders at 28 days. 7. Upload test results into Buzzsaw within 48 hours of testing. Reports of compressive -strength tests shall contain Project identification name and number, date of concrete placement, name of concrete tester and inspector, location of concrete batch in Work, design compressive strength at 28 days, concrete mixture proportions and materials, compressive breaking strength, and type of break for both 7- and 28-day tests. 8. Additional Tests: Additional tests of concrete shall be made when test results indicate that slump, air entrainment, compressive strengths, or other City specification requirements have not been met. The Lab Services division may conduct or request tests to determine adequacy of concrete by cored cylinders complying with ASTM C42 or by other methods as directed by the Project Manager. a. When the strength level of the concrete for any portion of the structure, as indicated by cylinder tests, falls below the specified requirements, provide improved curing conditions and/or adjustments to the mix design as required to obtain the required strength. If the average strength of the laboratory control cylinders falls so low as to be deemed unacceptable, follow the core test procedure set forth in ACI 301, Chapter 17. Locations of core tests shall be approved by the Project Engineer. Core sampling and testing shall be at Contractors expense. b. If the results of the core tests indicate that the strength of the structure is inadequate, any replacement, load testing, or strengthening as may be ordered by the Project Engineer shall be provided by the Contractor without cost to the City. 9. Additional testing and inspecting, at Contractor's expense, will be performed to determine compliance of replaced or additional work with specified requirements. 10. Correct deficiencies in the Work that test reports and inspections indicate does not comply with the Contract Documents. 3.8 SYSTEM STARTUP [NOT USED] CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised October 05, 2016 321613-7 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 7 of 7 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 12.A.2. Modified payment item to vary by street type 10/05/2016 Z. Arega Added Subsection 2.2.B.1 and Subsection 3.7 CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised October 05, 2016 SECTION 32 3113 CHAIN LINK FENCE AND GATES PART1- GENERAL 1.1 SUMMARY A. Section Includes: 323113-1 CHAIN LINK FENCE AND GATES Page 1 of 7 1. Galvanized coated chain link (non -security) fencing and accessories in accordance with the City's Zoning Ordinance. 2. Wrought iron fencing and accessories 3. Steel tube fencing and accessories 4. On utility projects: a. When existing fence is within the project Site (i.e. parallel to the utility trench and/or within utility easement) and is directly disturbed by construction activities, fencing will be paid for as listed in Article 1.2 below. b. When existing fence is crossing the proposed utility trench, the work performed and materials fiuished in accordance with fence replacement will be considered subsidiary to the trench and no other compensation will be allowed. c. When existing fence is outside of the limits of the project Site or is identified as protected on the Drawings and is disturbed and/or by construction activities, replacement will be at the expense of the Contractor and no other compensation will be allowed. 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. Chain Link Fence a. Measurement 1) Measurement for this Item shall be by the linear foot of Chain Link Fence installed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of Chain Link Fence installed for various: a) Heights b) Fabric materials c. The price bid shall include: 1) Furnishing and installing all fence and gate materials 2) Mow strip, if shown in Drawings 3) Cleanup 4) Hauling CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 323113-2 CHAIN LINK FENCE AND GATES Page 2 of 7 2. Wrought Iron Fence a. Measurement 1) Measurement for this Item shall be by the linear foot of Wrought Iron Fence installed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of Wrought Iron Fence installed for various heights. c. The price bid shall include: 1) Furnishing and installing all fence and gate materials 2) Mow strip, if shown in Drawings 3) Cleanup 4) Hauling 3. Steel Tube Fence a. Measurement 1) Measurement for this Item shall be by the linear foot of Steel Tube Fence installed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of Steel Tube Fence installed for various heights. c. The price bid shall include: 1) Furnishing and installing all fence and gate materials 2) Mow strip, if shown in Drawings 3) Cleanup 4) HauIing 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 elate is specifically cited. 2. American Society for Testing and Materials (ASTM): a. A 36, Standard Specification for Carbon Structural Steel b. A 123, Standard Specification for Zinc (Hot -Dip Galvanized) Coatings on Iron and Steel Products c. A 392, Standard Specification for Zinc -Coated Steel Chain -Link Fence Fabric d. A 500, Standard Specification for Cold -Formed Welded and Seamless Carbon Steel Structural Tubing in Rounds and Shapes e. F 626, Standard Specification for Fence Fittings f. F 1043, Standard Specification for Strength and Protective Coatings on Steel Industrial Chain Link Fence Framework g. F 1083, Standard Specification for Pipe, Steel, Hot -Dipped Zinc -Coated (Galvanized) Welded, for Fence Structures h. F 1183, Specification for Aluminum Alloy Chain Link Fence Fabric CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 3231 13 - 3 CHAIN LINK FENCE AND GATES Page 3 of 7 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 ACTION SUBMITTALS A. Shop drawings 1. Layout of fences and gates with dimensions, details, and finishes of components, accessories and post foundations if requested by the City. B. Product data 1. Manufacturer's catalog cuts indicating material compliance and specified options. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] L$ MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE INOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING INOT USED] 1.11 FIELD ISITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER -FURNISHED [NOT USED] 2.2 MANUFACTURED UNITS / MATERIALS A. Manufacturer i . Minimum of 5 years of experience manufacturing galvanized coated chain link fencing. 2. Approved Manufacturer or equal: a. Allied Fence, hie. b. American Fence Corp. c. Anchor Fence, Inc. d. Master Halco, Inc. B. Materials 1. Chain Link Fence a. General 1) Posts, gate frames, braces, rails, stretcher bars, truss rods and tension wire shall be of steel. 2) Gate hinges, post caps, barbed wire supporting arms, stretcher bar bands and other parts shall be of steel, malleable iron, ductile iron or equal 3) Post tops, rail end, ties and clips may be of aluminum. 4) Use only new material, or salvaged/existing material if approved by City or noted on Drawings. b. Steel Fabric 1) Fabric a) No. 9 gauge b) 2-inch mesh (1) Commercial: both top and bottom selvages twisted and barged Residential: match existing or both top and bottom selvages knuckled CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 3231 13 - 4 CHAIN LINK FENCE AND GATES Page 4 of 7 (2) Furnish 1-piece fabric widths. 2) Fabric Finish: Galvanized, ASTM A 392, Class I, with not less than 1.2 oz. zinc per square foot of surface. c. Aluminum Fabric 1) Fabric a) ASTM F 1183 b) No. 9 gauge c) 2-inch mesh, with both top and bottom selvages twisted and barged. d) Furnish I -piece fabric widths. d. Steel Framing 1) Steel pipe - Type I a) ASTM F 1083 b) Standard weight schedule 40 c) Minimum yield strength: 30,000 psi d) Sizes as indicated e) Hot -dipped galvanized with minimum average 1.8 oz/ft2 of coated surface area 2) Steel pipe - Type II a) ASTM F 1043, Group IC b) Minimum yield strength: 50,000 psi c) Sizes as indicated on Drawings d) Protective coating per ASTM F 1043 (1) External coating Type B (a) Zinc with organic overcoat (b) 0.9 oz/ft2 minimum zinc coating with chromate conversion coating and verifiable polymer film (2) Internal coating Type B (a) Minimum 09 oz/ft2 zinc or Type D, zinc pigmented, 81 percent nominal coating, minimum 3 mils 3) Formed steel ("C") sections: a) Roll formed steel shapes complying with ASTM F 1043, Group II b) Minimum yield strength: 45,000 psi (310 MPa) c) Sizes as indicated on Drawings d) External coating per ASTM F 1043, Type A (1) Minimum average 2.0 oz/ft2 of zinc per ASTM A 123 4) Steel square sections a) ASTM A 500, Grade B b) Minimum yield strength: 40,000 psi c) Sizes as indicated on Drawings d) Hot -dipped galvanized with minimum 1.8 oz/ft2 of coated surface area e. Accessories 1) Chain link fence accessories a) ASTM F 626 b) Provide items required to complete fence system. c) Galvanize each ferrous metal item and finish to match framing, 2) Post caps a) Formed steel or cast malleable iron weather tight closure cap for tubular posts. b) Provide 1 cap for each post. c) Cap to have provision for barbed wire when necessary. CITY OF FORT WORTII 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 3231 13 - 5 CHAIN LINK FENCE AND GATES Page 5 of 7 d) "C" shaped line post without top rail or barbed wire supporting arms do not require post caps. e) Where top rail is used, provide tops to permit passage of top rail. 3) Top rail and rail ends a) 1 5/8 inch diameter galvanized round pipe for horizontal railing b) Pressed steel per ASTM F626 c) For connection of rail and brace to terminal posts 4) Top rail sleeves a) 7-inch expansion sleeve with a minimum 0.137 inch wire diameter and 1.80 inch length spring, allowing for expansion and contraction of top rail 5) Wire ties a) 9 gauge galvanized steel wire for attachment of fabric to line posts b) Double wrap 13 gauge for rails and braces. c) Hog ring ties of 12-1/2 gauge for attachment 6) Brace and tension (stretcher bar) bands a) Pressed steel b) Minimum 300 degree profile curvature for secure fence post attachment c) At square post provide tension bar clips. 7) Tension (stretcher) bars: a) 1 piece lengths equal to 2 inches less than full height of fabric b) Minimum cross-section of 3/16 inch x 3/4 inch c) Provide tension (stretcher) bars where chain link fabric meets terminal posts. 8) Tension wire a) Galvanized coated steel wire, 6 gauge, [0.192 inch] diameter wire b) Tensile strength: 75,000 psi 9) Truss rods & tightener a) Steel rods with minimum diameter of 5/16 inch b) Capable of withstanding a tension of minimum 2,000 pounds 10) Nuts and bolts are galvanized. 2. Wrought Iron Fence: specified per Drawings. 3. Steel Tube Fence: specified per Drawings. 4. Setting Materials a. Concrete 1) Minimum 28 day compressive strength of 3,000 psi 2) Bagged concrete allowed. b. Drive Anchors 1) Galvanized angles 2) ASTM A 36 steeI 3) 1 inch x 1 inch x 30 inch galvanized shoe clamps to secure angles to posts. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01296 Revised December 20, 2012 323113-6 CHAIN LINK FENCE AND GATES Page 6 of 7 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION A. Verification of Conditions I. Verify areas to receive fencing are completed to final grades and elevations. 2. Ensure property lines and legal boundaries of work are clearly established 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Chain Link Fence Framing 1. Locate terminal post at each fence termination and change in horizontal or vertical direction of 30 degrees or more. 2. Space line posts uniformly at 10 feet on center. 3. Set all posts in concrete a. Drill holes in firm, undisturbed or compacted soil. b. Drill hole diameter 4 times greater than outside dimension of post. c. Set post bottom 24 inches below surface when in firm, undisturbed soil. d. Excavate deeper as required for adequate support in soft and loose soils, and for posts with heavy lateral loads. e. Place concrete around posts in a continuous pour. Trowel finish around post. Slope to direct water away from posts. 4. Check each post for vertical and top alignment, and maintain in position during placement and finishing operations. 5. Bracing a. Install horizontal pipe brace at mid -height for fences 6 feet and taller, on each side of terminal posts. b. Firmly attach with fittings. c. Install diagonal truss rods at these points. d. Adjust truss rod, ensuring posts remain plumb. 6. Tension wire a. Provide tension wire at bottom of fabric and at top, if top rail is not specified. b. Install tension wire before stretching fabric and attach to each post with ties. c. Secure tension wire to fabric with 12-1/2 gauge hog rings 24 inches on center. 7. Top rail a. Install lengths, 21 feet b. Connect joints with sleeves for rigid connections for expansion/contraction. 8. Center Rails for fabric height 12 feet and taller. a. Install mid rails between posts with fittings and accessories. 9. Bottom Rails: Install bottom rails between posts with fittings and accessories. B. Chain Link Fabric Installation 1. Fabric CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 3231 13-7 CHAIN LINK FENCE AND GATES Page 7 of 7 a. Install fabric on security side and attach so that fabric remains in tension after pulling force is released. b. Leave approximately 2 inches between finish grade and bottom selvage. c. Attach fabric with wire ties to line posts at 15 inches on center and to rails, braces, and tension wire at 24 inches on center. 2. Tension (stretcher) bars a. Pull fabric taut. b. Thread tension bar through fabric and attach to terminal posts with bands or clips spaced maximum of 15 inches on center. 3. Accessories a. Tie wires: Bend ends of wire to minimize hazard to persons and clothing. b. Fasteners: Install nuts on side of fence opposite fabric side for added security. c. Slats: Install slats in accordance with manufacturer's instructions. C. Wrought Iron Installation: install per Drawings D. Steel Tube Fence: install per Drawings 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson L LA. modified to describe when City would pay for fence replacement on utility projects CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 3291 19 - l TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Page 1 of 4 SECTION 32 9119 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS PARTI- GENERAL 11 SUMMARY A. Section Includes: 1. Furnish and place topsoil to the depths and on the areas shown on the Drawings. B. Deviations from this City of Fort Worth ,Standard Specification 1. None. C. Related Specification Sections include but are not necessarily limited to 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 - General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for this Item shall be by cubic yard of Topsoil in place. 2. Payment a. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per cubic yard of Topsoil. b. All excavation required by this Item in cut sections shall be measured in accordance with provisions for the various excavation items involved with the provision that excavation will be measured and paid for once, regardless of the manipulations involved. 3. The price bid shall include: a. Furnishing Topsoil b. Loading c. Hauling d. Placing 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 3291 19 - 2 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Page 2 of 4 1.5 ACTION SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY tNOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Topsoil 1. Use easily cultivated, fertile topsoil that: a. Is free from objectionable material including subsoil, weeds, clay lumps, non - soil materials, roots, stumps or stones larger than 1.5 inches b. Has a high resistance to erosion c. Is able to support plant growth 2. Secure topsoil from approved sources. 3. Topsoil is subject to testing by the City. 4. pH: 5.5 to 8.5. 5. Liquid Limit: 50 or less 6. Plasticity Index: 20 or less 7. Gradation: maximum of 10 percent passing No. 200 sieve B. Water: Clean and free of industrial wastes and other substances harmful to the growth of vegetation CITY OF FORT WORTH 90-Inch (K4-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 0 3291 19 - 3 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Page 3 of 4 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION INOT USED] 3.4 INSTALLATION A. Finishing of Parkways 1. Smoothly shape parkways, shoulders, slopes, and ditches. 2. Cut parkways to finish grade prior to the placing of any improvements in or adjacent to the roadway. 3. In the event that unsuitable material for parkways is encountered, extend the depth of excavation in the parkways 6 inches and backfill with top soil. 4. Make standard parkway grade perpendicular to and draining to the curb line. a. Minimum: 114 inch per foot b. Maximum:4:1 c. City may approve variations from these requirements in special cases. 5. Whenever the adjacent property is lower than the design curb grade and runoff drains away from the street, the parkway grade must be set level with the top of the curb. 6. The design grade from the parkway extends to the back of the walk line. 7. From that point (behind the walk), the grade may slope up or down at maximum slope of 4:1. B. Placing of Topsoil 1. Spread the topsoil to a uniform loose cover at the thickness specified. 2. Place and shape the topsoil as directed. 3. Hand rake finish a minimum of 5 feet from all flatwork. 4. Tamp the topsoil with a light roller or other suitable equipment. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S Revised December 20, 2012 90-Inch (M-280) Sanitary Sewer Rehabilitation City Project No. 01286 3291 19 - 4 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Page 4 of 4 3.5 REPAIR/RESTORATION] [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 01286 Revised December 20, 2012 329213-1 HYDROMULCHING, SEEDING AND SODDING Page 1 of 10 SECTION 32 9213 HYDROMULCHING, SEEDING AND SODDING PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Furnishing and installing grass sod and permanent seeding as shown on Drawings, or as directed. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Farms, and Conditions of the Contract 2. Division 1 - General Requirements 3. Section 32 91 19 — Topsoil Placement and Finishing of Parkways 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Block Sod Placement a. Measurement 1) Measurement for this Item shall be by the square yard of Block Sod placed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per square yard of Block Sod placed. c. The price bid shall include: 1) Furnishing and placing all sod 2) Rolling and tamping 3) Watering (until established) 4) Disposal of surplus materials 2. Seeding a. Measurement 1) Measurement for this Item shall be by the square yard of Seed spread. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per square yard of Seed placed for various installation methods. c. The price bid shall include: 1) Furnishing and placing all Seed 2) Furnishing and applying water for seed fertilizer CITY OF FORT WORTH 90-tnch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 329213-2 HYDROMULCHING, SEEDING AND SODDING Page 2 of 10 3) Slurry and hydraulic mulching 4) Fertilizer 5) Watering and mowing (until established) 6) Disposal of surplus materials 3. Mowing a. Measurement 1) Measurement for this Item shall per each. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per each. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 ACTION SUBMITTALS [NOT USED] 1.6 INFORMATIONAL SUBMITTALS A. Seed 1. Vendors' certification that seeds meet Texas State seed law including: a. Testing and labeling for pure Iive seed (PLS) b. Name and type of seed 2. All seed shall be tested in a laboratory with certified results presented to the City in writing, prior to planting. 3. All seed to be of the previous season's crop and the date on the container shall be within 12 months of the seeding date. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING A. Block Sod 1. Protect from exposure to wind, sun and freezing. 2. Keep stacked sod moist. B. Seed 1. If using native grass or wildflower seed, seed must have been harvested within 100 mules of the construction site. 2. Each species of seed shall be supplied in a separate, labeled container for acceptance by the City. C. Fertilizer 1. Provide fertilizer labeled with the analysis. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 329213-3 HYDROMULCHING, SEEDING AND SODDING Page 3 of 10 2. Conform to Texas fertilizer law. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 2.2 MATERIALS AND EQUIPMENT A. Materials 1. Block Sod a. Sod Varieties (match existing if applicable) 1) "Stenotaphrum secundatum" (St. Augustine grass) 2) "Cynodon dactylon" (Common Bermudagrass) 3) "Buchloe dactyloides" (Buffalograss) 4) an approved hybrid of Common Bermudagrass 5) or an approved Zoysiagrass b. Sod must contain stolons, leaf blades, rhizomes and roots. c. Sod shall be alive, healthy and free of insects, disease, stones, undesirable foreign materials and weeds and grasses deleterious to its growth or which might affect its subsistence or hardiness when transplanted. d. Minimum sod thickness: 3/4 inch c. Maximum grass height: 2 inches f. Acceptable growing beds 1) St. Augustine grass sod: clay or clay loam topsoil 2) Bermuda grasses and zoysia grasses: sand or sandy loam soils g. Dimensions 1) Machine cut to uniform soil thickness. 2) Sod shall be of equal width and of a size that permits the sod to be lifted, handled and rolled without breaking. h. Broken or torn sod or sod with uneven ends shall be rejected. 2. Seed a. General 1) Plant all seed at rates based on pure live seed (PLS) a) Pure Live Seed (PLS) determined using the formula: (1) Percent Pure Live Seed = Percent Purity x [(Percent Germination + Percent Firm or Hard Seed) + 100] 2) Availability of Seed a) Substitution of individual seed types due to lack of availability may be permitted by the City at the time of planting. b) Notify the City prior to bidding of difficulties locating certain species. 3) Weed seed CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPEECIFICATION DOCUMCNTS City Project No. 01286 Revised December 20, 2012 329213-4 HYDROMULCHING, SEEDING AND SODDING Page 4 of 10 a) Not exceed ten percent by weight of the total of pure live seed (PLS) and other material in the mixture b) Seed not allowed: (1) Johnsongrass (2) Nutgrass seed 4) Harvest seed within 1-year prior to planting b. Non-native Grass Seed 1) Plant between April 15 and September 10 Lbs. Common Name Botanical Name Purity Germinatio PLS/Acre (percent) n (percent) 25 Bermuda cynodon dactylon 85 90 (unhulled) 75 Bermuda (hulled) cynodon dactylon 95 90 2) Plant between September 10 and April 15 Lbs. Common Name Botanical Name Purity Germination PLS/Acre (percent) (percent) 220 Rye Grass 75 Bermuda (unhulled) CITY OF FORT WORTH STANDARD CONSTRUCTION SPEC[FICATION DOCUMENTS Revised December 20, 2012 lollum multiorum 85 90 cynodon dactylon 95 90 90-Inch (M-280) Sanitary Sewer Rehabilitation City Project No. 01286 329213-5 HYDROMULCHING, SEEDING AND SODDING Page 5 of 10 r c. Native Grass Seed 1) Plant between February 1 and October 1. 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 L8 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 d. Wildflower Seed 1) Plant between the following: a) March 5 and May 31 b) September 1 and December 1 Lbs. PLS/Acre Common Name Botanical Name 3.0 Bush Sunflower Sinsia calva 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 CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 01286 Revised December 20, 2012 329213-6 HYDROMULCH ING, SEEDING AND SODDING Page 6 of I0 18.0 Cutleaf Daisy Engelmannia pinnatifida 2.0 Obedient Plant Physostegia intermedia 3.0 Pitcher Sage Salvia azurea 2.0 Plains Coreopsis Coreopsis tinctor2a 8.0 Scarlet Sage Salvia coccinea *not to be planted within ten feet of a road or parking lot or within three feet of a walkway e. Temporary Erosion Control Seed 1) Consist of the sowing of cool season plant seeds. 3. Mulch a. For use with conventional mechanical or hydraulic planting of seed. b. Wood cellulose fiber produced from virgin wood or recycled paper -by-products (waste products from paper mills or recycled newspaper). c. No growth or germination inhibiting factors. d. No more than ten percent moisture, air dry weight basis. e. Additives: binder in powder form. f. Form a strong moisture retaining mat. 4. Fertilizer a. Acceptable condition for distribution b. Applied uniformly over the planted area c. Analysis 1) 16-20-0 2) 16-8-8 d. Fertilizer rate: 1) Not required for wildflower seeding 2) Newly established seeding areas - 100 pounds of nitrogen per acre 3) Established seeding areas - 150 pounds of nitrogen per acre 5. Topsoil: See Section 32 91 19. 6. Water: clean and free of industrial wastes or other substances harmful to the germination of the seed or to the growth of the vegetation. 7. Soil Retention Blanket a. "Curlex 1" from American Excelsior, 900 Ave. H East, Post Office Box 5624, Arlington, Texas 76001, 1-800-777-SOIL or approved equal. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 01286 Revised December 20, 2012 32 92 13 - 7 HYDROMULCHING, SEEDING AND SODDING Page 7 of 10 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION [NOT USED] 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. Surface Preparation: clear surface of all material including: 1. Stumps, stones, and other objects larger than one inch. 2. Roots, brush, wire, stakes, etc. 3. Any objects that may interfere with seeding or maintenance. B. Tilling 1. Compacted areas: till 1 inch deep 2. Areas sloped greater than 3: 1: run a tractor parallel to slope to provide less seed/water run-off 3. Areas near trees: Do not till deeper than 1/2 inch inside "drip line" of trees. 3.4 INSTALLATION A. Block Sodding 1. General a. Place sod between curb and walk and on terraces that is the same type grass as adjacent grass or existing lawn. b. Plant between the average last freeze date in the spring and 6 weeks prior to the average first freeze in the fall. 2. Installation a. Plant sod specified after the area has been completed to the lines and grades shown on the Drawings with 6 inches of topsoil. b. Use care to retain native soil on the roots of the sod during the process of excavating, hauling and planting. c. Keep sod material moist from the time it is dug until planted. d. Place sod so that the entire area designated for sodding is covered. e. Fill voids left in the solid sodding with additional sod and tamp. f: RoIl and tamp sod so that sod is in complete contact with topsoil at a uniform slope. g. Peg sod with wooden pegs (or wire staple) driven through the sod block to the firm earth in areas that may slide due to the height or slope of the surface or nature of the soil. 3. Watering and Finishing CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 329213-8 HYDROMULCHING, SEEDING AND SODDING Page 8 of 10 a. Furnish water as an ancillary cost to Contractor by means of temporary metering / irrigation, water truck or by any other method necessary to achieve an acceptable stand of turf as defined in 3.13.13. b. Thoroughly water sod immediately after planted. c. Water until established. d. Generally, an amount of water that is equal to the average amount of rainfall plus 1/2 inch per week should be applied until accepted. If applicable, plant large areas by irrigation zones to ensure areas are watered as soon as they are planted. B. Seeding 1. General a. Seed only those areas indicated on the Drawings and areas disturbed by construction. b. Mark each area to be seeded in the field prior to seeding for City approval. 2. Broadcast Seeding a. Broadcast seed in 2 directions at right angles to each other. b. Harrow or rake lightly to cover seed. c. Never cover seed with more soil than twice its diameter. d. For wildflower plantings: 1) Scalp existing grasses to 1 inch 2) Remove grass clippings, so seed can make contact with the soil. 3. Mechanically Seeding (Drilling); a. Uniformly distribute seed over the areas shown on the Drawings or as directed. b. All varieties of seed and fertilizer may be distributed at the same time provided that each component is uniformly applied at the specified rate. c. Drill seed at a depth of 1 /4 inch to 318 inch utilizing a pasture or rangeland type drill. d. Drill on the contour of slopes e. After planting roll with a roller integral to the seed drill, or a corrugated roller of the "Cuitipacker" type. f. Roll slope areas on the contour. 4. Hydromulching a. Mixing: Seed, mulch, fertilizer and water may be mixed provided that: 1) Mixture is uniformly suspended to form a homogenous slurry. 2) Mixture forms a blotter -like ground cover impregnated uniformly with grass seed. 3) Mixture is applied within 30 minutes after placed in the equipment. b. Placing 1) Uniformly distribute in the quantity specified over the areas shown on the Drawings or as directed. 5. Fertilizing: uniformly apply fertilizer over seeded area. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 329213-9 HYDROMULCHING, SEEDING AND SODDING Page 9 of 10 6. Watering a. Furnish water by means of temporary metering / irrigation, water truck or by any other method necessary to achieve an acceptable stand of turf as defined in 3.13.B. b. Water soil to a minimum depth of 4 inches within 48 hours of seeding. c. Water as direct by the City at least twice daily for 14 days after seeding in such a manner as to prevent washing of the slopes or dislodgement of the seed. d. Water until final acceptance. e. Generally, an amount of water that is equal to the average amount of rainfall plus 1/2 inch per week should be applied until accepted. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE A. Block Sodding 1. Water and mow sod until completion and final acceptance of the Project or as directed by the City. 2. Sod shall not be considered finally accepted until the sod has started to peg down (roots growing into the soil) and is free from dead blocks of sod. B. Seeding J. Water and mow sod until completion and final acceptance of the Project or as directed by the City. 2. Maintain the seeded area until each of the following is achieved: a. Vegetation is evenly distributed b. Vegetation is free from bare areas 3. Turf will be accepted once fully established. a. Seeded area must have 100 percent growth to a height of 3 inches with I mow cycle performed by the Contractor prior to consideration of acceptance by the City. CITY OF FORT WORTH 90-Itch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 32 92 13 - 10 HYDROMULCHING, SEEDING AND SODDING Page 10 of 10 C. Rejection 1. City may reject block sod or seeded area on the basis of weed populations. 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH 90-hich (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 01286 Revised December 20, 2012 Division 33 Utilities SECTION 33 0130 SEWER AND MANHOLE TESTING PART1- GENERAL 1.1 SUMMARY 330130-1 SEWER AND MANHOLE TESTING Page 1 of 7 A. Section Includes: 1. Testing for sanitary sewer pipe and manholes prior to placing in service a. Low Pressure Air Test and Deflection (Mandrel) Test 1) Excludes pipe with flow 2) Hydrostatic Testing is not allowed. b. Vacuum Testing for sanitary sewer manholes 2. Before any newly constructed sanitary sewer pipe and manholes are placed into service it shall be cleaned and tested. 3. Pipe testing will include low pressure air test for 60-inch pipe and smaller. 4. Pipe testing will include low pressure air test of joints for 27-inch or larger pipe. 5. Pipe testing will include deflection (mandrel) test for pipe. 6. Hydrostatic testing is not allowed. 7. Manhole testing will include vacuum test. B. Deviations from this City of Fort Worth Standard Specification CDM Smith modifications are shown in blue text. 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 SO 00 — Modifications to Existing Concrete Structures 4. Section 33 04 50 — Cleaning of Sewer Mains 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Pipe Testing a. Measurement 1) This Item is considered subsidiary to the sanitary sewer main (pipe) completed in place. b. Payment 1) The work performed and the materials furnishing in accordance with this Item are subsidiary to the unit price bid per linear foot of sanitary sewer main (pipe) complete in place, and no other compensation will be allowed. 2. Manhole Testing a. Measurement 1) Measurement for testing manholes shall be per each vacuum test. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 33 01 30 - 2 SEWER AND MANHOLE TESTING Page 2 of 7 b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each vacuum test completed. c. The price bid shall include: 1) Mobilization 2) Plugs 3) Clean-up 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00, B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS A. Test and Evaluation Reports All test reports generated during testing (pass and fail) 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.4 QUALITY ASSURANCE A. Certifications 1. Mandrel Equipment a. If requested by City, provide Quality Assurance certification that the equipment used has been designed and manufactured in accordance to the required specifications. 2. Joint Testing a. Testing Service -Engage a qualified independent testing agency to perform joint evaluation tests b. Equipment - If requested by City, provide Quality Assurance certification that the equipment used has been designed and manufactured in accordance to the required specifications. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabihiation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project. No. 01286 Revised December 20, 2012 33 01 30 - 3 SEWER AND MANHOLE TESTING Page 3 of 7 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. Low Pressure Air Test (Pipe 60 inch and smaller) 1. Clean the sewer main before testing, as outlined in Section 33 04 50. 2. Plug ends of all branches, laterals, tees, wyes, and stubs to be included in test. B. Low Pressure Joint Air Test (Pipe 27 inch or larger) 1. Clean the sewer main before testing, as outlined in Section 33 04 50. 2. Assemble individual joint tester over each joint from within the pipe. C. Deflection (mandrel) test (Pipe) 1. Perform as last work item before final inspection. 2. Clean the sewer main and inspect for offset and obstruction prior to testing. 3. For pipelines larger than 36-inches, perform a deflection test approved by the pipe manufacturer to ensure overall deflection is less than 5%. 4. Materials a. Mandrel used for deflection test 1) Use of an uncertified mandrel or a mandrel altered or modified after certification will invalidate the deflection test. 2) Mandrel requirements a) Odd number of legs with 9 legs minimum b) Effective length not less than its nominal diameter c) Fabricated of rigid and nonadjustable steel d) Fitted with pulling rings and each end e) Stamped or engraved on some segment other than a runner indicating the following: (I) Pipe material specification (2) Nominal size (3) Mandrel outside diameter (OD) f) Mandrel diameter must be 95 percent of inside diameter (ID) of pipe. g) Mandrel equipment shall be suitable for the pipe material to prevent damage to the pipe. Consult manufacturer for appropriate mandrel equipment. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 330130-4 SEWER AND MANHOLE TESTING Page 4 of 7 D. Vacuum test (Manhole) I. Plug lifting holes and exterior joints. 2. Plug pipes and stubouts entering the manhole. 3. Secure stubouts, manhole boots, and pipe plugs to prevent movement while vacuum is drawn. 4. Plug pipes with drop connections beyond drop. 5. Place test head inside the frame at the top of the manhole. 3.4 INSTALLATION A. Low pressure air test (Pipe 60" Inch and Smaller) 1. Install plug with inlet tap. 2. Connect air hose to inlet tap and a portable air control source. 3. After the stabilization period (3.5 psig minimum pressure) start the stop watch. 4. Determine time in seconds that is required for the internal air pressure to reach 2.5 psig. Minimum permissible pressure holding time per diameter per length of pipe is computed from the following equation: T = (0.0850*D*K) Q Where: T = shortest time, seconds, allowed for air pressure to drop to 1.0 psig K = 0.000419*D*L, but not less than 1.0 D = nominal pipe diameter, inches L = length of pipe being tested (by pipe size), feet Q = 0.0015, cubic feet per minute per square foot of internal surface 5. UNI-B-6, Table I provides required time for given lengths of pipe for sizes 4-inch through 60-inch based on the equation above. UNI-B-6, Table 1 Minimum specified time required for a 1.0 psig pressure drop for size and length of pipe indicated for q = 0.0015 CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 01286 Revised December 20, 2012 330130-5 SEWER AND MANHOLE TESTING Page 5 of 7 1 2 3 4 S eificalion Torre for L ngth L Shown minsee MTime Pipe Length For 'Tune for Diameter {min Minimum Longer 10011 15on 200t3 250n 300ft 35OR 400ft 45OR (ot.) sccJ Time (ft) Length (see) 4 3.40 597 -380 L 3:46 3.46 346 3A6 3:46 346 3.46 3A6 6 5.40 398 _8.54 L 5:40 5.40 5AO SAO 5:40 5AO 5.42 6:24 8 734 298 1.520 L 734 734 7:34 734 7:36 8:52 K08 1124 10 9:26 239 2.374 L 926 9.26 9:26 953 1 L52 13:51 1549 HAS 12 1190 199 3.418 L 1120 11:20 11:24 14,11 17:05 19:56 22A7 253800 15 14:10 159 5.342 L 1410 14a0 17.48 22:15 26A2:00 31:0910 35:36.00 40.0400 IS 17:00 133 7.692 L 17:00 19:13 25.35'00 32:0100 38:2700 44:52:00 51A6:00 57ALOO 21 19:50 114 10.470L 19:50 26:1000 34:54:00 43:37:00 5221,1)0 6[:DOW 69-49:00 78:31:00 24 22,40 99 13.674 L 2247 34:11:00 4534:00 56:58:00 68:2200 79A6:00 91.10.00 102:33.00 27 25.30A0 SS 17,306L 29'S]OO 43:16:00 57AI:00 7207.00 86:32.00 100:5700 115,2200 129:48:00 30 2R:2000 80 21.366L 35:37:00 5121:00 71:13:00 89M.00 106:50:00 1243900 14226:00 160:1500 33 31:10.00 72 25.852 L 43A5:00 64.38:00 86,10,00 107:4300 129:16:00 1 StIA3.00 172:21:00 193:53.00 36 34:00:00 66 30,768L 51:17.00 76:55:00 10234:00 12812:00 1535000 17929:00 205-OTOO 230A6:00 42 3948.00 57 4L8831. 694800 104:42:00 139:37:00 174.30.00 209:24:00 244:1900 279.13.00 314,07:00 48 4534,W 50 54.705 L 91:10100 136A5:00 182:2100 227:55 DO 273:31:00 31906:00 364:42:00 410:1700 54 51:01100 44 69.236 L 115:24:00 173:05:00 230.47:00 288:29:00 346J 1:00 403:53:1)0 461:34:00 5191600 60 S6A000 40 85.476 L 142:2800 213:41-W 294:55. 0 35609:00 427:2300 498:3700 569:50:00 6411)400 6. Stop test if no pressure loss has occurred during the First 25 percent of the calculated testing time. B. Low pressure joint air test (27 Inch or larger pipe) L All pipe joints, for all pipe materials, shall be tested in accordance with ASTM C 1103 as follows: 2. Equipment shall be the product of manufacturers having more than five years of regular production of successful joint testers. Joint tester shall be as manufactured by Cherne Industrial, Inc., of Edina, Minnesota, or approved equal. 3. Follow equipment manufacturer's recommendations when performing tests; only experienced technicians shall perform tests. 4. The testing equipment shall be assembled and positioned over the center of the pipe joint and the end element tubes inflated to a maximum of 25 psi. 5. Pressurize the center joint test area to 4.0 psig and allow the temperature and pressure to stabilize at the minimum of 2.5 psig for a period of 2.0 minutes prior to testing. 6. To test, adjust the pressure to 3.5 psig and measure the time required to decrease the pressure from 3.5 psig to 2.5 psig. 7. The joint is acceptable if the time for the pressure to drop from 3.5 psig to 2.5 psig is greater than 10 seconds. C. Deflection (mandrel) test (Pipe) 1. For pipe 36 inches and smaller, the mandrel is pulled through the pipe by hand to ensure that maximum allowable deflection is not exceeded. 2. Maximum percent deflection by pipe size is as follows: CITY OF FORT WORTH 90-Itch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 33 01 30 - 6 SEWER AND MANHOLE TESTING Page 6 of 7 Nominal Pipe Size Inches Percent Deflection Allowed 12 and smaller 5.0 15 through 30 4.0 Greater than 30 3,0 D. Vacuum test (Manhole) 1. Test manhole prior to coating with epoxy or other material. 2. Draw a vacuum of 10 inches of mercury and turn off the pump. 3. With the valve closed, read the level vacuum level after the required test time. 4. Minimum time required for vacuum drop of 1 inch of mercury is as follows: Depth of Manhole, feet 4-foot Dia Seconds 5-foot Dia Seconds 6-foot Dia Seconds 8 20 26 33 10 25 33 41 12 30 39 49 14 35 45 57 16 40 52 67 18 40 59 73 * * T-5 T=6.5 T-8 ** For manholes over 18 feet deep, add "T" seconds as shown for each respective diameter for each 2 feet of additional depth of manhole to the time shown for 18 foot depth. (Example: A 30 foot deep, 4-foot diameter. Total test time would be 70 seconds. 40+6(5)=70 seconds) 5. Manhole vacuum levels observed to drop greater than 1 inch of mercury will have failed the test. 3.5 REPAIR I RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. Non -Conforming Work 1. Low pressure air test (Pipe 60 Inch and smaller) a. Should the air test fail, find and repair leak(s) and retest. 2. Low pressure joint air test (Pipe 27 inch or larger) a. 100 percent of all joints shall be field tested, prior to the placement of backflll over the spring line of the pipe, after the pipe has been substantially Iocked in to place by embedment. If the pipe does not pass the field air test, the joint will be pulled and refitted or rejected and removed from the project. After full placement of backflll and proper compaction, 100% of all joints will be tested again, as the installation progresses. At no time shall pipe installation exceed 300 feet beyond the last joint tested. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 s 330130-7 SEWER AND MANHOLE TESTING Page 7 of 7 b. No more than 2 percent of the total number of j oints failing to meet the requirements of this test shall be field repaired by joint grout injection, or band clamps, or other method. Any joints over 2% requiring field repairs shall be rejected and removed from the project site. Rejected pipe shall be removed from the project. Installation shall be stopped until defective joints are repaired or replaced. 3. Should Deflection (mandrel) test (Pipe) a. Should the mandrel fail to pass, the pipe is considered overdeflected. b. Uncover overdeflected pipe. Reinstall if not damaged. c. If damaged, remove and replace. 4. Vacuum test (Manhole) a. Should the vacuum test fail, repair suspect area and retest. 1) External repairs required for leaks at pipe connection to manhole. a) Shall be in accordance with Section 03 80 00. 2) Leaks within the manhole structure may be repaired internally or externally. 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 8/10/2018 W. Norwood 3.4.D Require testing prior to coating manholes 3.3, A&B, Add individual joint testing option for 27 inch and larger with independent testing. 9/7/2018 W. Norwood 3A.A Include UNI-B-6, Table 1 for low pressure air test 4A.B Include individual joint testing requirements CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 33 01 31 -1 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION Page 1 of 7 SECTION 33 0131 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Requirements and procedures for Closed Circuit Television (CCTV) Inspection of sanitary sewer or storm sewer mains 2. For sanitary sewer projects all (existing: Pre -CCTV, proposed: Post -CCTV) main shall be inspected. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 33 03 10 — Bypass Pumping of Existing Sewer Systems 4. Section 33 04 50 — Cleaning of Sewer Mains 5. Section 0132 16 —Construction Progress Schedule 1.2 PRICE AND PAYMENT PROCEDURES A. Pre -CCTV Inspection 1. Measurement a. Measurement for this Item will be by the linear foot of line televised for CCTV Inspection performed prior to any line modification or replacement determined from the distance recorded on the video log. 2. Payment a. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot for "Pre -CCTV Inspection". 1) Contractor will not be paid for unaccepted video. 3. The price bid shall include: a. Mobilization b. Cleaning c. Digital file B. Post -CCTV Inspection 1. Measurement a. Measurement for this Item will be by the linear foot of line televised for CCTV Inspection performed following repair or installation determined from the distance recorded on the video log. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised March 3, 2016 33 01 31 -2 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION Page 2 of 7 2. Payment a. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot for "Post -CCTV Inspection". I) Contractor will not be paid for unaccepted video. 3. The price bid shall include: a. Mobilization b. Cleaning c. Digital file 1.3 REFERENCES A. Reference Standards 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. City of Fort Worth Water Department a. City of Fort Worth Water Department CCTV Inspection and Defect Coding Program (CCTV Manual). The CCTV Manual is available for download on Buzzsaw. Location: Resources170 — Inspection ToolslStandard Construction b. City of Fort Worth Water Department CCTV Spread Sheet Log is available for download on Buzzsaw. Location: Resources170 — Inspection ToolslStandard Construction. 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination I. Sanitary Sewer Lines a. Meet with City of Fort Worth Water Department staff to confirm that the appropriate equipment, software, standard templates, defect codes and defect rankings are being used, if required. 2. Storm Sewer Lines a. Meet with City of Fort Worth Transportation/Public Works Department staff to confirm that the appropriate equipment, software, standard templates, defect codes and defect rankings are being used, if required. B. Schedule 1. Include Pre and Post CCTV schedule as part of the Construction Progress Schedule per Section 0132 16. 2. Include time for City review (2 weeks minimum — Notification needs to be send out to Project Manager & Field Operation). 3. If CCTV is accepted by City, proceed with work. If rejected, coordinate with City per Part 1.4 A. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the Engineer or the City prior to delivery. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised March 3, 2016 33 01 31 -3 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION Page 3 of 7 C. If inspected with Infrastructure Technologies I.T. Software per CCTV Manual provide video data per the CCTV Manual. Provide additional copy of video in Windows Media Audio/Video (.wmv) format for City Inspection review. D. If inspected with other software provide video data in Windows Media Audio/Video (.wmv) format. Provide CCTV log in EXCEL spread sheet format — The CCTV spread sheet log can be found on Buzzsaw. Location: Resources170 — Inspection Tools\Standard Construction. E. Inspection Report shall include: I. Asset a. Date b. City c. Address and/or Project Name d. Main Number — GIS ID (If Available) e. Upstream Manhole GIS ID (If Available) £ Downstream Manhole GIS ID (If Available) g. Pipe Diameter h. Material i. Pipe Length j. Mapsco Location Number k. Date Constructed 1. Pipe Wall Thickness 2. Inspection a. Inspection Number (i.e. Ir",2nd,etc...) b. Crew Number c. Operator Name d. Operator Comments e. Reason for Inspection £ Equipment Number g. Camera Travel Direction (Upstream/Downstream) h. Inspected Length (feet) i. Work Order Number (if required) j. City Project Number (if required) k. City Contract Name 1. DOE/TPW Number (if required) m. Consultant Company Name n. Consultant Contact Name o. Consultant Contact Phone Number p. Contractor Company Name q. Contractor Contact Name r. Contractor Contact Phone Number 1.6 INFORMATIONAL SUBMITTALS A. Pre -CCTV submittals 1. 2 copies of CCTV video results on USB drive 2. 2 hard copies of Inspection Report and one pdf copy on USB drive B. Additional information that may be requested by the City 1. Listing of cleaning equipment and procedures CITY OF FORT WORTH 40-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised March 3, 2016 330131-4 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION Page 4 of 7 2. Listing of flow diversion procedures if required 3. Listing of CCTV equipment 4. Listing of backup and standby equipment 5. Listing of safety precautions and traffic control measures 1.7 CLOSEOUT SUBMITTALS A. Post -CCTV submittals 1. 2 copies of CCTV video results on USB drive 2. 2 Hard copies of Inspection Report. A pdf copy on USB drive shall be submitted to the City Inspector for review prior to scheduling a project final walk through. 3. CCTV speadsheet log in EXCEL format — A blank copy of the CCTV spread sheet log can be found on Buzzsaw. Location: Resources170 — Inspection Tools\Standard Construction 4. Construction Plans identifying the line segments that were videoed. Include cover sheet, overall line layout sheet(s), and plan and profile sheet(s). 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS A. Equipment- 1. Closed Circuit Television Camera a. The television camera used shall be one specifically designed and constructed for sewer inspection. Lighting for the camera shall be suitable to allow a clear picture of the entire periphery of the pipe. The camera shall be operative in 100 percent humidity/submerged conditions. The equipment will provide a view of the pipe ahead of the equipment and of features to the side of the equipment through turning and rotation of the lens. The camera shall be capable of tilting at right angles along the axis of the pipe while panning the camera lens through a full circle about the circumference of the pipe. The lights on the camera shall also be capable of panning 90-degrees to the axis of the pipe. b. The radial view camera must be solid state color and have remote control of the rotational lens. The camera shall be capable of viewing the complete circumference of the pipe and manhole structure, including the cone -section or corbel. The camera lens shall be an auto -iris type with remote controlled manual override. 2.. Video Capture System a. The video and audio recordings of the sewer inspections shall be made using digital video equipment. A video enhancer may be used in conjunction with, but not in lieu of, the required equipment. The digital recording equipment shall capture sewer inspection on USB drive, with each sewer segment (from CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised March 3, 20I6 33 01 31 - 5 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION Page 5 of 7 upstream manhole to downstream manhole) inspection recorded as an individual file in Windows Media Audio/Video (.wmv) format. City has a right to change the format from .WMV media to .MP4 b. The system shall be capable of printing pipeline inspection reports with captured images of defects or other related significant visual information on a standard color printer. c. The system shall store digitized color picture images and be saved in digital format on a USB drive. d. The system shall be able to produce data reports to include, at a minimum, all observation points and pertinent data. All data reports shall match the defect severity codes outlined in the City's CCTV manual. e. Camera footage, date & manhole numbers shall be maintained in real time and shall be displayed on the video monitor as well as the video character generators illuminated footage display at the control console. PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. General L Prior to inspection obtain pipe and manhole asset identification numbers from the plans or City to be used during inspections. Inspections performed using identification numbers other than the plans or from assigned numbers from the City will be rejected. 2. Inspection shall not commence until the sewer section to be televised has been completely cleaned in conformance with Section 33 04 50. (Sewer system should be connected to existing sewer system and should be active) 3. Inspection of newly installed sewers (not yet in service) shall not begin prior to completion of the following. a. Pipe testing b. All manhole work is complete c. Installation of all lateral services d. Vacuum test of manholes 4. Temporary Bypass Pumping (if required) shall conform to Section 33 03 10. B. Storm Sewer Lines L Coordinate with City of Fort Worth Transportation/Public Works Department for CCTV equipment and cleaning requirements. 3.4 INSPECTION (CCTV) A. General Begin inspection immediately after cleaning of the main. 2. Move camera through the line in either direction at a moderate rate, stopping when necessary to permit proper documentation of the main's condition. 3. Do not move camera at a speed greater than 30 feet per minute. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 01286 Revised March 3, 2016 330131-6 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION Page 6 of 7 4. Use manual winches, power winches, TV cable, and power rewinds that do not obstruct the camera view, allowing for proper evaluation. 5. During investigation stop camera at each defect along the main. a. Record the nature, location and orientation of the defect or infiltration location as specified in the CCTV Manual, 6. Pan and tilt the camera to provide additional detail at: a. Manholes, Include condition of manhole in its entirety and interior corrosion protection (if applicable) (Camera should pan the entire manhole from top as well as while lowering into manhole, also show complete view of invert) b. Service connections, Pan the Camera to get a complete overview of service connection including zooming into service connection Include Iocation (i.e. 3 o'clock, 9 o'clock, etc...) c. Joints, Include comment on condition, signs of damage, etc... d. Visible pipe defects such as cracks, broken or deformed pipe, holes, offset joints, obstructions or debris (show as % of pipe diameter). If debris has been found in the pipe during the post -CCTV inspection, additional cleaning is required and pipe shall be re -televised. e. Infiltration/Inflow locations f. Pipe material transitions g. Other locations that do not appear to be typical for normal pipe conditions h. Note locations where camera is underwater and level as a % of pipe diameter. 7. Provide accurate distance measurement. a. The meter device is to be accurate to the nearest 1/10 foot. 8. CCTV inspections are to be continuous. a. Do not provide a single segment of main on more than I USB drive. b. A single segment is defined from manhole to manhole. B. Pre -Installation Inspection for Sewer Mains to be rehabilitated 1. Perform Pre -CCTV inspection immediately after cleaning of the main and before rehabilitation work. 2. If, during inspection, the CCTV will not pass through the entire section of main due to blockage or pipe defect, set up so the inspection can be performed from the opposite manhole. 3. Provisions for repairing or replacing the impassable location are addressed in Section 33 3120, Section 33 31 21 and Section 33 3122. C. Post -Installation Inspection 1. Complete manhole installation before inspection begins. 2. Prior to inserting the camera, flush and clean the main in accordance to Section 33 0450, D. Documentation of CCTV Inspection 1. Sanitary Sewer Lines a. Follow the CCTV Manual (CCTV standard manual supplied by City upon request) for the inspection video, data logging and reporting or Part 1.5 E of this section. 2. Storm Sewer Lines CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised March 3, 2016 33 01 31 -7 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION Page 7 of 7 a. Provided documentation for video, data logging, and reporting in accordance with City of fort Worth Transportation/Public Works Department requirements. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [opt] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. See Section 33 04 50. 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 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised March 3, 2016 330310-1 13YPASS PUMPING OF EXISTING SEWER SYSTEMS Page I of 5 SECTION 33 03 10 BYPASS PUMPING OF EXISTING SEWER SYSTEMS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Bypass pumping of the existing sewer system, required on 18-inch and larger sewer lines unless otherwise specified in the Contract Documents B. Deviations from this City of Fort Worth Standard Specification 1. CDM Smith modifications are shown in blue text. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 -- Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for this Item will be by Iump sum. 1) Wet weather bypass pumping set up cost shall include labor, material, and Q2 equipment cost required to install and make ready for operation the bypass pumping system. 2) Wet weather bypass pumping operation shall include all labor, fuel, and equipment required for operating the bypass pumping system. 2. Payment a. The work performed and materials furnished in accordance with this Item will be paid for as listed below. 1) Wet weather bypass pumping set up will be paid for at the lump sum price bid for "Wet Weather Bypass Pumping Set Up". 2) Wet weather bypass pumping operation will be paid for based on a per day operation for "Wet Weather Bypass Pumping Operation". 3. The price bid shall include: a. Mobilization b. Development of bypass plans c. Transportation and storage d. Setup e. Confined space entry £ Plugging g. Pumping h. Clean up i. Manhole restoration j. Surface restoration CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 330310-2 BYPASS PUMPING OF EXISTING SEWER SYSTEMS Page 2 of 5 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. Occupational Safety and Health Organization (OSHA). 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Schedule meeting with City to review sewer shutdown prior to replacing or rehabilitating any facilities. 2. City reserves the right to delay schedule due to weather conditions, or other unexpected emergency within the sewer system. 3. Review bypass pumping arrangement or layout in the field with City prior to beginning operations. Facilitate preliminary bypass pumping run with City staff present to affirm the operation is satisfactory to the City. 4. After replacement or rehabilitation of facilities, coordinate the reestablishment of sewer flow with City staff. 5. Provide onsite continuous monitoring during all bypass pumping operations using one of the following methods: a. Personnel on site b. Portable SCADA equipment 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. For 18-inch and larger sewer lines, submit a detailed plan and description outlining all provisions and precautions that will be taken with regard to the handling of sewer flows. Submit the plan to the City for approval a minimum of 7 days prior to commencing work. Include the following details: 1. Schedule for installation and maintenance of the bypass pumping system 2. Staging areas for pumps 3. Pump sizes, capacity, number of each size, and power requirements 4. Calculations for static lift, friction losses, and velocity 5. Pump curves showing operating range and system head curves 6. Sewer plugging methods 7. Size, length, material, joint type, and method for installation of suction and discharge piping 8. Method of noise control for each pump and/or generator, if required 9. Standby power generator size and location 10. Suction and discharge piping plan CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 330310-3 BYPASS PUMPING OF EXISTING SEWER SYSTEMS Page 3 of 5 11. Emergency action plan identifying the measures taken in the event of a pump failure or sewer spill 12. Staffing plan for responding to alarm conditions identifying multiple contacts by name and phone numbers (office, mobile) 13. A contingency plan to implement in the event the replacement or rehabilitation has unexpected delays or problems 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS INOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER -FURNISHED [oR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 EQUIPMENT A. Pumping 1. Provide equipment that will convey 100 percent of wet weather peak flow conditions (100 MGD). 2. Provide fully automatic self -priming pumps. Foot -valves or vacuum pumps are not permitted for priming the system. 3. Pumps must be constructed to allow dry ruining for periods of time to account for the cyclical nature of sewer flow. 4. Provide I stand-by pump for each size to be maintained on site. Place backup pumps on line, isolated from the primary system by valve. S. If multiple pumps are required to meet the flow requirements, provide the necessary fittings and connections to incorporate multiple discharges. 6. Noise levels of the pumping system must follow the requirements of the City noise ordinance for gas wells. B. Piping 1. InstaIl pipes with joints which prevent the incident of flow spillage. C. Plugs or Stop Logs 1. Plugs a. Select a plug that is made for the size and potential pressure head that will be experienced. b. Provide an additional anchor, support or bracing to secure plug when back pressure is present. c. Use accurately calibrated air pressure gauges for monitoring the inflation pressure. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 330310-4 BYPASS PUMPING OF EXISTING SEWER SYSTEMS Page 4 of 5 d. Place inflation gauge at location outside of confined space area. Keep the inflation gauge and valve a safe distance from the plugs. e. Never over inflate the plug beyond its pressure rating. Stop Logs a. Use stop log devices designed for the manhole or sewer vault structure in use. b. If applicable, obtain stop logs from City that may be used on specific structures. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. Locate the bypass pipelines in area to minimize disturbance to existing utilities and obtain approval of those locations from the City. B. Make preparations to comply with OSHA requirements when working in the presence of sewer gases, oxygen -deficient atmospheres and confined spaces. C. Do not begin bypass preparation and operation until City approval of the submittals requested per this Specification. 3.4 INSTALLATION A. Install and operate pumping and piping equipment in accordance to the submittals provided per this Specification. B. Sewer flow stoppage Plugging a. Use confined space procedures and equipment during installation when necessary. b. Thoroughly clean the pipe before insertion of the plug. c. Insert the plug seal surface completely so it is fully supported by the pipe. d. Position the plug where there are not sharp edges or protrusions that may damage the plug. e. Use pressure gauges for measuring inflation pressures. f. Minimize upstream pressure head before deflating and removing. C. Sewer flow control and monitoring 1. Take sufficient precautions to ensure sewer flow operations do not cause flooding or damage to public or private property. The Contractor is responsible for any damage resulting from bypass pumping operations. 2. Begin continual monitoring of the sewer system as soon as the sewer is plugged or blocked. Be prepared to immediately start bypass pumping if needed due to surcharge conditions. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 0I286 Revised December 20, 2012 33 03 10 - 5 BYPASS PUMPING OF EXISTING SEWER SYSTEMS Page 5 of 5 3. Sewer discharge may be into another sewer manhole or appropriate vehicle or container only. Do not discharge sewer into an open environment such as an open channel or earthen holding facility. 4. Do not construct bypass facilities where vehicular traffic may travel directly over the piping. a. Provide details in the suction and discharge piping plan that accommodate both the bypass facilities and traffic without disrupting either service. 3.5 REPAIR 1 RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. Field [OR] Site Tests and Inspections 1. Perform leakage and pressure tests of the bypass pumping pipe and equipment before actual operation begins. Have City staff on site during tests. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES A. Once plugging or blocking is no longer necessary, remove in such a way that permits the sewer flow to slowly return to normal — preventing surge, surcharging and major downstream disturbance. 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 SECTION 33 04 50 CLEANING OF SEWER MAINS PART1- GENERAL Xm-lU0 fib / 330450-1 CLEANING OF SEWER MAINS Page 1 of A. General 1. Before any television inspection, any sewer main shall be cleaned to remove all debris, solids, sand, grease, grit, etc. from the sewer and manholes. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: I . Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division I — GeneraI Requirements 3. Section 33 0131 — Closed Circuit Television (CCTV) Inspection 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to the sewer main being cleaned. 2. Payment a. The work performed and the materials furnished in accordance with this Item are subsidiary to the unit price bid per linear foot of sewer pipe complete in place, and no other compensation will be allowed. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 330450-2 CLEANING OF SEWER MAINS Page 2 of 4 PART 2 - PRODUCTS [NOT USED] 2.1 OWNER -FURNISHED [oR] OWNER -SUPPLIED PRODUCTS 2.2 PRODUCT TYPES A. Use only the type of cleaning material which will not create hazards to health or property or affect treatment plant processes. 2.3 ACCESSORIES 2.4 SOURCE QUALITY CONTROL PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 ERECTION/INSTALLATION/APPLICATION [NOT USED] 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. General l . All materials, equipment, and personnel necessary to complete the cleaning of the sanitary sewer main and manholes must be present on the jobsite prior to isolating the sewer manhole or line segment and beginning the cleaning process. 2. Maintain clean work and surrounding premises within the work limits so as to comply with Federal, State, and local environmental and anti -pollution laws, ordinances, codes, and regulations when cleaning and disposing of waste materials, debris, and rubbish. 3. Keep the work and surrounding premises within work limits free of accumulations of dirt, dust, waste materials, debris, and rubbish. 4. Suitable containers for storage of waste materials, debris, and rubbish shall be provided until time of disposal. a. It is the sole responsibility of the Contractor to secure a licensed legal dump site for the disposal of this material. b. Under no circumstances shall sewage or solids removed from the main or manhole be dumped onto streets or into ditches, catch basins, storm drains, or sanitary sewers. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 330450-3 CLEANING OF SEWER MAINS Page 3 of 4 5. The cleaning process shall remove all grease, sand, silts, solids, rags, debris, etc. from each sewer segment, including the manhole(s). 6. Selection of cleaning equipment and the method for cleaning shall be based on the condition of the sanitary sewer mains at the time work commences and will be subject to approval by the City. 7. All cleaning equipment and devices shall be operated by experienced personnel. 8. Satisfactory precautions shall be taken to protect the sanitary sewer mains and manholes from damage that might be inflicted by the improper use of the cleaning process or equipment. 9. Any damages done to a sewer main and/or structure by the Contractor shall be repaired by the Contractor at no additional cost and to the satisfaction of the City. 10. Clearing shall also include the manhole wall washing by high pressure water jet. 11, The Contractor may be required to demonstrate the performance capabilities of the cleaning equipment proposed for use on the project. a. If the results obtained by the proposed sanitary sewer cleaning equipment are not satisfactory, the Contractor shall use different equipment and/or attachments, as required, to meet City satisfaction. b. More than 1 type of equipment/attachments may be required at a location. 12. When hydraulic or high velocity cleaning equipment is used, a suitable sand trap, weir, dam, or suction shall be constructed in the downstream manhole in such a manner that all the solids and debris are trapped for removal. 13. Whenever hydraulically -propelled cleaning tools which depend upon water pressure to provide their cleaning force, or any tool which retard the flow of water in the sanitary sewer lines are used, precautions shall be taken to insure that the water pressure created does not cause any damage or flooding to public or private property being served by the manhole section involved. 14. Any damage of property, as a result of flooding, shall be the liability and responsibility of the Contractor. 15. The flow of wastewater present in the sanitary sewer main shall be utilized to provide necessary fluid for hydraulic cleaning devices whenever possible. 16. When additional quantities of water from fire hydrants are necessary to avoid delay in normal working procedures, the water shall be conserved and not used unnecessarily. a. No fire hydrant shall be obstructed or used when there is a fire in the area. b. It is the responsibility of the Contractor to obtain the fire hydrant, water meter and all related charges for the set-up, including the water usage bills from respective water purveyor agency. c. All expenses shall be considered incidental to the cleaning of the existing sanitary sewer mains. B. Methods 1. Hydraulic Cleaning a. Hydraulic -propelled devices which require a head of water to operate must utilize a collapsible dam. b. The dam must be easily collapsible to prevent damage to the sewer main, property, etc. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 330450-4 CLEANING OF SEWER MAINS Page 4 of 4 c. When using hydraulically -propelled devices, precautions shall be taken to insure that the water pressure created does not cause damage or flood public or private property. d. Do not increase the hydraulic gradient of the sanitary sewers beyond the elevation that could cause overflow of sewage into area waterways or laterals. e. The flow of wastewater present in the sanitary sewer main shall be utilized to provide necessary fluid for hydraulic cleaning devices whenever possible. 2. High -Velocity Cleaning a. Cleaning equipment that uses a high velocity water jet for removing debris shall be capable of producing a minimum volume of 50 gpm, with a pressure of 1,500 psi, for the sanitary sewer line and 3,500 psi for the (manhole) structure at the pump. 1) Any variations to this pumping rate must be approved, in advance, by the City. 2) To prevent damage to older sewer mains and property, a pressure less than 1500 psi can be used. 3) A working pressure gauge shall be used on the discharge of all high pressure water pumps. 4) For sewers 18 inches and Iarger in diameter, in addition to conventional nozzles, use a nozzle which directs the cleaning force to the bottom of the pipe. 5) Operate the equipment so that the pressurized nozzle continues to move at all times. 6) The pressurized nozzle shall be turned off or reduced anytime the hose is on hold or delayed in order to prevent damage to the line. 3. Mechanical Cleaning a. Mechanical cleaning, in addition to normal cleaning when required, shall be with approved equipment and accessories driven by power winching devices. b. Submit the equipment manufacturer's operational manual and guidelines to the City, which shall be followed strictly unless modified by the City. c. All equipment and devices shall be operated by experienced operators so that they do not damage the pipe in the process of cleaning. d. Buckets, scrapers, scooters, porcupines, kites, heavy duty brushes, and other debris -removing equipment/accessories shall be used as appropriate and necessary in the field, in conjunction with the approved power machines. e. The use of cleaning devices such as rods, metal pigs, porcupines, root saws, snakes, scooters, sewer balls, kites, and other approved equipment, in conjunction with hand winching device, and/or gas, electric rod propelled devices, shall be considered normal cleaning equipment. 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 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 330510-1 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page I of 20 SECTION 33 0510 UTILITY TRENCH EXCAVATION, EMBEDMENT AND BACKFILL PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Excavation, Embedment and Backfill for: u. i .aissui4 Applieatiens 1) �l�l„tef h;..+,..ibut;e.. of T a -as . is&i,.... Ail,.:«. .� ..uwi La 2) Wastewater- FOFOe Mai* b. Gravity Applications 1) Wastewater Gravity Mains 2) Sturm Sewer Pipe and r,ulvefts. 2. Including: a. Excavation of all material encountered, including rock and unsuitable materials b. Disposal of excess unsuitable material c. Site specific trench safety d. Pumping and dewatering e. Embedment f. Concrete encasement for utility lines g. Backfill h. Compaction B. Deviations from this City of Fort Worth Standard Specification 1. CDM Smith modifications are shown in blue text. C. Related Specification Sections include, but are not necessarily Iimited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division I - General Requirements 3. Section 02 41 13 - Selective Site Demolition 4. Section 02 41 15 - Paving Removal 5. Section 02 41 14 - Utility Removal/Abandonment 5. Section 03 30 00 - Cast -in -place Concrete 7. Section 03 34 13 - Controlled Low Strength Material (CLSM) 8. Section 31 10 00 -Site Clearing 9, Section 3125 00 - Erosion and Sediment Control 10. Section 33 05 26 - Utility Markers/Locators 11. Section 34 71 13 - Traffic Control CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City project No. 01286 Revised December 12, 2016 3305 10 - 2 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 2 of 20 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Trench Excavation, Embedment and Backfill associated with the installation of an underground utility or excavation a. Measurement 1) This Item is considered subsidiary to the installation of the utility pipe line as designated in the Drawings. b. Payment 1) The work performed and the materials furnished in accordance with this Item are considered subsidiary to the installation of the utility pipe for the type of embedment and backfill as indicated on the plans. No other compensation will be allowed. 2. Imported Embedment or Backfill a. Measurement 1) Measured by the cubic yard as delivered to the site and recorded by truck ticket provided to the City b. Payment 1) Imported fill shall only be paid when using materials for embedment and backfill other than those identified in the Drawings. The work performed and materials furnished in accordance with pre -bid item and measured as provided under "Measurement" will be paid for at the unit price bid per cubic yard of "Imported Embedment/Backfill" delivered to the Site for: a) Various embedmentfbackfill materials c. The price bid shall include: 1) Furnishing backfiII or embedment as specified by this Specification 2) Hauling to the site 3) Placement and compaction of backfill or embedment 3. Concrete Encasement for Utility Lines a. Measurement 1) Measured by the cubic yard per plan quantity. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per cubic yard of "Concrete Encasement for Utility Lines" per plan quantity. c. The price bid shall include: 1) Furnishing, hauling, placing and finishing concrete in accordance with Section 03 30 00 2) Clean-up 4. Ground Water Control a. Measurement 1) Measurement shall be lump sum when a ground water control plan is specifically required by the Contract Documents. b. Payment 1) Payment shall be per the lump sum price bid for "Ground Water Control" including: a) Submittals b) Additional Testing CITY OF FORT WORTH 90-Ineb (M-280) Sanitary Sewer Rebabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 12, 2016 330510-3 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 3 of 20 c) Ground water control system installation d) Ground water control system operations and maintenance e) Disposal of water f) Removal of ground water control system 5. Trench Safety a. Measurement 1) Measured per linear foot of excavation for all trenches that require trench safety in accordance with OSHA excavation safety standards (29 CFR Part 1926 Subpart P Safety and Health regulations for Construction) b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of excavation to comply with OSHA excavation safety standards (29 CFR Part 1926.650 Subpart P), including, but not limited to, all submittals, labor and equipment. 1.3 REFERENCES A. Definitions 1. General — Definitions used in this section are in accordance with Terminologies ASTM F412 and ASTM D8 and Terminology ASTM D653, unless otherwise noted. 2. Definitions for trench width, backfill, embedment, initial backfill, pipe zone, haunching bedding, springline, pipe zone and foundation are defined as shown in the following schematic: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 12, 2016 90-Inch (M-280) Sanitary Sewer Rehabilitation City Project No. 01286 330510-4 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND HACKFILL Page 4 of 20 3. Deleterious materials — Harmful materials such as clay lumps, silts and organic material 4. Excavated Trench Depth — Distance from the surface to the bottom of the bedding or the trench foundation 5. Final Backfill Depth a. Unpaved Areas — The depth of the final backfill measured from the top of the initial backfill to the surface b. Paved Areas — The depth of the final backfill measured from the top of the initial backfill to bottom of permanent or temporary pavement repair B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM Standards: a. ASTM C33-08 Standard Specifications for Concrete Aggregates b. ASTM C88-05 Soundness of Aggregate by Use of Sodium Sulfate or Magnesium Sulfate c. ASTM C136-01 Test Method for Sieve Analysis of Fine and Coarse Aggregate d. ASTM D448-08 Standard Classification for Sizes of Aggregate for Road and Bridge Construction. e. ASTM C535-09 Standard Test Method for Resistance to Degradation of Large - Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine f. ASTM D588 — Standard Test method for Moisture -Density Relations of Soil - Cement Mixture g. ASTM D698-07 Test Method for Laboratory Compaction Characteristics of Soil Using Stand Efforts (12,400 ft-lb/ft3 600 Kn-m/M3)). h. ASTM 1556 Standard Test Methods for Density and Unit Weight of Soils in Place by Sand Cone Method. i. ASTM 2487 10 Standard Classification of Soils for Engineering Purposes (Unified Soil Classification System) j. ASTM 2321-09 Underground Installation of Thermoplastic Pipe for Sewers and Other Gravity -Flow Applications k. ASTM D2922 — Standard Test Methods for Density of Soils and Soil Aggregate in Place by Nuclear Methods (Shallow Depth) 1. ASTM 3017 - Standard Test Method for Water Content of Soil and Rock in place by Nuclear Methods (Shallow Depth) In. ASTM D4254 - Standard Test Method for Minimum Index Density and Unit Weight of Soils and Calculations of Relative Density 3. OSHA a. Occupational Safety and Health Administration CFR 29, Part 1926-Safety Regulations for Construction, Subpart P - Excavations 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Utility Company Notification a. Notify area utility companies at least 48 hours in advance, excluding weekends and holidays, before starting excavation. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 12, 2016 330510-5 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 5 of 20 b. Request the Iocation of buried lines and cables in the vicinity of the proposed work. B. Sequencing 1. Sequence work for each section of the pipe installed to complete the embedment and backfill placement on the day the pipe foundation is complete. 2. Sequence work such that proctors are complete in accordance with ASTM D698 prior to commencement of construction activities. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to construction. 1.6 ACTION SUBMITTALS/INFORMATIONAL ,SUBMITTALS A. Shop Drawings 1. Provide detailed drawings and explanation for ground water and surface water control. required. 2. Trench Safety Plan in accordance with Occupational Safety and Health Administration CFR 29, Part 1926-Safety Regulations for Construction, Subpart P - Excavations 3. Stockpiled excavation and/or backfill material a. Provide a description of the storage of the excavated material only if the Contract Documents do not allow storage of materials in the right -of way of the easement. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Soil Testing for Compaction I. Previous to the general placement of the fill and during such placement, the Engineer may select areas within the limits of the fill for testing the degree of compaction obtained. Cooperate fully in obtaining the information desired. 2. Payment for testing will be made by the Owner. If test results are unsatisfactory, all costs involved in correcting deficiencies in compacted materials to the satisfaction of the Engineer, will be borne by the Contractor. 3. Compaction percent density will be determined by ASTM D1557, Method D. B. Chemical Soil Testing 1. Submit representative samples of proposed common fill and sand fill, each sample weighing approximately 50 lbs, at least 10 days prior to the date of anticipated use of such material. 2. The fill material will be analyzed for metals, volatile organic compounds (VOC), cyanide and total petroleum hydrocarbons. 3. Payment for testing will be made by the Owner. 4. Fill material shall not be used for backfilling until approved by the Engineer. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 12, 2016 330510-6 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 6 of 20 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage 1. Within Existing Rights -of -Way (ROW) a. Spoil, imported embedment and backfill materials may be stored within existing ROW, easements or temporary construction easements, unless specifically disallowed in the Contract Documents. b. Do not block drainage ways, inlets or driveways. c. Provide erosion control in accordance with Section 3125 00. d. Store materials only in areas barricaded as provided in the traffic control plans. e. In non -paved areas, do not store material on the root zone of any trees or in landscaped areas. 2. Designated Storage Areas a. If the Contract Documents do not allow the storage of spoils, embedment or backfill materials within the ROW, easement or temporary construction easement, then secure and maintain an adequate storage location. b. Provide an affidavit that rights have been secured to store the materials on private property. c. Provide erosion control in accordance with Section 3125 00. d. Do not block drainage ways. e. Only materials used for 1 working day will be allowed to be stored in the work zone. B. Deliveries and haul -off - Coordinate all deliveries and haul -off. 1.11 FIELD [SITE) CONDITIONS A. Existing Conditions 1. Any data which has been or may be provided on subsurface conditions is not intended as a representation or warranty of accuracy or continuity between soils. It is expressly understood that neither the City nor the Engineer will be responsible for interpretations or conclusions drawn there from by the Contractor. 2. Data is made available for the convenience of the Contractor. 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS 2.1 OWNER -FURNISHED IoR] OWNER -SUPPLIED PRODUCTS 2.2 MATERIALS A. Materials 1. Utility Sand a. Granular and free flowing b. Generally meets or exceeds the limits on deleterious substances per Table 1 for fine aggregate according to ASTM C 33 c. Reasonably free of organic material CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 01286 Revised December 12, 2016 330510-7 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 7 of 20 d. Gradation: sand material consisting of durable particles, free of thin or elongated pieces, lumps of clay, loam or vegetable matter and meets the following gradation may be used for utility sand embedment/backfill, and graded with following limits when tested in accordance with ASTM C136. Sieve Size Percent Retained %2" 0 `/" 0-5 #4 0-10 # 16 0-20 #50 20-70 # 100 60-90 #200 90-100 2. Crushed Rock a. Durable crushed rock or recycled concrete b. Meets the gradation of ASTM D448 size numbers 56, 57 or 67 c. May be unwashed d. Free from significant silt clay or unsuitable materials e. Percentage of wear not more than 40 percent per ASTM C131 or C535 f Not more than a 12 percent maximum loss when subjective to 5 cycles of sodium sulfate soundness per ASTM C88 3. Fine Crushed Rock a. Durable crushed rock b. Meets the gradation of ASTM D448 size numbers 8 or 89 c. May be unwashed d. Free from significant silt clay or unsuitable materials. e. Have a percentage of wear not more than 40 percent per ASTM C131 or C535 f. Not more than a 12 percent maximum loss when subjective to 5 cycles of sodium sulfate soundness per ASTM C88 4. BaIlast Stone a. Stone ranging from 3 inches to 6 inches in greatest dimension. b. May be unwashed c. Free from significant silt clay or unsuitable materials d. Percentage of wear not more than 40 percent per ASTM C 131 or C535 e. Not more than a 12 percent maximum loss when subjected to 5 cycles of sodium sulfate soundness per ASTM C88 5. Acceptable Backfill Material a. In -situ or imported soils classified as CL, CH, SC or GC in accordance with ASTM D2487 b. Free from deleterious materials, boulders over 6 inches in size and organics c. Can be placed free from voids d. Must have 20 percent passing the number 200 sieve 6. Blended Backfill Material a. In -situ soils classified as SP, SM, GP or GM in accordance with ASTM D2487 b. Blended with in -situ or imported acceptable backfill material to meet the requirements of an Acceptable Backfill Material c. Free from deleterious materials, boulders over 6 inches in size and organics d. Must have 20 percent passing the number 200 sieve CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 12, 2016 330510-8 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 8 of 20 7_ Unacceptable Backfill Material a. In -situ soils classified as ML, MH, PT, OL or OH in accordance with ASTM D2487 8. Select Fill a. Classified as SC or CL in accordance with ASTM D2487 b. Liquid limit less than 35 c. Plasticity index between 8 and 20 9. Cement Stabilized Sand (CSS) a. Sand 1) Shall be clean, durable sand meeting grading requirements for fine aggregates of ASTM C33 and the following requirements: a) Classified as SW, SP, or SM by the United Soil Classification System of ASTM D2487 b) Deleterious materials (1) Clay lumps, ASTM C142, less than 0.5 percent (2) Lightweight pieces, ASTM C123, less than 5.0 percent (3) Organic impurities, ASTM C40, color no darker than standard color (4) Plasticity index of 4 or less when tested in accordance with ASTM D4318. b. Minimum of 4 percent cement content of Type 1/I1 portland cement c. Water 1) Potable water, free of soils, acids, alkalis, organic matter or other deleterious substances, meeting requirements of ASTM C94 d. Mix in a stationary pug mill, weigh -batch or continuous mixing plant. e. Strength 1) 50 to 150 psi compressive strength at 2 days in accordance with ASTM D1633, Method A 2) 200 to 250 psi compressive strength at 28 days in accordance with ASTM D1633, Method A 3) The maximum compressive strength in 7 days shall be 400 psi. Backfill that exceeds the maximum compressive strength shall be removed by the Contractor for no additional compensation. £ Random samples of delivered product will be taken in the field at point of delivery for each day of placement in the work area. Specimens will be prepared in accordance with ASTM D1632. 10. Controlled Low Strength Material (CLSM) a. Conform to Section 03 34 13 I I . Trench Geotextile Fabric a. Soils other than ML or OH in accordance with ASTM D2487 1) Needle punch, nonwoven geotextile composed of polypropylene fibers 2) Fibers shall retain their relative position 3) Inert to biological degradation 4) Resist naturally occurring chemicals 5) UV Resistant 6) Mirafi 140N by Teneate, or approved equal b. Soils Classified as ML or OH in accordance with ASTM D2487 1) High -tenacity monofilament polypropylene woven yarn 2) Percent open area of 8 percent to10 percent CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 01286 Revised December 12, 2016 3305 10 - 9 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 9 of 20 3) Fibers shall retain their relative position 4) Inert to biological degradation 5) Resist naturally occurring chemicals 6) UV Resistant 7) Mirafi FW402 by Tencate, or approved equal 12. Concrete Encasement a. Conform to Section 03 30 00. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS INOT USED] 3.2 EXAMINATION A. Verification of Conditions 1. Review all known, identified or marked utilities, whether public or private, prior to excavation. 2. Locate and protect all known, identified and marked utilities or underground facilities as excavation progresses. 3. Notify all utility owners within the project limits 48 hours prior to beginning excavation. 4. The information and data shown in the Drawings with respect to utilities is approximate and based on record information or on physical appurtenances observed within the project limits. 5. Coordinate with the Owner(s) of underground facilities. 6. Immediately notify any utility owner of damages to underground facilities resulting from construction activities. 7. Repair any damages resulting from the construction activities. B. Notify the City immediately of any changed condition that impacts excavation and installation of the proposed utility. 3.3 PREPARATION A. Protection of In-PIace Conditions Pavement a. Conduct activities in such a way that does not damage existing pavement that is designated to remain. 1) Where desired to move equipment not licensed for operation on public roads or across pavement, provide means to protect the pavement from all damage. b. Repair or replace any pavement damaged due to the negligence of the contractor outside the limits designated for pavement removal at no additional cost to the City. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 12, 2016 3305 10-10 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 10 of 20 2. Drainage a. Maintain positive drainage during construction and re-establish drainage for all swales and culverts affected by construction. 3. Trees a. When operating outside of existing ROW, stake permanent and temporary construction easements. b. Restrict all construction activities to the designated easements and ROW. c. Flag and protect all trees designated to remain in accordance with Section 31 10 00. d. Conduct excavation, embedment and backfill in a manner such that there is no damage to the tree canopy. e. Prune or trim tree limbs as specifically allowed by the Drawings or as specifically allowed by the City. 1) Pruning or trimming may only be accomplished with equipments specifically designed for tree pruning or trimming. f. Remove trees specifically designated to be removed in the Drawings in accordance with Section 31 10 00, 4. Above ground Structures a. Protect all above ground structures adjacent to the construction. b. Remove above ground structures designated for removal in the Drawings in accordance with Section 02 41 13 5. Traffic a. Maintain existing traffic, except as modified by the traffic control plan, and in accordance with Section 34 71 13. b. Do not block access to driveways or alleys for extended periods of time unless: 1) Alternative access has been provided 2) Proper notification has been provided to the property owner or resident 3) It is specifically allowed in the traffic control plan c. Use traffic rated plates to maintain access until access is restored. 6. Traffic Signal — Poles, Mast Arms, Pull boxes, Detector loops a. Notify the City's Traffic Services Division a minimum of 48 hours prior to any excavation that could impact the operations of an existing traffic signal. b. Protect all traffic signal poles, mast arms, pull boxes, traffic cabinets, conduit and detector loops. c. Immediately notify the City's Traffic Services Division if any damage occurs to any component of the traffic signal due to the contractors activities. d. Repair any damage to the traffic signal poles, mast arms, pull boxes, traffic cabinets, conduit and detector loops as a result of the construction activities. 7. Fences a. Protect all fences designated to remain. b. Leave fence in the equal or better condition as prior to construction. 3.4 INSTALLATION A. Excavation 1. Excavate to a depth indicated on the Drawings. 2. Trench excavations are defined as unclassified. No additional payment shall be granted for rock or other in -situ materials encountered in the trench. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 12, 2016 33 05 10 - 1 1 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 11 of 20 I Excavate to a width sufficient for laying the pipe in accordance with the Drawings and bracing in accordance with the Excavation Safety Plan. 4. The bottom of the excavation shall be firm and free from standing water. a. Notify the City immediately if the water and/or the in -situ soils do not provide for a firm trench bottom. b. The City will determine if any changes are required in the pipe foundation or bedding. 5. Unless otherwise permitted by the Drawings or by the City, the limits of the excavation shall not advance beyond the pipe placement so that the trench may be backfilled in the same day. 6. Over Excavation a. Fill over excavated areas with the specified bedding material as specified for the specific pipe to be installed. b. No additional payment will be made for over excavation or additional bedding material. 7. Unacceptable Backfill Materials a. In -situ soils classified as unacceptable backfill material shall be separated from acceptable backfill materials. b. If the unacceptable backfill material is to be blended in accordance with this Specification, then store material in a suitable location until the material is blended. c. Remove all unacceptable material from the project site that is not intended to be blended or modified. 8. Rock — No additional compensation will be paid for rock excavation or other changed field conditions. B. Shoring, Sheeting and Bracing 1. Engage a Licensed Professional Engineer in the State of Texas to design a site specific excavation safety system in accordance with Federal and State requirements. 2. Excavation protection systems shall be designed according to the space limitations as indicated in the Drawings. 3. Furnish, put in place and maintain a trench safety system in accordance with the Excavation Safety Plan and required by Federal, State or local safety requirements. 4. If soil or water conditions are encountered that are not addressed by the current Excavation Safety Plan, engage a Licensed Professional Engineer in the State of Texas to modify the Excavation Safety Plan and provide a revised submittal to the City. 5. Do not allow soil, or water containing soil, to migrate through the Excavation Safety System in sufficient quantities to adversely affect the suitability of the Excavation Protection System. Movable bracing, shoring plates or trench boxes used to support the sides of the trench excavation shall not: a. Disturb the embedment located in the pipe zone or lower b. Alter the pipe's line and grade after the Excavation Protection System is removed c. Compromise the compaction of the embedment located below the spring line of the pipe and in the haunching CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPCCIFICATION DOCUMENTS City Project No. 01286 Revised December 12, 2016 3305 10-12 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 12 of 20 C. Water Control Surface Water a. Furnish all materials and equipment and perform all incidental work required to direct surface water away from the excavation. Ground Water a. Furnish all materials and equipment to dewater ground water by a method which preserves the undisturbed state of the subgrade soils. b. Do not allow the pipe to be submerged within 24 hours after placement. c. Do not allow water to flow over concrete until it has sufficiently cured. d. Engage a Licensed Engineer in the State of Texas to prepare a Ground Water Control Plan if any of the following conditions are encountered: 1) A Ground Water Control Plan is specifically required by the Contract Documents 2) If in the sole judgment of the City, ground water is so severe that an Engineered Ground Water Control Plan is required to protect the trench or the installation of the pipe which may include: a) Ground water levels in the trench are unable to be maintained below the top of the bedding b) A firm trench bottom cannot be maintained due to ground water c) Ground water entering the excavation undermines the stability of the excavation. d) Ground water entering the excavation is transporting unacceptable quantities of soils through the Excavation Safety System, e. In the event that there is no bid item for a Ground Water Control and the City requires an Engineered Ground Water Control Plan due to conditions discovered at the site, the contractor will be eligible to submit a change order. f. Control of ground water shall be considered subsidiary to the excavation when: 1) No Ground Water Control Plan is specifically identified and required in the Contract Documents g. Ground Water Control Plan installation, operation and maintenance 1) Furnish all materials and equipment necessary to implement, operate and maintain the Ground Water Control Plan. 2) Once the excavation is complete, remove all ground water control equipment not called to be incorporated into the work. h. Water Disposal 1) Dispose of ground water in accordance with City policy or Ordinance. 2) Do not discharge ground water onto or across private property without written permission. 3) Permission from the City is required prior to disposal into the Sanitary Sewer. 4) Disposal shall not violate any Federal, State or local regulations. D. Embedment and Pipe Placement t. 1 drakes in diamYette -i .—Water-�ii}a�le6nthan, z-ei-eclucr1 v rcT u. The e.#im e.....1eR4Zang- shall h, .F,.:F .,ter-W , b.;-- 1 ltility sand .+4.A he gene,. -Ay used F .- .,p4.,,..1m p. nt v. a, g.vu..0 rr uta,i is ipump, then use ,]) TF,.,.,,.,he,l f.,e e. eifi ,.,lly ide„ti f4e 1 in the r,.,,.t. aet E)eetifn......t,. then e ,shed ek shall be paidby the a bidtinit p CITY OF FORT WORTH 40-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 12, 2016 3305 10-13 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 13 of 20 ' a MUM, ■ - 1 S 4xv d, Gfiashed r-e& fee+ ..ter, a , be Hsed f4- offibedment far- steel pipe. shall vaavhed Foek vvie itite a oat4V+-.;th utility s ...a i..�, be,ldi n,.,,� ide ffffl r;f S. iiv vi41y 111 �, Er-eflah. >t�fEMtF a_ PI MI 111111M ■ a , 3. _enter- Lines s ' Q ;„el.es and greater- ,i;.,,.., + -�. Water- uaaa4r� ✓v iii�iitj� µi ft. The e,+;u«e embedment zone shall be eF, 'f fft+ ! CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 12, 2016 3305 10-14 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 14 of 20 4. Sanitary Sewer Lines and Storm Sewer Lines a. The entire embedment zone shall be of uniform material. b. Crushed rock shall be used for embedment. c. Place evenly spread bedding material on a firm trench bottom. d. Spread bedding so that lines and grades are maintained and that there are no sags in the sanitary sewer pipe line. e. Provide firm, uniform bedding. 1) Additional bedding may be required if ground water is present in the trench. 2) If additional crushed rock is required which is not specifically identified in the Contract Documents, then crushed rock shall be paid by the pre -bid unit price. f. Place pipe on the bedding according to the alignment shown in the Drawings. g. The pipe line shall be within ±0.1 inches of the elevation, and be consistent with the grade shown on the Drawings. h. Place and compact embedment material to adequately support haunches in accordance with the pipe manufacturer's recommendations. i. For sewer lines greater than 30 inches in diameter, the embedment lift shall not exceed the spring line prior to compaction. j. Place remaining embedment including initial backfill to a minimum of 6 inches, but not more than 12 inches, above the pipe. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 12, 2016 330510-15 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 15 of 20 k. Compact the embedment and initial backfill to 95 percent Standard Proctor ASTM D 698. 1. Density test may be performed by City to verify that the compaction of embedment meets requirements. m. Place trench geotextile fabric on top of the initial backfill. n. Place marker tape on top of the trench geotextile fabric in accordance with Section 33 05 26. UaM ■ s _ . MFNF.MM "M FVTVIR W.". • CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 12, 2016 330510-16 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 16 of 20 ■ -0 .............. ■ rip ■ prtu".-rr■ ■_� ■ E. Trench Backfill 1. At a minimum, place backfill in such a manner that the required in -place density and moisture content is obtained, and so that there will be no damage to the surface, pavement or structures due to any trench settlement or trench movement. a. Meeting the requirement herein does not relieve the responsibility to damages associated with the Work. 2. Backfill Material a. Final backfill depth less than 15 feet 1) Backfill with: a) Acceptable backfill material b) Blended backfill material, or c) Select backfill material, CSS, or CLSM when specifically required b. Final backfill depth 15 feet or greater: (under pavement or future pavement) 1) Backfill depth from 0 tol5 feet deep a) Backfill with: (1) Acceptable backfill material (2) Blended backfill material, or (3) Select backfill material, CSS, or CLSM when specifically required 2) Backfill depth from 15 feet and greater CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 12, 2016 330510-17 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 17 of 20 a) Backfill with: (1) Select Fill (2) CSS, or (3) CLSM when specifically required c. Final backfill depth 15 feet or greater: (not under pavement or future pavement) 1) Backfill with: a) Acceptable backfill material, or b) Blended backfill material d. Backfill for service lines: 1) Backfill for water or sewer service lines shall be the same as the requirement of the main that the service is connected to. 3. Required Compaction and Density a. Final backfill (depths less than 15 feet) 1) Compact acceptable backfill material, blended backfill material or select backfill to a minimum of 95 percent Standard Proctor per ASTM D698 at moisture content within -2 to +5 percent of the optimum moisture. 2) CSS or CLSM requires no compaction. b. Final backfill (depths 15 feet and greater/under existing or future pavement) 1) Compact select backfill to a minimum of 98 percent Standard Proctor per ASTM D 698 at moisture content within -2 to +5 percent of the optimum moisture. 2) CSS or CLSM requires no compaction. c. Final backfill (depths 15 feet and greater/not under existing or future pavement) 1) Compact acceptable backfill material blended backfill material, or select backfill to a minimum of 95 percent Standard Proctor per ASTM D 698 at moisture content within -2 to +5 percent of the optimum moisture. 4. Saturated Soils a. If in -situ soils consistently demonstrate that they are greater than 5 percent over optimum moisture content, the soils are considered saturated. b. Flooding the trench or water jetting is strictly prohibited. c. If saturated soils are identified in the Drawings or Geotechnical Report in the Appendix, Contractor shall proceed with Work following all backfill procedures outlined in the Drawings for areas of soil saturation greater than 5 percent. d. If saturated soils are encountered during Work but not identified in Drawings or Geotechnical Report in the Appendix: 1) The Contractor shall: a) Immediately notify the City. b) Submit a Contract Claim for Extra Work associated with direction from City. 2) The City shall: a) Investigate soils and determine if Work can proceed in the identified location. b) Direct the Contractor of changed backfill procedures associated with the saturated soils that may include: (1) Imported backfill (2) A site specific backfill design CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 12, 2016 3305 10 - 18 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND $ACMLL Page 18 of 20 5. ' Placement of Backfill a. Use only compaction equipment specifically designed for compaction of a particular soil type and within the space and depth limitation experienced in the trench. b. Flooding the trench or water setting is strictly prohibited. c. Place in loose lifts not to exceed 12 inches. d. Compact to specified densities. e. Compact only on top of initial backfill, undisturbed trench or previously compacted backfill. f. Remove any loose materials due to the movement of any trench box or shoring or due to sloughing of the trench wall. g. Install appropriate tracking balls for water and sanitary sewer trenches in accordance with Section 33 05 26. 6. Backfill Means and Methods Demonstration a. Notify the City in writing with sufficient time for the City to obtain samples and perform standard proctor test in accordance with ASTM D698. b. The results of the standard proctor test must be received prior to beginning excavation. c. Upon commencing of backfill placement for the project the Contractor shall demonstrate means and methods to obtain the required densities. d. Demonstrate Means and Methods for compaction including- I) Depth of lifts for backfill which shall not exceed 12 inches 2) Method of moisture control for excessively dry or wet backfill 3) Placement and moving trench box, if used 4) Compaction techniques in an open trench 5) Compaction techniques around structure e. Provide a testing trench box to provide access to the recently backfilled material. f. The City will provide a qualified testing lab full time during this period to randomly test density and moisture continent. 1) The testing lab will provide results as available on the job site. 7. Varying Ground Conditions a. Notify the City of varying ground conditions and the need for additional proctors. b. Request additional proctors when soil conditions change. c. The City may acquire additional proctors at its discretion. d. Significant changes in soil conditions will require an additional Means and Methods demonstration. 3.5 REPAIR [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. Field Tests and Inspections 1. Proctors a. The City will perform Proctors in accordance with ASTM D698. b. Test results will generally be available to within 4 calendar days and distributed to: 1) Contractor CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 12, 2016 330510-19 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 19 of 20 2) City Project Manager 3) City Inspector 4) Engineer c. Notify the City if the characteristic of the soil changes. d. City will perform new proctors for varying soils: 1) When indicated in the geotechnical investigation in the Appendix 2) If notified by the Contractor 3) At the convenience of the City e. Trenches where different soil types are present at different depths, the proctors shall be based on the mixture of those soils. 2. Density Testing of Backfill a. Density Tests shall be in conformance with ASTM D2922. b. Provide a testing trench protection for trench depths in excess of 5 feet. c. Place, move and remove testing trench protection as necessary to facilitate all test conducted by the City. d. For final backfill depths less than 15 feet and trenches of any depth not under existing or future pavement: 1) The City will perform density testing twice per working day when backfilling operations are being conducted. 2) The testing lab shall take a minimum of 3 density tests of the current lift in the available trench. e. For final backfill depths 15 feet and greater deep and under existing or future pavement: 1) The City will perform density testing twice per working day when backfilling operations are being conducted. 2) The testing lab shall take a minimum of 3 density tests of the current lift in the available trench. 3) The testing lab will remain onsite sufficient time to test 2 additional lifts. f. Make the excavation available for testing. g. The City will determine the location of the test. h. The City testing lab will provide results to Contractor and the City's Inspector upon completion of the testing. i. A formal report will be posted to the City's Buzzsaw site within 48 hours. j. Test reports shall include: 1) Location of test by station number 2) Time and date of test 3) Depth of testing 4) Field moisture 5) Dry density 6) Proctor identifier 7) Percent Proctor Density 3. Density of Embedment a. Storm sewer boxes that are embedded with acceptable backfill material, blended backfill material, cement modified backfill material or select material will follow the same testing procedure as backfill. b. The City may test fine crushed rock or crushed rock embedment in accordance with ASTM D2922 or ASTM 1556. B. Non -Conforming Work 1. All non -conforming work shall be removed and replaced. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 12, 2016 330510-20 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 20 of 20 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH 90-Inch -280 (M ) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 12, 2016 3305 13- 1 FRAME, COVER, AND GRADE RINGS — CAST IRON Page 1 of 5 SECTION 33 0513 FRAME, COVER, AND GRADE RINGS — CAST IRON PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Cast iron frame, cover and grade rings used as access ports into water, sanitary sewer and storm drain structures such manholes or vaults B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. This Item is considered subsidiary to the structure containing the frame, cover and grade rings. 2. Payment a. The work performed and the materials furnished in accordance with this Item are subsidiary to the unit price bid per each structure complete in place, and no other compensation will be allowed. 1.3 REFERENCES A. Reference Standards I. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM International (ASTM) a. ASTM A48 — Standard Specification for Gray Iron Castings b. ASTM A536 - Standard Specification for Ductile Iron Castings c. ASTM C478 - Specification for Precast Reinforced Concrete Manhole Sections 3. American Association of State Highways and Transportation Officials (AASHTO) a. AASHTO M306 —Standard Specification for Drainage, Sewer, Utility and Related Castings 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01296 Revised January 22, 2016 3305 13 - 2 FRAME, COVER, AND GRADE RINGS — CAST IRON Page 2 of 5 B. All submittals shall be approved by the Engineer or the City prior to delivery and/or fabrication for specials. 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS A. Product Data 1. All castings shall be cast with: a. Approved foundry's name b. Part number c. Country of origin 2. Provide manufacturer's: a. Specifications b. Load tables c. Dimension diagrams d. Anchor details e. Installation instructions B. Certificates 1. Manufacturer shall certify that all castings conform to the ASTM and AASHTO designations. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED [oR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS A. Manufacturers 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section 01 60 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be subnutted in accordance with Section 0125 00. B. Castings 1. Use castings for frames that conform to ASTM A48, Class 35B or better. 2. Use castings for covers that conform to ASTM A536, Grade 65-45-12 or better. 3. Use clean casting capable of withstanding application of AASHTO HS-20 vehicle loading with permanent deformation. 4. Covers CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 01286 Revised )amtary 22, 2016 330513-3 FRAME, COVER, AND GRADE RINGS — CAST IRON Page 3 of 5 a. Size to set flush with the frame with no larger than a 1/8 inch gap between the frame and cover b. Provide with 2 inch wide pick slots in lieu of pick holes. c. Provide gasket in frame and cover. d. Standard Dimensions 1) Sanitary Sewer a) Provide a clear opening of 30 inches for all sanitary sewer frames and cover assemblies unless otherwise specified in the Contract Documents. 2) Storm Drain a) Provide a clear opening of 22 1/2 inches for all storm drain frames, inlets and cover assemblies unless otherwise specified in the Contract Documents. b) Provide a minimum clear opening of 30 inches for all storm sewer manholes and junction structures. e. Standard Labels 1) Water a) Cast lid with the word "WATER" in 2-inch letters across the lid. 2) Sanitary Sewer a) Cast lid with the word "SANITARY SEWER" in 2-inch letters across the Iid. 3) Storm Drain a) Cast lid with the word "STORM DRAIN" in 2-inch letters across the lid. f. Hinge Covers 1) Provide water tight gasket on all hinged covers. 2) Water a) Provide hinged covers for all water structures. 3) Sanitary Sewer a) Provide hinged covers for all manholes or structures constructed over 24-inch sewer lines and larger and for manholes where rim elevations are greater than 12 inches above the surface. C. Grade Rings 1. Provide grade rings in sizes from 2-inch up to 8-inch. 2. Use concrete in traffic loading areas. 3. In non -traffic areas concrete or HDPE can be used. D. Joint Sealant 1. Provide a pre -formed or trowelable bitumastic sealant in an extrudable or flat tape form. 2. Provide sealant that is not dependant on a chemical action for its adhesive properties or cohesive strength. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised January 22, 2016 330513-4 FRAME, COVER, AND GRADE RINGS — CAST IRON Page 4 of 5 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Grade Rings 1. Place as shown in the water and sanitary sewer City Standard Details. 2. Clean surfaces of dirt, sand, mud or other foreign matter before placing sealant. 3. Seal each grade ring with sealant specified in this Specification and as shown on the City Standard Details. B. Frame and Cover 1. Water a. For water structures install frame, cover and grade rings in accordance with applicable City Standard Detail. 2. Sanitary Sewer a. For sanitary sewer structures install frame, cover and grade rings in accordance with applicable City Standard Detail. 3. Storm Drain a. For storm drain structures install frame, cover and grade rings in accordance with applicable City Standard Detail. 4. Hinge Cover a. Provide hinge cover on elevated manholes, junction boxes, in the flood plain and where specified on the Drawings. C. Joint Scaling 1. Seal frame, grade rings and structure with specified sealant. D. Concrete Collar 1. Provide concrete collar around all frame and cover assemblies. CITY Or FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01296 Revised January 22, 2016 330513-5 FRAME, COVER, AND GRADE RINGS — CAST IRON Page 5 of 5 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD (oR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01296 Revised January 22, 2016 SECTION 33 0517 CONCRETE COLLARS PART1- GENERAL 1.1 SUMMARY 3305 17- 1 CONCRETE COLLARS Page 1 of 3 A. Section Includes: 1. Concrete Collars for Manholes 2, This Item is intended for use in asphalt streets and unimproved areas not for use in concrete streets. 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-Placc Concrete 4. Section 03 80 00 — Modifications to Existing Concrete Structures 5. Section 33 05 13 — Frame, Cover, and Grade Rings 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Manhole a. Measurement 1) Measurement for this Item shall be per each. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Concrete Collar" installed. c. The price bid will include: 1) Concrete Collar 2) Excavation 3) Forms 4) Reinforcing steel (if required) 5) Concrete 6) Backfill 7) Pavement removal 8) Hauling 9) Disposal of excess material 10) Placement and compaction of backfill 11) Clean-up 12) Additional pavement around perimeter of concrete collar as required for rim adjustment on existing manhole. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 330517-2 CONCRETE COLLARS Page 2 of 3 1.3 REFERENCES A. Reference Standards L Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM International (ASTM): a. D4258, Standard Practice for Surface Cleaning Concrete for Coating. b. D4259, Standard Practice for Abrading Concrete. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED JoR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS A. Materials 1. Concrete — Conform to Section 03 30 00. 2. Reinforcing Steel — Conform to Section 03 2100, 3. Frame and Cover— Conform to Section 33 05 13, 4. Grade Ring — Conform to Section 33 05 13. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION A. Evaluation and Assessment 1. Verify lines and grades are in accordance to the Drawings. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 3305 17 - 3 CONCRETE COLLARS Page 3 of 3 ` 3.3 PREPARATION INOT USED] 3.4 INSTALLATION A. Final Rim Elevation 1. Install concrete grade rings for height adjustment. a. Construct grade ring on load bearing shoulder of manhole. b. Use sealant between rings as shown on Drawings. 2. Set frame on top of manhole or grade rings using continuous water sealant. 3. Remove debris, stones and dirt to ensure a watertight seal. 4. Do not use steel shims, wood, stones or other unspecified material to obtain the final surface elevation of the manhole frame. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE4NSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 SECTION 33 05 26 UTILITY MARKERS/LOCATORS PART 1 - GENERAL 1.1 SUMMARY 330526-I UTILITY MARKERS/LOCATORS Page I of 4 A. Section Includes: 1. Buried and surface utility markers for utility construction B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for this Item will be by lump sum. 2. Payment a. The work performed and materials furnished in accordance with this Item will be paid for at the lump sum price bid for "Utility Markers". 3. The price bid shall include: a. Furnishing and installing Utility Markers as specified by the Drawings b. Mobilization c. Pavement removal d. Excavation e. Hauling f. Disposal of excess material g. Furnishing, placement and compaction of backfill h. Clean-up 1.3 REFERENCES A. Reference Standards I. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Public Works Association (AWPA): a. Uniform Color Code. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 330526-2 UTILITY MARKERSILOCATORS Page 2 of 4 B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Buried Marker 2. Surface Marker 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER -FURNISHED loR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Manufacturers 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section 01 60 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 01 25 00. 3. Provide new Utility Markers/Locators from a manufacturer regularly engaged in the manufacturing of Utility Markers/Locators. B. Materials Buried Markers (Detectable Warning Tape) a. Provide detectable warning tape as follows: 1) 5.0 mil overall thickness 2) Width — 3 inch minimum 3) Weight — 27.5 pounds per inch per 1,000 square feet 4) Triple Layer with: a) Minimum thickness 0.35 mils solid aluminum foil encased in a protective inert plastic jacket (1) 100 percent virgin low density polyethylene (2) Impervious to all known alkalis, acids, chemical reagents and solvents within soil (3) AIuminum foil visible to both sides 5) Locatable by conductive and inductive methods 6) Printing encased to avoid ink rub -off 7) Color and Legends a) Potable water lines CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 330526-3 UTILITY MARKERS/LOCATORS Page 3 of 4 (1) Color — Blue (in accordance with APWA Uniform Color Code) (2) Legend — Caution Potable Water Line Below (repeated every 24 inches) b) Reclaimed water lines (1) Color— Purple (in accordance with APWA Uniform Color Code) (2) Legend — Caution Reclaimed Water Line Below (repeated every 24 inches) c) Sewer Line (1) Color — Green (in accordance with APWA Uniform Color Code) (2) Legend — Caution Sewer Line Below (repeated every 24 inches) 2. Surface Markers a. Provide as follows: 1) 4-inch diameter, 6-feet minimum length, polyethylene posts, or equal 2) White posts with colored, ultraviolet resistant domes as follows: a) Water Lines (1) Color — Blue (in accordance with APWA Uniform Color Code) (2) Legend — Caution Potable Water Line Below b) Reclaimed water Iines (1) Color— Purple (in accordance with APWA Uniform Color Code) (2) Legend — Caution Reclaimed Water Line Below c) Sewer lines (1) Color — Green (in accordance with APWA Uniform Color Code) (2) Legend — Caution Sewer Line Below 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Buried Markers (Detectable Warning Tape) 1. Install in accordance with manufacturer's recommendations below natural ground surface and directly above the utility for which it is marking. a. Allow 18 inches minimum between utility and marker. b. Bury to a depth of 3 feet or as close to the grade as is practical for optimum protection and detectability. B. Surface Markers 1. Bury a minimum of 2 feet deep, with a minimum of 4 feet above ground 2. The warning sign for all surface markers shall be 21 inches (not including post cap). 3. Where possible, place surface markers near fixed objects. 4. Place Surface Markers at the following locations: CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 33 05 26 - 4 UTILITY MARKERS/LOCATORS Page 4 of 4 a. Buried Features 1) Place directly above a buried feature. b. Above -Ground Features 1) Place a maximum of 2 feet away from an above -ground feature. c. Water lines 16-inches and larger 1) Each right-of-way line (or end of casing pipe) for: a) Highway crossings b) Railroad crossings 2) Utility crossings such as: a) High pressure or large diameter gas lines b) Fiber optic lines c) Underground electric transmission lines d) Or other locations shown on the Drawings, or directed by the City d. ,Surface markers not required for 12-inch and smaller water lines c. For sanitary sewer lines: 1) In undeveloped areas, place marker maximum of 2 feet away from an above -ground feature such as a manhole or combination air valve vault. 2) Place at 500-foot intervals along the pipeline. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD joR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 330530-1 LOCATION OF EXISTING UTILITIES Page 1 of a SECTION 33 05 30 LOCATION OF EXISTING UTILITIES PART1- GENERAL 1.1 SUMMARY A. Section Includes: Locating and verifying the location and elevation of the existing underground utilities that may conflict with a facility proposed for construction by use of: a. Exploratory Excavation b. Vacuum Excavation B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 33 05 10 —Utility Trench Excavation, Embedment and Backfill 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. ExpIoratory Excavation of Existing Utilities a. Measurement 1) Measurement for this Item shall be per each excavation performed as identified in the Drawings, or as directed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement' will be paid for at the unit price bid per each "Exploratory Excavation for Existing Utilities" specified. c. The price bid shall include: 1) Grade survey 2) Pavement removal 3) Excavation 4) Utility Location 5) Hauling 6) DisposaI of excess material 7) Furnishing, placing and compaction of embedment 8) Furnishing, placing and compaction of backfill 9) Clean-up 10) Surface restoration 2. Vacuum Excavation of Existing Utilities a. Measurement 1) Measurement for this Item shall be per each excavation performed as identified in the Drawings, or as directed. b. Payment CITY OF PORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 330530-2 LOCATION OF EXISTING UTILITIES Page 2 of 4 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per each "Vacuum Excavation" specified. c. The price bid shall include: 1) Grade survey 2) Pavement removal 3) Vacuum Excavation 4) Utility Location 5) Hauling 6) Disposal of excess material 7) Furnishing, placing and compaction of embedment 8) Furnishing, placing and compaction of backflll 9) Clean-up 10) Surface restoration 1.3 REFERENCES A. Definitions 1. Exploratory Excavation: Previously called "D-Hole" within the City, a method used to locate existing underground utility as shown on the plans through the use of standard excavation equipment. 2. Vacuum Excavation: Method used to locate existing underground utility as shown on the plans through the use of geophysical prospecting equipment such as vacuum excavation. B. Reference Standards I . Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Society of Civil Engineers (ASCE) a. ASCE Publication Cl/ASCE 38 (Standard Guideline for the Collection and Depiction of Existing Subsurface Utility Data) 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Coordinate with City Inspector at least 48 hours prior to commencing on site for Exploratory Excavation of Existing Utilities. 2. Coordinate location of all other existing utilities within vicinity of excavation prior to commencing Exploratory Excavation. 3. Coordinate staking of Exploratory Excavations with City at least 1 week prior to commencement. B. Sequencing 1. Exploratory Excavations shall be conducted prior to the construction of the entire project. C. Scheduling 1. For critical utility locations, the City may choose to be present during excavation. 2. Alter schedule for Exploratory Excavation of Existing Utilities to accommodate City personnel. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 330530-3 LOCATION OF EXISTING UTILITIES Page 3 of 4 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS A. Report of Utility Location L Horizontal location of utility as surveyed 2. Vertical elevation of utility as surveyed a. Top of utility b. Spring line of utility c. Existing ground 3. Material type, diameter and description of the condition of existing utility 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION A. Verification of Conditions 1. Verify location of existing utilities in accordance with the General Requirements, the General Notes and the Drawings. 3.3 PREPARATION A. Coordinate with City Survey, if applicable. 3.4 INSTALLATION A. Exploratory Excavation 1. Verify location of existing utility at location denoted on the Drawings, or as directed by the City. a. Expose utility to spring line, as necessary. b. Excavate and Backfill Trench for the Exploratory Excavation in accordance with Section 33 05 10. B. Vacuum Excavation L Verify location of existing utility at location denoted on the Drawings, or as directed by the City. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 330530-4 LOCATION OF EXISTING UTILITIES Page 4 of 4 2. Designate the horizontal position of the existing underground utilities that are to be located using geophysical prospecting equipment. a. Acquire record documentation from and coordinate with utility companies, as necessary to locate utility. 3. Perform excavation in general accordance with the recommended practices and procedures described in ASCE Publication CUASCE 38. C. Upon completion of the utility locating, submit a report of the findings. D. If location of utility is in conflict with the Drawings, notify the City Project Manager for appropriate design modifications. E. Place embedment and backfill in accordance with Section 33 05 10. F. Once necessary data is obtained, immediately restore surface to existing conditions to: 1. Obtain a safe and proper driving surface, if applicable 2. Ensure the safety of the general public 3. The satisfaction of the City 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE Title- Exploratory Excavation of Utilities changed to Location of Existing Utilities 12/20/2012 D. Johnson L2 -- Added Measurement of Payment for Vacuum Excavation 1.3 —Added Definitions 3.4 — Added requirements for Vacuum Excavation CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 01286 Revised December 20, 2012 SECTION 33 3112 CURED IN PLACE PIPE (CIPP) PART1- GENERAL 1.1 SUMMARY 3331 12 - 1 CURED IN PLACE PIPE (CIPP) Page 1 of 17 A. Section Includes: 1. Cured in Place Pipe (CIPP) for gravity sanitary sewer rehabilitation B. Deviations from this City of Fort Worth Standard Specification 1. This specification shall be used in place of the City of Fort Worth Standard Specification. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 33 01 30 -- Sewer and Manhole Testing 4. Section 33 0131 -- Closed Circuit Television (CCTV) Inspection 5. Section 33 03 10 — Bypass Pumping of Existing Sewer Systems 6. Section 33 04 50 — Cleaning of Sewer Mains 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Cured in Place Pipe (CIPP) a. Measurement 1) Measured horizontally along the surface from center line to center line of the manhole or appurtenance b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot for "CIPP" installed for: a) Various sizes c. The price bid shall include: 1) Mobilization 2) Furnishing and installing CIPP as specified by the Drawings 3) Hauling 4) Disposal of excess material 5) Clean-up 6) Cleaning 7) Testing 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. 02019 CDM Smith 90-Inch (M-280) Sanitary Sewer Rehabilitation All Rights Reserved City Project No. 01296 333112.2 CURED M PLACE PIPE (CIPP) Page 2 of 17 2. American Association of State Highway and Transportation Officials (AASHTO). 3. ASTM International (ASTM): a. D5813, Standard Specification for Cured -In -Place Thermosetting Resin Sewer Piping Systems. b. F1216, Standard Practice for Rehabilitation of Existing Pipelines and Conduits by the Inversion and Curing of a Resin -Impregnated Tube. c. F 1743, Standard Practice for Rehabilitation of Existing Pipelines and Conduits by Pulled -in -Place Installation of Cured -in -Place Thermosetting Resin Pipe (CIPP). d. D543 - Standard and Practice for Evaluating the Resistance of Plastics to Chemical Reagents. e. D638 -Standard Test Method for Tensile Properties of Plastics. f. D790 - Standard Test Method for Flexural Properties of Unreinforced and Reinforced Plastics and Electrical Insulating Materials. g. D792 - Standard Test Methods for Density and Specific Gravity of Plastics by displacement. h. F2019 - 11 - Standard Practice for Rehabilitation of Existing Pipelines and Conduits by the Pulled in Place Installation of Glass Reinforced Plastic (GRP) Cured -in -Place Thermosetting Resin Pipe (CIPP) i. D2122-98(2004) - Standard Test Method for Determining Dimensions of Thermoplastic Pipe and Fittings. j. D2412 - Standard Test Method for Determination of External Loading Characteristics of Plastic Pipe by Parallel -Plate Loading. k. F2599-11 - Standard Practice for Sectional Repair of Damaged Pipe by Means of an Inverted Cured -In -Place Liner, 1. D2990 - Standard Test Methods for Tensile, Compressive, and Flexural Creep and Creep -Rupture of Plastics. in. D3567-97(2002) - Standard Practice for Determining Dimensions of Fiberglass (Glass -Fiber -Reinforced Thermosetting Resin) Pipe and Fittings. n. F2019-03 - Standard Practice for Rehabilitation of Existing Pipelines and Conduits by the Pulled in Place Installation of GIass Reinforced Plastic (GRP) Cured -in -Place Thermosetting Resin Pipe (CIPP). 4. International Organization for Standardization (ISO): a. 9000, Quality Management System - Fundamentals and Vocabulary. 5. Occupational Safety and Health Administration (OSHA). 6. National Association of Sewer Service Companies (NASSCO): 7. NASSCO Pipeline Assessment and Certification Program (PACP) Reference Manual, current edition, including addenda. 8. Where reference is made to one of the above standards, the latest revision/update in effect at the time of bid opening shall apply. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00, B. All submittals shall be approved by the City prior to delivery. C. Submittals shall be provided in three-ring binders and/or electronic format. © 2019 CDM Smith 90-Inch (M-280) Sanitary Sewer Rehabilitation All Rights Reserved City Project No. 01286 3331 12 - 3 CURED IN PLACE PIPE (CIPP) Page 3 of 17 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Bid Package Submittals Submittals required to be turned in as part of the Contractor's bid package include: a. Number of years of Contractor's experience in installing CIPP lining. b. A certified statement from manufacturer that Contractor is an approved installer as certified and/or licensed by the CIPP liner manufacturer. c. A list of a minimum of five municipal clients that CIPP Contractor has successfully (no major issues) performed this type of work with CIPP greater than or equal to 60-inch pipe. The list shall contain the following: 1) Names and telephone numbers of persons to be called to verify previous satisfactory performance. 2) A full description of the actual work performed. 3) Name of CIPP lining manufacturer and supplier for each referenced project. B. Product Data 1. Submittals required within 10 days after notice to proceed shall include the following: a. Detailed information on the CIPP installation procedures (wet -out, heating, curing, and cool down, if applicable) and ail tools and equipment required for a complete installation. Identify which tools and equipment will be redundant on job site in the event of equipment breakdown. Equipment to be furnished for the project, including proposed back-up equipment, shall be clearly described. Contractor shall outline the mitigation procedure to be implemented in the event of key equipment failure during the installation process. b. CIPP lining schedules including field -verified lengths and diameters of all CIPP lining and appurtenances required. Plans should include map(s) that show insertion points for all CIPP installations. c. Shop drawings and product data to demonstrate compliance with these specifications and identify materials of construction (including resins, catalysts, felt, etc.), felt manufacturer, location of the felt manufacturing facility, location of the wet -out facility, etc., flexible membrane (coating) material (including recommended repair/patching procedure, if applicable). d. Manufacturers' shipping, storage and handling recommendations for all components of the CIPP System. e. MSDS sheets for all proposed products and materials to be furnished for the project. f. Detailed sample collection, laboratory testing and quality control procedures, including schedule and shipping and storage requirements. g. The end seal material(s) and description of their installation. h. Data on the maximum allowable stresses and elongation of the tube during installation and the means,in which the Contractor will monitor stress and elongation (i.e., ideal inversion head and maximum cold head, minimum inversion head, maximum hot head). i. A complete description of the proposed wet -out procedures and staging area for the proposed technology. j. A Safety Plan identifying all competent persons, a description of a daily safety program for the job site and all emergency procedures to be implemented in the event of a safety incident. All work shall be conducted in accordance with the Contractor's submitted Safety Plan. 2019 CDM Smith 90-lnch (M-280) Sanitary Sewer Rehabilitation Ail Rights Reserved City Project No. 01286 3331 12 -4 CURED 1N PLACE PIPE (CIPP) Page 4 of 17 k. A detailed quality control plan (QCP) that fully represents and conforms to the requirements of these specifications. At a minimum the QCP shall include the following: 1) A detailed discussion of the proposed quality controls to be performed by the Contractor. 2) Defined responsibilities of the Contractor's personnel for assuring that all quality requirements for this contract are met. These shall be assigned by the Contractor, to specific personnel. 3) Proposed procedures for quality control including those pertaining to fit and finish, and product sampling and testing shall be defined and submitted as part of the plan. 4) Proposed methods for product performance controls, including method of and frequency of product sampling and testing both in raw material form and cured product form. 5) A schedule for performance and product test result reviews between the Contractor and Owner/Engineer at a regularly scheduled job meeting. 6) Inspection forms and guidelines for quality control inspections shall be prepared in accordance with the standards specified in this contract and submitted with the QCP. 2. Design data and specification data sheets listing all parameters used in the CIPP liner design and thickness calculations based on ASTM F 1216 for partially deteriorated gravity pipe conditions. All calculations shall be prepared under the supervision of and stamped by a professional engineer registered in the State of Texas. C. Submittals before CIPP installation work shall include the following: 1. Five (5) reports from projects within past two years from independent testing laboratory analysis of liner materials showing: Modulus of elasticity as determined by appropriate ASTM standard and flexural stress as determined by ASTM D790 standard. Lining shall be of same resin system and felt tube materials as proposed for this project, 2. Prior to each shipment of CIPP lining, submit certified test reports that the CIPP lining for this Contract was manufactured and tested in accordance with all ASTM Standards specified and referenced herein. 3. CIPP lining schedules including field -verified lengths and diameters of all CIPP lining and appurtenances required to show that the contractor has physically measured every pipe to be rehabilitated. Plans should include map(s) that show insertion points for all CIPP installations. 4. Detailed installation procedures and manufacturer's recommended cure method for each diameter and thickness of CIPP liner to be installed, including CIPP lining production schedule, acceptable inversion heads and pressures, inversion or winching procedures, curing and cool -down procedures detailing the curing rate of temperature increases and cool down and the method of application, and times for each stage of the process. C 2019 CDM Smith 90-Inch (M-280) Sanitary Sewer Rehabilitation All Rights Reserved City Project No. 01286 3331 12 - 5 CURED IN PLACE PIPE (CIPP) Page 5 of 17 5. Wet -out forms/reports for each CIPP segment with detailed information including but not linuted to: date and time of wet -out, wet -out facility address, volumes and/or weights of resin, length and diameter of CIPP liner (both wet -tube and dry - tube), roller gap settings, start times, finish times, resin used (product name and batch/shipment number) and quantity, gel times, resin injection locations, thickness of CIPP liner (dry and wet), catalyst(s) name and quantity used, and any other pertinent data documenting the wet -out for each section of CIPP liner manufactured. The wet -out forms shall be submitted prior to CIPP liner installation and shall be provided without delay or claim to any confidentiality. Wet out forms shall be submitted to the Owner/Engineer field representative on the day of delivery. 6. Pre -rehabilitation closed-circuit television (CCTV) inspection data as further defined herein. 7. Information on any grouts, epoxy, or cements the Contractor is proposing to use for sealing at manholes or for other uses. D. Submittals during CIPP installation work shall include the following: 1. Submit daily production reports to the Owner/Engineer's Superintendent and/or field representative at the end of each workday. Some installations may result in the need to repair or replace a defective CIPP. Submit in writing, for review by the Owner/Engineer, specific repair or replacement procedures for potential defects that may occur in the installed CIPP. Repair/replacement procedures shall be as recommended by the CIPP system manufacturer and shall be submitted to also include the following: a. Defects in the installed CIPP that will not affect the operation and long-term life of the product shall be identified and defined. b. Repairable defects that may occur in the installed CIPP shall be specifically defined by the Contractor based on manufacturer's recommendations, including a detailed step-by-step repair procedure, resulting in a finished product meeting the requirements of these contract specifications. Repairable defects may include but are not limited to blisters, wrinkles, fins, pinholes, and any voids found between liner and the host pipe. c. Un-repairable defects that may occur to the CIPP shall be clearly defined by the Contractor based on the manufacturer's recommendations, including a recommended procedure for the removal and replacement of the CIPP. Un- repairable defects may include but are not limited to thickness below required minimum thickness, structural strength below required limits, lifts, shrinkage, folds, bulges, and delamination. E. Submittals after CIPP installation work shall include the following: CIPP liner field curing reports documenting the liner installation for all sewer segments. The CIPP liner reports shall document all details of liner installation, including manhole numbers, street names/sewer location, project number, date, time, ambient temperature, heads used during the inversion process, pressures and/or heads (minimum inversion pressure, ideal head, maximum hot head and maximum cold head) used during curing (including cool down if applicable), curing temperature, curing time, rate of cool down, CIPP liner thickness, etc. A sample report shall be submitted to the Owner/Engineer for approval prior to the installation of any CIPP lining. The reports shall be submitted prior to requesting payment and shall be provided without delay or claim to any confidentiality. © 2019 CDM Smith 90-Inch (M-280) Sanitary Sewer Rehabilitation All Rights Reserved City Project No. 01286 3331 12 - 6 CURED IN PLACE PIPE (CIPP) Page 6 of 17 2. Complete certified copies of the report(s) output(s) of the longitudinal continuous temperature monitoring systems used in the control of the curing, printed and in electronic format. The reports shall be submitted prior to requesting payment and shall be provided without delay or claim to any confidentiality. Also provide the Owner/Engineer with access to the website where the secure reports can be obtained. 3. Post -rehabilitation closed-circuit television (CCTV) inspection data as further defined herein. Inspection data shall be submitted within one week after the CIPP segment is installed. 4. Samples of installed liner(s) for testing to be performed by an ASTM-certified independent testing laboratory, as described further herein. 5. A list of all repair or replacement of CIPP defects that were executed by the contractor including identification of segment, location of the repair, and type of repair. F. Certificates 1. Furnish an affidavit certifying that all CIPP meets the provisions of this Section and meets the requirements of above referenced ASTM standards. 2. Manufacturer to provide third party test results supporting the long term performance and structural strength of the pipe being manufactured. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications Manufacturing and Installation a. Finished pipe shall be the product of 1 manufacturer. b. Liner manufacturing operations shall be performed at 1 location. c. The pipe manufacturer shall: 1) Have performed a minimum of 50,000 feet of successful installation in the United States d. CIPP linings shall follow the quality control plan submitted by Contractor. e. Suppliers shall be responsible for provisions of all test requirements specified herein as applicable. In addition, CIPP lining to be installed under this Contract may be inspected at the plant for compliance with these specifications by an independent testing laboratory provided by Owner. Contractor shall require manufacturer's cooperation with these inspections. Cost of plant inspection of all CIPP lining approved for this Contract will be the responsibility of Owner. f. Inspections of CIPP lining may also be made by Engineer or other representatives of Owner after delivery. CIPP lining shall be subject to rejection at any time on account of failure to meet any of the requirements specified, even though sample CIPP lining may have been accepted as satisfactory at the place of manufacture. CIPP lining rejected after delivery shall be marked for identification and shall be removed from the job site. g. In the event that an installation is rejected based on review of the post - rehabilitation CCTV inspection, the Contractor shall repair the sewer segment to the satisfaction of the Owner/Engineer at no additional cost to the Owner. © 2019 CDM Smith 90-Inch (M-280) Sanitary Sewer Rehabilitation All Rights Reserved City Project No. 01286 3331 12 - 7 CURED IN PLACE PIPE (CIPP) Page 7 of 17 h. Along with the physical properties testing and post installation CCTV survey, the Contractor shall deliver a certified copy of the curing report output from the temperature monitoring system used in the control of the curing process for pipes; or provide the Owner/Engineer with access to the website where the secure report can be obtained. 2. All pipe furnished and installed shall be in conformance with and ASTM F1216. B. Certifications 1. Manufacturing and Installation a. Operate pipe manufacturing and installation under a quality management system certified by third party ISO 9000. Provide proof of certification upon request. b. If Installer is different company than Manufacturer, then installer must provide certification from the manufacturer that he/she is licensed and fully trained as an installer of the product upon request. 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. FolIow manufacturer's recommendation on all storage and handling requirements. 2. Care shall be taken in shipping, handling and laying to avoid damaging the CIPP liner. CIPP Iiner damaged beyond repair in shipment shall be replaced as directed by Owner/Engineer. 3. Any CIPP liner showing a visible split, tear, or defect, shall be repaired per manufacturer's recommendations and to the satisfaction of the Engineer or, if not possible, shall be removed at once from the project site. 4. While stored, CIPP shall be adequately supported and protected in a manner as recommended by manufacturer. 5. CIPP liner shall be maintained at a proper temperature in refrigerated facilities to prevent premature curing at all times prior to installation. CIPP liner shall be protected from UV light. CIPP liner showing evidence of premature curing will be rejected for use and shall be immediately removed from the site. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS A. General 1. All pipe furnished and installed shall be in conformance with and ASTM F1216. B. Manufacturer and Installers 1. Only the Manufacturer/Installers as listed in the City's Standard Products List will be considered as shown in Section 0160 00. a. The Manufacturer/Installer must comply with this Specification and related Sections. 2019 CDM Smith 90-Inch (M-280) Sanitary Sewer Rehabilitation All Rights Reserved City Project No. 01286 333112-8 CURED IN PLACE PIPE (CIPP) Page 8of17 2. Any product that is not Iisted on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 0125 00. 3. CIPP liner shall be Inliner by Layne Inliner, Inc., Insituform by Insituform Technologies, Inc., National Liner by National EnviroTech Group LLC, SAK Liner by SAK Construction LLC, CIPP Corp., Sancon CIPP by Sancon Engineering Inc., Improved Technologies Group, or pre -approved equal. C. Performance / Design Criteria Liner (tube) a. Contractor shall verify proposed CIPP liner thicknesses and submit associated calculations. Actual cured liner thickness shall be -5/+10 percent of approved design thickness and shall not include thickness of any non-structural membrane (inner/pre- liner). CIPP liner shall be designed in accordance with applicable provisions of ASTM li 1216 for "fully deteriorated gravity pipe conditions", unless Engineer agrees, in writing, prior to installation that "partially deteriorated gravity pipe conditions" shall apply based upon review of CCTV video. CIPP Iiner shall meet the following design conditions, unless Engineer agrees, in writing, of their change: 1) Soil weight of 130 pounds per cubic foot and a coefficient of friction of Ku'=0.130r shall be used for the installed depths. 2) Long-term flexural modulus used in design calculations shall be estimated by multiplying Iowest short-term flexural modulus used in design calculations by a retention factor of 0.50 (i.e., long-term retention of mechanical properties equal to 50 percent.) 3) Typical groundwater levels shall be estimated at one half (1/2) the distance between crown of pipe and ground surface. If actual groundwater depth information is available from USGS or other sources, it shall be utilized in calculations. Groundwater depth used in calculations shall be from estimated maximum groundwater level from surface to invert of interior pipe or at elevation specified for bidding purposes in Contract Documents. 4) Service temperature range shall be 40 to 100 degrees F. 5) Minimum ovality of host pipe of two (2) percent. 6) Long-term retention of mechanical properties equal to 50 percent. 7) Thickness to be used for CIPP liner shall be largest thickness as determined by calculations for deflection, bending, buckling and minimum stiffness. 8) Minimum liner thickness after installation and curing for all pipes 12-in in diameter and larger shall be 6 mm or as designed, whichever is greater. Thicknesses following installation and curing shall be based on design calculations provided by Contractor. 9) The CIPP shall be designed for fully deteriorated conditions per ASTM F1216 to withstand all imposed loads, including dead and live loads and, if applicable, hydrostatic pressure. The liner shall have sufficient wall thickness to withstand all anticipated external pressures and loads that may be imposed after installation. Live Load design shall be for AASHTO HS 20. 10) Design liner for a 50-year service life under continuous loading conditions. 11) Safety Factor (N) = 2.0 12) Consider no bonding to the original pipe wall 13) Flexural Strength (Initial) = 4,500 psi 14) Flexural Strength (Long Term) — 2,250 psi 15) Flexural Modulus of Elasticity (Initial) — 350,000 psi © 2019 CDM Smith 90-Inch (M-280) Sanitary Sewer Rehabilitation All Rights Reserved City Project No. 01286 3331 12-9 CURED IN PLACE PIPE (CIPP) Page 9 of 17 16) Flexural Modulus of Elasticity (Long Term) = 175,000 psi 17) Soil Modulus of 1000 psi D. Materials Liner (tube) a. The liner consists of absorbent non -woven felt or seamless spirally wound glass fiber, with or without additives such as woven fiberglass or other fibers and meet the requirements of ASTM F 1216, ASTM F 1743, and ASTM D 5813. Felt content of CIPP liner shall be determined by Contractor, but shall not exceed 15 percent of the total impregnated liner volume. Fabric tube shall be capable of absorbing and carrying resins, constructed to withstand installation pressures and curing temperatures and stretch to fit irregular pipe sections. Contractor shall submit certified information from felt manufacturer on normal void volume in the felt fabric that will be filled with resin. b. CIPP liner tube may be made of single or multiple layer construction, with any layer not less than 1.5 mm thick, unless the tube is made of fiberglass material. Wet -out fabric tube shall have a uniform thickness and void space for resin distribution that when compressed at installation pressures will produce a predictable finished thickness that meets or exceeds the design thickness after cure. c. No material shall be included in fabric tube that may cause de -lamination in cured CIPP. No dry or unsaturated layers shall be acceptable upon visual inspection as evident by color contrast between felt fabric and activated resin containing a colorant. d. Wail color of interior pipe surface of CIPP after installation shall be a light reflective color so that a clear detailed examination with closed circuit television inspection equipment may be made. Hue of the color shall be dark enough to distinguish a contrast between fully resin saturated felt fabric and dry or resin lean areas. e. Seams in the fabric tube, if applicable, shall meet the requirements of ASTM D5813. f. The outside layer of the tube shall be coated with an impermeable material compatible with the resin and fabric. g. The wet out liner shall have a relatively uniform thickness that when compressed at installation pressures will equal or exceed the calculated minimum design CIPP wall thickness. h. Tube shall be properly sized to diameter of existing pipe and length to be rehabilitated and be able to stretch to fit irregular pipe sections and negotiate bends. Contractor shall determine minimum tube length necessary to effectively span designated run between manholes. Contractor shall also measure inside diameter and circumference of existing pipelines at face of each manhole in field prior to ordering liner so that liner can be installed in a tight -fitted condition with little or no wrinkling. i. Length of CIPP liner shall be as deemed necessary by Contractor to effectively carry out insertion of CIPP liner and sealing of CIPP liner at outlet and inlet manholes. Required diameter and length of each pipe segment shall be measured in advance of wet -out and a list of these measurements shall be submitted to Engineer at least one week prior to installation of each CIPP liner. Contractor shall be responsible for ensuring that correct liner is installed in each sewer reach being rehabilitated. © 2019 CDM Smith 90-Inch (M-280) Sanitary Sewer Rehabilitation All Rights Reserved City Project No. 01286 3331 12 - 10 CURED IN PLACE PIPE (CIPP) Page 10 of 17 k. Exterior of manufactured tube shall have distance markings along its length at regular intervals not to exceed 5 feet. Use these marks as a gauge to measure elongation during insertion. Should overall elongation of a reach exceed 5 percent, liner tube shall be rejected and replaced. I. Owner and/or an agent of Owner may inspect CIPP liner during manufacturing and wet -out. Owner/Engineer shall be given an opportunity to witness manufacturing of all CIPP liner for this project. Owner is responsible for costs associated with witnessing the manufacturing of CIPP liner. m. If Owner/Engineer decides to inspect the manufacturing of CIPP liner, Contractor shall provide full access to witness wet -out process and shall provide any and all information related to the manufacturing as requested by Owner or Owner's agent without delay and without claims of confidentiality or product privacy. n. Application of resin to: felt tubing (wet -out) shall use vacuum impregnation and materials shall be fully protected against UV light, excessive heat and contamination at all times. o. When cured, CIPP liner shall form a continuous, tight -fitting, hard, impermeable liner that is chemically resistant to any chemicals normally found in domestic sewage per Table 2.1 in ASTM F 1216. CIPP liner shall be chemically resistant to trace amounts of gasoline and other oil products commonly found in municipal sewerage and soils adjacent to sewer pipe to be lined. 2. Resin a. The resin system will be manufactured by an approved company selected by the CIPP liner manufacturer. Provide documentation of approval, if requested. b. The resin system shall be corrosion resistant polyester or vinyl ester system including all required catalysts and initiators that create a composite that satisfies the requirements of ASTM F 1216, ASTM D5813, ASTM F 1743 or ASTM F 2019, the physical properties herein, and those, which are to be utilized in the design of CIPP for this project. c. Resin shall produce CIPP that will comply with or exceed structural and chemical resistance requirements of this specification. Liner material and resin shall be completely compatible. Generally, resin shall not contain fillers, except those required for viscosity control or fire retardance or increase strength, and with applications for which inert fillers would facilitate better heat transfer and retention during installation. Liner contractor may add up to 5 percent by mass, a thixotropic agent for viscosity control, which will not interfere with visual inspection. d. Resins may contain pigments, dyes, or colorants, which shall not interfere with visual inspection of cured liner. Quantity of resin used for tube impregnation shall be sufficient to fill volume of air voids in tube with additional allowances for polymerization shrinkage and loss of resin through cracks and irregularities in original pipe wall. Use serial vacuum impregnation or pressure impregnation process (or equal) to provide maximum resin impregnation throughout the tube. e. Prior to inversion, if applicable, outside and/or inside layer of tube (before inversion/pull-in as applicable) shall be coated with an impermeable, flexible membrane that will contain the resin and facilitate, if applicable, vacuum impregnation and monitoring of resin saturation during the resin impregnation (wet out) procedure. © 2019 CDM Smith 90-Inch (M-280) Sanitary Sewer Rehabilitation All Rights Reserved City Project No. 01286 3331 12 - 11 CURED IN PLACE PIPE (CIPP) Page 11 of 17 f. The resin used shall produce a proper CIPP system, which will be resistant to abrasion caused by solid, grit or sand. E. END SEALS 1. End seals shall be composed of hydrophilic caulk by SIKA or approved equal. 2. Contractor shall install epoxy at the end of each lined pipe to cover any piece of existing pipe that are exposed at the manhole wall. Acceptable epoxy resins are Sikadur 31 or approved equal. F. CIPP SPOT REPAIRS 1. Install a sectional CIPP spot repair for areas where longitudinal shrinkage of the installed CIPP liner near the manholes is three (3) inches or more, at no cost to the Owner/Engineer. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. General 1. Provide bypass pumping of sewage flows in accordance with Section 33 03 10. Installation of liner shall not begin until Contractor has installed required plugs or a sewage by-pass system and all pumping facilities have been installed and tested under full operating conditions including bypass of mainline and side sewer flows. Once lining process has begun, existing sewage flows shall be maintained, until resin/felt tube composite is fully cured, cooled down, fully televised and CIPP ends finished. 2. Wastewater flows from existing sewers shall not be allowed to enter the new or rehabilitated facilities until the new or rehabilitated facilities have been cleaned and tested as required in the Contract Documents. 3. Provide CIPP liner in full length of sewer as shown on work orders. Installation of CIPP liner shall be in complete accordance with applicable provisions of ASTM F 1216 or ASTM F 1743 and manufacturer's recommendations. 4. Install a hydrophilic end seals at face of each manhole at all manhole penetrations per section 2.2.E prior to inverting or pulling in uncured CIPP liner. S. If in the opinion of CIPP liner manufacturer and/or the Owner/Engineer, rate of infiltration in sewer segment is high enough to risk washout of resin, perform measures, as required, to minimize infiltration prior to installation, including pre - liners, grouting, etc. If during pre -lining CCTV inspection, any infiltration runners or gushers (per NASSCO PACP0) are observed, Contractor shall submit, in writing for approval by Owner/Engineer, methods and materials for mitigating any adverse impacts from the infiltration. Q 2019 CDM Smith 90-Inch (M-280) Sanitary Sewer Rehabilitation All nights Reserved City Project No. 01286 3331 12 - 12 CURED IN PLACE PIPE (CIPP) Page 12 of 17 6. Install and use continuous longitudinal temperature sensor strips by Zia Systems or Vericure. Provide the Owner's representative with access to the longitudinal temperature monitoring system data during the installation via digital data, web - based or other approved methodology and printed reports. B. Inspection 1. Prior to installation, conduct an inspection of the existing pipe identified for rehabilitation along with the surrounding job site conditions. 2. Observe flows at different times of the date to determine or verify flow conditions in preparation for bypass pumping. 3. Verify accessibility conditions and coordinate with city regarding easement access and limitations. 4. Confirm full circumference of the host pipe prior to lining to ensure the pipe can be rehabilitated without compromising the CIPP system. 5. Conduct a pre -rehabilitation CCTV inspection of all sewers to be rehabilitated by CIPP lining methods in accordance with Sections 33 01 31. Inspection shall be for purpose of identifying defects in pipe and to confirm point repair locations. The Contractor's project manager and/or superintendent shall review the pre - rehabilitation inspection videos to confirm the quality of the videos and locations of point repairs to be performed; only after the Contractor has confirmed that the quality of the videos is adequate for a clear review of pipeline, shall be submitted to the Engineer. Engineer will review pre -rehabilitation inspection videos to confirm locations of point repairs to be performed by Contractor. If an Inspector or Engineer is on site or immediately available, Contractor shall allow the Inspector or Engineer to view the pre -installation video to verify the pipe is ready for CIPP installation which includes proper cleaning, trimming protruding taps and mitigating and significant infiltration. 6. Infiltration runners or gushers as defined by NASSCO PACP that are observed during the pre -rehabilitation CCTV shall be stopped by injecting a chemical hydrophilic grouting using a remote packer, unless otherwise approved by the Engineer. If the pipe is larger than 36", man -entry with hand -applied fast -setting epoxy can be performed to stop the infiltration. C. Host Pipe Preparation 1. Clean each length of pipe to a minimum of 95% capacity and no significant debris or deposits that would create any lining issues. Dispose of all resulting material offsite as specified in Section 33 04 50. 2. Prepare for bypass pumping per Section 33 03 10. D. Liner (tube) Preparation Resin Impregnation a. Impregnate the liner in a saturation facility where the environment can be consistently controlled. b. Use sufficient quantity of resin to fill the volume of air voids in the tube with additional allowances for polymerization shrinkage and the potential loss of resin during installation through cracks and irregularities in the original pipe wall. c. Vacuum impregnate the resin utilizing a motorized pinch roller to set proper thickness. ' O 20I9 CDM Smith 90-lnch (M-280) Sanitary Sewer Rehabilitation All Rights Reserved City Project No. 01286 3331 12 - 13 CURED IN PLACE PIPE (CfPP) Page 13 of 17 2. If transported to the site, refrigerate as necessary to maintain stable environment for the impregnated liner. 3.4 INSTALLATION A. Safety 1. Carry out operation in accordance with all OSHA and manufacturer's safety requirements including, but not limited to, safety requirements involving confined space entry. B. Liner installation 1. The finished CIPP should be continuous over the entire length of the run and be smooth and free from substantial wrinkles, as well as defects and improper service connections. 2. CIPP liner shall be installed via inversion using hydrostatic head in accordance with ASTM F 1216 or ASTM F 1743 and manufacturer's recommendations or inserted through an access pit by means and methods required by the manufacturer. Hydrostatic head during installation process shall be sufficient to hold liner tight to pipe wall and flared ends at two access pits or chambers. Contractor shall closely follow the requirements in the submitted liner field curing reports, including the minimum inversion pressure, ideal head, maximum hot head and maximum cold head for each installation. 3. If CIPP does not fit tightly against original pipe and there is a gap of 1/4-inch or greater at its termination points, at no additional cost to Owner, the full circumference of CIPP exiting host pipe shall be filled with a resin mixture compatible with CIPP, approved by CIPP manufacturer and Owner/Engineer. There shall be no significant leakage of groundwater between existing pipe and CIPP at manhole connections. Any leakage shall be removed and/or eliminated by Contractor at no additional cost to Owner. Any infiltration found at manholes shall be eliminated by Contractor at no additional cost to Owner. Any infiltration runners or gushers as defined by NASSCO PACP shall be stopped with chemical hydrophilic grouting. C. Curing 1. Curing of the CIPP shall be done by water and must follow the recommendation of the manufacturer. 2. Upon completion of the curing process provide the City with the monitoring data. 3. Temperature in CIPP during curing process and cooldown process shall be as recommended by resin manufacturer. Length of time for allowing curing process to be completed shall be of duration recommended by manufacturer, during which time Contractor shall maintain required temperature throughout CIPP. Provide a written temperature data chart/curing log to Owner's Representative for review to ensure that curing temperatures for resin meet manufacturer's recommendations. © 2019 CDM Smith 90-Inch (M-280) Sanitary Sewer Rehabilitation Atl Rights Reserved City Project No. 01286 3331 12 - 14 CURED IN PLACE PIPE (CIPP) Page 14 of 17 4. The full length from manhole to manhole of the installed resin -impregnated flexible felt tube CIPP liner shall be cured using circulating heated water in accordance with ASTM F 1216 and manufacturer's recommendations for the entire length from manhole to manhole(s). Resin shall be cured into a hard, impermeable pipe with minimum specified thickness, providing a structurally sound, uniformly smooth interior and tight -fitting liner within existing pipe. Cool -down procedures shall be in accordance with ASTM F 1216 and manufacturer's recommendations. The cool - down shall follow manufacturer's guidelines, be measured digitally to allow inspector to inspect or record, be linear, and be gradual; no super cooled air shall be allowed to be injected. 5. All cutting and scaling of CIPP liner at manhole connections shall provide watertight pipe and manhole seals. All cut edges of cured liner shall be thoroughly sealed with same resin as was used in liner. Catalyst or hardener used shall be compatible with resin/catalyst used in liner previously but shall not require an external heat source to begin exothermic reaction (curing). There shall be no leakage of groundwater into manhole between CIPP liner and existing sewer pipe and between existing sewer pipe and manhole wall. 6. Continuous temperature monitoring systems are required. This system shall be installed at the invert of pipe and be installed per manufacturers recommended procedures. Temperature sensors shall be placed at upstream and downstream ends of reach being lined to monitor pressurized fluid's (air or water) temperature during curing process. To monitor temperatures inside tube, wall and to verify proper curing, temperature sensors shall be placed between host pipe and liner in bottom of host pipe (invert) throughout the reach to record the heating and cooling that takes place on the outside of liner during processing. As a minimum, sensors shall be spaced apart at intervals no greater than 10-feet. Additionally, sensors shall be strategically placed at points where a significant heat sink is likely to be anticipated. Monitoring of these sensors shall be by a computer that can record temperatures at this interface throughout processing of CIPP utilizing a tamper -proof database. Temperature monitoring systems shall be Zia Systems or Vericure by Pipeline Renewal Technologies. 7. Prior to installing liner in host pipe, temperature monitoring system's proper functioning shall be confirmed by hooking it up to computer and seeing that sensors are reporting their ambient temperatures. No more than two sensors in sequence can be found faulty during this test. If three or more sensors in sequence are discovered faulty, a new sensor array shall be provided and installed at no extra cost to the Owner; and the new array shall be again tested for its proper functioning. S. Curing and cooldown of the resin system shall be as per recommendations of CIPP system manufacturer of CIPP product. Temperatures achieved and duration of holding the liner at those temperatures shall be per System Manufacturer's established procedures. If any sensor or sensors along reach indicates that there is a localized issue with respect to achieving proper curing per written installation procedure, Contractor shall address the issue prior to acceptance of the liner. Sensor array's database required in above paragraph shall have an output report that identifies each sensor by its station in reach and shows maximum temperature achieved during processing of CIPP and time sustained at or above Manufacturer's required curing temperature at each sensor. The temperature of the liner shall be recorded until the liner has completed the cool -down process. © 2019 CDM Smith 90-Inch (M-280) Sanitary Sewer Rehabilitation All Rights Reserved City Project No. 01296 3331 12 - 15 CURED IN PLACE PIPE (CIPP) Page 15 of 17 9. If cool -down is to be accomplished by introduction of cool water into an inversion standpipe to replace water being drained from a small hole made in downstream end, the hardened liner shall be cooled down to a temperature below 100 degrees F (38 degrees C), or ambient temperature, whichever is smaller, before relieving static head in inversion standpipe. Contractor shall take measures to ensure that, in release of static head, a vacuum will not be produced that could damage the newly installed CIPP liner. 10. Vent and/or exhaust noxious fumes or odors generated during and remaining after curing process is completed. This process shall remain in place at all manholes, laterals, etc., until noxious odors have dissipated to an acceptable level in accordance with OSHA requirements for materials used and there is no more air pollution or potential health hazard Ieft to general public or construction workers. 11. Curing water can be discharged immediately downstream of CIPP segment. 12. Provide piping, pumps, valves, and other equipment to discharge curing water. 3.5 REPAIR/ RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. Field Tests and Inspections 1. Closed Circuit Television (CCTV) Inspection a. Contractor shall perform a post -rehabilitation CCTV inspection of all sewers rehabilitated using CIPP lining methods in accordance with Section 33 03 10. Post -rehabilitation CCTV inspection shall be performed following installation of CIPP liner. The Contractor's project manager and/or superintendent shall review the post -rehabilitation inspection videos to confirm the quality of the videos and of the installed CIPP; only after the Contractor has confirmed that the video is of good quality, the videos shall be submitted to the Owner. If it is determined that any repairs are needed at any segment, a new CCTV inspection shall be performed of the entire segment(s) after the repairs have been completed. b. Liner Installation Inspection - A visual inspection of the liner will be considered acceptable if liner shows no significant, wrinkles, lifts, ridges, splits, cracks, delamination, flats, dry spots, pinholes, shrinkage, foreign inclusions, crazing, reverse curvatures, or other type of defects in the CIPP lining. Significant defects shall be defined as those listed in paragraph 1.06 of this section; and/or any defect that may create a maintenance issue in future such as inhibiting CCTV cameras or allowing solids to get caught on defect, and/or any defect that appears to reduce long-term structural strength or stability of pipeline. Longitudinal wrinkles/tins in height up to a maximum of five percent of inside diameter of host pipe or 2-inch, whichever is smaller, may be acceptable and shall be evaluated by Engineer for acceptance on a case by case basis. Defective lining shall be repaired or replaced at no additional cost to Owner. If during removal process, the pipe is damaged, Contractor shall perform a point repair at Contractor's own expense. c. Removal of wrinkles or fins deemed significant at the discretion of the Owner, shall be removed using a milling head, relined or replaced by the Contractor as directed by the Owner at no additional cost. There shall be no evidence of other major defects in the CIPP lining. C 2019 CDM Smith 90-Inch (M-280) Sanitary Sewer Rehabilitation All Rights Reserved City Project No. 01286 3331 12 - 16 CURED IN PLACE PIPE (CIPP) Page 16 of 17 d. Longitudinal shrinkage of the CIPP liner's length, of more than three (3) inches from the face of the manhole shall be repaired with a fiberglass reinforced CIPP spot repair per Section 2.2.F of this Specification at no cost to the Owner. e. Circular shrinkage shall be measured by the Contractor via man entry to try to insert a 1/4" thick ruler or similar into any gap more than 8 inches past the MH wall. The Contractor shall document these measurements with digital photos that shall be submitted to the Owner/Engineer for approval. Circular shrinkage shall be repaired per manufacturer recommendations at no cost to the Owner. 2. Field acceptance of CIPP lining shall be based on Owner's and Engineer's evaluation of installation, including a review of the CIPP liner curing data, review of post -rehabilitation CCTV inspection data, and review of certified test data for installed CIPP Iiner. All CIPP sample testing, and repairs to installed CIPP as applicable, shall be completed before final acceptance, meeting requirements of these specifications and documented in written form. 3. For each installation of CIPP liner, unless otherwise specified by the Engineer or recommended by the manufacturer, the Contractor shall utilize a fiberoptic cure monitoring system to monitor curing process. 4. For each installation of CIPP liner, the Contractor shall perform sampling and testing to determine the installed CIPP liner flexural properties and CIPP liner thickness. If a test is not passed, Contractor shall re-evaluate liner thickness design to determine if installed physical properties meet minimum design requirements; if it does not, Iiner shall be replaced or relined with approval from Engineer at no additional cost to Owner. Liner falling within 10% of design requirements may be subject to a 10% credit in lieu of replacement/relining with approval from the Owner. 5. Testing shall be performed by HTS Inc. Consultants or Engineer approved equal with A2LA certification. 6. All expenses for sampling and testing of installed liner shall be paid for by Contractor. Chain of custody for test samples shall be through Owner's representative. Cost of all manufacturer's testing to qualify products furnished to project site shall be the responsibility of Contractor. 7. Sampling and testing of the installed CIPP liner shall conform to ASTM F 1216 test methods for medium and large diameter applications. 8. CIPP liner thickness shall be measured in accordance with ASTM D 5813. Flexural properties shall be determined in accordance with ASTM D 790. Contractor shall label and date all samples and provide to inspector or Owner's representative same day of installation for shipping to independent testing laboratory. Engineer shall be copied on all transmittals to independent testing laboratory. Testing results shall be submitted to Engineer or Owner within 30 days after installation of CIPP liner or payment will be withheld. 9. After recalculations performed in accordance with Paragraph 3.7.A.3 above, any CIPP lining that does not meet new calculated thickness requirements shall be corrected by Contractor in a manner approved by Engineer at no additional cost to Owner. Owner's decision on how to correct deficient CIPP liner installations shall be final. Options for correcting deficient CIPP liner installations that will be considered by Owner include the following: removal of existing CIPP liner and re- lining the sewer, re -lining sewer with existing CIPP liner in place. 0 2019 CDM Smith 90-Inch (M-280) Sanitary Sewer Rehabilitation All Rights Reserved City Project No. 01286 3331 12 - 17 CURED IN PLACE PIPE (CIPP) Page 17 of 17 10. The CIPP liner shall be watertight. Groundwater infiltration through the wall of the liner shall be zero. 11. All pipe -to -manhole connections shall be watertight and free of infiltration. 12. After all installations are complete, inspected, post -construction CCTV has been reviewed and approved by the Owner/Engineer, and all work is satisfactory to Owner/Engineer, contractor shall cut and trim the new liner at each manhole wall. Seal liner to manhole wall with a sealant material per Paragraph 2.2.E of this Section. 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] 313 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION © 2019 CDM Smith 90-Inch (M-280) Sanitary Sewer Rehabilitation All Rights Reserved City Project No. 01286 3331 I3 - I FIBERGLASS REINFORCED PIPE FOR GRAVITY SANITARY SEWERS Page 1 of 7 SECTION 33 3113 FIBERGLASS REINFORCED PIPE FOR GRAVITY SANITARY SEWERS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Fiberglass Reinforced pipe 18-inch and larger for gravity sanitary sewer applications B. Deviations from this City of Fort Worth Standard Specification 1. CDM Smith modifications are shown in blue text. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 33 0130 -- Sewer and Manhole Testing 4, Section 33 01 31 — Closed Circuit Television (CCTV) Inspection 5, Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 6. Section 33 05 26 — Utility Markers/Locators 7. Section 33 3150 — Sanitary Sewer Service Connections and Service Line 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measured horizontally along the surface from center line to center line of the manhole, or appurtenance 2. Payment a. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot for "Fiberglass Sewer Pipe" installed for: 1) Various sizes 2) Various backfills 3. The price bid shall include: a. Furnishing and installing Fiberglass gravity pipe with joints as specified by the Drawings b. Mobilization c. Pavement removal d. Excavation e. Hauling f. Disposal of excess material g. Gaskets h. Furnishing, placement and compaction of embedment i. Furnishing, placement and compaction of backfill CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 3331 13 - 2 FIBERGLASS REINFORCED PIPE FOR GRAVITY SANITARY SEWERS Page 2 of 7 j. Trench water stops k. Clean-up 1. Cleaning m. Testing 1.3 REFERENCES A. Reference Standards L Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM International (ASTM): a. D3236, Standard Test Method for Apparent Viscoscity of Hot Melt Adhesives and Coating Materials. b. D3262, Standard Specification for "Fiberglass" (Glass -Fiber -Reinforced Thermosetting -Resin) Sewer Pipe. c. D3681, Standard Test Method for Chemical Resistance of "Fiberglass" (Glass - Fiber -Reinforced Thermosetting -Resin) Pipe in a Deflected Condition. d. D4161, Standard Specification for "Fiberglass" (Glass -Fiber -Reinforced Thermosetting -Resin) Pipe Joints Using Flexible Elastomeric ,Seals. e. F477, Standard Specification for Elastomeric Seals (Gaskets) for Joining Plastic Pipe. 3. American Water Works Association (AWWA): a. AWWA M45 — Fiberglass Pipe Design 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to delivery. C. Prior to each shipment of FRP pipe, submit certified test reports that the FRP pipe for this Contract was manufactured and tested in accordance with all ASTM Standards specified and referenced herein. 1.6 ACTION SUBMITTALS/iNFORMATIONAL SUBMITTALS A. Product Data 1. Manufacturer 2. Manufacturer Number (identifies factory, location, and date manufactured.) 3. Nominal Diameter 4. Beam load 5. Laying lengths 6. ASTM designation B. Shop Drawings 1. Pipe details 2. Joint details 3. Miscellaneous items to be furnished and fabricated for the pipe CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 3331 13 - 3 FIBERGLASS REINFORCED PIPE FOR GRAVITY SANITARY SEWERS Page 3 of 7 4. Dimensions 5. Tolerances 6. Wall thickness 7. Properties and strengths 8. Pipe calculations a. Calculations confirming the pipe will handle anticipated loading signed and sealed by a Licensed Professional Engineer in Texas C. Certificates 1. Furnish an affidavit certifying that all Fiberglass Reinforced Pipe meets the provisions of this Section and has been tested and meets the requirements of ASTM D3262. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Manufacturers a. Finished pipe shall be the product of 1 manufacturer for each size per project. b. Pipe manufacturing operations shall be performed under the control of the manufacturer. c. All pipe furnished shall be in conformance with this specification and ASTM D3262. 2. Inspections of the pipe may also be made by the Engineer or other representatives of the Owner after delivery. The pipe shall be subject to rejection at any time on account of failure to meet any of the requirements specified herein, even though sample pipes may have been accepted as satisfactory at the place of manufacture. Pipe rejected after delivery shall be marked for identification and shall be removed from the job at once. 1.10 DELIVERY, ,STORAGE, AND HANDLING A. Delivery Provide adequate strutting during transport to prevent damage to the pipe, fittings and appurtenances. B. Storage and Handling Requirements 1. Gravity pipe shall be stored and handled in accordance with the manufacturer's guidelines. 2. Secure and maintain a location to store the material in accordance with Section 0166 00. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 3331 13 - 4 FIBERGLASS REINFORCED PIPE FOR GRAVITY SANITARY SEWERS Page 4 of 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed in the City's Standard Products List will be considered as shown in ,Section 01 60 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 0125 00. B. Performance / Design Criteria 1. Pipe a. Design in accordance with ASTM D3262 b. Design pipe for service loads that include: 1) External groundwater and earth loads a) A soil modulus of elasticity of 2,000 psi and a soil weight 130 pounds per cubic foot. 2) Jacking/pushing loads a) The allowable jacking/pushing capacity shall not exceed 40 percent of the ultimate compressive strength or the maximum allowable compressive strength recommended by the manufacturer, whichever is less. 3) AASHTO H-20 Live Load 4) Practical considerations for handling, shipping and other construction operations 5) A safety factor of 2.5 c. Design is to be conducted under the supervision of a Professional Engineer licensed in the State of Texas, who shall seal and sign the design. d. Standard lay length of 20 feet, except for special fittings or closure pieces necessary to comply with the Drawings. e. Stiffness class that satisfies design requirement on the Drawings, but not less than 72 psi when used in direct bury operations. f. Accommodate vertical alignment changes required because of existing utility or other conflicts by an appropriate change in pipe design depth. g. In no case shall pipe be installed deeper than its design allows. h. Maximum initial deflection shall be 3 percent. i. Maximum long-term deflection shall be 5 percent. !. Dimensional Tolerances a. Inside diameter 1) Pipe shall not vary more than 1/8 inch from the nominal inside diameter. b. Roundness 1) The difference between the major and minor outside diameters shall not exceed 0.1 percent of the nominal outside or 1/4 inch, whichever is Iess. c. Wall thickness CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 01286 Revised December 20, 2012 3331 13 -5 FIBERGLASS REINFORCED PIPE FOR GRAVITY SANITARY SEWERS Page 5 of 7 1) Provide minimum single point thickness no less than 98 percent of stated design thickness. d. End Squareness 1) Provide pipe ends square to pipe axis with maximum tolerance of 1/8 inch. e. Fittings 1) Provide tolerance of angle of elbow and angle between main and leg of wye or tee to ±2 degrees. 2) Provide tolerance of laying length of fitting to �L2 inches. C. Materials 1. Resin Systems a. Only use polyester resin system with proven history of performance in this particular application. 2. Glass Reinforcements a. Use reinforcing glass fibers of highest quality commercial grade E-glass filaments with binder and sizing compatible with impregnated resins to manufacture components. 3. FilIers a. Silica sand or other suitable materials may be used. b. Use 98 percent silica with maximum moisture contest of 0.2 percent. 4. Additives a. Resin additives, such as curing agents, pigments, dyes, fillers, thixotropic agents, etc., when used, shall not detrimentally affect the performance of the product. 5. hiternal liner resin a. Suitable for service as sewer pipe b. Highly resistant to exposure to sulfuric acid c. Produced by biological activity from hydrogen sulfide gases d. Meet or exceed requirements of ASTM D3681 6. Gaskets a. Supply from approved gasket manufacturer in accordance with ASTM F477 and suitable for service intended. b. Affix gaskets to pipe by means of suitable adhesive or install in a manner so as to prevent gasket from rolling out of pre-cut groove in pipe or sleeve coupling. c. Provide the following gaskets in potentially contaminated areas. 1) Petroleum (diesel, gasoline) — Viton 2) Other contaminants — Manufacturer recommendation 7. Couplings a. Field connect pipe with fiberglass sleeve couplings that utilize elastomeric sealing gaskets as sole means to maintain joint water tightness. 8. Joints a. Joints must meet requirements of ASTM D4161. Pipe markings shall meet the minimum requirements of ASTM D3236. Minimum pipe markings shall be as follows: a. Manufacturer b. Manufacturer Number (identifies factory, location, date manufactured, shift and sequence) c. Nominal diameter CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 3331 13 - 6 FIBERGLASS REINFORCED PIPE FOR GRAVITY SANITARY SEWERS Page 6 of 7 d. Beam load e. Laying length £ ASTM designation 10. Connections a. Use only manufactured fittings. b. See Section 33 3150. 11. Detectable Metallic Tape a. See Section 33 05 26, 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Install pipe, fittings, specials and appurtenances as specified herein, as specified in Section 33 05 10 and in accordance with the pipe manufacturer's recommendations. 2. Lay pipe to the lines and grades as indicated in the Drawings. 3. Excavate and backfill trenches in accordance with Section 33 05 10. 4. Embed pipe in accordance with Section 33 05 10. B. Pipe Handling 1. Haul and distribute pipe and fittings at the project site. 2. Handle piping with care to avoid damage. a. Inspect each joint of pipe and rejector repair any damaged pipe prior to lowering into the trench. b. Use only nylon ropes, slings or other lifting devices that will not damage the surface of the pipe for handling pipe. 3. At the close of each operating day: a. Keep the pipe clean and free of debris, dirt, animals and trash — during and after the laying operation. b. Effectively seal the open end of the pipe using a gasketed night cap. C. Pipe Joint Installation a. Clean dirt and foreign material from the gasketed socket and the spigot end. b. Assemble pipe joint by sliding the lubricated spigot end into the gasketed bell end to the reference mark. c. Install such that identification marking on each joint are oriented upward toward the trench opening. d. When making connection to manhole, use an elastomeric seal or flexible boot to facilitate a seal. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 01286 Revised December 20, 20I2 3331 13 - 7 FIBERGLASS REINFORCED PIPE FOR GRAVITY SANITARY SEWERS Page 7 of 7 D. Connection Installation 1. See Section 33 3150. E. Detectable Metallic Tape Installation 1. See Section 33 05 26. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD JOR] SITE QUALITY CONTROL A. Field Tests and Inspections 1. Closed Circuit Television (CCTV) Inspection a. Provide a CCTV inspection in accordance with Section 33 0131. 2. Air Test and Deflection Test a. Perform test in accordance with Section 33 0130. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTI4 90-Inch (M-280) Sanitary Sewer Rehabilitalion STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 333120-1 POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE Page 1 of 6 SECTION 33 3120 POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Polyvinyl Chloride (PVC) pipe 4-inch through 36-inch for gravity sanitary sewer applications B. Deviations from this City of Fort Worth Standard Specification 1. Size range increased to include 36-inch PvC C. ReIated Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 3, Section 33 01 30 — Sewer and Manhole Testing 4. Section 33 0131 — Closed Circuit Television (CCTV) Inspection 5. Section 33 05 10 — Utility Trench Excavation, Embedment and BackfilI 6. Section 33 05 26 — Utility Markers/Locators 7. Section 33 3150 — Sanitary Sewer Service Connections and Service Line 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement 1. Measured horizontally along the surface from center line to center line of the manhole or appurtenance 2. Payment 1. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per Iinear foot of "PVC Pipe" installed for: 1) Various sizes 2) Various Standard Dimension Ratios 3) Various embedments 4) Various depths, for miscellaneous projects only 3. The price bid shall include: l . Furnishing and installing PVC gravity pipe with joints as specified by the Drawings 2. Pavement removal 3. Excavation 4. Hauling 5. Disposal of excess material 6. Furnishing, placement and compaction of embedment 7. Furnishing, placement and compaction of backfill CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised June 19, 2013 333120-2 POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE Page 2 of 6 8. Trench water stops 9. Clean-up 10. Cleaning 11. Testing 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. American Association of State Highway and Transportation (AASHTO). 3. ASTM International (ASTM): I. D1784, Standard Specification for Rigid Poly(Vinyl Chloride) (PVC) Compounds and Chlorinated Poly(Vinyl Chloride) (CPVC) Compounds. 2. D2412, Standard Test Method for Determination of External Loading Characteristics of Plastic Pipe by Parallel -Plate Loading. 3. D3034, Standard Specification for Type PSM Poly(Vinyl Chloride) (PVC) Sewer Pipe and Fittings. 4. D3212, Standard Specification for Joints for Drain and Sewer Plastic Pipes Using Flexible Elastomeric Seals. 5. F679, Standard Specification for Poly (Vinyl Chloride) (PVC) Large -Diameter Plastic Gravity Sewer Pipe and Fittings. 4. Texas Commission on Environmental Quality (TCEQ): 1. Title 30, Part I, Chapter 217, Subchapter C, Rule 217.53 — Pipe Design. 2. Title 30, Part I, Chapter 217, Subchapter C, Rule 217.54 — Criteria for Laying Pipe. 3. Title 30, Part I, Chapter 217, Subchapter C, Rule 217.57 — Testing Requirements for Installation of Gravity Collection System Pipes, 5. Underwriters Laboratories, Inc. (UL). 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED1 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00, B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Product data sheet 2. Manufacturer 3. Nominal pipe diameter 4. Standard dimension ratio (SDR) 5. Cell classification 6. Laying lengths CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised June 19, 2013 333120-3 POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE Page 3 of 6 B. Certificates 1. Furnish an affidavit certifying that all PVC Gravity Pipe meets the provisions of this Section and has been air and deflection tested and meets the requirements of ASTM D3034 and ASTM F679, 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications i . Manufacturers 1. Finished pipe shall be the product of 1 manufacturer for each size per project, unless otherwise approved by the City. 1) Change orders, specials and field changes may be provided by a different manufacturer upon City approval. 2. Pipe manufacturing operations shall be performed under the control of the manufacturer. 3. All pipe furnished shall be in conformance with ASTM D3034 (4-inch through 15-inch) and ASTM F679 (18-inch through 36-inch). 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Gravity pipe shall be stored and handled in accordance with the manufacturer's guidelines. 2. Secure and maintain a location to store the material in accordance with Section 01 66 00. 1.11 FIELD [SITE] CONDITIONS ]NOT USED] 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 2.1 OWNER -FURNISHED loR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed in the City's Standard Products List will be considered as shown in Section 01 60 00. 1. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 0125 00. B. Performance / Design Criteria 1. Pipe 1. Meet all requirements of TCEQ. 2. Design in accordance with ASTM D3034 for 4-inch through 15-inch SDR 26 and ASTM F679 for 18-inch through -inch 46PS/115PS. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised June 19, 2013 33 31 20 - 4 POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE Page 4 of 6 3. PVC Gravity Sanitary Sewer Pipe shall be approved by the UL. 4. Assume a standard lay length of 14 feet and 20 feet except for special fittings or closure pieces necessary to comply with the Drawings. 5. Use green coloring for ground identification as sanitary sewer pipe. 6. PVC meeting the requirements of ASTM D1784, with a cell classification of 12454 or 12364 7. Deflection Design 1) Base pipe design on pipe stiffness, soil stiffness and load on the pipe. 2) Design pipe according to the Modified Iowa Formula as detailed by the Uni-Bell PVC Pipe Association in the Handbook of PVC Pipe, using the following parameters: a) Unit Weight of Fill (w) = 130 pounds per cubic foot b) Live Load = AASHTO HS 20 c) Trench Depth — 12 feet minimum, or as indicated in Drawings d) Maximum (E') = 1,000 max e) Deflection Lag Factor (DL) = 1.0 f) Bedding Factor constant (K) = 0.1 g) Mean radius of the pipe (r), inches, as indicated in Drawings h) Marston's load per unit length (W), pounds per inch, calculate per Drawings i) PVC modulus of elasticity (E) = 400,000 psi j) Moment of inertia of pipe wall per unit length, (I) = 0/12, (iti9/in), per pipe type and size (1) Where (t) = pipe thickness, inches k) Maximum Calculated Deflection = 5 percent S. Pipe Flotation: If the pipe is buried in common saturated soil (about 120 pounds per cubic foot) with at least I %2 pipe diameters of cover, pipe is generally not subject to flotation. If shallower, check groundwater flotation potential. Flotation will occur if: Fb > Wp + W f + Wd Where: Fb = buoyant force, pound per foot Wp = empty pipe weight, pound per foot We= weight of flooded soil, pound per foot Wd = weight of dry soil, pound per foot Values and formulas for the above variables can be obtained from the pipe manufacturer and site specific soil conditions. 9. Verify trench depths after existing utilities are located. 10. Accommodate vertical alignment changes required because of existing utility or other conflicts by an appropriate change in pipe design depth. 11. In no case shall pipe be installed deeper than its design allows. Minimum pipe stiffness of 46 psi at 5 percent deflection when test in accordance with ASTM D2412. 3. Pipe markings 1. Meet the minimum requirements of ASTM D3034 and ASTM F679. 2. Minimum pipe markings shall be as follows: 1) Manufacturer's Name or Trademark and production record CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised June 19, 2013 333120-5 POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE Page 5 of 6 2) Nominal pipe size 3) PVC cell classification 4) ASTM or Standard Dimension Ratio (SDR) designation 5) Seal of testing agency that verified the suitability of the pipe 4. Joints 1. Joints shall be gasket, bell and spigot, push -on type conforming to ASTM D3212. 2. Since each pipe manufacturer has a different design for push -on joints; gaskets shall be part of a complete pipe section and purchased as such. 5. Connections L Only use manufactured fittings. 2. See Section 33 31 50. 6. Detectable Metallic Tape 1. See Section 33 05 26. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General L InstalI pipe, specials and appurtenances as specified herein, as specified in Section 33 05 10, and in accordance with the pipe manufacturer's recommendations. 2. Lay pipe to the lines and grades as indicated in the Drawings. 3. Excavate and backfill trenches in accordance with. Section 33 05 10. 4. Embed PVC pipe in accordance with Section 33 05 10. B. Pipe Handling 1. Haul and distribute pipe and fittings at the project site. 2. Handle piping with care to avoid damage. 1. Inspect each joint of pipe and rejector repair any damaged pipe prior to lowering into the trench. 2. Use only nylon ropes, slings or other lifting devices that will not damage the surface of the pipe for handling the pipe. 3. At the close of each operating day: 1. Keep the pipe clean and free of debris, dirt, animals and trash — during and after the Iaying operation. 2. Effectively seal the open end of the pipe using a gasketed night cap. C. Pipe Joint Installation 1. Clean dirt and foreign material from the gasketed socket and the spigot end. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised June 19, 2013 333120-6 POLYVINYL CHLORIDE (PVC) GRAVITY SANITARY SEWER PIPE Page 6 of 6 2. Assemble pipe joint by sliding the lubricated spigot end into the gasketed bell end to the reference mark. 3. Install such that identification marking on each joint are oriented upward toward the trench opening. 4. When making connection to manhole, use an elastomeric seal or flexible boot to facilitate a seal. D. Connection Installation 1. See Section 33 31 50. E. Detectable Metallic Tape Installation 1. See Section 33 05 26. 3.5 REPAIR 1 RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL A. Field Tests and Inspections 1. Video Inspection 1. Provide a Post -CCTV inspection in accordance with Section 33 01 31. 2. Air Test and Deflection (Mandrel) Test 1. Perform in accordance with Section 33 0130. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 313 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 6/18/13 D. Johnson 2.2.B. Lb — Pipe Material Clarification CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised June 19, 2013 r f 3339 10 - 1 CAST -IN -PLACE CONCRETE MANHOLE Page I of 7 SECTION 33 3910 CAST -IN -PLACE CONCRETE MANHOLE PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Sanitary Sewer Cast -in -Place Concrete Manholes B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 03 30 00 — Cast -In -Place Concrete 4. Section 03 80 00 — Modifications to Existing Concrete Structures 5. Section 33 0130 — Sewer and Manhole Testing 6. Section 33 05 13 — Frame, Cover, and Grade Rings 7. Section 33 39 60 — Epoxy Liners for Sanitary Sewer Structures 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Manhole a. Measurement 1) Measurement for this Item shall be per each. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Manhole" installed for: a) Various sizes b) Various types c. The price bid will include: 1) Manhole structure complete in place 2) Excavation 3) Forms 4) Concrete 5) Backfill 6) Foundation 7) Drop pipe 8) Stubs 9) Frame 10) Cover 11) Grade rings 12) Pipe connections 13) Pavement removal CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 90-Inch (M-280) Sanitary Sewer Rehabilitation City Project No. 01286 333910-2 CAST -IN -PLACE CONCRETE MANHOLE Page 2 of 7 14) Hauling 15) Disposal of excess material 16) Placement and compaction of backfill 17) Clean-up 2. Extra Depth Manhole a. Measurement 1) Measurement for added depth beyond 6 feet will be per vertical foot, measured to the nearest 1/10 foot. b. Payment 1) The work performed and the materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per vertical foot for "Extra Depth Manhole" specified for: a) Various sizes c. The price bid will include: I ) Manhole structure complete in place 2) Excavation 3) Forms 4) Reinforcing steel (if required) 5) Concrete 6) Backfill 7) Foundation 8) Drop pipe 9) Stubs 10) Frame 11) Cover 12) Grade rings 13) Pipe connections 14) Pavement removal 15) Hauling 16) Disposal of excess material 17) Placement and compaction of backfill 18) Clean-up Sanitary Sewer Junction Structure a. Measurement 1) Measurement for this Item will be per each Sewer Junction Structure being installed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement' shall be paid for at the lump sum bid per each "Sewer Junction Structure" location. c. Price bid will include: 1) Junction Structure complete in place 2) Excavation 3) Forms 4) Reinforcing steel (if required) 5) Concrete 6) Backfill 7) Foundation 8) Drop pipe CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 333910-3 CAST -IN -PLACE CONCRETE MANHOLE Page 3 of 7 9) Stubs 10) Frame 11) Cover 12) Grade rings 13) Pipe connections 14) Pavement removal 15) Hauling 16) Disposal of excess material 17) Placement and compaction of backfill 18) Clean-up 1.3 REFERENCES A. Definitions 1. Manhole Type a. Standard Manhole (See City Standard Details) 1) Greater than 4 feet deep up to 6 feet deep b. Standard Drop Manhole (See City Standard Details) 1) Same as Standard Manhole with external drop connection (s) c. Type "A" Manhole (See City Standard Details) 1) Manhole set on a reinforced concrete block placed around 39-inch and larger sewer pipe d. ShalIow Manhole (See City Standard Details) 1) Less than 4 feet deep with formed invert for sewer pipe diameters smaller than 39-inch 2. Manhole Size a. 4 foot diameter 1) Used with pipe ranging from 8-inch to 15-inch b. 5 foot diameter 1) Used with pipe ranging from 18-inch to 36-inch c. See specific manhole design on Drawings for pipes larger than 36-inch. B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM International (ASTM): a. D4258, Standard Practice for Surface Cleaning Concrete for Coating. b. D4259, Standard Practice for Abrading Concrete. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] LS SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS A. Product Data 1. Drop connection materials CITY OF FORT WORT]-1 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRICTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 3339 10 - 4 CAST -IN -PLACE CONCRETE MANHOLE Page 4 of 7 2. Pipe connections at manhole walls 3. Stubs and stub plugs 4. Admixtures 5. Concrete Mix Design 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 QUALITY ASSURANCE f NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS A. Manufacturers 1. Only the manufacturers as Iisted on the City's Standard Products List will be considered as shown in Section 0160 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 01 25 00. B. Materials 1. Concrete — Conform to Section 03 30 00. 2. Reinforcing Steel — Conform to Section 03 2100. 3. Frame and Cover — Conform to Section 33 05 13, 4. Grade Ring — Conform to Section 33 05 13. 5. Pipe Connections a. Pipe connections can be premolded pipe adapter, flexible locked -in boot adapter, or integrally cast gasket channel and gasket. 6. Interior Coating or Liner — Conform to Section 33 39 60, if required. 7. Exterior Coating a. Use Coal Tar Bitumastic for below grade damp proofing. b. Dry film thickness shall be no less than12 mils and no greater than 30 mils. c. Solids content is 68 percent by volume t 2 percent. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 333910-5 CAST -IN -PLACE CONCRETE MANHOLE Page 5 of 7 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 31 INSTALLERS INOT USED] 3.2 EXAMINATION A. Evaluation and Assessment 1. Verify lines and grades are in accordance to the Drawings. 3.3 PREPARATION A. Foundation Preparation 1. Excavate 8 inches below manhole foundation. 2. Replace excavated soil with course aggregate, creating a stable base for the manhole construction. a. If soil conditions or ground water prevent use of course aggregate base a 2-inch mud slab may be substituted. 3.4 INSTALLATION A. Manhole 1. Construct manhole to dimensions shown on Drawings. 2. Cast manhole foundation and wall monolithically. a. A cold joint with water stop is allowed when the manhole depth exceeds 12 feet. b. No other joints are allowed unless shown on Drawings. 3. Place, finish and cure concrete according to Section 03 30 00. a. Manholes must cure 3 days before backfilling around structure. B. Pipe connection at Manhole 1. Do not construct joints of sewer pipe within wall sections of manhole. C. Invert 1. Construct invert channels to provide a smooth waterway with no disruption of flow at pipe -manhole connections. 2. For direction changes of mains, construct channels tangent to mains with maximum possible radius of curvature. a. Provide curves for side inlets. 3. Sewer pipe may be laid through the manhole and the top 'h of the pipe removed to facilitate manhole construction. 4. For all standard manholes provide full depth invert. 5. For example, if 8-inch pipe is connected to manhole, construct the invert to full 8 inches in depth. D. Drop Manhole Connection CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 333910-6 CAST -IN -PLACE CONCRETE MANHOLE Page 6 of 7 1. Install drop connection when sewer line enters manhole higher than 24 inches above the invert. E. Final Rim Elevation 1. Install concrete grade rings for height adjustment. a. Construct grade ring on load bearing shoulder of manhole. b. Use sealant between rings as shown on Drawings. 2. Set frame on top of manhole or grade rings using continuous water sealant. 3. Remove debris, stones and dirt to ensure a watertight seal. 4. Do not use steel shims, wood, stones or other unspecified material to obtain the final surface elevation of the manhole frame. F. Internal coating 1. Internal coating application will conform to ,Section 33 39 60, if required by Drawings. G. External coating 1. Remove dirt, dust, oil and other contaminants that could interfere with adhesion of the coating. 2. Cure for 3 days before backfilling around structure. 3. Coat the same date the forms are removed. 4. Prepare surface in accordance with ASTM D4258 and ASTM D4259. 5. Application will follow manufacturer's recommendation. H. Modifications and Pipe Penetrations 1. Conform to Section 03 80 00. I. Junction Structures 1. All structures shall be installed as specified in Drawings. 3.5 REPAIR 1 RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. Field Tests and Inspections 1. Perform vacuum test in accordance with Section 33 0130. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 333910-7 CAST -IN -PLACE CONCRETE MANHOLE Page 7 of 7 END OF SECTION CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 SECTION 33 39 20 PRECAST CONCRETE MANHOLE PARTI- GENERAL 1.1 SUMMARY 333920-1 PRECAST CONCRETE MANHOLE Page 1 of 6 A. Section Includes: 1. Sanitary Sewer, Water Appurtenance, or Reclaimed Water Appurtenance Precast Concrete Manholes B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to- 1 . Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 03 30 00 — Cast -in -Place Concrete 4. Section 03 80 00 — Modifications to Existing Concrete Structures 5. Section 33 0130 -- Sewer and Manhole Testing 6. Section 33 05 13 Frame, Cover, and Grade Rings 7. Section 33 39 60 — Epoxy Liners for Sanitary Sewer Structures 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Manhole a. Measurement 1) Measurement for this Item shall be per each concrete manhole installed. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Manhole" installed for: a) Various sizes b) Various types c. The price bid will include: 1) Manhole structure complete in place 2) Excavation 3) Forms 4) Reinforcing steel (if required) 5) Concrete 6) Backfill 7) Foundation 8) Drop pipe 9) Stubs 10) Frame 11) Cover 12) Grade rings CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 333920-2 PRECAST CONCRETE MANHOLE Page 2 of 6 13) Pipe connections 14) Pavement removal 15) Hauling 16) Disposal of excess material 17) Placement and compaction of Backfill 18) Clean-up 2. Extra Depth Manhole a. Measurement 1) Measurement for added depth beyond 6 feet will be per vertical foot, measured to the nearest 1/10 foot. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per vertical foot for "Extra Depth Manhole" specified for: a) Various sizes c. The price bid will include: 1) ManhoIe structure complete in place 2) Excavation 3) Forms 4) Reinforcing steel (if required) 5) Concrete 6) Backfill 7) Foundation 8) Drop pipe 9) Stubs 10) Frame 11) Cover 12) Grade rings 13) Pipe connections 14) Pavement removal 15) Hauling 16) Disposal of excess material 17) Placement and compaction of Backfill 18) Clean-up 1.3 REFERENCES A. Definitions Manhole Type a. Standard Manhole (See City Standard Details) 1) Greater than 4 feet deep up to 6 feet deep b. Standard Drop Manhole (See City Standard Details) 1) Same as Standard Manhole with external drop connection(s) c. Type "A" Manhole (See City Standard Details) 1) Manhole set on a reinforced concrete block placed around 39-inch and larger sewer pipe. d. Shallow Manhole (See City Standard Details) 1) Less than four 4 deep with formed invert for sewer pipe diameters smaller than 39-inch 2. ManhoIe Size CITY OF FORT WORTH 90-Inch (M-290) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 I 33 39 20 - 3 PRECAST CONCRETE MANHOLE Page 3 of 6 a. 4 foot diameter 1) Used with pipe ranging from 8-inch to 15-inch b. 5 foot diameter 1) Used with pipe ranging from 18-inch to 36-inch 2) See specific manhole design on Drawings- for pipes larger than 36-inch. B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM International (ASTM): a. C443, Standard Specification for Joint for Concrete Pipe and Manholes, Using Rubber Gaskets b. C478, Standard Specification for Precast Reinforced Concrete Manhole Sections. c. C923, Standard Specification for Resilient Connectors Between Reinforced Concrete Manholes Structures, Pipes, and Laterals. d. D1187, Standard Specification for Asphalt -Base Emulsion for Use as Protective Coatings for Metal e. D1227, Standard Specification for Emulsified Asphalt Used as a Protective Coating for Roofing 1.4 ADMINISTRATIVE REQUIREMENTS INOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shaII be approved by the City prior to delivery. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 1. Precast Concrete Manhole 2. Drop connection materials 3. Pipe connections at manhole walls 4. Stubs and stub plugs 5. Admixtures 6. Concrete Mix Design 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY A. Manufacturer Warranty CITY OF PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 90-Inch (M-280) Sanitary Sewer Rehabilitation City Project No. 01286 333920-4 PRECAST CONCRETE MANHOLE Page 4 of 6 1. Manufacturer's Warranty shaII be in accordance with Division 1. PART 2 - PRODUCTS 2.1 OWNER -FURNISHED [oa] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section 0160 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 0125 00. B. Materials 1. Precast Reinforced Concrete Sections — Conform to ASTM C478. 2, Precast Joints a. Provide gasketed joints in accordance with ASTM C443. b. Minimize number of segments. c. Use long joints at the bottom and shorter joints toward the top. d. Include manufacturer's stamp on each section. 3. Lifting Devices a. Manhole sections and cones may be furnished with lift lugs or lift holes. 1) If lift lugs are provided, place 180 degrees apart. 2) If lift holes are provided, place 180 degrees apart and grout during manhole installation. 4. Frame and Cover — Conform to Section 33 05 13. 5, Grade Ring — Conform to Section 33 05 13 and ASTM C478. 6. Pipe Connections a. Utilize either an integrally cast embedded pipe connector or a boot -type connector installed in a circular block out opening conforming to ASTM C923. 7. Steps a. No steps are allowed. 8. Interior Coating or Liner — Conform to Section 33 39 60. 9. Exterior Coating a. Coat with non-fibered asphaltic emulsion in accordance with ASTM DI 187 Type I and ASTM D 1227 Type III Class 1. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 33 39 20 - 5 PRECAST CONCRETE MANHOLE Page 5 of 6 PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION A. Evaluation and Assessment 1. Verify lines and grades are in accordance to the Drawings. 3.3 PREPARATION A. Foundation Preparation 1. Excavate 8 inches below manhole foundation. 2. Replace excavated soil with course aggregate; creating a stable base for manhole construction. a. If soil conditions or ground water prevent use of course aggregate base a 2-inch mud slab may be substituted. 3.4 INSTALLATION A. Manhole 1. Construct manhole to dimensions shown on Drawings. 2. Precast Sections a. Provide bell -and -spigot design incorporating a premolded joint sealing compound for wastewater use. b. Clean bell spigot and gaskets, lubricate and join. c. Minimize number of segments. d. Use long joints used at the bottom and shorter joints toward the top. B. Invert I . Construct invert channels to provide a smooth waterway with no disruption of flow at pipe -manhole connections. 2- For direction changes of mains, construct channels tangent to mains with maximum possible radius of curvature. a. Provide curves for side inlets. 3. For all standard manholes provide full depth invert. 4. For example, if 8-inch pipe in connected to manhole construct the invert to full 8 inches in depth. C. Drop Manhole Connection 1. Install drop connection when sewer line enters manhole higher than 24 inches above the invert. D. Final Rim Elevation 1. Install concrete grade rings for height adjustment. a. Construct grade ring on load bearing shoulder of manhole. b. Use sealant between rings as shown on Drawings. 2. Set frame on top of manhole or grade rings using continuous water sealant. 3. Remove debris, stones and dirt to ensure a watertight seal. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 333920-6 PRECAST CONCRETE MANHOLE Page 6 of 6 4. Do not use steel shims, wood, stones or other unspecified material to obtain the final surface elevation of the manhole frame. E. Internal coating 1. Internal coating application will conform to Section 33 39 60, if required by Drawings. F. External coating 1. Remove dirt, dust, oil and other contaminants that could interfere with adhesion of the coating. 2. Cure manhole for 3 days before backfilling around the structure. 3. Application wiII follow manufacturer's recommendation. G. Modifications and Pipe Penetrations 1. Conform to Section 03 80 00. 3.5 REPAIR 1 RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. Field Tests and Inspections 1. Perform vacuum test in accordance with Section 33 0130. 3.8 SYSTEM STARTUP [NOT USED] 39 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE tNOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1. LA.1 — Modified to include precast manholes for water and reclaimed water applications 12/20/2012 D. Johnson 1.3.13.2 — Modified to include ASTM C443, D1187 and D1227 as references 2.2.13.1-3 — Modified in accordance with new ASTM references 2.2.B.10 — Modified in accordance with new ASTM references CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised December 20, 2012 333960-1 LINERS FOR SANITARY SEWER STRUCTURES Page 1 of 12 SECTION 33 39 60 LINERS FOR SANITARY SEWER STRUCTURES 1 Q PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Application of a high -build epoxy coating system (or modified polymer liner system, i.e. SpectraShield) to concrete utility structures such as manholes, lift station wet wells, junction boxes or other concrete facilities that may need protection from corrosive materials. This covers rehabilitation of existing sanitary sewer structures and newly installed sanitary sewer structures. 2. For sanitary sewer mains 8-inch diameter and larger, use of a structural liner system, Warren Environmental System 301, ARC SIHB by A.W. Chesterton Company, is acceptable. 3. For sanitary sewer mains 8-inch diameter and smaller, and less than 6-feet in depth, use of a liner system, SpectraShield, is acceptable. B. Deviations from this City of Fort Worth Standard Specification 1. CDM Smith additions in blue text. C. Related Specification Sections include but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 33 0130 — Sewer and Manhole Testing 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment Manholes a. Measurement 1) Measurement for this Item shall be per vertical foot of coating as measured from 2-inches below the bottom of the cover (not frame) to the top of the bench. This includes lining of the bench and invert, thru the use of flow control devices (i.e. temporary plugs, sand bags), to temporarily block flow. However, as a last resort and with prior written approval from Water Field Operations, if the flow can not be blocked temporarily, then the lining would stop 3-inches from the edge of the water in the pipe. This item covers the total vertical footage for the specific bid items of various I manhole sizes (i.e. 4 foot diameter, 5 foot diameter, Specific Manhole Designs for lines larger than 36-inch, etc.) and specific types (Standard Manhole, Drop Manhole, Type "A" Manhole, Shallow Manhole, including additional depth beyond 6 foot). b. Payment CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised February 4, 2020 333960-2 LINERS FOR SANITARY SEWER STRUCTURES Page 2 of 12 1) The work performed, and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per vertical foot of "Manhole Liner" applied. c. The price bid shall include: 1) Removal of roots 2) Removal of existing coatings 3) Eliminating any leaks 4) Removal of steps 5) Repair/seal connection of the existing frame to chimney 6) Repairs of any cracks in the existing structure chimney, corbel (cone), wall, bench, including any replacement of damaged rebar, pipe 7) Surface cleaning 8) Furnishing and installing Liner as specified by the Drawings 9) Hauling 10) Disposal of excess material 11) Site Clean-up 12) Manhole and Invert Cleaning 13) Testing 14) Re -Testing 2. Nan -Manhole ,Structures a. Measurement 1) Measurement for this Item shall be per square foot of area where the coating is applied. b. Payment 1) The work performed, and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per square foot of"Structure Liner" applied. c. The price bid shall include: 1) Removal of roots 2) Removal of existing coatings 3) Eliminating any leaks 4) Removal of steps 5) Repair/seal connection of the existing frame to chimney 6) Repairs of any cracks in the existing structure chimney, corbel (cone), wall, bench, including any replacement of damaged rebar, pipe 7) Surface cleaning 8) Furnishing and installing Liner as specified by the Drawings 9) Hauling 10) Disposal of excess material 11) Site Clean-up 12) Manhole and Invert Cleaning 13) Testing 14) Re -Testing Reinforced Concrete Pipe (RCP) a. Measurement 1) Measurement for this Item shall be per square foot of area where the coating is applied. b. Payment CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised February 4, 2020 333960-3 LINERS FOR SANITARY SEWER STRUCTURES Page 3 of 12 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per square foot of "Epoxy Liner for 90" RCP" applied.. c. The price bid shall include: OF 1) Furnishing and installing Liner as specified by the Drawings 2) Hauling 3) Disposal of excess material 4) Clean-up 5) Cleaning 6) Testing 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM International (ASTM): a. D543, Standard Practices for Evaluating the Resistance of Plastics to Chemical Reagents. b. D638, Standard Test Method for Tensile Properties of Plastics. c. D695, Standard Test Method for Compressive Properties of Rigid Plastics. d. D790, Standard Test Methods for Flexural Properties of Unreinforced and Reinforced Plastics and Electrical Insulating Materials. e. D4060, Standard Test Method for Abrasion Resistance of Organic Coatings by the Taber Abraser. f. D4414, Standard Practice for Measurement of Wet Film Thickness by Notch Gages. g. D7234, Stand Test Method for Pull -Off Adhesion strength of Coatings on Concrete Using Portable Pull -Off Adhesion Testers. 3. Environmental Protection Agency (EPA). 4. NACE International (NACE). Published standards from the National Association of Corrosion Engineers S. Occupational Safety and Health Administration (OSHA). Employ a trench safety system in accordance with Section 6. Resource Conservation and Recovery Act, (RCRA). 7. The Society for Protective Coatings/NACE International (SSPC/NACE): a. SP INNACE No. 6, Surface Preparation of Concrete. This includes monitoring for hydrogen sulfide, methane, or low oxygen. Also includes flow control equipment. Surface preparation equipment may include high pressure water cleaning (3500 psi) and shall be suited to provide a surface compatible for installation of the liner system. Surface preparation shall produce a clean, abraded, and sound surface, with no evidence of loose concrete, loose brick, loose mortar, oil, grease, rust, scale, other contaminants or debris, and shall display a surface profile suitable for application of the liner system. b. SP0188, Discontinuity (Holiday) Testing of New Protective Coatings on Conductive Substrates CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised February 4, 2020 33 39 60 - 4 LINERS FOR SANITARY SEWER STRUCTURES Page 4 of 12 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS A. Product Data 1. Technical data sheet on each product used 2. Material Safety Data Sheet (MSDS) for each product used 3. Copies of independent testing performed on the coating product indicating the product meets the requirements as specified herein 4. Technical data sheet and project specific data for repair materials to be topcoated with the coating product including application, cure time and surface preparation procedures 5. Material and method for repair of leaks or cracks in the structure. This applies to repair work on both existing structures, manholes and new installed manholes (including Developer projects) that have been identified with cracks, voids, signs of infiltration, other structural defects or other related construction damage. B. Contractor Data 1. Current documentation from coating product manufacturer certifying Contractor's training (and/or licensed) as an approved installer and equipment complies with the Quality Assurance requirements specified herein 2. 5 recent references of Contractor indicating successful application of coating product(s) of the same material type as specified herein, applied by spray application within the municipal wastewater environment. References shall include at least the following. owner name, City inspector name and phone number, project name/number, size and linear footage of sanitary sewer main, manhole diameter, structure dimensions and number of each, square feet (or vertical feet) of product installed, contract cost, and contract duration. Contractor must demonstrate a successful history of installing the product in structures of similar size and scope and update this each time the contractor applies for and renews its Prequalification for the Water Department. 3. For Developer Projects — at the time of Contractor selection, the Prequalification Statement, Section 00 45 12 shall be submitted to the City, clearly indicating the contractor prequalified for installation of structure/manhole liner. No other bid submittals shall be accepted that include lining contractors whose prequalification term has expired or is not on the active contractor list at the time of Contractor selection. If the submitted forms for this project not acceptable, the City will refer to the current active contractor prequalifcation list, and the Contractor shall select the appropriate manhole lining subcontractor based on the project scope of work. The Contractor shall then provide the revised Prequalification Statement Section 00 45 12 for review and acceptance. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised February 4, 2020 333960-5 LINERS FOR SANITARY SEWER STRUCTURES Page 5 of 12 4. This Specification (along with the CCTV Specification) and the associated submittals including the work plan, QA/QC, testing, closeout documents, etc. shall be discussed as part of the Pre -Construction Agenda for each project (Developer projects included). 5. For any project, Developer projects included - If the Contractor proceeds with application of an unapproved lining product and/or using an unqualified subcontractor for lining, the City shall recommend either repair and/or removal of any defective lining material and have the Contractor select an approved subcontractor that can apply the approved lining materials. This work shall be at no additional cost to the City. 6. Schedule and Sequence of Construction — Considering this is a specialized installation performed by only certified applicators, the schedule for this work has a lead time that shall be included in the Contractor's schedule. If the Contractor does not provide written notification and/or fails to schedule the subcontractor in advance, the City shall not be responsible for any additional costs and/or delays caused by the Contractor. Contractor shall provide the updated construction schedule and work plan (including manhole preparation, repairs, lining, testing, etc.) in accordance with Section 0132 16 at least 1 week prior to start of lining activities to the City Inspector, City Project Manager, Water Field Operations, and Water Capital Projects. Equipment shall be on - site and in working order for the testing. If the Contractor is unable to have equipment ready for testing, the test date shall be rescheduled accordingly with the Inspector. The updated construction schedule shall clearly indicate all related construction activities at the manholes before and after lining. All paving activities, including any final grade adjustments for manholes outside pavement, shall be completed before Contractor begins lining work. After liner installation, Contractor shall wait a minimum of 48 hours to allow the liner material to fully cure before returning the system to normal service. CCTV per Section 33 0131 shall be scheduled after the lining has been completed to document and confirm the manholes have been lined. 1.7 CLOSEOUT SUBMITTALS A. Testing Documentation Provide test results required in Section 2.4 and Section 3.7 to City. a. Include the following manhole or structure location information.: 1) Existing sanitary sewer main/lateral number. For Developer Projects, provide proposed sanitary sewer line number as designated on the plans and provide the existing sanitary sewer main/lateral number at connection to the existing manhole (if applicable). 2) Station number 3) GIS ID number (if provided during construction). b. Inspection report of each manhole/structure tested (See attached sample reports to be used for Wet Film Thickness, Manhole Holiday/Spark Detection, and Manhole Adhesion Test). 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONS"1RUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised February 4, 2020 333960.6 LINERS FOR SANITARY SEWER STRUCTURES Page 6 of 12 Contractor a. Be trained by, or have training approved and certified by, the coating product manufacturer for the handling, mixing, application and inspection of the coating product(s) to be used as specified herein b. Initiate and enforce quality control procedures consistent with the coating product(s) manufacturer recommendations and applicable NACE or SSPC standards as referenced herein 1.10 DELIVERY, STORAGE, AND HANDLING A. Keep materials dry, protected from weather and stored under cover. B. Store coating materials between SO degrees F and 90 degrees F. C. Do not store near flame, heat or strong oxidants. D. Handle coating materials according to their material safety data sheets. 1.11 FIELD [SITE] CONDITIONS A. Provide confined space entry, flow diversion and/or bypass plans as necessary to perform the specified work. Active flows shall be diverted with flow through plugs as required to ensure that flow is maintained off the surfaces to be lined. L12 WARRANTY A. Contractor Warranty 1. Contractor's Warranty shall be in accordance with Division 0. PART 2 - PRODUCTS 2.1 OWNER -FURNISHED [oR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS A. Repair and Resurfacing Products 1. Compatible with the specified coating product(s) in order to bond effectively, thus forming a composite system 2. Used and applied in accordance with the manufacturer's recommendations 3. The repair and resurfacing products must meet the following: a. 100 percent solids, solvent -free epoxy grout specifically formulated for epoxy topcoating compatibility b. Factory blended, rapid setting, high early strength, fiber reinforced, non -shrink repair mortar that can be toweled or pneumatically spray applied and specifically formulated to be suitable for topcoating with the specified coating product used B. Coating Product 1. Capable of being installed and curing properly within a manhole or concrete utility environment 2. Resistant to all forms of chemical or bacteriological attack found in municipal sanitary sewer systems; and, capable of adhering to typical manhole structure substrates CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised February 4, 2020 333960-7 LINERS FOR SANITARY SEWER STRUCTURES Page 7 of 12 3. The 100 percent solids, solvent -free ultra high -build epoxy system shall exhibit the following characteristics: a. Application. Temperature — 50 degrees F, minimum b. Thickness — 125 mils minimum for newly installed structures; 250 mils minimum for rehabilitation of existing structures (Warren Environmental System 301, ARC S1HB by A.W. Chesterton Company) c. Color — White, Light Blue, or Beige d. Compressive Strength (per ASTM D695) — 8,800 psi minimum e. Tensile Strength (per ASTM D638) — 7,500 psi minimum f. Hardness, Shore D (per ASTM D4541) — 70 minimum g. Abrasion Resistance (per ASTM D4060 CS 17F Wheel) — 80 mg loss maximum h. Flexural Modulus (per ASTM D790) — 400,000 psi minimum i. Flexural Strength (per ASTM D790) — 12,000 psi minimum j. Adhesion to Concrete, mode of failure (ASTM D4541): Substrate (concrete) failure k. Chemical Resistance (per ASTM D543/G20) all types of service for: 1) Municipal sanitary sewer environment 2) Sulfuric acid, 70 percent 3) Sodium hydroxide, 20 percent 4. Or, The multi -layer modified polyurea and polyurethane shall exhibit the following characteristics: a. Application Temperature — 50 degrees F, minimum b. Thickness — 500 mils minimum (SpectraShield) c. Moisture Barrier and Final Corrosion Barrier 1) Color — Pink 2) Tensile Strength (per ASTM D412) — 2550 psi minimum 3) Hardness, Shore D (per ASTM D2240) — 56 minimum 4) Abrasion Resistance (per ASTM D4060) — 20 mg loss maximum 5) Percent Elongation (per ASTM D412) — 269 d. Surfacer 1) Compressive Strength (per ASTM D1621) — 100 psi minimum 2) Density (per ASTM D1622) — 5 lbs/cu ft minimum 3) Shear Strength (per ASTM C273) — 230 psi minimum 4) Closed Cell Content (per ASTM D1940) — >95% C. Coating Application Equipment 1. Manufacturer approved heated plural component spray equipment 2. Hard to reach areas, primer application and touch-up may be performed using hand tools. 3. Applicator shall use approved specialty equipment that is adequate in size, capacity, and number sufficient to accomplish the work in a timely manner. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL A. Coating Thickness Testing 1. Film Thickness Testing for epoxy systems CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPCCIFICATION DOCUMENTS City Project No. 01286 Revised February 4, 2020 333960-8 LINERS FOR SANITARY SEWER STRUCTURES Page 8 of 12 a. Take wet film thickness gauge measurements per ASTM D4414 — Standard Practice for Measurement of Wet Film Thickness by Notch Gages at 3 locations within the manhole, 2 spaced equally apart along the wall and 1 on the bench. 1) Document and attest measurements and provide to the City. 2. Thickness Testing for modified polymer liner system a. Upon installation of the Final Corrosion Barrier insert probe into substrate for depth of system measurement at 3 locations within the manhole, 2 spaced equally apart along the wall and 1 on the bench. 3. Document all testing results and provide to the City. B. Non -Conforming Work 1. City reserves the right to require additional testing depending on the rate of failure. 2. City will select testing locations. C. Testing Frequency 1. Projects with 10 or less manholes and/or structures test all. 2. Projects with greater than 10 manholes and/or structures, test at least 10 and test 25 percent of manholes and/or structures after the first 10. 3. City will select the manholes and/or structures to be tested. PART 3 - EXECUTION 3.1 INSTALLERS A. All installers shall be certified applicators approved by the manufacturers. Applicator shall use adequate number of skilled workmen that have been trained and experienced for the approved product. 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. Manhole Preparation 1. Stop active flows via damming, plugging or diverting as required to ensure all liquids are maintained below or away from the surfaces to be coated. 2. Maintain temperature of the surface to be coated between 40 and 120 degrees F. 3. Shield specified surfaces to avoid exposure of direct sunlight or other intense beat source. a. Where varying surface temperatures do exist, coating installation should be scheduled when the temperature is falling versus rising. B. Surface Preparation 1. Remove oils, roots, grease, incompatible existing coatings, waxes, form release, curing compounds, efflorescence, sealers, salts or other contaminants which may affect the performance and adhesion of the coating to the substrate. Remove any steps found in the structure. 2. Remove concrete and/or mortar damaged by corrosion, chemical attack or other means of degradation so that only sound substrate remains. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised February 4, 2020 333960-9 LINERS FOR SANITARY SEWER STRUCTURES Page 9 of 12 3. Surface preparation method, or combination of methods, that may be used include high pressure water cleaning, high pressure water jetting, abrasive blasting, shotblasting, grinding, scarifying, detergent water cleaning, hot water blasting and others as described in SSPC SP 13/NACE No. 6. 4. All methods used shall be performed in a manner that provides a uniform, sound, clean, neutralized, surface suitable for the specified coating product. 5. After completion of surface preparation, inspect for leaks, cracks, holes, exposed rebar, ring and cover condition, invert condition, and inlet/outlet pipe condition. 6. After defects in the structure have been identified, seal cracks, repair exposed 'rebar with new rebar to match existing, repair leaks and cracks with grout or other methods approved by the Manufacturer. All new rebar shall be embedded in 1 V2 inch epoxy mastic. Replace/seal connection between existing frame and chimney if it is found loose or not attached. i. The repair materials shall be trowel or spray applied by the lining Contractor utilizing proper equipment on to specified surfaces. The equipment shall be specially designed to accurately ratio and apply the specified materials and shall be regularly maintained and in proper working order. The repair mortar and epoxy topcoat must share the same epoxy matrix to ensure a bonded weld. No cementitious repair material, quick setting high strength concrete with latex or curing agent additives, or quick set mortars will be allowed. Proper surface preparation procedures must be followed to ensure adequate bond strength to any surface to be coated. New cement cure time is at least 30 days prior to coating. The repair materials as specified in this Section shall apply to both existing structures and new installed structures. This includes Developer projects, in which new installed structures/manholes have been identified with either cracks, voids, signs of infiltration, other structural defects or other related construction damage. 3.4 INSTALLATION A. General 1. Perform coating after the sewer line replacement/repairs, grade adjustments and grouting are complete. 2. Perform application procedures per recommendations of the coating product manufacturer, including environmental controls, product handling, mixing and application. B. Temperature 1. Only perform application if surface temperature is between 40 and 120 degrees F. 2. Make no application if freezing is expected to occur inside the manhole within 24 hours after application. C. Coating 1. Spray apply per manufacturer's recommendation at a minimum film thickness as noted in Section 2.2.13. 2. Apply coating from bottom of manhole frame to the bench/trough, including the bench/trough, 3. After walls are coated, remove bench covers and spray bench/trough to at least the same thickness as the walls. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01296 Revised February 4, 2020 333960-10 LINERS FOR SANITARY SEWER STRUCTURES Page 10 of 12 4. Apply any topcoat or additional coats within the product's recoat window. a. Additional surface preparation is required if the recoat window is exceeded. 5. Allow a minimum of 3 hours of cure time or be set hard to touch before reactivating flow. 3.S REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. Each structure will be visually inspected by the City the same day following the application. B. Groundwater infiltration of the system shall be zero. C. All pipe connections shall be open and clear. D. The City's inspector will check for deficiencies, pinholes, voids, cracks, uncured spots, delamination, and thin spots. Any deficiencies in the liner shall be marked and repaired according to the procedures outlined by the Manufacturer. E. If leaks are detected they shall be chipped back, plugged and coated immediately with protective epoxy resin coating. Repairs shall be made within 24 hours after leak detection. F. Post Installation Coating Tests 1. After liner installation, conduct post -CCTV in accordance with Section 33 01 31. Video camera shall be lowered from the top of the manhole to the invert, to video all lined surfaces, prior to beginning past -CCTV of the main. Payment for this work is subsidiary to the cost for the post -CCTV of the main. 2. Holiday Detection Testing a. Holiday Detection test the liner per NACE SP0188 —Discontinuity (Holiday) Testing of New Protective Coatings on Conductive Substrates. b. Mark all detected holidays. c. Repair all holidays in accordance to coating manufacturer's recommendations. d. Document and attest all test results repairs made and provide to the City (see attached sample structure/manhole report). e. For example, the typical testing requirements are 100 volts per mil to 12.,500 volts to test 125 mils. Contractor shall mark any location that shows a spark or potential for a pinhole and repair these locations per manufacturer recommendations. 3. Adhesion Testing a. Adhesion test the liner at a minimum of three locations (cone area, mid -section, and bottom of the structure). For structures exceeding 6-feet add one additional test for every additional 6-feet. For example: for a 6-foot manhole -- provide 3 tests. For a 6-foot, I -inch manhole thru 11-foot, 11-inch manhole --provide 4 tests, for a 12-foot manhole — 5 tests. Etc. b. Tests shall be performed per ASTM D7234 —Standard Test Method for Pull - Off Adhesion Strength of Coatings on Concrete Using Portable Pull -Off Adhesion Testers. 1) The adhesive used to attach the dollies shall have a tensile strength greater that the liner. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised February 4, 2020 333960-11 LINERS FOR SANITARY SEWER STRUCTURES Page 11 of 12 2) Failure of the dolly adhesive is deemed a non -test and requires retesting. 3) 2/3rds of the pulls shall exceed 300 psi or concrete failure with more than 50% of the subsurface adhered to the coating. If over 1/3' fail, additional tests may be required by the City. If additional tests fail the City may require removal and replacement of the liner at the Contractor's expense. A bonded third -party testing company shall perform the testing, or Contractor may perform tests if witnessed by representative of the coating manufacturer. Coating manufacturer representative to provide certification that Contractor performed tests in accordance with specified standards. G. Non -Conforming Work 1. City reserves the right to require additional testing depending on the rate of failure. 2. City will select testing locations. 3. Repair all defects according to the manufacturer's recommendations. H. Testing Frequency 1. Projects with 10 or less manholes and/or structures test all. 2. Projects with greater than 10 manholes and/or structures, test at least 10 and test 25 percent of manholes and/or structures after the first 10. 3. City will select the manholes and/or structures to be tested. I. Test manhole for final acceptance according to Section 33 01 30. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES A. Provide all test results from testing per Section 2.4 and applicator certifications per Section 3.1. and in accordance with Section 1.7. B. Upon final completion of the work, the manufacturer and/or the testing firm will provide a written certification of proper application to the City. C. The certification will confirm that the deficient areas were repaired in accordance with the procedure set forth in this Specification. The final report will detail the location of the repairs in the structure and description of the repairs. See attached testing forms. 3.12 PROTECTION [NOT USED] 313 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised February 4, 2020 333960-12 LINERS FOR SANITARY SEWER STRUCTURES Page 12 of 12 Revision Log DATE NAME SUMMARY OF CHANGE Further clarification on the sizes and types of manholes under Part 1.2. Removal of Raven Lining system and inclusion of SpectraShield and Warren Environmental 02-04-2020 J. Kasavich System 301, and ARC S I HB by A. W. Chesterton Company. Additional source quality control and field quality control test requirements. Added testing forms for Wet Film Thickness, Manhole Holiday/Spark Detection, and Manhole Adhesion Test. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised February 4, 2020 Division 34 Transportation 34 41 30 - 1 ALUMINI.IM SIGNS AND SIGN POSTS Page 1 of 9 SECTION 34 4130 ALUMINUM SIGNS AND SIGN POSTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Aluminum signs installed on mast arms, signal poles, or steel posts. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Furnishing and Installing Mast Arm or Signal Pole Mounted Aluminum Signs a. Measurement 1) Measurement for this Item shall be per each sign installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Furnish/Install Alum Sign Mast Arm Mount" installed for: a) Various types c. The price bid shall include: 1) Fabricating the aluminum sign 2) Treatment of sign panels required before application of background materials 3) Application of the background materials and messages to the sign panels 4) Furnishing and fabricating frames, windbeams, stiffeners, or required joint backing strips 5) Furnishing bolts, rivets, screws, fasteners, clamps, brackets, and sign support connections 6) Assembling and erecting the signs 7) Preparing and cleaning the signs 2. Installing Mast Arm or Signal/,Street Light Pole Mounted Aluminum Signs a. Measurement I) Measurement for this Item shall be per each sign installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid for each "Install AIum Sign Mast Ann Mount" installed. c. The price bid shall include: 1) Installing each Aluminum Sign CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised November 12, 2013 3441 30 - 2 ALUMINUM SIGNS AND SIGN POSTS Page 2 of 9 2) Furnishing and fabricating frames, windbeams, stiffeners, or required joint backing strips 3) Furnishing bolts, rivets, screws, fasteners, clamps, brackets, and sign support connections 4) Assembling and erecting the signs 5) Preparing and cleaning the signs 3. Furnishing and Installing Ground Mounted Aluminum Sign and Post Assemblies a. Measurement 1) Measurement for this Item shall be per each assembly furnished and installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid for each "Furnish/Install Alum Sign Ground Mount" installed for: a) Various types c. The price bid shall include: 1) Fabrication of signs and posts 2) Treatment of sign panels required before application of background materials 3) Application of the background materials and messages to the sign panels 4) Scheduling utility line locates 5) Furnishing and fabricating frames, windbeams, stiffeners, or required joint backing strips 6) Furnishing bolts, rivets, screws, fasteners, clamps, brackets, and sign support connections 7) Assembling and erecting the signs and posts 8) Preparing and cleaning the signs 4. Installing Ground Mounted Aluminum Sign and Post Assemblies a. Measurement 1) Measurement for this Item shall be per each assembly installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid for each "Install Alum Sign Ground Mount" installed. c. The price bid shall include: 1) Scheduling utility line locates 2) Assembling and erecting the signs and posts 3) Preparing and cleaning the signs 5. Furnishing and Installing Aluminum Signs Mounted on Existing Poles a. Measurement 1) Measurement for this Item shall be per each sign furnished and installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Furnish/Install Alum Sign Ex. Pole Mount" furnished and installed. c. The price bid shall include: 1) Furnishing and installing the aluminum sign 2) Furnishing and fabricating frames, windbeams, stiffeners, or required joint backing strips CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised November 12, 2013 34 41 30 - 3 ALUMINUM SIGNS AND SIGN POSTS Page 3 of 9 3) Furnishing bolts, rivets, screws, fasteners, clamps, brackets, and sign support connections 4) Assembling and erecting the signs 5) Preparing and cleaning the signs 6. Installing Aluminum Signs Mounted on Existing Poles a. Measurement 1) Measurement for this Item shall be per each sign installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Install Alum Sign Ex. Pole Mount" installed. c. The price bid shall include: 1) Fabricating the aluminum sign 2) Furnishing and fabricating frames, windbeams, stiffeners, or required joint backing strips 3) Furnishing bolts, rivets, screws, fasteners, clamps, brackets, and sign support connections 4) Assembling and erecting the signs 5) Preparing and cleaning the signs 7. Removal of Signs a. Measurement 1) Measurement for this Item shall be per each sign panel removed, each sign panel and post removed, and each sign panel and post removed and reinstalled. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Remove Sign" for: a) Various types b) Various configurations c. The price bid shall include: 1) Removal of sign panel and post 2) Removal of sign panel 3) Backfill 4) Excavation 5) Returning materials to the City as specified in the plans 6) Cleaning sign panel if sign is to be reinstalled 1.3 REFERENCES A. Reference Standards I. 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 Standard Testing Materials (ASTM) a. ASTM B209-07— "Standard Specification for Aluminum and Aluminum -Ahoy Sheet and Plate". b. ASTM D4956 — 09el —"Standard Specification for Retroreflective Sheeting for Traffic Control". CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01296 Revised November 12, 2013 34 41 30 - 4 ALUMINUM SIGNS AND SIGNPOSTS Page 4 of 9 c. ASTM A1011 / A1011- 10 — "Standard Specification for Steel, Sheet and Strip, Hot -Rolled, Carbon, Structural, High -Strength Low -Alloy, High -Strength Low - Alloy with Improved Formability, and Ultra -High Strength". d. ASTM B117-09 — "Standard Practice for Operating Salt Spray (Fog) Apparatus". e. AASHTO M 120-08 — "Standard Specification for Zinc". 3. Texas Manual on Uniform Traffic Control Devices 4. Item 644, Small Roadside Sign Supports and Assemblies, Texas Department of Transportation, Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00. B. All submittals shall be approved by the City prior to delivery and/or fabrication for specials. 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS A. Shop Drawings 1. Submit 5 sets of sign shop drawings to City Traffic Services Department for approval prior to fabrication. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING A. Delivery and Acceptance Requirements 1. Signs and parts shall be properly protected so that no damage or deterioration occurs during a prolonged delay from the time of shipment until installation. 2. The Contractor shall secure and maintain a location to store the material in accordance with Section 0150 00. B. Storage and Handling I . Ship, handle, and store completed sign blanks and completed signs so that corners, edges, and faces are not damaged. 2. Damage to the sign face that is not visible when viewed at a distance of 50 feet, night and day, will be acceptable. 3. Replace unacceptable signs. 4. Store all finished signs off the ground and in a vertical position until erected. 5. Store finished signs 60 inches x 60 inches or smaller in a weatherproof building. 6. Larger signs may be stored outside. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised November 12, 2013 34 41 30 - 5 ALUMINUM SIGNS AND SIGNPOSTS Page 5 of 9 111 FIELD [SITE] CONDITIONS [NOT USEDI 112 WARRANTY [NOT USED] PART 2- PRODUCTS 2.1 PRODUCTS TO BE PURCHASED FROM THE CITY A. Refer to Drawings and Contract Documents to determine if any Items are to be purchased from the City and installed by the Contractor. B. Items eligible for purchase from the City include: 1. Aluminum Signs 2.2 MATERIALS A. Manufacturers Only the manufacturers as listed in the City's Standard Products List will be considered as shown in Section Of 60 00. a. The manufacturer must comply with this Specification and related Sections. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 0125 00. B. Sign blanks 1. Sign blanks shall be new, unweathered, milled, rolled and finished aluminum alloy meeting Specifications for 5052H38 as outlined in ASTM B 209 — 02a. 2. Sign blanks shall be free of buckle, crevice, warp, dent, cockles, burrs, corrosion, dirt, grease, oil, white rust, fingerprints and/or other irregularities. 3. Sign blanks shall be degreased and etched according to industry standards and shall have an alodined finish applied per MIL-05541 Class 1A. 4. The thickness of each sign blank shall be uniform throughout. C. Sign sheeting 1. Acrylic overlay film a. This film shall be applied to Type I, Type 11, Type IV, Type IX, and other retroreflective sheeting for permanent signing. b. The film shall be equal to or better than 3M Scotchlite ElectroCut Film Series 1170. c. Film shall be.- 1) Durable 2) Transparent 3) Acrylic 4) Electronic-cuttable 5) Coated with a transparent, pressure sensitive adhesive. 6) Have a removable synthetic liner — paper liner is not acceptable. d. Film colors can include yellow, green, blue, brown, red, and orange. 2. Non -reflective vinyl film a. This film shall be applied to Type IV, Type XI (DG3) retroreflective sheeting for permanent signing. The film shall be equal to or better than 3M Scotchcal ElectroCut Film Series 7725. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 01286 Revised November 12, 2013 34 41 30 - 6 ALUMINUM SIGNS AND SIGN POSTS Page 6 of 9 b. Film shall be: 1) Durable 2) 2 mil opaque cast vinyl 3) Coated with a transparent, pressure -sensitive adhesive. 4) Have a removable synthetic liner — paper line is not acceptable. c. Film colors can include yellow, green, blue, brown, red, and orange. 3. High intensity prismatic retroreflective sheeting with adhesive backing shall: a. Be combined with other components for permanent signing. b. Typically be an unmetallized microprismatic lens retroreflective element material. c. Have a smooth outer surface that essentially has the property of the retroreflector over its entire surface. 1) The adhesive backing shall be pressure -sensitive, require no heat, solvent or other preparation for the adhesion to smooth, clean surfaces. d. Be equal to or better than 3M Series 3930. e. Be of colors including white, yellow, green, red, blue, and brown. 4. Super -high efficiency full cube retroreflective sheeting with pressure sensitive adhesive shall: a. Be combined with other components for permanent signing. b. Be a super -high efficiency, full cube retroreflective sheeting having the highest. retroreflectivity characteristics at medium and short road distances. c. Typically be a microprismatic retroreflective element material. d. Have a smooth outer surface that essentially has the property of retroreflector over its entire surface. 1) The adhesive backing shall be pressure -sensitive, require no heat, solvent or other preparation for adhesion to smooth, clean surfaces. c. Be equal to or better than 3M Series 4000. f. Be of colors including white, yellow, green, red, blue, brown, fluorescent yellow, fluorescent yellow green, and fluorescent orange. D. Telescoping Steel Sign Post 1. Posts and anchors shall conform to the Standard Specifications for Hot Rolled Carbon Sheet Steel, Structural Quality ASTM designation A10I I / Al011- 10. 2. Posts and anchors shall carry minimum certifiable 60,000 psi yield strength. 3. All posts and anchors shall be manufactured from raw steel, formed and welded on the corner prior to receiving a triple coat protection of inline hot -dipped, galvanized zinc per AASHTO M-120-08 (0.8 ounces per square foot) followed by a chromate conversion coating and a cross -linked polyurethane acrylic exterior coating. 4. The interior shall receive a double coat of zinc based organic coating, tested in accordance with ASTM B-117-09. E. Hardware 1. Use galvanized steel, stainless steel, or dichromate -sealed aluminum for bolts, nuts, washers, lock washers, screws, and other sign assembly hardware. 2. Use plastic or nylon washers to avoid tearing the reflective sheeting. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 0 128 6 Revised November 12, 2013 34 41 30 - 7 ALUMINUM SIGNS AND SIGN POSTS Page 7 of 9 1 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USEDI PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 FABRICATION A. Sign blanks 1. Furnish sign blanks to the sizes and shapes shown on the Drawings and that are free of buckles, warps, burrs, dents, cockles, or other defects. 2. Do not splice individual extruded aluminum panel. 3. Complete the fabrication of sign blanks, including the cutting and drilling or punching of holes, before cleaning and degreasing. 4. After cleaning and degreasing, ensure that the substrate does not come into contact with grease, oils, or other contaminants before the application of the reflective sheeting. B. Sign sheeting 1. Use reflective sheeting from the same manufacturer for the entire face of a sign. 2. Apply sheeting to sign blanks in conformance with the recommended procedures of the sheeting manufacturer. 3. Clean and prepare the outside surface of extruded aluminum flanges in the same manner as the sign panel face. 4. Minimize the number of splices in the sheeting. 5. Overlap the Iap-splices by at least 1/4 inch. 6. Provide a I -foot minimum dimension for any piece of sheeting. 7. Do not splice sheeting for signs fabricated with transparent screen inks or colored transparent films. C. Sign messages 1. Fabricate sign messages to the sizes, types, and colors shown on the Drawings. 2. Use sign message material from the same manufacturer for the entire message of a sign- 3. Ensure that the screened messages have clean, sharp edges and exhibit uniform color and reflectivity. 4. Prevent runs, sags, and voids. D. Telescoping steel sign posts 1. Permissible variation in straightness is 1/16 inch in 3 feet. 2. Tolerances are on the outside size. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised November 12, 2013 34 41 30 - 8 ALUMINUM SIGNS ARID SIGN POSTS Page 8 of 9 Measurements for outside dimensions shall be made at Ieast 2 inches from end of tube. Nominal Outside Dimensions Cinches) Outside Tolerance at all Side Corners inches 1 '/2 x 1 '/2 t0.006 1 % X 1 3/4 ±0.008 2 X 2 t0.008 2 1/4X 2 1/4±0.010 2 %2X2 %Z t0.010 3. Permissible variation in wall thickness is plus 0.011 inches, minus 0.008 inches. 4. Measured in the center of the flat side tolerance is f 0.01 inch applied to the specific size determined at the corner. 5. Squareness of Sides and Twist Nominal Outside Squareness Twist Permissible in 3 Dimensions Tolerance inches Lengths inches (inches) (inches) 1 %2 X 1 '/2 ±0.009 0.050 1 % X 1 % f0.010 0.062 2 X 2 t0.012 0,062 2 'A X 2 '/4 t0.014 0.062 2 '/2 X 2 '/2 t0.015 0.075 6. All top posts must be capable of fracturing at the point of connection with a single anchor, when impacted, in such a manner that the piece inside of the anchor can be removed so as to allow the anchor to receive a new top post. 7. The shape of all posts and anchors shall be square and straight with smooth tubing welded in one corner with a tolerance that permits telescoping of the next larger or small size, in '/4-inch increments. 8. All anchors shall be 12 gauge with holes that are fully perforated 7/16-inch diameter on 1-inch centers for at least the top 4 inches of the anchor while being truly aligned in the center of the section. 9. All top posts shall be 14 gauge with holes that are die embossed knockouts on I - inch centers for the entire Iength of the post and truly aligned in the center of section. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised November 12, 2013 34 41 30 - 9 ALUMINUM SIGNS AND SIGN POSTS Page 9 of 9 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.9 FIELD JOR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. Wash completed signs with a biodegradable cleaning solution acceptable to the manufacturers of the sheeting, colored transparent film, and screen ink to remove grease, oil, dirt, smears, streaks, finger marks, and other foreign material. B. Wash again before final inspection after erection. 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 11/22/13 S. Arnold Changes to vinyl film, added sign removal bid item CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised November 12, 2013 SECTION 34 7113 TRAFFIC CONTROL PART1- GENERAL 1.1 SUMMARY A. Section Includes: 347113-1 TRAFFIC CONTROL Page I of 5 1. Installation of Traffic Control Devices and preparation of Traffic Control Plans B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Installation of Traffic Control Devices a. Measurement 1) Measurement for Traffic Control Devices shall be per month for the Project duration. a) A month is defined as 30 calendar days. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid for "Traffic Control". c. The price bid shall include: 1) Traffic Control implementation 2) Installation 3) Maintenance 4) Adjustments 5) Replacements 6) Removal 7) Police assistance during peak hours 2. Portable Message Signs a. Measurement 1) Measurement for this Item shall be per week for the duration of use. b. Payment 1) The work performed and materials furnished in accordance to this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per week for "Portable Message Sign" rental. c. The price bid shall include: 1) Delivery of Portable Message Sign to Site 2) Message updating 3) Sign movement throughout construction 4) Return of the Portable Message Sign post -construction CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised November 22, 2013 3471 13 - 2 TRAFFIC CONTROL Page 2 of 5 Preparation of Traffic Control Plan Details a. Measurement 1) Measurement for this Item be per each Traffic Control Detail prepared. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Traffic Control Detail" prepared. c. The price bid shall include: 1) Preparing the Traffic Control Plan Details for closures of 24 hours or longer 2) Adherence to City and Texas Manual on Uniform Traffic Control Devices (TMUTCD) 3) Obtaining the signature and seal of a licensed Texas Professional Engineer 4) Incorporation of City comments 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 3. Item 502, Barricades, Signs, and Traffic Handling of the Texas Department of Transportation, Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges. 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Contact Traffic Services Division (817-392-7738) a minimum of 48 hours prior to implementing Traffic Control within 500 feet of a traffic signal. B. Sequencing 1. Any deviations to the Traffic Control Plan included in the Drawings must be first approved by the City and design Engineer before implementation. 1.5 SUBMITTALS A. Provide the City with a current list of qualified flaggers before beginning flagging activities. Use only flaggers on the qualified Iist. B. Obtain a Street Use Permit from the Street Management Section of the Traffic Engineering Division, 311 W. 10" Street. The Traffic Control Plan (TCP) for the Project shall be as detailed on the Traffic Control Plan Detail sheets of the Drawing set. A copy of this Traffic Control PIan shall be submitted with the Street Use Permit. C. Traffic Control Plans shall be signed and sealed by a licensed Texas Professional Engineer. D. Contractor shall prepare Traffic Control Plans if required by the Drawings or Specifications. The Contractor will be responsible for having a licensed Texas Professional Engineer sign and seal the Traffic Control Plan sheets. E. Lane closures 24 hours or longer shall require a site -specific traffic control plan. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised November 22, 2013 3471 13 - 3 TRAFFIC CONTROL Page 3 of 5 F. Contractor responsible for having a licensed Texas Professional Engineer sign and seal changes to the Traffic Control Plan(s) developed by the Design Engineer. G. Design Engineer will fiirnish standard details for Traffic Control. 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED JoR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 ASSEMBLIES AND MATERIALS A. Description L Regulatory Requirements a. Provide Traffic Control Devices that conform to details shown on the Drawings, the TMUTCD, and TxDOT's Compliant Work Zone Traffic Control Device List (CWZTCDL). 2. Materials a. Traffic Control Devices must meet all reflectivity requirements included in the TMUTCD and TxDOT Specifications — Item 502 at all times during construction. b. Electronic message boards shall be provided in accordance with the TMUTCD. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 EXAMINATION [NOT USED] 3.2 PREPARATION A. Protection of In -Place Conditions 1. Protect existing traffic signal equipment. 3.3 INSTALLATION A. Follow the Traffic Control Plan (TCP) and install Traffic Control Devices as shown on the Drawings and as directed. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01296 Revised November 22, 2013 3471 13 - 4 TRAFFIC CONTROL Page 4 of 5 B. Install Traffic Control Devices straight and plumb. C. Do not make changes to the location of any device or implement any other changes to the Traffic Control Plan without the approval of the Engineer. 1. Minor adjustments to meet field constructability and visibility are allowed. D. Maintain Traffic Control Devices by taking corrective action as soon as possible. 1. Corrective action includes but is not limited to cleaning, replacing, straightening, covering, or removing Devices. 2. Maintain the Devices such that they are properly positioned, spaced, and legible, and that retroreflective characteristics meet requirements during darkness and rain. E. If the Inspector discovers that the Contractor has failed to comply with applicable federal and state laws (by failing to furnish the necessary flagmen, warning devices, barricades, lights, signs, or other precautionary measures for the protection of persons or property), the Inspector may order such additional precautionary measures be taken to protect persons and property. F. Subject to the approval of the Inspector, portions of this Project, which are not affected by or in conflict with the proposed method of handling traffic or utility adjustments, can be constructed during any phase. G. Barricades and signs shall be placed in such a manner as to not interfere with the sight distance of drivers entering the highway from driveways or side streets. H. To facilitate shifting, barricades and signs used in lane closures or traffic staging may be erected and mounted on portable supports. 1. The support design is subject to the approval of the Engineer. I. Lane closures shall be in accordance with the approved Traffic Control Plans. J. If at any time the existing traffic signals become inoperable as a result of construction operations, the Contractor shall provide portable stop signs with 2 orange flags, as approved by the Engineer, to be used for Traffic Control. K. Contractor shall make arrangements for police assistance to direct traffic if traffic signal turn-ons, street light pole installation, or other construction will be done during peak traffic times (AM: 7 am — 9 am, PM: 4 pm - 6 pm). L. Flaggers 1. Provide a Contractor representative who has been certified as a flagging instructor through courses offered by the Texas Engineering Extension Service, the American Traffic Safety Services Association, the National Safety Council, or other approved organizations. a. Provide the certificate indicating course completion when requested. b. This representative is responsible for training and assuring that all flaggers are qualified to perform flagging duties. 2. A qualified flagger must be independently certified by 1 of the organizations listed above or trained by the Contractor's certified flagging instructor. 3. Flaggers must be courteous and able to effectively communicate with the public. 4. When directing traffic, flaggers must use standard attire, flags, signs, and signals and follow the flagging procedures set forth in the TMUTCD. CITY OF FORT WORTH 90-Inch (M-280) Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised November 22, 2013 3471 13 - 5 TRAFFIC CONTROL Page 5 of 5 5. Provide and maintain flaggers at such points and for such periods of time as may be required to provide for the safety and convenience of public travel and Contractor's personnel, and as shown on the Drawings or as directed by the Engineer. a. These flaggers shall be located at each end of the lane closure. M. Removal 1. Upon completion of Work, remove from the Site all barricades, signs, cones, lights and other Traffic Control Devices used for work -zone traffic handling in a timely manner, unless otherwise shown on the Drawings. 3.4 REPAIR / RESTORATION [NOT USED] 3.5 RE -INSTALLATION [NOT USED] 3.6 FIELD lots] SITE QUALITY CONTROL [NOT USED] 3.7 SYSTEM STARTUP INOT USED] 3.8 ADJUSTING [NOT USED] 3.9 CLEANING [NOT USED] 3.10 CLOSEOUT ACTIVITIES [NOT USED] 3.11 PROTECTION [NOT USED] 3.12 MAINTENANCE [NOT USED] 3.13 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 11 /22/13 S. Arnold Added police assistance, requirement for when a site specific TCP is required CITY OF FORT WORTH 90-Inch (M-280) Sanilary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 01286 Revised November 22, 2013 Appendices Appendix GC-4.01 ED-101 Site Certification k- 11PCENED 9T F OF TEXAS § VORT , § 'WOUNTY OF TARRAN_ § SITE CERTIFICATE Before ane, the undersigned notary, on this day personally appeared Dana Burghdoffaperson whose identity is known to me or who has presented to me a satisfactory proof of identity. After I administered an oath, this person swore to the following: (1) May name is Dana Purgladoff . 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 ixa this certificate are within any personal knowledge and are true and correct. (2) I am an authorized representative of CITY OF FORT WORTH , an entity that has filed an application for financial assistance with the Texas Water Development Board for a (water) (wastewater) project, Please complete only those sections that apply to your project: LEGAL CERTIFICATION — LEASEXONTRACT I certify that: NIA _ (Legal Name of Applicant, i.e., City, District, 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. I certify that: NL LEGAL CERTIFICATION — PROPERTY EASEMENT (Legal Name of Applicant, i.e., City, District, etc.) has executed an express easement 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. The express easement to use the property needed for this (water) (wastewater) project extends through (date). A copy of the express easement agreement is attached hereto. ED-101 Rev 9/16 LEGAL CERTIMCATION — OWNERSHIP INTEREST I certify that CITY OF FORT WORTH (Legal Name of Applicant, e.g. City, District, etc.) &ption A. has acquired the necessary real property interest, as evidenced by fee simple purchase, deed, fully executed earnest money contracts, or completion of eminent domain proceedings; 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. (DDption B: is in the process of acquiring the necessary real property interest, as evidenced by earnest money contracts, contracts for sale, 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. The anticipated date of acquisition is: The property has been/will be acquired with the use of eminent domain: OTrue False Location and Description of Property Interests acquired for Project: BLOCKS A, GATEWAY PARK ADDITION 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. The following documents are attached hereto; PLAT FOR BLOCKS 1, 2, 3, AND 4. GATEWAY PARK ADD! T iON. Tax roll listing showing property owne.rship for Block 4. Gateway Park Addition, from the Tarrant Appraisal District, HD, for 201!9. Description Of LIMU1nents 111riI wct'e used or will be used Ik, dcquiiv III:,• pr perly: I I i py't101,Li V.010'4', f JyIJ-,I"e4 11 . 1 ,Iy Va4,-P.;�'^ I ; � a . ii r i�Ji�1�►� i� E,D-101 Rev 9/1 G EXECUTED this day of 20, (Signature) Dana Burghdoff (Print Name) Assistant City Manager (Title) Sworn to and subscribed before me by '14 & frc:4h AC' 4.' on this day MARIA 8, SANCHF 57 My Notary 10 0 2260490 19, 20p [SEAL] ED-101 Rev 9/16 (Notary Public in and fbr the State of Texas) r , ?� _t I } II •r, £� � � 1 I• � i �. � � g � I ' 77I[ F;; � � fir'• a��*j�'ii� rl +� ., _. #�SiII,I q[� �zris;d�,-d,`. 7�Edz3xzoIi1F#IfY aFw +iVN a s%i i IS � F S i {!F ' 'Y �F+J �'� { ; #I ' L +' ' i � • ii IL$li �; ;F�;haltI ' Un HE ~UU Sd{t 'al !_.dt' iar '1F a3iFiliLi°! #L ifFLaiw:L kl. aLii L• IC+ II ¢ � L �i �@jF Jy� t r1�t! w U , �� x ru F�/[ i i ; ,` deli •etL£L£L SIII1Ip .�{ll gll+J'I1 1�l�k }� + 1 .4 '� I Q It a +T �le� i�l3at p r7 , „- c, 11.1 t # {' ! S +U 1 If s �y\"S ' Ir I ei S; 6S ISII. F;�r#xR �i gsY !'Y�4€ 4��a !.'..i L��y,'Y4'Yi��rw I L £,� + t a j � ,jj,�•L 1 �wr�G$� { {ijgldl i ft�i .. r.... • r ` :.�::::; 1 �,'I Il• �� a I+i I 1 I i; 2 it i LFS e_i}� Fa' .a p, Z air>wH pz "dilk•Fk , I !s, ,� 1 i AI i;;; ,'.Y•ia j, , 3 If . aYi, . Q5" as aN R p L # 111.IFIlIIfSIIJn��)i S Sll} 1111 fl? Ii I!}2 s i' 1 a ! f i�fFFg !! I CIA I t L! q4i k nI"i1 i ,..�i��ljr,k +�� � I�.7' 1f"sagg I #! � � }SIi � 'L i FY �3I �� L�`Lt+�FII: �, �£•VNNa�a� j;2 iA 3lff 1 �#�, I A iasa#i sil J�Jll,l{ i+(]YI�I } I�i��+{MI li! : F L !!, i�� L �j+ >; "ii n r NFN'nN0 Yt] :Itg F« s_i' k ...............�. ` t 1 2+ Fn I e I s p IIal { .4 ,Sf}I(} i `L}1If• Sd Fk4i;�,Sik£kkS�S3SSiiSLSSS�i`Sipi�ik4i6i�'4•jli41; £ ,ia i �i• i jf3 s III Fi�1 ril�•r tt� Opa Uza'y53 pe [ '{° J� �IskEra �i9s i ;� i i3 lYi145i4ii4ifk8fiihii Ik 'Lai?k LSLk�{giµ` Y E..' i;ti3p,�y , {_ ;.iL::FeFi1 3fL1w #.r E w 1 e = I i 4 r J I• F,�H N a at�F������LiI z d-,dws @ Qd 6 wti w 4 ,lavrof P Mny.� . i� YYYjjj _ Y� 'i a�v .1• i C � 3 • m �.1` � ��y� I ...i lp FQ 'h `1 4 '�• .L N 3 ri a s v A V M a. 13 0 1 d o eA per +fr 4n,r a7Ca•c�m _ !+� � � ��il•1 r�_. 6• �°` i l � - �hti � � i ��b � i 34� +� � s 6 f�iF�� i hr .� .Et rsri at"owfl i - _i_I dr 3 `I + 1 yFy r l 1p IP 6,1,.E �'®. tt�:;r, i p� 4� r.9 1 ' r� - � � Ii►� '9 4 8� riig'i{Y ' is 1, I I }� 'pI, 9 L „ 4S --- �x �_ C L - Data. - To F Yez r 2019 Act Ou, IL 06382681 (jf ,Lmt 1521-5-4 0 FO RTWORTH CI UY <)F C fAL 751 BEACI � ST GATEWAY PARK Block 4 Y(--f,F L--., qq A -ea 0 Su ldip� Areh 3,672 Land"01H 2,665,436.40 De:deo Acres 0 AC., f Vl;�Js ) t Elf 2011) Vo-Iuu 395.16e,00 To -al Varlet V�-ue 501,78100 N E H D Commuri .ry Fa ci I ity General rfeoscn TAR-064W Property Racord Card Clif -k v n TAD loy i -) ro vic; v PRt7 Oick r, e) cli,,L, cr,o n afi7 I-ro i v ro i -, 7-ai-, a n r Co u,,) V CIO r,,, ?-/0 (-v * 7 et r rho r h R , if- a 'D - /vofi v. P, 21- R r,� ,• `f. `i._. f{,ti', UALENT TME FT tU O TH8 CFTY OF FORT WORTH --Oak, L< Tit STATL•' of TITXAS. County of Tarrant \IZ U'lU All Men by 'Phase Presents. - THAT ft , H.E, Valentino and wife Stella Valantlne of lhv Ovini(y of Tarrant 91xle of Texas the aura of Ten Thouo and No4100 it mono ba 1(;un *f The City Of Fort Worth, a unicipal Cvrpuration 110LLANS, pnldand erlrred who alto b: x■ follows: Six Thousand Dollbro in cash to us in hand paid the reoLept of which is hereby aeknuwlodgod ani confessed, and the asi.umptlon by said City of One Note in the sum of Four Thousand N21mrs, said nuts being data Naveloher 21st, 191d payable to the orior of Maude T. Croadus, at Ft, Worth, 'foxes, and payable Fait yeara aftor date bearing 11% lnteresi said interest payable annually. The grantee to given the right or option to pay one fifth of slid principal at the and of one year from the date of said noto and one fifto at each interest maturity period thercaftar. Grantee binds himself to keep the taxea and interest fully paid rhan due, failure to du 60 olhall at the option of the holder of saws mature the whole of tho unpaid balance uald note provide for l0 attorney tee if pissed in the handa of on attorney for collbotion or if 0-:j1'lact.Ed by suit or through the probate court. Orantee aaoumea 1522 taxes. 11_AVC (.ttANTED. SUET) AND CONVFYF.11, Rod by {heae proxaxls dx Rtnnt, Sell and Convey, tint* the enid City of Fort Worth of (11e Coun(y of Tarrant nod SIML of Tom so ntl (hnt eertnfu tract or parcel jII of land lyiflt[ and being in Tarrant County, Toxmu and being a part of the J. Lynch surbay and inure fully described by metes and bounds ae follome, tomit: Beginning at a stake In thA North line of the J. Lynch survey J54 vre, East of the Northmest oor. of said Lynch survey from which a pecan tree 4 feet in dlanotbr bra. Nartti 16 dogs. W,23-7/10 vre.; Thence fill' South 1016 vrs. a stake; Thence Wbut d4 vra, a stake, Thence South 422 vro. a stake, Thenoa ,teat 9 vra.; Ihence South 336 vra. to the cor, of the Oh annals of the Trinity H1vor the same being the Suuthebet oor. of A tract of land deeded to N.J. Templo by J.C. Rlohardeon Sheriff of Tarrant County, Taxes, on the 6th day of January, 1692 said deed being on racer!!! In Vol. 16, Yugo 272 deed reuorib of Tarrant County, Texas; Thence down the center of the 1 Cbanntl of obis fiver fulloming the, c.urseu and distanosa Nortb 46 doge, E. 31 vra. North 33-112 doge, E. 62 vre. North 56 doge, Faat 43 vre. South 78 degu. E. 35 vre, South 58 I dega, 100 vrs. South 81 dogs. Nast 62 vre, North SO dogs. Eaat 59 vra. Nortb 62 doge. East I 45 vre. Nartl, 5 doge, East ifs vrs. North 50 dega, Eout ly vre; Thenoa North 1522 vrs. a atone :ruse whluh an Elm vra. North 32 dega.'-East 16 vra,; Thenoo West 16-8/d0 vre. a stone � r from ahieh an elm bra. S. 761 dogs, East'25-7/16 via.; Thence North 185 vre.,a ataks from wit Iuh un Elm bra. 13outh 45 dogs, Bast 20 vro.;''flltiilos°West with North line of tha J. i Lynch survey 339 yrs, to the pleas of beginnSng, ountaLning 115 sores of tend. d , 'PU HAVE ANt1 'It! Hol,li, Ilu• uLovo ricxdr'il:c:1 lnt.infaLy, lagellu•r x-ill+ nil r.aJ singular, lhL rfghln will appurlenancea^ Ibcrcfu iu nay-wia.l N-61,giva unlu [h1, KuIJ t i r City of Fort Forth, Its auoueunore heirsrunrl n+vixu rui, ref. and ail 11u 1,eralrY hind ilnlinnt uud Furerl-r I],-n", nlI vltd N111gvinr, tile Sitid premisev bis tini ourselves Cit our iota�Ft. Wola and ndts 1111raioro, to Y orth, its successors � 64hold ae�ixrLy, agalaat airr-ly !a'i--all Itlloulsoever horrully claiming en' to clabu the aalne, et, any lint J h.'I c•,C. 11u1 it iv 1:x111 PsxlY Axi'eed Illnf StiUulatlrl, that. tha {'cudal'a Lia'u I$ I stained Mg the shove dudcrlhed property, pram- j ia�N awl IIIIIIF'llYeillr'llln, Illnd tll' aha4'4 da'YcRlic't nets , f1161 ah luterevt Iheteou. line Udly paid aa•C0111ing is its face and jf f leln/r, Llfatl pull ll•Iblrng, IYIURI [his load shall IWceinu nlmeh[lo. I 1 + f I 1Y1'I•NEM4 our hamlil ,ot€t.Ilarth,Tsxss this 41st Ain't U Sfgday of 9epteratler A.1).i92Z wvl t.livcrvd In PI,-makee of 1 I $6.00 U.0. I.N.S. Canoellod N.E. Valentine r ^---u`--—--T=- — Btella Valentine THE .7T,'1TJ]Ea OF TEXAS f'nanly of Tarrant Ill-PORP ME, B.W. James, a Notary Public ' in trod fur Tarrant L'mmly, Wxae, an tllia day l,tn:+mlaliy appeared 11. E. Valenttr6 J Nall , krla9•a to me to he lice l,c,aun whuad lanm is auhsclibe(1 to ill') foregoing iil:nninleld, nad nekanalellged to mo thnl h0 I exeCntl•11 HIL• Milti r Cur ih0 pAillrr, lfl��le,�>laidel �ou thert:ln axpteased. s I GIVEN o9die-nIY hiupl uo, nt d fieo7 ifs 21 day of Beptealber A, D. 192 2 ! B.W. James (L.U,) Notary Public in and for Tarrant County, Texas. THE STATE OF TEXAS Calmly of Tarra! nt 1111:[ftlBl: hIE, B.M. Jaemil, a Notary Publi o � Ill and [nE Tarrant i]au,ty, '1'axas, nu gtis day lmreunuNy appeared :hells Valentine Lila nl EI. £, Valentine , known to nla lu lid Lhn pill jail Whose n+ane la ash;L'1'IhLd IO tIW faregaing instrument, mid Imrleg h„a'u o%;I" illcd 11y nI.• Prwily alai alNul from Iter hvalinod, and hmil,g the ynluu by out ially Pk141AILL'.1 I" hM. N11,• the sal+I Still la Via tent 1116 urkuuwladged such htatrainant to he hat, act alai drt,d, foul t:hr I!,•1 iurrd Ihnl .h.- lain l%itlinxly biguPd the .roar I.n. flit. lnnl�,..+ra rnlJ cuxaid.'tathnl U+ercin axpreaacd, nad !Intl hvdrd Iud wl<h III Ielt,act il- . 1MieI on GlYk:N emh•i lay hand nu't aepl ef-,dFin•, Z1 Jay of Septembbr A. D, 1113! ll.111, Jamey (4,;;.j Notary Nbllo in and for Tarrant County, Texas. V&d fu! 1.,a1.l Ili.- 11 th day Id Oot. lllj� Z, al 12; l I rrurdrl! lhr 45tb day pf 00t, +io o'clock P. i+Ll nru� rllx �. lit. 1 f 1J11 fu71+n•)) A! l � flr►��'�°F' frl,lrllf� Iffhrl, r , l l r U% , 1" i r l irl+Irrft llihlfi i1 Appendix GC-4.02 Subsurface and Physical Conditions EOTECHNICAIL INVESTIGATION RIVERSIDE PIPE REHABILITATION (M-28a) FORT WORTH, TEXAS AGG REPORT: U16-1211-02 JAR NARY 26, 2016 PREPARED FOR: PRESENTED BY. MUnNCE 1119 if TEC it ,IC19b Mou Geotechnical Engineering —Construction Services —Construction Materials Engineering Testing 3228 Halifax Street • Dallas, TX 75247 Ph. 972.444.8889 FX. 972,444.8893 19UL-if VICE 03 -r#CIM± (MtOLIP January 26, 2018 Ms. Amy Robinson, P.E. CDM Smith 801 Cherry Street Unit 33, Suite 1820 Fort Worth, Texas 76102 Phone: (817) 916-2927 Email: robinsonar@cdmsmith.com Re: Geotechnical Investigation Riverside Pipe Rehabilitation (M-280) Ft. Worth, Texas AGG Report: E16-1211-02 Ms. Robinson, • GEOTECHNICAL ENGINEERING • ENVIRONMENTAL CONSULTING CONSTRUCTION MATERIALS ENGINEERING AND TESTING • CONSTRUCTION INSPECTION Please find enclosed our report summarizing the results of the geotechnical investigation that was performed for the above referenced project. We trust that the recommendations derived from this investigation will provide you with the information necessary to complete your proposed project successfully. For your future construction materials testing and related quality control requirements, it is recommended that the work be performed by Alliance Geotechnical Group, Inc. in order to maintain continuity of inspection and testing services for the project under the direction of the geotechnical project engineer. We thank you for the opportunity to provide you with our professional services. If we can be of further assistance, please do not hesitate to contact the undersigned at (972) 444-8889. Respectfully, ALLIANCE GEOTECHNICA1_. GROUP, INC. M. William Cappell Mark J. Farrow, P.E. Project Geologist Senior Vice ALLIANCE GEOTECE Nir-AL GRolip TEXAs RECiS`r'Enn) ENGINEERING FIRM F-1970 Dallas • Ft. Worth • Frisco • Longview • Huntsville 3228 Halifax Street • Dallas, Texas 75247 Tel: 972.444-8889 • Fax:972-444-8893 • www.aggengr.cnm M6lff0 n�9 TABLE OF CONTENTS PAGE 1.0 PROJECT INFORMATION ------------------------------------------------------------------------- 1 2.0 SCOPE OF INVESTIGATION-----,----------------------------------------------------- .------ -...- 1 3.0 FIELD OPERATIONS -------------------------------------------------------------------------------- 1 4.0 LABORATORY TESTING ----------------------------- --- ----------- ---------------------------- 2 5.0 SUBSURFACE CONDITIONS ---------------------------------------------------------------------- 2 5.1 GENERAL SITE CONDITIONS--..__--.-_----------------------------------------------------------- 2 5.2 SITE GEOLOGY -------------------------------------------------------------------------------------- 2 5.3 SUBSURFACE CONDITIONS --------------------------------------------------------------------- 3 5.4 GROUNDWATER -------------------------------------- --------------- a-------------------------------- 3 6.0 UTILITY LINE CONSTRUCTION ------------------------------------- .-------- .------------------ 3 6.1 OPEN CUT EXCAVATIONS---------------------------------------------------------------,- 3 6.1.1 BRACING/SHORING.--------------------------------------------------------------- 5 6.1.2 PROTECTION OF EXISTING PIPELINE ------------------------------------------ -- 5 6.1.3 EXISTING TREES----------------------------------------------------------------------- 6 7.0 CONSTRUCTION CONSIDERATIONS---------------------------------------------------------- 6 7.1 DEWATERING------------------------------------ ------------------------------------------------- 6 7.2 TRENCH BACKFILL---------------------------------------------------------------------------------- 7 8.0 INSPECTION AND TESTING ---------------------------------------------------------------------- 7 9.0 LIMITATIONS ------------------------------- ._..-----------------------------------------------•------- 7 FIGURES PLANOF BORINGS -------------------------------------------------------------------------------------------- 1 LOGSOF BORING - -.-.----------..-------------------------------------------------------------------- 2-4 KEY TO TERMS OF BORINGS ----------------------------------------------------------------------------- 5 RECOMMENDED SLOPE RATIOS FOR OPEN TRENCH CUTS ----------------------------------- 6 DESIGN OF TRENCH BRACING - LATERAL EARTH PRESSURE---------------------------.-- 7 ALLIANCE GEOTECHNICAL GROUP E16-1211-02 GEOTECHNICAL INVESTIGATION RIVERSIDE PIPE REHABILITATION (lift-280) DALLAS, TEXAS 1.0 PROJECT INFORMATION The project consists of the replacement of an existing pipeline as part of the Twins 90196 M2801M338 Sanitary Sewer Rehabilitation Project in Ft. Worth, Texas. The project site is located near the former Riverside Wastewater Treatment Plant adjacent to Gateway Park. This portion of the project will include open cut replacement of approximately 700 linear feet of the existing M-280 90-inch concrete sanitary sewer interceptor. Construction will occur parallel to the existing M-338 90-inch concrete sanitary sewer interceptor. The clear distance between the two (2) sewer Imes is reported to be approximately 17 feet. If pipe embedment for the existing and the proposed sewer extends 3 feet beyond the edge of the pipe, the clear distance between the pipe embedments would only be about 11 feet +/-. The invert depths of the proposed sewer lines are identical to the existing lines ranging from 17 feet to 30 feet below existing grades. 2.0 SCOPE OF INVESTIGATION The purposes of the study were to: 1) explore the subsurface conditions at the site, 2) characterize the subsurface conditions by testing the physical and engineering properties of the underlying soil and rock strata and by observing groundwater conditions, 3) provide recommendations for utility trench excavations; 4) provide construction considerations regarding excavation and dewatering; and 5) provide recommendations for trench shoring. This report was prepared in general accordance with Alliance Geotechnical Group Proposal P16-1023E, dated November 10, 2016. 3.0 FIELD OPERATIONS The field investigation consisted of drilling two (2) test borings (Borings B-5 thru B-6) along the proposed alignment. The borings were advanced to depths ranging from 35 feet to 40 feet below the existing ground surface. The approximate locations of the borings are shown on the Plan of Borings (Figure 1). A truck -mounted drilling rig was used to advance the borings and to obtain samples for laboratory evaluation. Undisturbed specimens of the cohesive soils were obtained using standard, thin -walled, seamless tube samplers. These specimens were extruded in the field, ALLIANCE GEOTECHNICAL GROUP E16-1211-02 PAGE 1 logged, sealed, and packaged to protect them from disturbance and maintain moisture during transportation to our laboratory. The results of the boring program are presented on the Logs of Borings, Figures 2 through 4. A key to the descriptive terms and symbols used on the logs is presented on Figure 5. 4.0 LABORATORY TESTING Laboratory tests were performed on representative samples of the soil to aid in classification of the soil materials. These tests included Atterberg limits tests, moisture content tests, unit weight determinations, and percent passing the No. 200 sieve tests. Hand penetrometer tests were performed on the clay soil samples to provide indications of the swell potential and the foundation bearing properties of the subsurface strata. Unconfined compression strength tests were also performed on selected clay samples to determine the foundation bearing properties of the soil. The results of our testing program are presented on the Logs of Boring (Figures 2 thru 5). 5.0 SUBSURFACE CONDITIONS 5.1 GENERAL SITE CONDITIONS The project site alignment is located west of the former Riverside Wastewater Treatment Plant adjacent to Gateway Park. The project alignment extends north from the existing equalization structure and along the west side of the existing levee. The current alignment is generally covered with an asphalt service drive. Grass and weeds extend beyond the limits of the road. Moderate to heavy brush and trees are located along the perimeter of the existing facility and along the adjacent levee. Existing trees extend along the proposed alignment. The drip lines of the trees extend to the edge of the new pipe. See Plan of Borings (Figure 1) for site configuration, location, and aerial view. 6.2 SITE GEOLOGY As shown on the Dallas Sheet of the Ceoloaic_Atlas_of Texas, the project site is located in an area of deep alluvial deposits underlain by the undivided Weno Limestone and Denton Clay formations (Kpd). Subsurface alluvial soils typically consist of gravel, sand, silt, and clay. The Weno Limestone formation typically consists of limestone with alternating clay layers. The Denton Clay formation typically consists of alternating layers of clay, marl and ALLIANCE GEOTECHNICAL GROUP E16-1211-02 PAGE 2 limestone. Soils derived from these formations are typically highly plastic clays which exhibit a high shrink/swell potential with variations in moisture content. 5.3 SUBSURFACE CONDITIONS Subsurface conditions encountered in the borings, including descriptions of the various strata and their depths and thicknesses, are presented on the Logs of Borings. Note that the depths on all borings refer to the depth from the existing grade or ground surface present at the time of the investigation. Boundaries between the various soil types are approximate. 5.4 GROUNDWATER The test borings were advanced using continuous flight auger drilling techniques. This method allows for relatively accurate groundwater observations to be made during drilling. Groundwater was encountered at a depth of 25 feet at Boring B-6 at the completion of drilling. Boring B-5 was dry upon completion. Shallower groundwater levels should be anticipated in all areas if construction occurs after periods of rain and when water levels within the West Fork. Trinity River are elevated. It is not possible to accurately predict the magnitude of subsurface water fluctuations that might occur based upon short-term observations. The subsurface water conditions are subject to change with variations in climatic conditions and are functions of rainfall, subsurface soil conditions, and water levels within the nearby West Fork Trinity River. 6.0 UTILITY LINE CONSTRUCTION 6.1 OPEN CUT EXCAVATIONS Available plans indicate that construction for this project will occur parallel to an existing 90-inch concrete sewer interceptor. Plans show that the inverts for the existing parallel sewer lines are the same depth and that the clear space distance between the sewer lines is approximately 17 feet. If pipe embedment for the existing and the proposed sewer extends 3 feet beyond the edge of the pipe, the clear distance between the pipe embedments would only be about 11 feet +1-. The invert depths of the proposed sewer lines are identical to the existing lines ranging from 17 feet to 30 feet below existing grades. ALLIANCE GEOTECHNICAL GROUP E16-1211-02 PACE 3 It is understood that open cut trench excavations will be performed for this project. Trench depths will typically range from 17 to 30 feet below existing grades. As indicated on the Logs of Borings, subsurface conditions encountered along the alignment will include existing fill soils, clay, and sandy clay. Groundwater should be anticipated as described above in Section 5.4. The clay soils are fissured and jointed. Sloughing will occur within the fill soils and within the fissured and jointed clay and sandy clay soils during the excavation and installation operations. Note 1: The site is located within a mapped area of alluvials as described in Section 5.2. Although sands and gravels were not encountered within the borings, it should be anticipated that layers of sand and gravel may be encountered during excavation. For excavations at this site, it will be necessary to employ either sloped excavations or temporary bracing in accordance with OSHA regulations. General guidelines for design are discussed in the following sections. See Section 7.0 regarding Construction Considerations. Due to the depth of the existing pipe embankment and trench backfill, it is likely that water is trapped at shallow depths within the existing trench. OSHA Type C conditions would apply for excavations near the existing pipeline due to the proximity of the new line to the existing line. Note 2: Dewatering must be performed prior to excavation below any groundwater level to prevent disturbance and softening of the supporting soils below the pipe. The dewatering should be performed to a depth of at least five (5) feet below the proposed bottom of the excavations in order to minimize softening of the supporting soils. Recommended slope ratios for the respective soil conditions are presented graphically on Figure 6. Trench excavations encountering submerged soils from which water is seeping should be cut back along flatter slopes as indicated on Figure 6. Trench excavations at this site should be cut back in accordance with OSHA regulations. It should be recognized that free standing slopes will be less stable when influenced by groundwater or saturated by rain. The clay soils are jointed and fissured. Additionally, layers of non -cohesive sands and gravels will likely be encountered during excavation operations. As a result, the soils that will be exposed within the trench excavations will be very unstable - even for cuts which remain open for short durations. ALLIANCE GEOTECHNICAL GROUP — - _ E16-1211-02 PAGE 4 Surcharge loads, such as those resulting from excavation spoil, or equipment, should be placed no closer than five (5) feet from the crest of the slope and in accordance with OSHA regulations. Vehicle traffic should be maintained at least five feet from the edge of the crest. Excavations may encounter non -compact fill soils placed during previous construction of underground utilities. If encountered, these fill soils should be sheeted, shored, and braced, or laid back on slopes no steeper than 1.5 (H): 1(V) short term (less than 8 hours) and no steeper than 2 (H): 1(V) long term (over 8 hours). The contractor will need to take measures to avoid undermining and damaging the existing underground utilities. 6.1.1 BRACING/SHORING For excavation adjacent to the existing parallel M-338B pipeline and where site limitations require excavations to have vertical side walls, an internal bracing system will be necessary. Bracing may consist of timber or steel shoring or manufactured steel trench braces. The lateral pressure distribution to be used in the design of excavation bracing may be determined as presented on Figure 7. It should be recognized that pressures are not included from hydrostatic pressures, surcharge loads, or traffic live loads at excavation side walls, dynamic loads, and vibration, which if present, must be included in bracing design. The excavation support system should be designed by a shoring specialist. Prior to construction, the contractor should submit a project specific excavation plan with details regarding proposed methods for shoring and bracing to demonstrate that the existing 90-inch sewer line will be protected. 6.1.2 PROTECTION OF EXISTING PIPELINE Due to the depth of the existing pipe embankment and trench backfill, it is likely that water is trapped at shallow depths within the existing trench. OSHA Type C conditions would apply for excavations near the existing pipeline due to the proximity of the new line to the existing fine. Due to the depth of the sewer lines and close proximity to the existing sewer line, appropriate measures must be taken to protect the existing line and the existing pipe embedment during construction. The contractor should be required to submit an excavation safety plan prior to any excavation. Details related to shoring and open cut excavations ALLIANCE GEOTECHNICAL GROUP E16-1211-02 PAGE 5 should be included by the general contractor in their submittal. Details related to the existing sewer pipe and its embedment should be shown on the Construction Documents. 6.1.3 EXISTING TREES Closely space trees can cause settlement due to ground shrinkage associated with tree root desiccation to depths of over 20 feet and to distances of over 10 feet beyond the drip lines. This could cause differential settlement of the pipe in the future as the trees mature. An arborist should be consulted regarding the installation of root barriers and/or irrigated tree wells to prevent this from occurring. Also, where trees must be removed to allow for new construction, the supporting soil below the pipe in these areas should be tested to determine if the active clay soil is excessively dry and highly expansive due to tree root desiccation. If so, the dry expansive clay in these areas should be remove and replaced with flowable fill. 7.0 CONSTRUCTION CONSIDERATIONS 7.1 DEWATERING It should be anticipated that groundwater could be encountered several feet above the invert depths in most, if not all, areas - particularly after periods of heavy rain or during periods of elevated water levels within the West Fork Trinity River. If encountered, a system of ditches, sumps, deep wells and/or dual staged well points, and pumping will be required to provide groundwater control. The design of the actual dewatering system required is the contractor's responsibility. This includes the control of tail -water flow through previous backfilled sections and/or existing adjacent utility trenches. Prior to excavation, the alignment should be dewatered whereby the groundwater level is lowered to an elevation at least 5 feet below the deepest required excavation. Confirmation of adequate dewatering along the alignment should be verified with groundwater monitoring wells prior to beginning excavation. Due to the depth of the existing pipe embankment and trench backfill, it is likely that water is trapped at shallow depths within the existing trench. OSHA Type C conditions would apply for excavations near the existing pipeline due to the proximity of the new line to the existing line. Note 1: The groundwater level should be evaluated along the alignment prior to making any excavations (particularly if construction occurs after periods of heavy rain or if the river level is elevated at the time of construction). This will allow the contractor to take appropriate measures prior to beginning work in each area. ALLIANCE GEOTECHNICAL GROUP E16-1211-02 PAGE 6 Note 2: Excessive caving and softening of the foundation subgrade is likely in areas where proper dewatering is not performed prior to making trench excavations in areas where groundwater levels are above the proposed invert at the time of construction. If this occurs, AGG should be contacted immediately. 7.2 TRENCH BACKFILL The excavated soils can be used for trench backfill. Use of rock fragments greater than six (6) inches in any dimension should be prohibited since attaining uniform moisture and density without voids would be difficult. The backfill should be placed in thin compacted lifts as specified below. The fill materials should be free of surficial vegetation or debris. Clay soils having a PI over 28 should be placed in 8 inch horizontal loose lifts and compacted to at least 95% ASTM D698 at optimum to +4% above optimum moisture. Sandy clay or clayey sand fill soils having a PI of less than 28 should be placed in 8 inch horizontal loose lifts and compacted to at least 95% ASTM D698 at -1 % to +2% of optimum moisture. For fill depths below 15 feet or where it is desired to reduce post -construction settlements, the compaction level should be increased to 98% ASTM D698, at -2% to +2% of optimum moisture. Anticipated settlements should be on the order of 1% of the total fill height. 8.0 INSPECTION AND TESTING Many problems can be avoided or solved in the field if proper inspection and testing services are provided. It is recommended that all proofrolling, site and subgrade preparation, and structure construction be monitored by a qualified engineering technician. Density tests should be performed to verify compaction and moisture content of any earthwork. Inspection should be performed prior to and during concrete placement operations. Alliance Geotechnical Group employs a group of experienced, well -trained technicians for inspection and construction materials testing who would be pleased to assist you on this project. 9.0 LIMITATIONS The professional services that have been performed, the findings obtained, and the recommendations prepared were accomplished in accordance with currently accepted geotechnical engineering principles and practices. The possibility always exists that the subsurface conditions at the site may vary somewhat from those encountered in the boreholes. The number and spacing of test borings were chosen in such a manner as to ALLIANUL UhU I FECHNICAL GROUP E16-1211-02 PAGE 7 decrease the possibility of undiscovered abnormalities, while considering the nature of loading, size, and cost of the project. If there are any unusual conditions differing significantly from those described herein, Alliance Geotechnical Group should be notified to review the effects on the performance of the recommended foundation system. The recommendations given in this report were prepared exclusively for the use of client, their client and their consultants. The information supplied herein is applicable only for the design of the previously described development to be constructed at locations indicated at this site and should not be used for any other structures, locations, or for any other purpose. We will retain the untested samples acquired for this project for a period of 30 days subsequent to the submittal date printed on the report. After this period, the samples will be discarded unless otherwise notified by the owner in writing. ALLIANCE GEOTECHNICAL GROUP E16-1211-02 PAGE 8 Figures ALLIANCE GECYECHNICAL GROUP E16-1211-02 PAGE 9 L i- S _- Project No: - 'MNCE E16-1211-02 PLAN OF SORINGS TECHNIML G� mo GROUP RIVERSIDE PIPE REHABILITATION (M-280) FIGURE NO: FT. WORTH, TEXAS I-OG OF BORING B-5 Project: Riverside Pipe Rehabilitation (Ni-280)- Ft. Worth, Texas Project No.: E16-1211-02 Date: 11106/2017 Elev.: Location See Figure 1 Depth to water at completion of boring: Dry Depth to water when checked: end of clay was: Dry Depth to caving when checked: was: ELEVATIOMN/ Sp1L SYM60LS A — DEPTH SAMPLER SYM1301 �� DESCRIP1flDN MI. {2 f-ti rp -mt m P PER O CON Starr feel 8, FieLf) T-wT DATA % Y. y 'A '# W Isf ksf sic 0 6" ASPHALTS an_d 1" gASEJAggregatq_L__— Dark brown and brown CLAY, jointed, fissured, wl ��** calcareous nodules, iron nodules, and iron stains (FILL) ;fir : i 24 h 97 1 A. ­ .1 F,1• = I A-5++ Dark brown sandy CLAY jointed fissured wf calcareous " `' "' "' R' `a1 asr+ 'Z_3 2s 3 15 au nodules, iron nodules, and iron stains Brown sandy I nY. fissured- to 23-, with trace calcareous nodules 19 6, - 25 Invert at 30 feet - 3fl i 1a se 35 Notes: — - Alliance Geotechnical Group, Inc. �. a 4.5 3.5 52 7 a 3 75 I 25 38 53 FIGURE:2 LOG OF BORING B-5 Project: Riverside ripe Rehabilitation (M-200)- Ft. Worth, Texas Project No.: E16-1211-02 Date: 11/06/2017 Elev.: Location: See Figure 1 Depth to water at completion of boring: Dry Depth to water when checked: end of day was: Dry Depth to caving when checked: was: EL DEPTH SOIL R SYMBOLS � MC LL PL PI •200 DD P PEN UNCON Strain 11-1 SAMPLER SYMBOLS DESCRIPTION Brown sander COY with trace calcareous nodules 140 Boring terminated at 40' - 45 50 55 60 65 i 70 t 25 i r tes FIGURE:3 Alliance Geotechnical Group, Inc. . LOG OF BORING B-6 Project: Riverside Pipe Rehabilitation (M-280)- Ft. Worth, Texas Project %.� E16-1211-02 I Date: 11106/2017 Elev.: Location: See Figure 1 Depth to water at completion of boring: 25' Depth to water when checked: was: Depth to caving when checked: was: ELEVATEON! SOIL SYMBOLS DEPTH SAMPLER SYM9pLS DESCRIPTION MC LL PL M -2Dq W ZI PEN UNCON 9� ain (feel} 8 FIELO TEST DATA .K % .4 %• pci 4wi ksf t �r J 5'ASPHA4X and V-Lime-Treate_d_BASE 0ggrggate) Dark gray and brown CLAY w/ aggregate (FILL) Dark brown and brown CLAY and o dy GI AY, jointed, fissured, wl sand and calcareous nodules (FILL) Dark brownCl_AY, jointed, fissured, w/ trace calcareous nodules Brown sar: cly_CLAY, jointed, fissured, w/ trace hcalcareous nodules Invert at 17 feet Dark brown 5arldy CLAY to very sandy CLAY, fissured to 23' - seepage at 28 feet during drilling Boring terminated at 35' es: - - Alliance Geotechnical Group, Inc. 12 14 12 43 IS 27 85 I I 18 461 !Bi28 58 17 I32I14�'!I 63 4 5++ 4.51..E 4 5++ 4.5++ 4-5++ 4.5++ 4.5++ fl 45 110 100 i 20 1 75 1 075 FiGURE:4 KVY TO LOG TERMS S & SYMBOVS Symbol Description Strata symbols Asphaltic Paving CLAY CLAY, sandy Misc.-Symbols —'V__ Boring continues Water table at boring completion Soil samplers ��ll Rock Core Thin Wall Shelby Tube (Notes: 1. Exploratory borings were drilled on dates indicated using truck mounted drilling equipment. 2. Water level observations are noted on boring logs. 3. Results of tests conducted on samples recovered are reported on the boring logs. Abbreviations used are: DD = natural dry density (pcf) LL = liquid limit ($) MC = natural moisture content M PL = plastic limit ($) Uncon.= unconfined compression (tsf) PI = plasticity index P.Pen.= hand penetrometer (tsf) -200 = percent passing #200 4. Rock Cores REC = (Recovery) sum of core sample recovered divided by length of run, expressed as percentage. RQD = (Rock Quality Designation) sum of core sample recovery 4" or greater in length divided by the run, expressed as percentage. FIGURES Alliance Geotechnical Group, Inc. _. _ _ RECOMMENDED SLOPE RATIOS Short Term Long Term _�� _(under 8 hours) H (over 8 hours) __.� SOIL 1 RACK 1d I d Existing fill materials, granular soils, and soft clay soils (hand penetrometer of 0.5 to 0.9 tsf) ,/ 1 2 1 Submerged soils from which water is seeping 1 2 1 Stiff to hard clay and sandy clay above existing groundwater level 11 1 1 1 1 1 W 5\. �yTw 7� In accordance with the best interpretation of OSHA regulations, submerged soil is defined as water bearing granular soils, or fissured clay soils from which groundwater is seeping. NOTE; Recommended slope ratios may be subject to reduced stability under the influence of groundwater or saturation by rain. Recommended slope ratios are designed for safety only of temporary excavations and are not designed to prevent limited sloughing during construction. ;y nl-U Na wour RIVERSIDE PIPE REHABILITATION (M-280) Ft. Worth, Texas _ RECOMMENDED SLOPE RATIOS PROJECT NO: E16-1211-02 FIGURE 6 LATERAL EARTH PRESSURES FOR INTERNALLY BRACED EXCAVATIOMS (For excavations terminating in stiff to hard clay or limestone) Excavatic Sotto WHERE; sh= k g H sh = Lateral Earth Pressure, psf, g = Saturated Unit Weight of Soil; Use 130 pcf H = Height of Excavation, ft. k = Earth Pressure Coefficient; Use 0.35 NOTES: 1) If water is not allowed to drain from behind shoring or bracing, full hydrostatic pressure must be considered. 2) Surcharge loads and traffic live loads, if present, must also be considered. ill .ffla Mour RIVERSIDE PIPE REHABILITATION (wq-280) Ft. Worth, Texas LATERAL EARTH PRESSURES PROJECT NO: E16-1211-02 FICURF i Appendix GC-6.06.D Minority and Women Owned Business Enterprise Compliance F®1E T 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 $50,000 or more, then a MOE subcontracting goal is applicable, POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of all goods and services. All requirements and regulations stated in the City's current Business Diversity Enterprise Ordinance applies to this bid. The City's MBE goal on this project is 7 MBE PROJECT GOALS % 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 _. 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. TI Ge Offeror snail dslivet lJie MBE d❑eumentali[an Jn persnn to the appIopnate eniployee c1i the puichasm g division and oblain a dMeltime receipt. Such receipt shall be evIdence That the Clly received the dacurnenlation m Ihb lime allocated. A faxed andlor emalled copy will not be accepted. 1. Subcontractor Utilization Form, if goal is received no later than 2:00 p.m., on the second City business day met or exceeded: after the bid opening date, exclusive of the bid opening date. 2. Good Faith Effort and Subcontractor received no later than 2:00 p.m., on the second City business day Utilization Form, if participation is less than after the bid opening date, exclusive of the bid opening date. stated goal: 3. Good Faith Effort and Subcontractor received no later than 2:00 p.m., on the second City business day Utilization Form, if no MBE participation: after the bid opening date, exclusive of the bid opening date. 4. Prime Contractor Waiver Form, if you will received no later than 2:00 p.m., on the second City business day perform all subcontracting/supplier work: after the bid opening date, exclusive of the bid opening date. 5. Joint Venture Form, if goal is met or received no later than 2:00 p.m., on the second City business day exceeded: after the bid opening date, exclusive of the bid opening date. FAILURE TO COMPLY WITH THE CITY'S BUSINESS DIVERSITY ENTERPRISE ORDINANCE, WILL RESULT IN THE BID BEING CONSIDERED NON -RESPONSIVE TO SPECIFICATIONS. FAILURE TO SUBMIT THE REQUIRED MBE DOCUMENTATION WILL RESULT IN THE BID BEING CONSIDERED — NON -RESPONSIVE. A SECOND FAILURE WILL RESULT IN THE OFFEROR BEING DISQUALIFIED FOR A PERIOD OF ONE YEAR. THREE FAILURES IN A FIVE YEAR PERIOD WILL RESULT IN A DISQUALIFICATION PERIOD OF THREE YEARS. Any questions, please contact the MIWBE Office at (817) 212-2674. Rev. 2/10/15 FORT WORTH City of Fort Worth !'Minority Business Enterprise MBE Subcontractors/Suppliors Utilization Form ATTACHMENT IA Page 1 of 4 OFFEROR COMPANY NAME: Check applicable block to describe Offeror PROJECT NAME: 71 M/WIDBEri NON-MIWIDBE BID DATE City's MBE Project Goal: 10ftbi6r's MBE Project Commitment: PROJECT NUMBER 7 % % 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,rn_ on the second City business day after bid opening, exclusive of bid opening date, iVvlll result in the bid being considered non -responsive to bid specifications. The undersigned Offeror agrees to enter into a formial agreement with the MBE fimi(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of facts Is grounds for consideration of disqualification and will result in the bid being considered non -responsive to bid soecificatlons_ 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 1 st tier, a payment by a subcontractor to its supplier is considered 2"d 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. 2l10I15 FORT Wowni ATTACHMENT 1A Page 2 of 4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Mnalitw and ncn-MSFs, MBE firms are to be listed first, use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal. SUBCONTRACTORISUPPLIER Company Name Address Telephone/Fax Email Contact Person T i e r NCTRCA - B B E E N ° " M D F Detail Subcontracting Work Detail Supplies Purchased Dollar Amount 0 0 Rev. 2110/15 Fp ATTACWMENT1A 1L Page 3 of 4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., IMInarlty and non -MBE-%. MBE firms are to be )isted first, use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal. SUBCONTRACTOWSUPPLIER NCTRCA N ° Company Name T n Detail Detail Address i Telephone/Fax e B B Subcontracting Supplies M Work Purchased Dollar Amount Email r E E B Contact Person E E] E] ❑ 7 Rev. 2110/15 FORTIVORTH w ATTACHMENT 1A Page 4 or 4 Total Dollar Amount of MBE Subcontractors/Suppliers 1 Total Dollar Amount of Non -MBE Subcontractors/Suppliers 1 TOTAL DOLLAR AMOUNT OF ALL. SUBCONTRACTORS/SUPPLIERS I The Offeror will not make additions, deletions, or substilutiaris to thLe. r:nrtified list without the poor approval of [lie Minority and Women Business Enterprise Office through the suhmlttal of a RegavS,t for Approval of ChangelAddifrau tForrr. 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 Offerer shall submit a detailed explanation of hover the requested changeladditinn or deletion will affect the committed IMBEr goal. If the detail explanation Is not submitted, it +.ri;I affect the final compliance daterminaiion. By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s) and any special arrangements with MBEs. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The Offeror agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers participating on the contract that will substantiate the actual work performed by the MBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of the contract and may result in a determination of an irresponsible Offeror and debarment from participating in City work for a period of time not less than one (1) year. Authorized Signature Title Company Name Address Printed Signature Contact Name/Title (if different) Telephone and/or Fax E-mail Address CitylstatelZip Date Rev. 2/10115 FORTWORTH r City of Fort !Forth Minority Business Enterprise Specifications Prime Contractor Waiver Form ATTACHMENT IS Page 1 of 1 OFFEROR COMPANY NAME: Check applicable block to describe prime PROJECT NAME: NON-M/W/DBE BID DATE City's MBE Project Goal: Offeror's MBE Project Commitment: PROJECT NUMBER 7 % % If both answers to this form are YES, do not complete ATTACHMENT 1C (Good Faith Effort Form). All questions on this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is NO, then you must complete ATTACHMENT 1C. This form is only applicable if both answers are yes. Failure to complete this form in its ontirety and be recelved by the Purchasing Division rso Wer than 2,00 c_m•,_on the Second_ C ItY business day after btu opening, exclus:Ye of the bid apening data, will result in the bid being considered tic n-responsive to bid spaellicatlons. 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 project, this is your normal business practice and provide an operational profile of your business. NO 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 11 ear. Authorized Signature Title Company Name Address City/State/Zip Printed Signature Contact Name (if different) Phone Number Fax Number Email Address Date Rev. 2114115 ATTACHMENT 1C Page 1 of 4 FORT WORTS pity of fort Worth Minority Business Enterprise MBE Good Faith Effort Form OFFEROR COMPANY NAME: Check applicable block to describe Offeror PROJECT NAME: M/W DES3LL NON-MIWIDBE Bra DATE City's MBE Project Coal: Offeror's MBE Project Commitment: PROJECT NUMBER 7 % % if the Offeror died not rneet or emceed the TUBE suhcontracifino goai for this. project, the Offerer must complete this arinn. 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. Failure. to commpiete this foinn, in its eniirety with supporting documentation, and received by the Purchasing Oivision no later than 2:00 p_rt1_ on the second City business day after bid opening, exclusive of bid opening date, will result in the bid being considered rion-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 -ARSE. (DO NOT LIST NAMES Or rlRMS) On all projects, the Offeror must list each subcontracting and or supplier opportunity regardless of tier. aacrrronal sneers, it List of Subcontracting Opportunities I List of Supplier Opportunities Rev. 2/10115 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 MNVBE Office. Yes Date of Listing 1 1 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, person 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 Tour 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 a4 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. 2110115 ATTACHMENT1C Page 3 of 4 9.) Did you prepare a quotation for the Males 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 MIWBE 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. Piease use additional sheets, if necessa , 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 4 of 4 The undersigned certifies that the information provided and the MBE(s) listed ►ryas/were contacted in good faith. It is understood that any IVIBB(s) listed in Attachment 1C will be contacted and the reasons for not using them will be verified by the City's iM/WBE Office. Authorized Signature Title Company Name Address City/State/Zip Printed Signature Contact Name and Title (if different) Phone Number Fax Number Email Address Date Rev. 211Oil 5 Joint Venture P JF'O RT CVO RT age 1 of 3 CITY OF FORT WORTH MBE Joint Venture MOM ity Form Alt questions must be answered; use "NIA "if not applicable. Name of City project: A joint venture Form must be completed on each project RFP/Bid/Purchasing Number: L 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 .oint venture MBE firm name I Non -MBE firm Business Address: -name: 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. 2110115 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. S. 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-,—-H-i-r-ngand —Firi-n-g--o--f--m-a—n age- m---ent_ 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 City's MIWBE 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. 2110115 Joint Venture a,,,,,, o -$ o AFFIDAVIT The undersigned affirms that the foregoing statements are true and correct and include all material information necessary to identify and explain the terms and operation of the joint venture. Furthermore, the undersigned shall agree to provide to the joint venture the stated scope of work, decision -making responsibilities and payments herein. The City also reserves the right to request any additional information deemed necessary to determine if the joint venture is eligible. Failure to cooperate and/or provide requested information within the time specified is grounds for termination of the eligibility process. The undersigned agree to permit audits, interviews with owners and examination of the books, records and files of the joint venture by any authorized representatives of the City of Fort Worth. Failure to comply with this provision shall result in the termination of any contract, which may be awarded under the provisions of this joint venture's eligibility and may initiate action under Federal, State and/or Local laws/ordinances concerning false statements---or-willful -misrepresentation of facts. - ----------------------------------------------------------------------------- - ------------------------------------------------------------------------------------------------ Name of MBE firm --Name ofno--n-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 State of On this Notarization County of 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. 2110115 Appendix GC-6.07 Wage Rates 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 2013 PREVAILING WAGE RATES (Commercial Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate AC Mechanic $ 25.24 AC Mechanic Helper $ 13.67 Acoustical Ceiling Installer $ 16.83 Acoustical Ceiling Installer Helper $ 12.70 Bricklayer/Stone Mason $ 19.45 Bricklayer/Stone Mason Trainee $ 13.31 Bricklayer/Stone Mason Helper $ 10.91 Carpenter $ 17.75 Carpenter Helper $ 14.32 Concrete Cutter/Saver $ 17.00 Concrete Cutter/Saver Helper $ 11.00 Concrete Finisher $ 15.77 Concrete Finisher Helper $ 11.00 Concrete Form Builder $ 15.27 Concrete Form Builder Helper $ 11.00 Drywall Mechanic $ 15.36 Drywall Helper $ 12.54 Drywall Taper $ 15.00 Drywall Taper Helper $ 11.50 Electrician (Journeyman) $ 19.63 Electrician Apprentice (Helper) $ 15.64 Electronic Technician $ 20.00 Floor Layer $ 18.00 Floor Layer Helper $ 10.00 Glazier $ 21.03 Glazier Helper $ 12.81 Insulator $ 16.59 Insulator Helper $ 11.21 Laborer Common $ 10.89 Laborer Skilled $ 14.15 Lather $ 12.99 Metal Building Assembler $ 16.00 Metal Building Assembler Helper $ 12.00 Metal Installer (Miscellaneous) $ 13.00 Metal Installer Helper (Miscellaneous) $ 11.00 Metal Stud Framer $ 16.12 Metal Stud Framer Helper $ 12.54 Painter $ 16.44 Painter Helper $ 9_98 Pipefitter $ 21.22 Pipefitter Helper $ 15.39 Plasterer $ 16.17 Plasterer Helper $ 12.85 Plumber $ 21.98 Plumber Helper $ 15.85 Reinforcing Steel Setter $ 12.87 Page 1 of 2 Reinforcing Steel Setter Helper $ 11.08 Roofer $ 16.90 Roofer Helper $ 11.15 Sheet Metal Worker $ 16.35 Sheet Metal Worker Helper $ 13.11 Sprinkler System Installer $ 19.17 Sprinkler System Installer Helper $ 14.15 Steel Worker Structural $ 17.00 Steel Worker Structural Helper $ 13.74 Waterproofer $ 15.00 Equipment Operators Concrete Pump $ 18.50 Crane, Clamsheel, Backhoe, Derrick, D'Line Shovel $ 19.31 Forklift $ 16.45 Foundation Drill Operator $ 22.50 Front End Loader $ 16.97 Truck Driver $ 16.77 Welder $ 19.96 Welder Helper $ 13.00 The prevailing wage rates shown for Commercial construction projects were based on a salary survey conducted and published by the North Texas Construction Industry (Fall 2012) Independently compiled by the Lane Gorman Trubitt, PLLC Construction Group. The descriptions for the classifications listed are provided on the TEXO's (The Construction Association) website. www.texoassociation.org/Chapter/wagerates.asp Page 2 of 2 GC-6.09 Permits and Utilities N APPLICATION FOR FLOODPLAIN DEVELOPMENT PERMIT Date 12ro9i2a19 Name of Owner or Applicant City if Fort Worth Telephone No. 5026 Address of Owner 200 Texas Street Nearest Stream Trinity River Location of Permit Area (Address or Legal Description) 751 Beach Street PURPOSE OF REQUEST: ❑Excavation ❑Filling ❑Dredging or Mining PLEASE TYPE Permit No. Iq--e>na__Vn Office Use onl ❑ Approved roved With ❑Dented" Conditions* Date InM`l Date Out: /! g Processed B : aing, t, i{�1 Sby Approved By: ❑✓ Ufllrty construction ❑ Building Permit ❑Grading ❑Paving ❑DrlllingOperations Other BRIE BRIEF DESCRIPTION OF PROPOSAL (Attach separate sheet If needed) rehab. 700 If of 90 inch sewer with cured in place pipe and replace 700 If of 90 inch dia. sewer. COMPLETE APPLICABLE QUESTIONS: Total drainage area of watercourse unknown acres. 3. Has site previously flooded? 0 Yes ❑ Nc 5. is safe access available during times of flood? ❑ Yes 2. Regulatory flood elev. 516 ❑Not available. 4. Is site subject to flooding? 10 Yes ❑ No ❑ No ❑ Unknown 6. Is the proposal within the designated floodway? ❑ Yes ❑✓ No ❑Unknown 7. Have all necessary prior approval permits been obtained from federal, state or local governmental agencies?❑ None Required ❑✓ Yes ❑No (If no, explain; i#yes, provide copies of approval letters or permits.) Environmental Clearance from the TWDB 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. 2. Extent to which watercourse or natural drainage wiil be altered or relocated. 3.. Supporting hydraulic calculations, reports, etc., used as a basis for proposed improvements. 4. Lowest floor elevation (including basement) of all proposed structures. 5. Elevation to which any non-residential structure shall be flood proofed. 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. DURING THE OCCURRENCE OVA A 100 YEAR FREQUENCY FLOOD WILL THE _F Info. Not PROPOSAL: Yes No Available 1. Reduce capacity of channels/floodwa slwatercourse in flood lain area? ❑ Q ❑ 2. Measurably increase flood flows/heights/damage on off -site properties? ❑ ❑✓ ❑ 3. Individually or combined with other existing or anticipated development expose adjacent to ❑ 0 ❑ ro erties adverse flood effects? a. Increase velocities/volumes of flood waters sufficiently to create significant erosion of El ❑ ❑ flood lain soils on subject ro ert or adjacent ro ert u stream/downstream? 5. Encroach on floodway causing increase in flood levels? ❑ ❑✓ ❑ 6. Provide compensatory storage for any measurable loss of flood storage ca ac!t ? ❑ 1 121 ❑ 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. 1 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, plaiting 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 Plan Commission. alter NorwoodDigitally signed by Walter Norwood Date: 2019.12.09 17:49:30-06'00' Signature of Applicant or Authorized Agent OFFICE USE ONLY FLOODPLAIN AREA DEFINED BY: ❑FEMA ❑ COE ❑ FLOOD STUDIES ❑ HIGH WATER MARKS OTHER FEMA INS, ZONE t✓ 1 FEMA MAP NO_ *,r-$39e0 1 2t-L FLOOD ELEV._ 5 I 4O 1 GROUND ELEV. FLOOD PLAIN STUDY _ I PLATE NO. - FLOOD ELEV. CONDITIONS FOR APPROVAL* OR REASONS FOR DENIAL" � s� LUI I t b� �� ta,� � � - THIS PERMIT SHALL EXPIRE TWO YEARS FROM THE DATE OUT ON PAGE 1 ABOVE FORTWORTH, October 8, 2019 Ms Amy Robinson CDM Smith 801 Cherry St, unit 33, Ste 1820 Fort Worth, TX 76102 Sent via email: robinsonar@cdmsmith.com Dear Ms Robinson, This letter permits you and/or your representative to remove 2 hackberries and 1 cottonwood from Gateway Park, 4321 E 1 st St, per the attached plans. There is no mitigation requirement. The following trees are prohibited on city parkways: Ash Hackberry Bradford pear Mimosa Cottonwood Mulberry Siberian elm Willow Silver maple Sycamore You are responsible for making sure the removal and/or planting does not violate any private deed restrictions for your neighborhood, or procuring any additional approval needed from any PID, TIF or Design Review Board that may govern in your area. If I can be of any further assistance please contact me at 817 392 5738. Sincerely, Melanie Migura, Forester, for Rustin Stephens, City Forester Park & Recreation Department c: file PARK & RECREATION DEPARTMENT City of Fort Worth, 4200 South Freeway, Suite 2200, Fort Worth Texas, 76115-1499 (8 1 7)-392-5700(PARK) Fax (817)-392-5724 Application for Tree Removal Permit Submit to On City of Fort Worth Property City Forester Including parkways and medians 4200 South Freeway, Suite 2200 Fort Worth, TX 76115 CityTreePermits(a)fortworthtexas.gov ecfioa I - Applicant Wormation Applicant/contractor CDM Smith c/o Fort Worth Water Departmer: Contact Name Amy Robinson Title Project Manager Street Address 801 Cherry Street, Unit 33, Suite 1820 City Fort Worth State Texas Zip Code 76102 Phone (817) 332-8727 Email address rbinsonar@odmsmith.com Section 2 -- Location -- Location address Gateway Park Business/Residence Name of Business _ Seel ion 3 — Resort for l emovaI � I moving 20" Hack Tree and 68" Cottonwood Tree because they are in the sanitary sewer maintenance area. Removing 16" Hack Tree . ause it is within the trench of the 90" sanitary sewer replacement. Attach site plan drawn to scale showing location of all trees by size (DBH) and species, identify those to be removed, and any existing man made features. Site plan should include layer demonstrating why trees must be removed, such as proposed turn lane, drive approach or grade change. Plan must also include north arrow, scale, City Trees to remain on site, any proposed planting on city property and planting details along with method of watering. C#1011 4 — Milt Lion i Prohibited trees may be permitted for removal from parkway and/or median without mitigation. Trees in alley may be permitted for removal, usually without mitigation. Trees or shrubs listed in the Nonnative Invasive Plants of Southern Forests published by USDA may be removed without mitigation regardless of location. All other trees less than 30" in DBH permitted for removal must be mitigated on an inch per inch basis. Trees 30" DBH or greater are mitigated on a 2 inch per inch basis. Mitigation trees must be planted on City ROW, median or other public land. They must be watered and maintained for a period of 2 years, or until established, whichever is greater. If mitigation on site is not possible or desirable, mitigation into the tree fund can be made in the amount of $200 per inch not planted. Mitigation trees must be planted before final inspection of the site. Mitigation to the tree fund must be made at time of permit. A tree planting permit will be issued for trees to be planted on City property at the same time as the tree removal permit. You must submit a tree planting plan and follow guidelines for planting in the ROW (see attached). Trees prohibited on the parkways and medians. Does not pertain to other City owned property. Ash (Fraxinus sp) Siberian Elm (Ulmus pumila) Callery Pear (Pyrus calleryana) Silver Maple Acer saccharinum) Cottonwood (Populus deltoides) Sycamore (Plantanus occidentalis) Hackberry (Celtic sp.) Willow (Salix sp) Mulberry (Morus sp) *Any tree listed in the Nonnative Invasive Plants of Southern Forestspublished by the USDA Forest Service Revised January, 2019 Guidelines for Landscaping Public ®pen Space Easement (P.®.S.E.) M 25 Public Open sement .E.) X Property Line 6 ''planted in this area G"u :Flight Public Strcot -of -way in Parkway A 20-foot by 20-foot triangular public open space easement is required on corner lots at the intersection of two streets. A 15-foot by 15-foot triangular public open space of easement is required on corner lots at the intersection of an alley and a street. In addition, at the intersection of a driveway or turnout section and a dedicated alley, a 10-foot by 10-foot triangular open space easement is to be provided on each side at the driveway or turnout at the time the driveway and/or alley is constructed. No structure, object, or plant of any type may obstruct vision from a height of 24-inches to a height of 11 feet above the top of the curb, including, but not limited to buildings, fences, walks, signs, trees, shrubs, cars, trucks, etc., in the public open space easement as shown on the illustration. Landscaping in Parkways • A medium or large tree shall be planted a minimum of 2 feet from the face of the curb, sidewalk, or other structure. • A small tree or shrub shall be planted a minimum of 1.5 feet from the face of the curb, sidewalk, or other structure. • A minimum planting area of 3 feet must be available between back of curb and sidewalk to plant any small tree or large shrub and a minimum of 4 feet to plant large trees. A large tree shall be defined as a species that reach a height of 50 feet at maturity. ® In residential areas a minimum spacing of twenty-five feet is recommended between shade trees planted on parkways and is required in commercial districts or major arterial streets. • All landscaping shall be located so that pedestrians can walk parallel to the street within the parkway whether a paved sidewalk is or is not provided. ® No tree or shrub shall obstruct the view of any traffic signal, sign, or other public sign. • Trees planted under power lines will be a species that reaches a height of 30' or less upon maturity. ® Any tree or shrub planted in the parkway is the property of the City and the City reserves the right to prune or remove such tree or shrub if it becomes a traffic hazard or poses risk. Planting trees or shrubs on any public property requires a permit from Park & Recreation Department and can be obtained by calling the City Forester at 817-392-5738. The following trees are prohibited on city parkways: hackberry (Celtic sp.), sycamore (Plafanus occidentalis), silver maple (Acersaccharinum), mulberry (Mores sp.), Siberian elm (Ulmus pumila), mimosa (Albizia julibrissin), ash (Fraxinus sp.), cottonwood (Populus deltoides), willow (Salix sp.), callery pear (Pyrus calleryana), or any species of tree, shrub, vine or grass listed in the Nonnative Invasive Plants of Southern Forests published by United States Department of Agriculture Forest Service. Revised January, 2019 NDI.LXINISNO D x03 %001 V,609Z-x NOUV1171EV US -89MRS IFVIINVS }[DN]-06 Z61ZIZ-9190 g v„f 20QSawo� I.y aO 0' 3 N. MO �"_g" �Si�W dos mfl �m�R_.&n— ryx 'r JYI_oa�o�� �$� " <t UN z " .� a ¢ono �> $���oMe�a _ ry n . €W iECE4oK�d� wd 3 zud �� o Q I w � xr y a O a Z NOl1VflNNNOO NO-4 L 133HS O _--_ 33S 00+0f9 V1S W HOUN NOLLVIININ 0 8Of L 133H5 3S 00+OC9 VIS Nll H01VN J ,II I 0 i_{{� >ZI r w ul woo zz. I 1f LUo 4 -L�.9, a � m rr _ �.��z ,a^__` "�s¢ dui t�gti � 00.19 � LL Wd �. It i 1.3 w a x I Goa to I HI, 2p d�a .Ofi 'JNLL51%3 JO Nourww3a Nie]e I 111 I I 4 �aa - UL—N]SN180tl dM Iwo KMz Gc aow°9Pg aP lu • wigII d— ApldP 1ppl {y dl—a °p.."a , d,,n,e aplr A KZ�51Ya]'WiaNP—xwP �Si3dx 4 461M '.-V .1w 'a 6N 3L9V 10'1d PWW ND:m w 9DB 61aL -cZ 6°4'dlg4 3AY5 6MPlddd9oo]\ [wLaOP�PP°°IxM �IH—Md�J 31Ci 'JM6 NOI.LEMWISNOO 21OzI %001 f ME s �W� - oA x z �py� �w, fS z 2 Q ¢$§ ¢¢ 114 M o o 2 S-T o9d gffle �s & rI} r + i ' ! I 5I r ti 1� r I I I qII i � i l i liI I rZ f � I I i F} I - i Z� ! I F F f � I I� °I I I _ k � I NOLLVIINLLNoo NOA 9 133H5 335 UO+OCS tlJS 3Mn HaM a;a w J LL CL Xiti—N09JI80W dMd.�IOW rf�ZZ OE tlowasog ops,a.+lN sahil Iq 'awU Eow A>+ 014 7MOV Eowxog �Pls�nn�a PxPx wmw '°w�w�:xa Iry ol:e alox •ez F••w �w ime :sax NOI.LOn-diSN00 -doA %001 9 44 o pp gg o�z�lw� y�eJl [NV �y IPzi]] _ a og x = _ _�� _ € os� m„yyL"y.� � NyWW�y x A r4 a R b� `� �attog owo w �N tv_ryned w�G� x pa W ti ,� ASnoas m� zo za w��a�$_m� wE Q��iih� dt✓�� = Sg g5 x ^W` Ill! oN Go w U d M _ n mW �ee4oz�a� Wd w R l W e s �3 u N011VAIMUN00 NO3 6 L J33N5 H I I I 1 MOd 6 J�33111S 33S 00+017S V15 3Nn HEN j} 0 I �j =1 h I I I ! I I 1 1b 166 roll did 06 _ 4[+69G vi I, 310I" 35lei H -01 Ol j dJ! tl - �NLL511{3 ' I3NN0.l F bfry= �IOW selNulll aPluayy Dow .fVadn+d amuesoy .➢1:awry PL dduasog ariziwuy 41-'n 'uWlgy :as IlY 41m9 6I0E 'fZ 6rr6 :3LtlU 101d 1b 166 roll did 06 _ 4[+69G vi I, 310I" 35lei H -01 Ol j dJ! tl - �NLL511{3 ' I3NN0.l F bfry= �IOW selNulll aPluayy Dow .fVadn+d amuesoy .➢1:awry PL dduasog ariziwuy 41-'n 'uWlgy :as IlY 41m9 6I0E 'fZ 6rr6 :3LtlU 101d H NIOI. DMISNIO0110d %001 s609Z-X NOTIVIIi19VHHN UWARS.&WIINYS 1fMM6 MZIZ-910 9g wBW -ra�� c89Hdy G1 rvg�3w, ~E"i m' o � 1S�. xN gw O O In �, E 3� z=a' o g= 5W`W +Wa u F µ� oourvivm O U� Q wm Ste„ � a 8 .� = � N �W� e "e =��� of—�b�W m ���� 9FscFR�'m; � °�=w� N. � �� �� rho Nn 2> UM- a s NownNLIN00 33S OO+9Z9 NO3 OL IMHS VIS 3NII HALM �! F I�" , ✓ tI A II N —I 1I ICI. I ! ! I IIII I I I I I I j l 1 } { I I I I i I NOLLvnNLLNOo MOO 8 J33HS 335 OO+O£S VIS 3Nn HOIVA SOA 01 133H5 3S 00+9Z9 VIS Nfi 1 I 'I I , I 1 I 1 'I �I I ' NOl1VfINllNQa 1iO3 8 133HS 35 o0+0E5 v15 3Nn H31M z 8 I JO z� o¢ F- 70 Ell Ir U m 0¢ p U. £l 1 HS v .—. 335 H MIM]WH3a ddl3- N193S Z OW 1 531ON 335 Z If10 i9Z'686 xJl d0a .06 NI 9f'684 ml dW .06 \ i0'015 l3 NIH 85i-aLs vis San �nels rmu9nnr a3xas a C UL-MSNIF4l1 tMZ dk l08] s MINn 1pl,-HdA9 RWj aWU 'D,..'d84va4PwO1451M " 61m8 51M ,nPi �Sitax N 3hlrs Li ONA I NOI. MUISN00 and %00I t6ovzx NO)IVtfljlavHatl saMas.lNVLINvs Ham06 Z6[Z[Z-9190 ws o x H z�� 70xsa nag o Ut EJ_ ��JJ Rn � g e 9 �m CFO. � 4g����- aF � � ���as �� � H do�g�a so s z z 0 V�F�� 0VONgo� � ti p' 4 0� �n s 0 aM� -M@ Nm L� g^mom -� mz OAR� �8 <-¢y"€$` gn �tld� x o a6 NO[LYnNILNOO NO3 It S33HS 33S 00+ZZ9 VIS 3N1-I FIDTM .I lj l i r � I - I NOILVIINIIN03 NO3 6 33S 00+9ZS V1S 3NIl az9 z 3 EL, %i1'—Nn5NI6oV tcuF d/ l000 ,ivjgn aRuanitl Aow .f}iaEo a a%uak6 < 145?+U ' old -.19 Mot. 6103 '!3 m 11OUXI'MiSMOD xod %001 T�- �1 2 M2&g 'Po Po i " g a>r p S+�o 8�zda�43 w> szQ ��wd i i•'g$ �a@ [ea m oa +x a mz"'wmxa F aw`aoo�pW r>- a w� - $ € 8 O U xk z py w Q W m z _a soew �x8wy br la "x < k" O a % gN Eo P8 gee S a;o8�, >�- Sp"w F Ia' ag'"m x O VIt�•I A 3 ��:o�" a� = g goo ��`w�4 g m��wa G= �3'�3oo � e;gas a 2 R s+a 'v�°` � � � yen q 8s gq� pp�ai G �' ¢ Y o g o � W aW o " n�,Fw6k' �� tf �zYJ �o�FFa�¢wF� �i¢ a•"-u„c ^�'A&`.R'S �F W I~ Q I _z 7F� " - u7 �Vqa� me S AA11 �a n fF ¢W ma��owg �F3oiJ��e +ma`NTi . i poz z ec3n WO U aaaa ILF 6¢Yy wN V Elariircrcmgw� ua FF i osw'u d wLza uxggz rc_ dam- off ^ 2z�w" 1w 2 1.1 _ n a ��w �_,MOT cp3w26i ow J O LL Z f�` YfwUU mcc v, ^yr �7 . � •� f � I zi , jl'� f I ��•I �� ' I NOLLVfWWVOO UOJ Ol 133HS 33S 00+ZZ9 V1S 3Nf1 HOLM ` I ' 3 : I :scsar nNi da r I - - - d]N ,O6 9NNSIx6 u 01 S]3NN0] V a� � ! =� i9[996 MI d]N 06 f -w L I w 4 r r r I r - I I r' I,I io l I �S. I I 1 a NOLLVfINLLN 0 i10� 0l 133H5 335 00+ZZ9 V15 3Nfi HO1VW - ; 7 L ,..-nv.�+mlxs ro e w cc a uwoo :.Noon —..A d —al—la 14 5�0 ' p �A9 Wd ZLf 610E 'LL 61y 3Lw 3n� u" rn NOl.L0I1UISMOO 7IO,A %OUT N0LLV1171SVVHHK NHMHS AdV.LINVS HONI-66 z61MI190 Q ff mE"A g N o� F w ti x gqPm� 9m �ma� �`zzdw k w - �� H WZ �O ¢U 4mLL - ------------ T-- - - -_ s . so .s -ti .F 2 zl 30 S31dLLlnW Y L' \ e W ' 1 1 o h z � ° 8 IN } III "o= 11= � .II III''=III-111-1'1=III=f'l � � -I oxJ asy <ES a "_ r91 ` .l 30 SlldLLlnW I n \ •."-----T-_ M . - l = W W A w A I s w i p W,v-m 5Nmm — 've l000 aa anw 4ld M,,N6.pldrW..WS.0 \.4PLl4I-4L4woPPPxPUeW-- MnHmnllftn 9vZC8 6oSEn3ttld px 1I.1 ls,Y \IIM\.Ju3a:LiYQlm3AaY$x 9Mo GR-01 60 000 CFW Water Standard Products List FORT WORTff. CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT ]LIST Updated: April 12, 2019 The Fort Worth Water Department's Standard Products List has been developed to minimize the submittal review of products which meet the Fort Worth Water Department's Standard Specifications during utility construction projects. When Technical Specifications for specific products, are included as part of the Construction Contract Documents, the requirements of the Technical Specification will override the Fort Worth Water Department's Standard Specifications and the Fort Worth Water Department's Standard Products List and approval of the specific products will be based on the requirements of the Technical Specification whether or not the specific product meets the Fort Worth Water Department's Standard Specifications or is on the Fort Worth Water Department's Standard Products List. I ` Fable of Content (Click on items to go directly to the page) Items Page A. Water & Sewer 1. ManhoIes & Bases/Components........................................................... 1 2. Manholes & Bases/Fiberglass............................................................... 2 3. Manholes & Bases/Frames & Covers/RectanguIar ............................... 3 4. Manholes & Bases/Frames & Covers/Round....................................... 4 5. Manholes & Bases/Frames & Covers/Water Tight & Pressure Tight .. 5 6. Manholes & Bases/Precast Concrete .................................................... 6 7. Manholes & Bases/Rehab Systems/Cementitious................................ 7 8. Manholes & Bases/Rehab Systems/NonCementitious ......................... S 9. ManhoIe Insert (Field Operations Use Only) ........................................ 9 10. Pipe Casing Spacer ..... 11. Pipes/Ductile Iron ....... 12. Utility Line Marker ..... B. Sewer 13. Coatings/Epoxy .................... 14. Coati ngs/Polyurethane ......... 15. Combination Air Valves ...... 16. Pipes/Concrete ..................... ............................................................ 10 ............................................................ 11 ............................................................ 12 .................................................... 13 ........................................ 14 ........................................... 15 ............................................. 16 17. Pipe Enlargement System (Method) ..................................................... 17 18. Pipes/Fiberglass Reinforced Pipe ......................................................... 18 19. Pipes/HDPE.......................................................................................... 19 20. Pipes/PVC (Pressure Sewer)................................................................. 20 21. Pipes/PVC*........................................................................................... 21 22. Pipes/Rehab/CIPP................................................................................. 22 23. Pipes/Rehab/Fold & Form.................................................................... 23 24. Pipes/Open Profile Large Diameter...................................................... 24 C. Water 25. Appurtenances....................................................................................... 25 26. Bolts, Nuts, and Gaskets....................................................................... 26 27. Combination Air Release Valve........................................................... 27 28. Dry Barrel Fire Hydrants...................................................................... 28 29. Meters................................................................................................... 29 30. Pipes/PVC (Pressure Water)................................................................. 30 31. Pipes/Valves & Fittings/Ductile Iron Fittings ....................................... 31 32. Pipes/Valves & Fittings/Resilient Seated Gate Valve .......................... 32 33. Pipes/Valves & Fittings/Rubber Seated Butterfly Valve ...................... 33 34. Polyethylene Encasement..................................................................... 34 35. Sampling Stations................................................................................. 35 a D _ U � 4t N�NN J J W O w o O� 00 00 00 00 Q W W W W W W W W W W W Ln ra M1 Cl a d d d d .. m n rn o o° o 0 0 0 0 h 0 h 0 C) 0 n n h 0 0 0 h h 0 0 h 0 h 0 h 0 0 0 n n 0 0 h 0 0 m o B ti7 R o n � ,r LA C P 6 x p � n � n � 1 ry I N � N n y ZJ�+• O r1 W �j � d 7� t' N r1 A S w •n � n � L � rain riai yy w to o � as as H o H H R- R° RRy kP' `- Y P4' to in C a 00 O O t 0 o w 0 w 0 0 0 0 o N a a a o o a a p A v v d BMW PP� �I a a` -o v c �n 'on O E LL 3E YJ V a-1 tv P w I rZ CA W q u 9 C4 J ii ® A 0 Y v U 6 CA t� !01 wi ,2) n q • N M V (J V V V V U U CS V ewe 1 byw Cyw w y7w xx�cm x xxxxxxx � a. a q m o a rn o 'INo I P i C r a a a a a a a a a a a aaa a a a a a a a a r C C 0 J U a` 'a m a c 'm O u` e E ƒ \ \ \)\\7 7 ƒ 2 % � � § \ \ ` 9R � §§ & E m m K f / ( / \ , \§§} (\ (} R » ) x»»>>\ » �2/ne\Gnaw»»o> \3 mf/g§2G 2 7--- �°l �s N N ��Y�_o_ooUo� O tit. o00 00 O U 000 � C W � N c rn a rn a rn rn a rn rn Ol I ' �i Rain a M ` G. w R� ?• 0. is m rt Q. 0. FV N t'B W ?. 0. R Tf C� n rn ry m C1 R w w n rn n m rtC n ry � � �' n rD to m ry m io m io ?o cu Fo tP C C C C C C C C m m C C C C C C C C C C C C f° i m rt r� m rt rn i n; n rn k' k k m rn m 4 s t m8 � � � C E E E � F c ❑ c � � 7C � B � � � � � I I o o i I i O N O to Fo R Q N T N C � I a � a a a a a a a a a a a a a a a 1 a a a a a 9 a a a a a a a a a % n n n n n n U n n n n n n O A N N N n A w A O A O F A A A N A O O pN r N N P N N W W N Y �a F adi w) Qi 15 3 pq TWDB Final Statement of Findings Texas Water Development Board P.O. Box 13231, 1700 N. Congress Ave. Austin, TX 78711-3231, www.twdb.texas,gov Phone (512) 463-7847, Fax (612) 475-2053 September 24, 2010 STATEMENT OF FINDINGS TO ALL INTERESTED AGENCIES AND PUBLIC GROUPS: As provided for by the Permanent Mules of the Texas Water Development Board (`TWDB) 31 Texas Administrative Code Chapter 375, Subchapter E, for projects funded through the Clean Water State Revolving Fund (CWSRF) Program and consistent with the National Environmental Policy Act (NEPA), 42 U.S. Code § 4321, etseq., the Board's Executive Administrator issues this Statement of Findings (SOF) for the following project: City of Fort Worth, Tarrant County, Texas Collection System Improvements Project CWSRF Project No. 73750 TWDB Commitment Amount: $16,991,157 (Loan No, L1000573) The City of Fort Worth (City) is proposing to use funding from a $16,991,157 CWSRF loan to rehabilitate or replace critical section of interceptors with a high risk of failure in the wastewater collection system. The City received a commitment of funds from the TWDB on January 12, 2017, and closed on the commitment on May 11, 2017. On March 16, 2017, the TWDB issued a Categorical Exclusion (CE) for the project, The CE included proposed project work at the following locations: 1. Mockingbird Lane: The M-210 interceptor (24-inch) will be replaced with a 36-inch interceptor that will be bored along its 1,200-foot length. 2. Village Creek Basin: Two 90-inch interceptors, M-280 and M-338 will be slip lined with cured in -place piping (C1PP) for 600-feet of their length. 3. Village Creek Parallel Interceptor System, Lake Arlington: Approximately 7,309-Feet of 30-inch to 54-inch wastewater main segments will be replaced with 36-inch to 60-inch pipe at three locations on the north and northwest side of Lake Arlington, The segments on the west side of the lake (Segments 1 and 3) will be installed using CIPP, and the segment on the north side of the lake (Segment 2) will be replaced using open cut (trench) with boring (trenchless) under roads and channels. For the segments that are being replaced, the new pipeline will be located within 20-feet of the existing lines. Old lines will be abandoned in place. Our Mission Board Member - To provide leadership, information, education, and Peter M. Lake, Chairman I Kathleen Jackson, Board Member I Brooke T. Paup, Board Member support for planning, financial assistance, and outreach for the conservation and responsible development of water for Texas Jeff Walker, Executive Administrator City of Fort Worth, Tarrant County, Texas September 24, 2018 Page 2. The purpose of this SOF is to add additional work to the Village Creek Basin project segment. The City now plans to rehabilitate or replace the existing concrete junction box connecting the sewer main to other mains. Additionally, 600-feet of the original pipe was to be rehabilitated using CIPP. That portion of the pipe, plus an additional 100-feet, will now be replaced in its original location by open -cut methods. An additional replacement of 700- feet of sewer pipe using CIPP and a new manhole has been added to the project. This is a total of 1,400-feet, of which 700-feet will be installed by open -cut methods and 700-feet will be installed by CIPP. The open -cut work will be direct replacement of the existing sewer line. Due to the proximity of this project to the West Fork of the Trinity River and the method change to open -cut, the City coordinated with the Texas Historical Commission (THC). The City sent a coordination letter to the THC on August 1, 2018 describing the proposed project changes. The THC responded on August 20, 2018 that no survey is required under the Antiquities Code of Texas Review and the project may proceed. Issuance of this SOF specifically satisfies the NEPA compliance requirements for project.. elements funded through the CWSRF program. The collection system improvements project is considered to be environmentally sound with the following conditions: . Prior to construction in a 100-year floodplain, the City must acquire a floodplain development permit or documentation from the local floodplain administrator that a permit is not required for compliance with the National Flood Insurance Program; Pipeline crossings of all potential waters of the United States, including creeks and associated wetlands, will use trenchless technology (e.g. boring or pipe bursting); m Standard emergency condition for the discovery of cultural resources; and, ® Standard emergency condition for the discovery of threatened and endangered species. Comments regarding this determination may be submitted to the Director of Regional Water Project Development, Texas Water Development Board, P.O. Box 13231, Austin, Texas 78711-3231. Sincerely, ,r (I T. Clay Schultz, Ph..), Director Regional Water Project Development l4 T lL �� np pp „ J r W 4 t LL i , prior � �.. (J Lol �atlon 2" SLOtt -P _ { •0 Tr I It t I d Pro ect Locatlor}s Figure 2 - Location 2 USGS Topographic Map , q 7 E+,��.^-t f �.ii'.Is� S _ City l.4.! of forth Worth