HomeMy WebLinkAboutContract 46046 (2)C1T'� ����i�
cot�rr�ac� ��.. i���
Sanitary Sewer CYPP
CONTItACT 2014
DOE No. 7167
Ciiy Project No. 02298
Sewer Project No. P258-601170229883
Betsy Price
Mayor
Tom Niggins
City Manager
S. Frank Crumb, P.E.
Director, Water Department
Prepared for
The City of Fort Worth
Water Department
May 2014
RECEIVED OCT 2 0 2014
Fort Worth
ater
Department
DOE No. 7167
City Project No. 02298
Sewer Project No. P258-601170229883
APPROVED 7 - ✓LLL
Andrew T. Cronberg, P.E., Assistant Director
D
r I
RECOMMENDED I 0 n
RECOMMENDED
itfOtletttAh
rt.e�fe5elteleRRS�f.�+ty.�thtriohAss. 7/0
Tony ShoTla, P.E., Engineering Manager Date
Roberto C Sauceda, P.E., Project Manager r Date
'ry
000000-1
TABLE OF CONTENTS
Page 1 of 4
1 SECTION 00 00 00
2 TABLE OF CONTENTS
3
4 00 05 10 Mayor and Council Communication
5 00 05 15 Addenda
6 00 11 13 Invitation to Bidders
7 00 21 13 Instructions to Bidders
8 00 35 13 Conflict of Interest Affidavit
9 00 41 00 Bid Form
10 00 42 43 Proposal Form Unit Price
11 00 43 13 Bid Bond
12 00 43 37 Vendor Compliance to State Law Nonresident Bidder
13 00 45 11 Bidders Prequalifications
14 00 45 12 Prequalification Statement
15 00 45 13 Bidder Prequalification Application
16 00 45 26 Contractor Compliance with Workers' Compensation Law
17 00 45 40 Minority Business Enterprise Goal
18 00 45 41 Small Business Enterprise Goal
19 00 52 43 Agreement
20 00 61 13 Performance Bond
21 00 61 14 Payment Bond
22 00 61 19 Maintenance Bond
23 00 61 25 Certificate of Insurance
24 00 72 00 General Conditions
25 00 73 00 Supplementary Conditions
26
27 Division 01 - General Requirements
28
29 01 11 00 Summary of Work
30 01 25 00 Substitution Procedures
31 01 31 19 Preconstruction Meeting
32 01 31 20 Project Meetings
33 01 32 16 Construction Progress Schedule
34 01 32 33 Preconstruction Video
35 01 33 00 Submittals
36 01 35 13 Special Project Procedures
37 01 45 23 Testing and Inspection Services
38 01 50 00 Temporary Facilities and Controls
39 01 55 26 Street Use Permit and Modifications to Traffic Control
40 01 58 13 Temporary Project Signage
41 01 60 00 Product Requirements
42 01 66 00 Product Storage and Handling Requirements
43 01 70 00 Mobilization and Remobilization
44 01 71 23 Construction Staking and Survey
45 01 74 23 Cleaning
46 01 77 19 Closeout Requirements
47 01 78 23 Operation and Maintenance Data
CITY OF FORT WORTH Sanitary Sewer CIPP Contract 2014
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2298
000000-2
TABLE OF CONTENTS
Page 2 of 4
1 01 78 39 Project Record Documents
2
3 Technical Specifications which have been modified by the Engineer
4 specifically for this Project; hard copies are included in the Project's Contract
5 Documents
6
7
8 Division 02 - Existing Conditions
9
10 02 41 13 Selective Site Demolition
11 02 41 14 Utility Removal/Abandonment
12 02 41 15 Paving Removal
13
14 Division 03 - Concrete
15
16 03 30 00 Cast -In -Place Concrete
17 03 34 13 Controlled Low Strength Material (CLSM)
18 03 34 16 Concrete Base Material for Trench Repair
19 03 80 00 Modifications to Existing Concrete Structures
20
21 Division 26 - Electrical
22
23 26 05 00 Common Work Results for Electrical
24 26 05 10 Demolition for Electrical Systems
25 26 05 33 Raceways and Boxes for Electrical Systems
26 26 05 43 Underground Ducts and Raceways for Electrical Systems
27
28 Division 31 - Earthwork
29
30 31 10 00 Site Clearing
31 31 23 16 Unclassified Excavation
32 31 23 23 Borrow
33 31 24 00 Embankments
34 31 25 00 Erosion and Sediment Control
35 31 36 00 Gabions
36 31 37 00 Riprap
37
38 Division 32 - Exterior Improvements
39
40 32 01 17 Permanent Asphalt Paving Repair
41 32 01 18 Temporary Asphalt Paving Repair
42 32 01 29 Concrete Paving Repair
43 32 11 23 Flexible Base Courses
44 32 11 29 Lime Treated Base Courses
45 32 11 33 Cement Treated Base Courses
46 32 12 16 Asphalt Paving
47 32 12 73 Asphalt Paving Crack Sealants
48 32 13 13 Concrete Paving
CITY OF FORT WORTH Sanitary Sewer CIPP Contract 2014
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2298
000000-3
TABLE OF CONTENTS
Page 3 of 4
1 32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps
2 32 13 73 Concrete Paving Joint Sealants
3 32 14 16 Brick Unit Paving
4 32 16 13 Concrete Curb and Gutters and Valley Gutters
5 32 17 23 Pavement Markings
6 32 17 25 Curb Address Painting
7 32 31 13 Chain Fences and Gates
8 32 31 26 Wire Fences and Gates
9 32 31 29 Wood Fences and Gates
10 32 32 13 Cast -in -Place Concrete Retaining Walls
11 32 91 19 Topsoil Placement and Finishing of Parkways
12 32 92 13 Hydro -Mulching, Seeding, and Sodding
13 32 93 43 Trees and Shrubs
14
15 Division 33 - Utilities
16
17 33 01 30 Sewer and Manhole Testing
18 33 01 31 Closed Circuit Television (CC I V) Inspection
19 33 03 10 Bypass Pumping of Existing Sewer Systems
20 33 04 10 Joint Bonding and Electrical Isolation
21 33 04 11 Corrosion Control Test Stations
22 33 04 50 Cleaning of Sewer Mains
23 33 05 10 Utility Trench Excavation, Embedment, and Backfill
24 33 05 13 Frame, Cover and Grade Rings
25 33 05 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade
26 33 05 17 Concrete Collars
27 33 05 26 Utility Markers/Locators
28 33 05 30 Location of Existing Utilities
29 33 31 12 Cured in Place Pipe (CIPP)
30 33 31 50 Sanitary Sewer Service Connections and Service Line
31 33 31 70 Combination Air Valve for Sanitary Sewer Force Mains
32 33 39 10 Cast -in -Place Concrete Manholes
33 33 39 20 Precast Concrete Manholes
34 33 39 30 Fiberglass Manholes
35 33 39 40 Wastewater Access Chamber (WAC)
36 33 39 60 Epoxy Liners for Sanitary Sewer Structures
37 33 46 02 Trench Drains
38 33 49 10 Cast -in -Place Manholes and Junction Boxes
39
40 Division 34 - Transportation
41
42 34 41 10 Traffic Signals
43 34 41 11 Temporary Traffic Signals
44 34 41 13 Removing Traffic Signals
45 34 41 15 Rectangular Rapid Flashing Beacon
46 34 41 16 Pedestrian Hybrid Signal
47 34 41 20 Roadway Illumination Assemblies
48 34 41 30 Aluminum Signs
CITY OF FORT WORTH Sanitary Sewer CIPP Contract 2014
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2298
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
34 71 13
Appendix
GC-4.01
GC-4.02
GC-4.04
GC-4.06
GC-6.06.D
GC-6.07
GC-6.09
GC-6.24
GR-01 60 00
000000-4
TABLE OF CONTENTS
Page 4 of 4
Traffic Control
Availability of Lands
Subsurface and Physical Conditions
Underground Facilities
Hazardous Environmental Condition at Site
Minority and Women Owned Business Enterprise Compliance
Wage Rates
Permits and Utilities
Nondiscrimination
Product Requirements
END OF SECTION
CITY OF FORT WORTH Sanitary Sewer CIPP Contract 2014
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2298
M&C Review
Page 1 of 2
Offiicial site of the City of Fort Worth, Texas
�'�3RT ��fIRT l l
COUNCIL ACTION: Approved on 9/9/2014 - Ordinance No. 21451-09-2014
DATE: 9/9/2014 REFERENCE NO.: C-26968 LOG NAME: 60CIPP2014-
INSITUFORM
CODE: C TYPE: CONSENT HEARING: NO
SUBJECT: Authorize Execution of a Contract with Insituform Technologies, LLC, in the Amount of
$1,000,000.00 for Sanitary Sewer Cured-in-Place Pipe, Contract 2014 for Trenchless
Rehabilitation of Sanitary Sewer Mains at Various Locations Throughout the City of Fort
Worth, Provide for Project Costs and Contingencies for a Project Total in the Amount of
$1,100,000.00 and Adopt Appropriation Ordinance (ALL COUNCIL DISTRICTS)
RECOMMENDATION:
It is recommended that the City Council:
1. Authorize the transfer of $1,100,000.00 from the Water and Sewer Operating Fund to the
Sewer Capital Projects Fund;
2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations
in the Sewer Capital Projects Fund in the amount of $1,100,000.00; and
3. Authorize the execution of a contract with Insituform Technologies, LLC, in the amount of
$1,000,000.00 for sanitary sewer cured-in-place pipe, Contract 2014 for trenchless
rehabilitation of sanitary sewer mains at various locations.
DISCUSSION:
The work to be performed under this contract consists of trenchless rehabilitation of existing sanitary
sewer mains in locations where open cut installation is not feasible or minimal disruption to the public
is necessary.
The bid documents included a stipulation that the total quantities listed may not reflect actual
quantities and that the amount budgeted for the projects is $1,000,000.00. Final payments will be
made based on actual measured quantities. The bid documents also included a stipulation giving the
City the option to renew this contract up to three times under the same terms, conditions and unit
prices.
The project was advertised for bid on May 1, 2014 and May 8, 2014 in the Fort Worth Star-
Telegram. On July 10, 2014, the following bids were received:
mount IlTime of Completion
Utilitex Construction, LLP*
IPR South Central**
Insituform Technologies, LLC
ne Inliner
$1,000,650.00 ��365 Calendar D
1,362,073.00
1,392,549.00
1,896,100.00
ecified
* Utilitex Construction, LLP, has been declared a non-responsive bidder due to its failure to pre-
qualify for the larger pipe sizes specified in the contract documents.
http://apps.cfwnet.org/council�acket/mc review.asp?ID=20237&councildate=9/9/2014 10/6/2014
M&C Review
Page 2 of 2
** IPR South Central has been declared a non-responsive bidder due to its failure to submit the
required MBE documentation.
Staff recommends award of the contract to the next lowest responsive and responsible bidder.
M/WBE Office - Insituform Technologies, LLC, is in compliance with the City's BDE Ordinance by
committing to 12 percent MBE participation on this project. The City's MBE goal on this project is 9
percent.
In addition to the construction cost, a$30,000.00 contingency is provided for possible change orders
and $70,000.00 is required for construction staking, material testing, inspection and construction
management.
FISCAL INFORMATION/CERTIFICATION:
The Financial Management Services Director certifies that upon approval of the above
recommendations and the adoption of the attached appropriation ordinance, funds will be available in
the current capital budget, as appropriated, of the Sewer Capital Projects Fund.
TO Fund/Account/Centers
1&2
P258 476045 7011702298ZZ
�
P258 531200 701170229852
�
P258 531350 701170229852
�
P258 511010 701170229880
�
P258 541200 701170229883
�
P258 531200 701170229884
�
P258 531350 701170229884
�
P258 531350 701170229885
$1,100,000.00
$10,000.00
$10,000.00
$10,000.00
$1,030,000.00
5 000.00
5 000.00
$30,000.00
Submitted for City Manaqer's Office b�
Originating D�partment Head:
Additional Information Contact:
ATTACHMENTS
CIPP2014-INSITUFORM P258 AO.do
FROM Fund/AccountlCenters
1� PE45 538040 0709020 $1,100,000.00
�
P258 541200 701170229883
Fernando Costa (6122)
S. Frank Crumb (8207)
Roberto Sauceda (2387)
$1, 000,000.00
http ://apps. cfwnet. org/council_packethnc_review. asp?ID=2023 7&counci ldate=9/9/2014 10/6/2014
000sio-i
MAYOR AND COUNCIL COMMUNICATION (M&C)
Page 1 of I
1
2
3
4
5
6
7
8
9
10
11
12
13
14
rs
16
17
18
19
20
21
22
SECTION 00 05 10
MAYOR AND COUNCIL COMMiJNICATION (M&C)
END OF SECTION
CITY OF FORT WORTH
STANDt1itD CONSTRUCTION SPECIFICATION DOCIJMENTS
Revised July l, 2011
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
000sis-i
ADDENDA
Page 1 of 1
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
SECTION 00 OS 15
ADDENDA
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
001113-1
INVITATION TO BIDDERS
Page 1 of 2
2
3
4
s
6
�
8
9
10
11
12
13
14
15
16
1�
Is
19
20
21
22
23
24
25
26
27
2s
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
SECTION 00 11 13
INVITATION TO BIDDERS
RECEIPT OF BIDS
Sealed bids for the construction of Sanitary Sewer CIPP Annua) Contract 2014
Sewer Project No. P258-701150229883, City Proj. No. 2298
will be received by the City of Fort Worth Purchasing OfFice:
City of Fort Worth
Purchasing Division
1000 Throckmorton Street
Fort Worth, Texas 76102
until 1:30 P.M. CST, Thursday, May 29, 2014, 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: 8 and 30 inch CIPP sanitary
sewer annual contract via work orders.
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.
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
http://www.fortworthgov.org/purchasing� 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.
Copies of the Bidding and Contract Documents may be obtained from Fort Worth Water
Dept., Engineering Section 311 W. 10th St. Fort Worth Texas 76102 after Monday, May
5, 2014. Please call to see if documents are ready to be picked up and loaded on
Buzzsaw.
There is no cost of Bidding and Contract Documents
CITY'S RIGHT TO ACCEPT OR REJECT BIDS
City reserves the right to waive irregularities and to accept or reject bids.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
00 11 13 - 2
INVITATION TO BIDDERS
Page 2 of 2
1
2
3
4
s
6
�
8
9
lo
11
12
13
INQUIRIES
All inquiries relative to this procurement should be addressed to the following:
Attn: Roberto C. Sauceda, P.E., City of Fort Worth
Email: Robert.sauceda@fortworthtexas.gov
Phone: 817-392-2387
ADVERTISEMENT DATES
May 1, 2014
May 8, 2014
14 END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
002113-1
INSTRUCTIONS TO BIDDERS
Page 1 of 11
2
3
4
5
6
7
s
9
lo
I 1
12
13
14
ls
16
17
Is
19
20
21
22
23
24
25
26
27
2s
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
SECTION 00 21 13
INSTRUCTIONS TO BIDDERS
1. Defined Terms
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 who are not prequalified (even if inadvertently opened) shall not be
considered. Prequalification requirement work types and documentation are as
follows:
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised November 27, 2012
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
00 21 13 - 2
INSTRUCTIONS TO BIDDERS
Page 2 of 11
1 3.1.1. Water and Sanitary Sewer — Requirements document located at;
2 https:/lprojectpoint.buzzsaw.com/fortworthqov/Resources/02%20-
3 %20Construction%20Documer�ts/Contractor%20Prequalification/Water%20
4 and%ZOSanitary%20Sewer%20Contractor%20Prequalification%20Proaram
5 /WSS%20prequal%20requirements.doc?public
6
� 3.2. Each Bidder unless currently prequalified, must be prepared to submit to City
s within seven (7) calendar days prior to Bid opening, the documentation
9 identified in Section 00 45 11, BIDDERS PREQUALIFICATIONS.
10
� 1 3.3. Submission of and/or questions related to prequalification should be addressed
12 to the City contact as provided in Paragraph 6.1.
13
14
Is
16
1�
1s
19
20
21
22
23
24
25
26
27
28
29
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.
3o Special qualifications required for this project include the following:
31 The iime of Completion of each individual work order in an essential element of
32 this contract. Each worrk order issued will have the maximum allowpd number of
33 calendar days allowed for the completion of that specific work.
34 Single or several Work C7rders may be issued at one time. The Contractor shall
3s initiate worEc within seven (7) working days of the date the Work Order is issued
36 to the Contractar, and continue work on the Work Order until it has been
3� compieted, not including paving. The Contractor shall furnish and supply
3s sufFicient equipment and personnel to complete the Work Order in the amount of
39 time provided for in the Work Order. Should the Contractor fail to start any Work
4o Order within the time specified, he shall adc� the necessary work crews and
41 equipment to prosecute the work ta complete the Work Order or Worl< Orders in
42 the time provided therefore. Should the contractor fail to complete an individual
43 work order in the given amount of calendar days as specified on each individual
44 work order, liquidated damage charc�es will be subtracted from the final pay
45 estimate of that particular work order. The estimated amount for each particular
46 work order will be used ior determining the amount of damages charged per
4� calendar day of time exceeding the specified amount.
48
CITY OF FORT WORTH Sanitary Sewer CIPP Contract 2014
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2298
Revised November 27, 2012
1
2
3
4
5
6
�
g
9
10
11
12
13
14
Is
16
17
ls
19
20
21
22
23
24
25
26
2�
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
00 21 13 - 3
INSTRUCTIONS TO BIDDERS
Page 3 of 11
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.
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. Not used.
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 subsu�fiace 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
STANDAR.D CONSTRUCTION SPECIFICATION DOCUMENTS
Revised November 27, 2012
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
00 21 13 - 4
INSTRUCTIONS TO BIDDERS
Page 4 of 11
1 4.1.8. Determine the difficulties of the Work and all attending circumstances
2 affecting the cost of doing the Work, time required for its completion, and
3 obtain all information required to make a proposal. Bidders shall rely
4 exclusively and solely upon their own estimates, investigation, research,
s tests, explorations, and other data which are necessary for full and
6 complete information upon which the proposal is to be based. It is
� understood that the submission of a proposal is prima-facie evidence that
s the Bidder has made the investigation, examinations and tests herein
9 required. Claims for additional compensation due to variations between
lo conditions actually encountered in construction and as indicated in the
11 Contract Documents will not be allowed.
12
13
14
1s
16
17
ls
19
20
21
22
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 fulfiliment of
the intent of the Contract Documents.
4.2. Reference is made to Section 00 73 00 — Supplementary Conditions for
identification of:
23 4.2.1. those reports of explorations and tests of subsurFace conditions at or
24 contiguous to the site which have been utilized by City in preparation of the
2s Contract Documents. The logs of Soil Borings, if any, on the plans are for
25 general information only. Neither the City nor the Engineer guarantee that
2� the data shown is representative of conditions which actually exist.
28
29 4.2.2. those drawings of physical conditions in or relating to existing surfiace
3o and subsurface structures (except Underground Facilities) which are at or
31 contiguous to the site that have been utilized by City in preparation of the
32 Contract Documents.
33
34 4.2.3. copies of such reports and drawings will be made available by City to any
3s Bidder on request. Those reports and drawings may not be part of the
36 Contract Documents, but the "technical data" contained therein upon which
3� Bidder is entitled to rely as provided in Paragraph 4.02. of the General
3g Conditions has been identified and established in Paragraph SC 4.02 of the
39 Supplementary Conditions. Bidder is responsible for any interpretation or
4o conclusion drawn from any "technical data" or any other data,
41 interpretations, opinions or information.
42
CITY OF FORT WORTH Sanitary Sewer CIPP Contract 2014
STANDARD CONSTRUCTION SPECIFICATION DOCtTMENTS City Project No. 2298
Revised November 27, 2012
00 21 13 - 5
INSTRUCTIONS TO BIDDERS
Page 5 of 11
� 4.3. The submission of a Bid will constitute an incontrovertible representation by
2 Bidder (i) that Bidder has complied with every requirement of this Paragraph 4,
3 (ii) that without exception the Bid is premised upon performing and furnishing
4 the Work required by the Contract Documents and applying the specific means,
s methods, techniques, sequences or procedures of construction (if any) that may
6 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
s discrepancies in the Contract Documents and the written resolutions thereof by
9 City are acceptable to Bidder, and when said conflicts, etc., have not been
10 resolved through the interpretations by City as described in Paragraph 6., and
11 (iv) that the Contract Documents are generally sufFicient to indicate and convey
12 understanding of all terms and conditions for performing and furnishing the
13 Work.
14
1s 4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos,
16 Polychlorinated biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive
1� Material covered by Paragraph 4.06. of the General Conditions, unless
i8 specifically identified in the Contract Documents.
19
20
21
22
23
24
2s
26
27
2s
29
30
31
5. 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.
32 5.2. Outstanding right-of-way, easements, and/or permits to be acquired by the City
33 are listed in Paragraph SC 4.01 of the Supplementary Conditions. In the event
34 the necessary right-of-way, easements, and/or permits are not obtained, the
3s City reserves the right to cancel the award of contract at any time before the
36 Bidder begins any construction work on the project.
37
3s 5.3. The Bidder shall be prepared to commence construction without all executed
39 right-of-way, easements, and/or permits, and shall submit a schedule to the City
40 of how construction will proceed in the other areas of the project that do not
41 require permits and/or easements.
42
43
44
45
46
47
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised November 27, 2012
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
00 21 13 - 6
INSTRUCTIONS TO BIDDERS
Page 6 of 11
1
2
3
4
5
6
�
s
9
io
li
12
13
14
15
16
17
1s
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
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 formal
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: Roberto C. Sauceda, P.E., Fort Worth Water Dept.
Fax: 817-392-8195
Email: Robert.sauceda@fortworthtexas.gov
Phone: 817-392-2387
6.2. Addenda may also be issued to modify the Bidding Documents as deemed
advisable by City.
6.3. Addenda or clarifications may be posted via Buzzsaw at:
htt�s•//projectpoint buzzsaw com/client/fortworthQov/Infrastructure
Projects/02035-Water Main Extensions Replacements and Relocation Contract
2013A
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. BIC� SeCUCI�j/
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.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised November 27, 2012
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
00 21 13 - 7
INSTRUCTIONS TO BIDDERS
Page 7 of 11
� 7.2. The Bid Bond of all Bidders will be retained until the conditions of the Notice of
2 Award have been satisfied. If the Successful Bidder fails to execute and deliver
3 the complete Agreement within 10 days after the Notice of Award, City may
4 consider Bidder to be in default, rescind the Notice of Award, and the Bid Bond
s of that Bidder will be forfeited. Such forfieiture shall be City's exclusive remedy
6 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
s contract execution.
10 8. Contract Times
11 The number of days within which, or the dates by which, Milestones are to be
12 achieved in accordance with the General Requirements and the Work is to be
13 completed and ready for Final Acceptance is set forth in the Agreement or
14 incorporated therein by reference to the attached Bid Form.
ls
16 9. Liquidated Damages
1� Provisions for liquidated damages are set forth in the Agreement.
18
19 10.Substitute and "Or-Equal" Items
2o The Contract, if awarded, will be on the basis of materials and equipment described
21 in the Bidding Documents without consideration of possible substitute or "or-equal"
22 items. Whenever it is indicated or specified in the Bidding Documents that a
23 "substitute" or "or-equal" item of material or equipment may be furnished or used by
24 Contractor if acceptable to City, application for such acceptance will not be
2s considered by City until after the EfFective Date of the Agreement. The procedure
26 for submission of any such application by Contractor and consideration by City is set
27 forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General Conditions and is
2g supplemented in Section 01 25 00 of the General Requirements.
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
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
5:00 P.M. CST, five (5) City 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.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised November 27, 2012
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
00 21 13 - 8
INSTRUCTIONS TO BIDDERS
Page 8 of 11
1
2
3
4
5
6
7
s
9
10
11
12
13
14
ls
16
1�
ls
19
20
21
22
23
24
25
26
27
2s
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
12.Bid Form
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.
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.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCLJIvIENTS
Revised November 27. 2012
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
00 21 13 - 9
INSTRUCTIONS TO BIDDERS
Page 9 of 11
1
2
3
4
s
6
7
g
9
lo
11
12
13
14
is
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
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 Non 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 City 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 City 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 speci�ed 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
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised November 27, 2012
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
00 21 13 - 10
INSTRUCTIONS TO BIDDERS
Page 10 of 11
1 17.Evaluation of Bids and Award of Contract
2
3 17.1. City reserves the right to reject any or all Bids, including without limitation
4 the rights to reject any or all nonconforming, nonresponsive, unbalanced or
s conditional Bids and to reject the Bid of any Bidder if City believes that it
6 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
s or of doubtful financial ability or fails to meet any other pertinent standard or
9 criteria established by City. City also reserves the right to waive informalities
10 not involving price, contract time or changes in the Work with the Successful
11 Bidder. Discrepancies between the multiplication of units of Work and unit
12 prices will be resolved in favor of the unit prices. Discrepancies between the
13 indicated sum of any column of figures and the correct sum thereof will be
14 resolved in favor of the correct sum. Discrepancies between words and
Is figures will be resolved in favor of the words.
16
1� 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion
Is exists among the Bidders, Bidder is an interested party to any litigation
19 against City, City or Bidder may have a claim against the other or be
2o engaged in litigation, Bidder is in arrears on any existing contract or has
21 defaulted on a previous contract, Bidder has performed a prior contract in
22 an unsatisfactory manner, or Bidder has uncompleted work which in the
23 judgment of the City will prevent or hinder the prompt completion of
24 additional work if awarded.
2s
26
27
28
29
30
31
32
33
34
35
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.
36 17.3. City may conduct such investigations as City deems necessary to assist in the
3� evaluation of any Bid and to establish the responsibility, qualifications, and
3s financial ability of Bidders, proposed Subcontractors, Suppliers and other
39 persons and organizations to perform and furnish the Work in accordance
4o with the Contract Documents to City's satisfaction within the prescribed time.
41
42 17.4. Contractor shall perform with his own organization, work of a value not less
43 than 35% of the value embraced on the Contract, unless otherwise approved
44 by the City.
45
CITY OF FORT WORTH Sanitary Sewer CIPP Contract 2014
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2298
Revised November 27, 2012
00 21 13 - 11
INSTRUCTIONS TO BIDDERS
Page 11 of 11
1
2
3
4
5
6
�
g
9
lo
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
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.
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 21 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.
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised November 27, 2012
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
00 35 13
BID FORM
Page 1 of 1
SECTION 00 35 13
CONFLICT OF INTEREST AFFIDAVIT
Each bidder, offeror, or respondent (hereinafter also referred to as "you") to a City of Fort Worth (also
referred to as "City") procurement are required to complete Conflict of Interest Questionnaire (the
attached CIQ Form) and Local Government Officer Conflicts Disclosure Statement (the attached CIS
Form) below pursuant to state law. This affidavit will certify that the Bidder has on file with the Cify
Secretary the required documentation and is eligible to bid on City Work. The referenced forms may
also be downloaded from the website links provided below.
http://www.ethics.state.tx.us/forms/CIQ. pdf
http://www.ethics.state.tx.us/forms/CIS. pdf
❑
�xl
❑
❑
�IDDER:
CIQ Form is on file with City Secretary
CIQ Form is being provided to the City Secretary
CIS Form is on File with City Secretary
CIS Form is being provided to the City Secretary
Company Name Insituform Technologies, LLC BY�
Address 17988 Edison. Avenue Signature:
Address _
Clty, .State Zip Code ��esterfield, MO 63005
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Form Revised 20120327
Title
Printed Name Joann smith
Contracting & Attesting Officer
Fort Worth TX 02298_Bid_Proposal_Workbook (5)
CONFLICT OF INTEREST QUESTIONNAIRE
For vendor or other person doing business with local governmental entity
This questionnaire reflects changes made to the law by H.B. 1491, 80th Leg., Regular Session.
This questionnaire is being filed in accordance with Chapter 176, Local Government Code
by a person who has a business relationship as defined by Section 176.001(1-a) with a local
governmental entity and the person meets requirements under Section 176.006(a).
By law this questionnaire niust be filed with the records administrator of the local governmental
entity not later than the 7th business day after the date the person becomes aware of facts
that require the statement to be filed. See Section 176.006, Local Government Code.
A person commits an offense if the person knowingly violates Section 176.006, Local
Government Code. An offense under this section is a Class C misdemeanor.
Name of person who has a business relationship with local governmental entity.
Insituform Technologies, LLC
❑ Check this box ifyou are filing an update to a previously filed questionnaire.
FORM CIQ
OFFICE USE ONLY
Date Received
(The law requires that you file an updated completed questionnaire with the appropriate filing authority not
later than the 7th business day after the date the originally filed questionnaire becomes incomplete or inaccurate.)
Name of local government officer with whom filer has employment or business relationship.
None N/A
Name of Officer
This section (item 3 including subparts A, B, C& D) must be completed for each officer with whom the filer has an
employment or other business relationship as defined by Section 176.001(1-a), Local Government Code. Attach additional
pages to this Form CIQ as necessary.
A. Is the local government officer named in this section receiving or likely to receive taxable income, other than investment
income, from the filer of the questionnaire?
� Yes � No N/A
B. Is the filer of the questionnaire receiving or likely to receive taxable income, other than investment income, from or at the
direction of the local government officer named in this section AND the taxable income is not received from the local
governmenta� entity?
� Yes � No N/A
C. Is the filer of this questionnaire employed by a corporation or other business entity with respect to which the local
government officer serves as an officer or director, or holds an ownership of 10 percent or more?
� Yes � No N/A
D. Describe each employment or business relationship with the local government officer named in this section,
None
N/A
Tnsituform Tech logies, LLC
Sign re of person doing business with the governmental entity
June 26, 2014
Date
J�s'�� Adopted 06/29/2007
Conuacting & Attesting Officer
NOT APPLICABI.E N/A
LOCAL GOVERNMENT OFFICER FORM CIS
CONFLICTS DISCLOSURE STATEMENT
(Instructions for completing and filing this form are provided on the next page.)
This questionnaire reflects changes made to the Iaw by H.B. 1491, 80th 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
Z Office Held
3 Name of person described by Sections 176.002(a) and 176.003(a), Local Government Code
4 Description of the nature and extent of employment or other business relationship with person named in item 3
5 List gifts accepted by the local government officer and any family member, excluding gifts described by Section
176.003(a-1), if aggregate value of the gifts accepted from person named in item 3 exceed $250 during the 12-month
period described by Section 176.003(a)(2)(B)
Date GiftAccepted Description of Gift
Date GiftAccepted Description of Gift
Date GiftAccepted Description of Gift
(attach additional forms as necessary)
s AFFIDAVIT
I swear under penalty of perjury that the above statement is true and correct. I acknowledge
that the disclosure applies to a family member (as defined by Section 176.001(2), Local
Government Code) of this local government o�cer. I also acknowledge that this statement
covers the 12-month period described by Section 176.003(a), Local Government Code.
Signature of Local Government Officer
AFFIX NOTARY STAMP / SEAL ABOVE
Sworn to and subscribed before me, by the said , this the day
of , 20 , to certify which, witness my hand and seal of o�ce.
Signature of officer administering oath Printed name of officer administering oath Title of officer administering oath
Adopted 06/29/2007
�
00 45 26 -1
CONTRACTOR COMPLTANCE WITH WORKER'S COMPENSATION LAW
Page 1 of 1
s�c�rzoN o0 4s zs
CONTRACTOR CpMPLIANCE WIThi WORKER'S COMPENSATION I.AW
Pursuant to Texas Labor Code Section 406,096(a), as amended, Contractar certifes that it
provides worker's compensation insurance coverage for all of its employees ernployed on
City Project No. 02035. Contractor further certifies that, pursuant to 7'exas Labor Code,
Section 406.Q96(b), as amended, it will provide to City its subcontracCor's certificates of
compliance with worker's compensation coverage.
COf�TRACTOR: �
Insituform Technologies, LLC
Company
17988 Edison Avenue
Address
Chesterfield, MO 63005
City/State/Zip
THE STATE OF TEXAS
COUNTY OFTARRANT
Joann Smith
By: �
(Please Print)
Signature:
Tltle: �ontracting & AttesCing Officer
(Please Print)
BEFORE ME, the undersigned authority, on this day personally appeared
Joann smith , known to me to be the person whose name is
subscribed to the foregoing instrument, and acknowledged to me tha�she executed the
same as the act and deed o� T� �; �„��� 'rP�tLn�7 �gie�, �T��— for the purposes
and consideration therein expressed and in the capacity therein stated,
GIVEN UNDER MY HAND AND SEAL OF OFFICE this 26th day of
June , Z�.�
���� / �
DESRA K. JASPER _ � - , �
Notary Public-No4ary Seal d�ary Public in and for tne State of�'e7cas Missour�
STATG OF MISSOUR� �
St. Charles Gounty
My Commission Expires: �fov. V 7. ?U�G. I�
Commission # 1095954d�_�, ,�
� �-"�c��`._.-.. � �ND OF S'�ECTIOIV
CTTY OF FORT WORT'H Sanitzry Sewer CIPP Contraet 2014
STANDARD CONSTAUCTTON SPECIFICATION DOCIJMM��..NTS City projec� No. 2298
Revised 7uly 1, 2011
003513-1
CONFLICT OF INTEREST AFFIDAVIT
Page 1 of 1
1
2
3
4
s
6
�
g
9
lo
11
12
13
14
15
16
17
1s
19
20
al
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
SECTION 00 35 i3
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 ethics.state.tx.us/forms/CIQ.pdf
htt�//www. eth ics.state.tx. us/forms/CIS. pdf
0 CIQ Form is on file with City Secretary
� CIQ Form is being provided to the City Secretary
� CIS Form is on File with City Secretary
� CIS Form is being provided to the City Secretary
. ��
Company
By:
(Please Print)
Address
City/State/Zip
Sig nature:
Title:
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised March 27, 2012
(Please Print)
Sanitary Sewer CIPP Contract 2014
City Project No, 2295
00 41 00
BID FORM
Page 1 of 3
SECT(ON 00 41 00
BID FORM
Tp: The City Manager
c/o: The Purchasing Department
1000 Throckmorton Street
�ity of Fort Worth, Texas 76102
FOR: Sanitary Sewer CIPP Contract 2014
City Project No.: 02298
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 ail 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 Acknowiedgements 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 coilusive 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 wifhout
the knowledge of City, a purpose of which is to establish Bid prices at arfificial, non-competitive levels.
d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their
property to influence their participation in the bidding process or affect the execution of the Contract.
CITY OF FORT WORTH
S7ANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Form Revised 20120327 Fort Worth TX 02298_Bid_Proposa�_Workbook (5)
0� 41 00
BID FORM
Page 2 of 3
3. Prequalification
The Bidder acknowledges that the following work types must be performed only by prequalified contractors and
subcontractors:
a. Water Improvements
b. Paving
4. Time of Completion
4.1. The Work will be complefe for Final Acceptance within 365 calender 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 DO 41 00
b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01
of the General Conditions.
c. Proposal Form, Section 00 42 43
d, Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37
e. MWBE Forms (optional at time of bid)
f. Prequalification Statement, Section 00 45 12
g. Conflict of Interest 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 Iristructions 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 proposai and then totaling all of the extended amounts.
Total Bid
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Form Revised 20120327 Fort Worth TX 02298_Bid_Proposai_Workbook (5)
ao ai o0
BID FORM
Page 3 0( 3
�
7. Bid Submittal
This Bid is submitted on July 10, 2014
by the entity named below.
Respectf submitted,
By:
(Signature)
Joann -Smith
(Printed Name)
Title: �ontracting & Attesting Officer
Company: Insituform Technologies, LLC
Address: 17988 Edison Avenue
Chesterfield, MO 63005
State of Incorporation; /Formation: Delaware
Email: jsmith@insituform.com
Phone:636-530-8000
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Form Revised 20120327
Corporate Seal:
Fort Worth TX 02298_Bid_Proposal_Workbook (5)
�
INSITUFORM TECHNOLOGIES, LLC
Assistaut Sec�°etarv's Certificate
The undersigned, being the Assistant Secretaty of Insituform Technologies, LLC, a Delaware
limited liability company, hereby certifies thai:
1. The following is a hue and correct excerpt fi•om the Limited Liability Company Agreement of �1ie
Company:
A�pointments by the Pxesideni. The President of the Company may fiom time to time appoint
officers of fhe Company's operating divisions, and such contracting and attesting officers of the
Company as the President may deem proper, who shall have such authority, subject to the control
of the Board of Managers, as the Presidanf may fram time to time prescriba.
2. Th� President of the Company has, pursuant to the above authority, duly appoinied H. Douglas
Thomas; Vice President — Global Procurement/Operations Support, and has appointed Joann
Smith, Denise L. Carroll, Dabra Jasper, Jana Laus� and Diane Partridge as Contracting and
Attesting Officers of the Company. Each of the foregoing have been fully authorized and
empowered by ihe Pxesideni of the Company (i) to certify and to aitest th� signature o� any
officer of the Company, (ii) to enter into and to bind ihe Company to perform pipeline
rehabilitation activities of the Company and all matters related thereto, including the maintenance
of one or more o�ces and facilities of the Company, (iu) to execute a.nd to deliver documents on
behalf of the Company, and (iv) to take such other action as is or may be necessary and
appropriate to carry out the project, activities and work o�the Company.
IN WITNESS Wf�REOF, I have hereunto aff�ed my name as Assistant Secretary this lst day of
Januaxy, 2014.
INSI�.I [JFORM TECHNOLOGIE� LLC
$y: i Uv�
Tod O'Donog e
Assistant Secretary
_ � `�`
� �� � �
It1S/f`I�fO/'i]7
T�el�rr�lr��i��; � L�`°
lnsitaform �aclanolag;es. t t.0 is a subsidiary of P.egion Cotpo+aiion
INSITUFORM TECHNOLOGIES, LLC
BOARD OF MANAGERS AND OFFICERS
Current as of Mav 4, 2014
Board o Mana ers
Charles R. Gordon
Member, Board of Mana ers
Davitt A. Martin
Member, Board of Mana ers
David F. Morris
Member, Board of Mana ers
OFFICERS
T{tomas E. Vossman
President
David F. Morris
Senior Vice President, Chief Administrative Officer and Secreta
David A. Martin
Senior Vice President and Chief Financial Officer
Brian J. Clarke
Senior Vice President — Business Inte ration
genhetla L. Young �
Vice President and Treasurer
Laur� M. T�zlla
Vice President-Human Resources
H. Douglas Thomus
Vice President Globai Procurement/O erations Su ort
Lynn Osbarn
Vice President
Tod O'Donoghue
Assistant Secreta
I�ent Bart/iolomew �
Assistant Secretar
Business Address for Ofiicers and Board of Mana�ers:
17988 Edison Avenue
Chesterfield, MO 63005
STATE OF FORMATION: DELAWARE
Cocporations Sectio�i ��P�� n��
P,O,Boa 13697
Austin, Texas 7871 1-3697 � � � �
�
Off�ce of �he Secre�ary of �ta�e
C�RTII+'�CATE OF A,N[�NDED REGISTRATYOIV
or
INSITUFORM TECHNOLOGIES, LLC
12098606
[formerly; INSITUFORM TECHNOLOGIES, INC.]
Hope Andrade
Sec�•etary of State
The undersigned, as Secretary of State of Texas, hereby certifies that an Asnendment to Registratioil -
Conversion or Merger to tratisact business in this state for the above named entity has been received in .
this office and has been found to coi�foz•m to the applicable provisions of la�sv.
ACCORDINGLY, the undersigned, as Secretaiy of State, and bq v.u�Cue of the authority vested in the
secretary by Iaw, liereby issues fhis Cez�titicate of Amended Registratioii to transact business in this state
_ under the nai�ie of: '
1NSZTUFORM TECHNOLOGIES, LLC
Dated; O1/23/2012
Effective: O I/23/2012
► �
K'!� �,�
�� `�4
�'�� ,.11� �'li
�;p,�� //�1. �D�� '
.w..11:. n,•9 ,
'�x� .�
�,. . �
��,
Hope �lndrade �
Secretary of Stata '
Conte visi! irs on the it�ternet at l�ttp;/hvrv»>,sos,state,t,t,2rs/
Plione; (512) 463-5555 Fax; (Sl2) 463-5709 Dial; 7-1-1 for Relay Sei•vices
Pcepaced by; Lisa Jones TID; 10301 Document: 405410130002
1
00 �z �3
BID PROPOSAL
Pego 1 of 6
S�CTION OD 42 43
rxoros�u. ro�c
UNTT PRICE BID
Bidder's Application
I'roject Item Infonnation Biddets Proposal
Bid List Item Specification Bid uanti Unit of
No. Section No. Q � Measuremant Description Unit Price Bid Value
1 33 31 12 500 LF 6 inch X 4.5 mm CIPP
F� Dollar
�C.�'� Cents a rjQ. � z$�DDO �
2 33 31 12 6,000 LF 8 inch x 6.0 mm C�P
Foc-� �ve, Dollar
$G!'C�i Cents � �S', � �.7Q DOD.A
3 33 31 12 1,000 LF 10 inch x 6.0 mmCIPP
F� � Do��er
�G�'O Cents � $D, a 50 ODO ,
4 33 31 12 500 LF 12 inch x 6.0 mm CIPP
5 � x�lti, f ►�re Do»e�
�efO Cents $ i0�. $ 32,Soa�O
5 33 31 12 500 LF 15 inclt x 7.5 mnt CIPP
L �'�� Dollar
�GfO Cents � $�, $ t�p�dqd �
6 33 31 12 300 Lr L 8 inch x 9.0 mm CIPP
� � �lti� �rGG Dollar
• �Gra Cents � 939 ,$ �%�%��.
7 33 12 20 300 LP 21 inch x 9.0 mm CIPP
Dhe KV�I�"'�! „"'"^� ��Dollar
Tr N � Cents � � 2�. � 37 �Q� �d
8 33 12 20 300 LF 24 inch x 10.5 mm CIPP
D�� �V�� ��K�Dollar
�eirV Cems $ 175.00 � ~J��JrO�,.
CITY OF PORT\40RTH
STANDARD CONSR2UG710N SPEiCQ�ICATfON DOCIJA�+N7'S
Pomi Revised 20120120 � 02298_Flid P`oposal \Vorkbook.rls
0o az �3
lllDPR0Y0SAL
Page 2 oE6
S�CTION 00 42 43
PROPOSALFORM
UNIT PRICE BID
I3idder's Application
Yroject Item Information Biddc�s Proposal
Bid List Item Specification Unit of
No. Section No. Bid Quantity Measurement Description Unit Price Bid Value
9 33 l2 30 300 LF 27 inch x 10.5 mm CIPP
DUe �Jr10� SQVtb('�1'� �l��i Dollar
$G('O Cents � 17S $ SZ�SOD�D
10 33 OS 16 300 Lr 30 inch x 12.00 mm CIPP
• �NC 1WN�� L' l�`j�'�/ Dollar
��i� Cents $ ��i� �Q � 5[�. Q��
11 33 OS 16 200 LP 6& 8 inch CIPP Additional 1,5 mm thickness
�ZIrC� Dollar
� 1� Qi Cents $ �,QI a 2�
12 33 12 60 200 LF 10 & 12 inch CIPP Additional 1.5 mm thickness
. ���% G Dollar
� �iti� Cenls � � rj . $ I � Q� �Q
13 33 12 40 100 LF t5 & IS inch CIPP Additional 1.5 mm thickness
�/�`��� _Dollar
�'GTO Cents $ �'f, $ $p0„
14 33 l2 25 100 Lf� 21 & 24 inch CIPP Additional 1.5 mm thickness
��7�QV�. Dollar
'�'i�irf� Cents $ � ,'�� � ( � ','� UO�
15 02 41 14 l00 LI' 27 inch CIPP Additional 1.5 mm thickness ,
���-r�eevi, Dollar
�'iGl'O Ccnts $ ��{a � �, [(D� �
16 02 41 l4 100 LT 30 inch CIPP Additional 1.5 mm thickness
�l��e'�� Dollar
��0 Cents � � S � � 1 S0� .�
17 02 41 14 6,500 LF 6 to 8 inch Clean and TV Sanitary Sc�vcr
�JGvtK bollar
�i�0 Cents � ', � y �'i'7� 5(,�
CfIY OP FOR'P WORTH . �
STANDARD CONSTRUCiION SPEC[FICAT70N DOCIRNGPT[S
Folm Rcviscd T0120120 �2298_Bid P�op�sal \Va`icba�k.xls
00 -02 �13
BID PROPOSAL
Page 3 of G
SECTdON 00 42 43
PROPOSAL PORM
IJNIT PRICE BID
Bidder's AppIication
Project Item Infonnation - Biddets Proposal
Bid List Item Specification Unit of
No. Section No. ��d Quantity Measurement Descriptioa Unit Prico Bid Value
18 02 41 1q 1,500 F.F 10 to l2 inch Clean and TV Senitury Sewer
5�v �vt Dollar
��.i[� Cents � % . $ ��� �7� ,,
19 02 41 14 800 LP 15 to 18 inch Clean and TV Sanitary Sewer
������ Dollar
�Gi�O Cents g �.0 $ iP yQ� . AD
20 02 4l 14 600 LP 21 to 24 inch Clean end TV Sanitary Sewer
�y1G1 Ve Dollar
'�',G�'D Cents � � 2. 5% ZOO ,D�
21 33 31 12 300 LF 27 inch Clean and TV Sanitary Sewer
Tirel�e Do�,ar
_ �ie1r� Cents $ �%0 �r 3 �/�,p
22 33 3l 12 300 LP 30 inch Clean and TV Sanitary Sewer
T���L Dollar
'�'CPa Ccnts � I �.� � 3� �v D0,0�
Z3 33 04 50 3,000 I,F Root Removal
D� t Dollar
�l��eti✓� Cents � � .( � 3�t,js�,�
24 33 04 50 10 LF Other cemote obtruction removal
�LK ^��� ���/ Dollar
T--
��.i0 Cents $ �%5�.�1� $ �� J'r��.��
25 33 03 10 90 Day Operate 4 inch Bypess Pumping System
� � � �` �
�wv ��� Dollar
�e.�� Cents 5 ���0 $ .22�7��0�
26 33 03 IO 90 Day Operate 6 inch Bypass Pumping System
��'e' ��� "`� ��� Dollar
(�e i�� Cents � 3SD..i)Q � 3 �� 7 00,�
cirr oF r•oiir woRn+
STANDARll CONSTTtUC7[ON SPGCIF[CA7fON bOCU11L•"MS
FomiReviscd1.0120l20 � 02298 DidProposal Workbook.�ls
0o aa a�
em rnoeosni.
Pagc 4 of 6
SECTION 00 42 43
PROPOSAL FORM
ITNIT PRICE BID
Bidder's Application
Project Item Information Biddels Proposal
Hid List Item Specificetion Unit of
No. Section No. Bid Quantity Measurement DcscripHon Unit Price Bid Value
27 33 03 10 5 Day Operatc 8 inch Bypass Pumping System
Tw� If'�O!)SQI/�� Dollar
. �� ceats a rG.Q�i. $ l01 ��. �
28 33 03 10 5 Day Opemte 12 inch Bypnss Pumping System
'1'1�ree "�'��A� Dollar
�P.�1'O cen�s � 3,000_ § IS, 000.0�
29 IS LS Trafftc Conirol � Design and Instatl
SWW� �M�►S�N Q r�YL 1w+�d�Dollar
�2('O cents g 9, S'OD. a! IZ,SAO.QO
30 33 39 10 10 EA 4 foot Manhole
�T 1'�Y�1��'1� itVG ���Dollar
��ro c�n►s a y�5oa $ HS,oae.
31 33 39 10 5 EA 5 foot Menhole
��v� �v�SaHd D�����
�GPO c��ts s S.�OD.o � �S, Doo,00
32 33 39 30 5 EA 4 foat Fiberglass Manhole
rDOk' '�p�1�,� 'j1�fG ��� Dollar
��n Cents a '1��J [�, $ Z.Z.�S�.�
33 33 39 30 5 EA 5 foot Fibcrglass Manhole
r 1V � 1�W �SQ M.� Dallar
�i�/�'t% Cents � rJ��O�.fJ� i •2S��DD.QO
34 33 39 40 10 EA Wastewater Access Chamber (WAC)
�LtiO 7�D�754�1Q 'Cl�i�. wN��ollnr
�i� Cents � '� 5ap U $ '��j � Q [�. �i
35 33 39 10 20 VF 4 footManholeRehubilitation
'�1��rce ���dc� �� �'i�t Doua�
'�U'D cents � 35D.00 � ?�D�d, DO
CC[Y OF PORT �VORi}i �
STANDARD CONSTRUCIiON SPECIF[CAT70N �OCUMEDi[S
Pomi Rcviscd 20120I20 � 02298_Did P�oposal Wo�k600k.�is
00 J2 J3
Bm PROPOSAL
Pega 5 of 6
SECTION 00 42 43
PROPOSALFORM
UNIT PRICE BID
Bidder's Appiication
Project Item Information Biddets Proposal
BidListltem Specifcetion Unitof
No. SectionNo. B�dQuantity Measurement Description UnitPrice BidValue
36 3339 f0 20 VF 5footMnnholeRehabilitation
`ou(',MJ�,�.'�� �(vQ�Dollar
�'�0 Cents � �Z5.�0 $ g�S00,QD
37 33 39 b0 50 VF Epoxy Manhole Liner
0� ��� � G� dl �� Dollar
�'iC.�f'O Cents � I�O.QD a � DOG.QO
38 320117 800 LP PermanentAsphaltPavingRepair
� � r� Dollar �
��i� Cents a y�.Q� S c72.iQ�,�a
39 320118 1,000 LF TemporaryAsphaltPavingRepair
�W� � Dollar
�"i�0 Cents a �, Q� § � p� �0,�
40 32 13 13 500 SY 6 inch Concrete Payment Repair
��._ � � Dollar
�r� Cems a SpAD � �S�OfX%A�
41 33 OS 14 10 EA Manhole Adjustment, Minor
""e " "�$�AM4 DY� kJ�l�ollnr
�'iP��O ' ce�ts g 1�100.1 � ���ODO.DD
42 33 OS 14 10 EA Manhole Adjuslment, Major �v/Cover
�WD T�OIiSQN�S�X �U✓l��/'�Dollar
LG� 0 Ceols � Z,���.� a�����.
43 33 OS 17 50 EA Concrete Collar
5�X ��' �V Dollar
it,�'O cents $ le0i0,t�0 � 3O,oDD.QO
44 33 31 50 2,000 EA 4 inch Secvice Reconnection, CIPP
��� Dollar
��� --- Cenis S �.� �$ ��. Q�
c�rst or• r•oxrwonTti
SiAtJDARD CONSiRUC170N SPCCfFICA7TON OOCOMFiNIS
Fotm Rcvistd 20120120 ' 02298_Bid Pmposd Wo�kbook,xls
00 -02 43
BID PROPOSAL
Page 6 oF6
S�CTION 00 42 43
PROPOSAL FORM
�VIT PRICE BID
Bidder's Application
Project Item Information Bidde�'s Proposal
Bid List Ttem Specification gid Quantiry Unit of Description Unit Price Bid Value
No. Section No. Measurement
45 33 31 SO 200 EA 6 inch Service Reconnection, CIPP
- �'�'rd Dol(ar
OV1ji Cents a i7.b' g ;Z.QD
46 50 EA Street Use Permit
T�1'G� �� ��� 1 M Dollar
�GV'a cencs s 350. � t7. 500.00
47 33 Ol 31 50 I,F Post CCTV inspection
( Gd1 noua�
�'i�..�'� Cents � �Q � � 5 0� i7d
48 33 01 3l 50 LF Pre CCTV Inspection
' �'N Dollar
�iL f0 Cenls � ��.D� g C�O. p�
49 33 Ol 30 50 EA Manhole Vacuum Testing
WD �Dr1�12d'�1�� TIV(i I�ollar
��ir"D Cents � .�.si� § �� � Zs�.b
50 33 31 22 100 LP 6-12 inch SewerPipe, Point Repair
�'��G � V h�� Dollar
__��f'(i Cents a 3�D.Od S'��j 0�0.08
51 33 3 f 22 100 LP 18-24 inch Se�vcr Pipe, Point Repair
�'�� K✓�40�L(!� TC`�TL/ Dollar
'�`f0 Cents � 3SQ•� $ �,�.�
52 33 31 22 I00 Lr 24-30 inch Sesver Pipe, Point Repair
Ff90C �ho�:'G(7 �1.'"CTy Dollar 'J ,l
�L�'� Cents ��i SD.Q�i 5't5� 0�. Q�
53 33 39 10 10 VP 4 foot Extra Deep Manh �e��1 � ����L f�
�'OV P (tiV MOYLti �NJCWR/ TiVLDollar
GfD Cents $ y�.:�� $ �� LSd• 0
54 33 39 10 5 VP 5 foot Extra Dee4 Man qole-, J
s�x hV►W�O iWri�Al'�� �VGDollar 3 ' �. �
G -r Cents $ � �• � $ I
55 33 39 30 5 Vr 4 footExtraDee Fibe glassM nhole 1 r
51x, ��('L� �'tL� 7'N'�.Dollar
� Cents $��• $ 3 � LS �
5G 33 39 30 5 VF 5 foot Extra D c Pibergl s nholc
�'!��� il�ri�i� "1'WGk��►VGAoUar � �?.�..:.�
�' Cents � ��.00 i �
Sanifia Sewer CIPP Total � l 3 q Z 5�{ q, 00 _
CRY OF E�ORT WOR7H '
STANDARD CONSTRUCIION SPC•CII�fCAT10N DOCUML•N�S
Fonn Rcviscd 20120120 02298_Did Proposall4o�kbooY. �Is
00 43 37
VENDOR COMPLIANGE TO STATE LAW
Page 1 of 1
SECTION 00 43 37
VENDOR COMPLIANCE TO STATE L.AW NON RESID�NT 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 automaiically disqualify that bidder. Resident
bidders must check the box in Section B.
A. Nonresident bidders in thP State of , our principal place of business,
are required to be _ percent lower than resident bidders by State Law. A copy of the
statute is attached.
X Nonresident bidders in the State of Missouri , , our principal place of business,
are not required to underb� resident bidders.
B. The principal place of business of our company or our parent company or majority owner is
in the State of Texas.
BIDDER:
Company Name
Insituform Technologies, LLC
Address 17988 Edison Avenue
Address .
City, State Zip Code Chesterfield, MO 63005
Title: �ontracting & Attesting Officer
Date: June 26, 2014
�L_:
�ND OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMEN7S
Form Revised 2011 D627
By: Printed Name �
Joann Sihiith
(Signature)
Fort Worth TX 02298_Bid_Proposal_Workbook (5)
004512-1
PItEQUALIFICA'i`ION STA'IBMENT
� Page 1 of 1
sEc�oN oo �s xz
PREQUALIFICATION STATEMENT
� �ach Bidder for a City procuremen� is required to complete the information below
by identifying the prequalifled contractors and/or subcontrac�ors whom they intend to
utifize for the major work type(s) listed.
�
�
A
�
9
Major Work Contractor/Subcontractor Company Prequali�cation
T� Name Ex iration Date
Water
Im rovements Insituform Technologies, LLC 4/30/2015
Paving �
%�rk Con�ir�c�� Suv�c,eg LLG yi3o�2o15
The undersigned hereby certifes that the contractors and/or subcontractors
described in the table above are currently prequalified for the work types listed.
BIDDERa
Insituform Technologies, LLC
Company
17988 Edison Avenue
Address �
Chesterfield, MO 63005
City/State(Zip
END OF SECTION
�
CTi'X OF PORT WORTH
STANDAT<D CONSTRUCTION SPECTFICATION DOCiJMENTS
Revised 7uly I, 2011
Joann��'Smith
By:
(Pfease Print) �
Signature:
Title: �ontracting & Attesting Officer
(Please Print)
p��e: June 26, 2014
SanitarySewer GIPP Contract201h
City Project TVo. 27_98
00 35 13
BID FORM
Page 13 of 13
SECTION 00 35 13
CONFLICT OF WTEREST AFFIDAVIT
Each bidder, offeror, or respondent (hereinafter also referred to as "you") to a City of Fort Worth (also
referred to as "City") procurement are required to complete Conflict of Interest Questionnaire (the
attached CIQ Form) and Local Government Officer Conflicts Disclosure Statement (the attached CIS
Form) below pursuant to state law. This affidavit will certify that the Bidder has on file with the City
Secretary the required documentation and is eligible to bid on City Work. The referenced forms may also
be downloaded from the website links provided below.
http://www.ethics.state.tx. us/forms/CIQ. pdf
http://www.ethics. state.tx.us/forms/CIS. pdf
❑
❑
❑
❑
BIDDER:
CIQ Form is on file with City Secretary
CIQ Form is being provided to the City Secretary
CIS Form is on File with City Secretary
CIS Form is being provided to the City Secretary
Company Name Here
Address Here
' Address Here or Space
City, State Zip Code Here
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Form Revised 20120327
By: Printed Name Here
Signature:
Title: Title Here
02298_Bid Proposal Workbook.xls
004511-1
BIDDERS PREQUALIFICATIONS
Page 1 of 3
1 SECTION 00 45 11
2 BIDDERS PREQUALIFICATIONS
3
4 1. Summary. All contractors are required to be prequalified by the City prior to
s submitting bids. To be eligible to bid the contractor must submit Section 00 45 12,
6 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
s Section 00 45 13, Bidder Prequalification Application in accordance with the
9 requirements below.
10
ll The prequalification process will establish a bid limit based on a technical evaluation
�2 and financial analysis of the contractor. The information must be submitted seven
13 (7) days prior to the date of the opening of bids. For example, a contractor wishing
14 to submit bids on projects to be opened on the 7th of April must file the information
�s by the 31st day of March in order to bid on these projects. In order to expedite and
16 facilitate the approval of a Bidder's Prequalification Application, the following must
1� accompany the submission.
ls a. A complete set of audited or reviewed financial statements.
I9 (1) Classified Balance Sheet
20 (2) Income Statement
21 (3) 5tatement of Cash Flows
22 (4) Statement of Retained Earnings
23 (5) Notes to the Financial Statements, if any
24 b. A certified copy of the firm's organizational documents (Corporate Charter,
2s Articles of Incorporation, Articles of Organization, Certificate of Formation,
26 LLC Regulations, Certificate of Limited Partnership Agreement).
27 c. A completed Bidder Prequalification Application.
2g (1) The firm's Texas Taxpayer ldentification Number as issued by the
29 Texas Comptroller of Public Accounts. To obtain a Texas Taxpayer
3o Identification number visit the Texas Comptroller of Public Accounts
3� online at the following web address
32 www.window.state.tx.us/taxpermit/ and fill out the application to
33 apply for your Texas tax ID.
34 (2) The firm's e-mail address and fax number.
3s (3) The firm's DUNS number as issued by Dun & Bradstreet. This
36 number is used by the City for required reporting on Federal Aid
3� projects. The DUNS number may be obtained at www.dnb.com.
3s d. Resumes reflecting the construction experience of the principles of the firm
39 for �irms submitting their initial prequalification. These resumes should
4o include the size and scope of the work performed.
41 e. Other information as requested by the City.
42
43
44
45
46
CITY OF FORT WORTH Sanitary Sewer CIPP Contract 2014
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2298
Revised July 1, 2011
00 45 11 - 2
BIDDERS PREQUALIFICATIONS
Page 2 of 3
1 2. Prequalification Requirements
2 a. Fina�cia/Statements. Financial statement submission must be provided in
3 accordance with the following:
4 (1) The City requires that the original Financial Statement or a
s certified copy be submitted for consideration.
6 (2) To be satisfactory, the financial statements must be audited or
� reviewed by an independent, certified public accounting firm
8 registered and in good standing in any state. Current Texas
9 statues also require that accounting firms performing audits or
lo reviews on business entities within the State of Texas be properly
11 licensed or registered with the Texas State Board of Public
12
13
14
ls
16
1�
18
19
20
21
22
23
24
2s
26
27
2s
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
(3)
(4)
(5)
(6)
��)
Accountancy.
The accounting firm should state in the audit report or review
whether the contractor is an individual, corporation, or limited
liability company.
Financial Statements must be presented in U.S. dollars at the
current rate of exchange of the Balance Sheet date.
The City will not recognize any certified public accountant as
independent who is not, in fact, independent.
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.
The City reserves the right to require a new statement at any
time.
(8) The financial statement must be prepared as of the last day of
any month, not more than one year old and must be on file with
the City 16 months thereafter, in accordance with Paragraph 1.
(9) The City will determine a contractor's bidding capacity for the
purposes of awarding contracts. Bidding capacity is determined by
_ _ multiplying the positive net working capital (working capital =
current assets — current liabilities) by a factor of 10. Only those
statements reflecting a positive net working capital position will be
considered satisfactory for prequalification purposes.
(10) In the case that a bidding date falls within the time 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 "N/A" should be inserted.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
Sanitary Se���er CIPP Contract 2014
City Project No. 2298
00 45 11 - 3
BIDDERS PREQUALIFICATIONS
Page 3 of 3
1
2
3
4
s
6
�
s
9
10
11
12
13
14
is
16
17
1s
19
20
21
22
23
24
25
(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.
d. If a contractor has a valid prequalification letter, the contractor will be eligible
to bid the prequalified work types until the expiration date stated in the
letter.
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July l, 2011
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
00 45 12 - 1
PREQUALIFICATION STATEMENT
Page 1 of 1
1 SECTION 00 45 12
2 PREQUALIFICATION STATEMENT
3
4 Each Bidder for a City procurement is required to complete the information below
s by identifying the prequalified contractors and/or subcontractors whom they intend to
6 utilize for the major work type(s) listed.
�
Major Work Contractor/Subcontractor Company Prequalification
T e Name Ex iration Date
Water
Im rovements
Paving
g
9
lo The undersigned hereby certifies that the contractors and/or subcontractors
� 1 described in the table above are currently prequalified for the work types listed.
12
13 BIDDER:
14
15 BY�
16 Company (Please Print)
17
1 g Signature:
19 Address
20
21 Title:
22 City/State/Zip (Please Print)
23
24 Date:
25
26 END OF SECTION
27
CITY OF FORT WORTH Sanitary Sewer CIPP Contract 2014
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2298
, Revised July 1, 201 I
� � __ � � _
Date of Balance Sheet
SECTION 00 45 13
BIDDER PREQUALIFICATION APPLICATION
Name under which you wish to qualify
Post OfFice Box
Street Address (required)
Telephone
City
City
Fax
Mark only one:
Individual
Limited Partnership
General Partnership
Corporation
Limited Liability Company
State
State
Zip Code
r . •.-
�
Texas Taxpayer ldentification No.
Federal Employers Identification No.
DUNS No. (if applicable)
MAIL THIS QUESTIONAIRE ALONG WITH FINANCIAL STATEMENTS T0:
C1TY OF FORT WORTH TEXAS
1000 THROCKMORTON STREET
FORT WORTH, TEXAS 76102-6311
AND MARK THE ENVELOPE: ��BIDDER PREQUALIFICATION APPLICATION"
00 45 13 - 2
BIDDER PREQUALIFICATION APPLICATION
Page 2 of 10
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.
MA70R WORK CATEGORIES
Water Department
Augur Boring - 24-inch diameter casing and less
Augur Boring - Greater than 24-inch diameter casing and greater
Tunneling — 36-Inches — 60 —inches, and 350 LF or less
Tunneling - 36-Inches — 60 —inches, and greater than 350 LF
Tunneling — 66" and greater, 350 LF and greater
Tunneling — 66" and greater, 350 LF or Less
Cathodic Protection
Water Distribution, Development, 8-inch diameter and smaller
Water Distribution, Urban and Renewal, 8-inch diameter and smaller
Water Distribution, Development, 12-inch diameter and smaller
Water Distribution, Urban and Renewal, 12-inch diameter and smaller
Water Transmission, Development, 24-inches and smaller
Water Transmission, Urban/Renewal, 24-inches and smaller
Water Transmission, Development, 42-inches and smaller
Water Transmission, Urban/Renewal, 42-inches and smaller
Water Transmission, Development, All Sizes
Water Transmission, Urban/Renewal, Al) 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
CITY OF FORT WORTH Sanitary Se�j�er CIPP Contract 2014
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2298
Revised December 20, 2012
00 45 13 - 3
BIDDER PREQUALIFICATION APPLICATION
Page 3 of 10
8 CCN, 42-inches and smaller
CCTV, 48-inches and smaller
MAJOR WORK CATEGORIES, CONTINUED
Sewer CIPP, 12-inches and smaller
Sewer CIPP, 24-inches and smaller
Sewer CIPP, 42-inches and smaller
Sewer CIPP, Al) 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 , Al) 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 Sanitary Sewer CIPP Contract 2014
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2298
Revised December 20, 2012
00 45 13 - 4
BIDDER PREQUALIFICATION APPLICATION
Page 4 of 10
1. List eauipment vou do not own but which is available by renting
DESCRIPTION OF EQUIPMENT NAME AND DEi-AILED ADDRESS OF OWNER
2. How many years has your organization been in business as a general contractor under your
present name?
List previous business names:
3. How many years of experience in construction work has your
organization had:
(a) As a General Contractor: (b) As a Sub-Contractor:
4_ *what nrniPcts has v�ur �raanization comnleted in Texas and elsewhere?
CLASS LOCATION NAME AND DEfAILED ADDRESS
CONTRACT OF DATE CITY-COUNTY- OF OFFICIAL TO WHOM YOU
AMOUNT WORK COMPLETED STATE REFER
*If requalifying only show work perfiormed 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.
CITY OF FORT WORTH Sanitary Sewer CIPP Contract 2014
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2298
Revised December 20, 2012
00 45 13 - 5
BIDDER PREQUALIFICATION APPLICATION
Page 5 of 10
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.
8. In what other lines of business are you financially interested?
9. Have you ever performed any work for the City?
If so, when and to whom do you refer?
10. State names and detailed addresses of all producers from whom you have purchased
principal materials during the last three years.
NAME OF FIRM OR COMPANY DETAILED ADDRESS
11. Give the names of any affiliates or relatives currently debarred by the City. Indicate your
relationship to this person or firm.
12. What is the construction experience of the principal individuals in your organization?
PRESENT MAGNITUDE
POSITION OR YEARS OF AND TYPE OF IN WHAT
NAME OFFICE EXPERIENCE WORK CAPACITY
CITY OF FORT WORTH Sanitary Sewer CIPP Contract 2014
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2298
Revised December 20, 2012
00 45 13 - 6
BIDDER PREQUALIFICATION APPLICATION
Page 6 of 10
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.
CORPORATION BLOCK PARTNERSHIP BLOCK
If a corporation: If a partnership:
Date of State of
Incorporation Organization
Charter/File No. Date of
organization
President Is partnership general, limited, or registered
limited liability partnership?
Vice Presidents
File No. (if Limited
Partnership)
General Partners/OfFicers
Secretary Limited Partners (if applicable)
Treasurer
LIMITED LIABILITY COMPANY BLOCK
If a corporation:
State of
Incorporation
Date of
organization
File No. Individuals authorized to sign for Partnership
Officers or Managers (with titles, if any)
CITY OF FORT WORTH Sanitary Sewer CIPP Contract 2014
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2298
Revised December 20, 2012
00 45 13 - 7
BIDDER PREQUALIFICATION APPLICATION
Page'7 of 10
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 Sanitary Sewer CIPP Contract 2014
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2298
Revised December 20, 2012
004513-8
BIDDER PREQUALIFICATION APPLICATION
Page 8 of 10
14. Equipment
Cr'
TOTAL
BALANCE SHEEf
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. lt your tirm nas more tnan :�u types or
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.
CITY OF FORT WORTH Sanitary Sewer CIPP Contract 2014
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2298
Revised December 20, 2012
00 45 13 - 9
BIDDER PREQUALIFICATION APPLICATION
Page 9 of 10
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 Sanitary Sewer CIPP Contract 2014
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2298
Revised December 20, 2012
00 45 13 - 10
BIDDER PREQUALIFICATION APPLICATION
Page 10 of 10
BIDDER PREQUALIFICATION AFFIDAVIT
STATE 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 Sanitary Sewer CIPP Contract 2014
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cily Project No. 2298
Revised December 20, 2012
f�
00 45 26 - 1
CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW
Page 1 of 1
� �i
1
2
3
4
5
6
7
g
9
l0
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
'' 38
39
� - 40
L.
,�
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. 02035. Contractor further certifies that, pursuant to Texas Labor Code,
Section 406.096(b), as amended, it will provide to City its subcontractor's certificates of
compliance with worker's compensation coverage.
CONTRACTOR:
Insituform Technologies, LLC
Company
17988 Edison Avenue
Address
Chesterfield, MO 63005
City/State/Zip
THE STATE O��I
ST. LOUIS
COUNTY OF ����kf�i-�
§
§
gy; Joann Smith
(Please Print)
Signature: � � �'�``"�
Tltle: �ontracting & Attesting Officer
(Please Print)
BEFORE ME, the undersigned authority, on this day personally appeared
Joann smith , known to me to be the person whose name is
subscribed to the foregoing instrument, and acknowledged to me that bt�/she executed the
same as the act and deed of Insituform Technologies,LLC for the purposes
and consideration therein expressed and in the capacity therein stated.
GIVEN UNDER MY HAND AND SEAL OF OFFICE this 8th day of
September � 2014,
,
l � � _'
/ :_�'1-`'<�- �' �,� �'� �,, �
Notary Public in and for the State of �exas
��i�l, ( �'>''�Z.�c c � �i.
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
����
DEBRA K. JASPFf�
Notary Public-NoYary Seal
STATE OF MISSOIJI�I
St. Gharles County
My Commission Cxpires: Nov, 17, 2U14
Commission Ok 10969�44
Sanitary Sewer CIPP Contract 2014
City project No. 2298
004540-1
MINORITY AND WOMEN BUSINESS ENTERPRISE GOAL
Page 1 of 1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
SECTION 00 45 40
MINORITY BUSINESS ENTERPRISE GOAL
APPLICATION OF POLICY
If the total dollar value of the contract is greater than $50,000, then the MBE subcontracting goal may be
applicable. If the total doilar value of the contract is $50,000 or less, the MBE subcontracting goal is not
applicable.
POLICY STATEMENT
It is the policy of the City of Fort Worth to ensure the fuil and equitable participation by Minority Business
Enterprises (MBE) in the procurement of ali goods and services. All requirements and regulations stated in
the City's current Business Diversity Enterprise Ordinance apply to this bid.
MBE PROJECT GOAL
The City's MBE goal on this project is 9% of the total bid (Base bid applies to Parks and Community
Ser�ices). Note: If both MBE and SBE subcontracting goais 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 greater than $50,000 where a MBE subcontracting goal is applied, bidders are required
to comply with the intent of the City's Business Diversity Ordinance by one of the foilowing:
i. Meet or exceed the above stated MBE goal through MBE subcontracting participation, or
2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation, or
3. Good Faith Effort documentation, or;
4. Waiver documentation.
Failure to comply with the City's M/WBE Ordinance, shall result in the Bid being considered non-
responsive. Any questions, please contact the M/WBE Office at (817) 392-6104.
SUBMITTAL OF REQUIRED DOCUMENTATION
The applicable documents must be received by the
allocated, in order for the entire bid to be considered
obtain a date/time receipt. Such receipt shall
time allocated.` A faxed copy will not be ac
1. Subcontractor Utilization Form, if goal is
met or exceeded:
2. Good Faith Effort and Subcontractor
Utilization Form, if participation is less than
stated goal;
3. Good Faith Effort and Subcontractor
Utilization Form, if no MBE participation;
4. Prime Contractor Waiver Form, if firm will
perform all subcontracting/supplier work:
5, Joint Venture Form, if utilizing a joint
venture to meet or exceed goal.
Managing Department, within the following times
responsive to the specifications. The Offeror shall
�priate employee of the Managing Department and
nce that the City received the documentation in the
received by 5:00 p.m., five (5) City business days after
the bid opening date, exclusive of the bid opening
date.
received by 5:00 p.m., five (5) City business days after
the bid opening date, exclusive of the bid opening
date,
received by 5:00 p.m., five (5) City business days after
the bid opening date, exclusive of the bid opening
date.
received by 5:00 p.m., five (5) City business days after
the bid opening date, exclusive of the bid opening
date.
received by 5:00 p.m.,
the bid opening date,
date.
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT5
five (5) City business days after
exclusive of the bid opening
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
00 52 43 - 1
Agreement
Page 1 of 4
SECTION 00 52 43
2 AGREEMENT
3 THIS AGREEMENT, authorized on �,� ��� �( is made by and between the City of
4 Forth Worth, a Texas home rule municipality, acting by and through its duly authorized City
5 Manager,(�'City'�,and Insituform Technologies, LLC , authorized to do business in
6 Texas, acting by and through its duly authorized representative, (��Contractor").
7
s
9
10
I1
12
13
14
is
16
17
18
19
20
City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as
fol lows:
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:
Sanitary Sewer CIPP Contract 2014
City Proiect No, 2298, TPW/DOE No, 7264
Article 3. CONTRACT TIME
3.1 Time is of the essence.
All time limits for Milestones, if any, and Final Acceptance as stated in the Contract
Documents are of the essence to this Contract.
21 3.2 Final Acceptance.
22 The Work will be complete for Final Acceptance within 365days after the date when
23 the Contract Time commences to run as provided in Paragraph 2.03 of the General
24 Conditions.
25 3.3 Liquidated damages
26
27
2s
29
30
31
32
33
34
35
Contractor recognizes that time is of the essence of this Agreement and that City will
suffer financial loss if the Work is not completed within the times specified in
Paragraph 3.2 above, plus any extension thereof allowed in accordance with Article
12 of the General Conditions. The Contractor also recognizes the delays, expense
and difficulties involved in proving in a legal proceeding the actual loss suffered by
the City if the Work is not completed on time. Accordingly, instead of requiring any
such proof , Contractor agrees that as liquidated damages for delay (but not as a
penalty), Contractor shall pay City fbur Hundred twentv Dollars ($420,0� for
each day that expires after the time specified in Paragraph 3.2 for Final Acceptance
until the City issues the Final Letter of Acceptance.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMTNTS
Revisecl August l7, 2012
Sanitary Sewer C[PP Contract 2014
City Project No. 2298
00 52 43 - 2
Agreement
Page 2 of 4
37 Article 4. CONTRACT PRICE
38 City agrees to pay Contractor for performance of the Work in accordance with the Contract
39 Documents an amount in current funds of one ini//ion Dollars
40 ($ i,000,000,00 ).
41 Article 5. CONTRACT DOCUMENTS
42 5.1 CONTENTS:
43
44
45
46
47
48
49
50
51
52
53
54
55
56
57
58
59
60
61
62
63
64
65
66
67
68
69
70
71
72
73
74
75
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 (projectspecific)
b. Current Prevailing Wage Rate Table
c. Insurance ACORD Form(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 Commitment Form
3. General Conditions.
4. Supplementary Conditions.
5. Specifications specifically made a part of the Contract Documents by
attachment or, if not attached, as incorporated by reference and described in
the Table of Contents of the Project's Contract Documents.
6. Drawings.
7. Addenda.
8. Documentation submitted by Contractor prior to Notice of Award.
9. The following which may be delivered or issued 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.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised August 17, 2012
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
005243-3
Agreement
Page 3 of 4
76 Article 6. INDEMNIFICATION
77
�s
79
so
81
82
83
84
85
86
87
88
89
90
91
92
93
94
95
96
97
98
99
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 all ciaims arising out of, or alleged to arise out of, the work
andl 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 souaht
were caused, in whole or in part, by any act, omission or negliaence 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 alleaed or proven that all or
some of the damages being souaht were caused, in whole or in part, by any
act, omission or negliaence of the citv.
Article 7. MISCELLANEOUS
100 7.1 Terms.
loi Terms used in this Agreement which are defined in Article 1 of the General Conditions
102 will have the meanings indicated in the General Conditions.
103 7.2 Assignment of Contract.
104 This Agreement, including all of the Contract Documents may not be assigned by the
105 Contractor without the advanced express written consent of the City.
106 7.3 Successors and Assigns.
107
1os
109
110
111
112
113
114
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.
115 7.5 Governing Law and Venue.
116 This Agreement, including all of the Contract Documents is performable in the State of
117 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for
118 the Northern District of Texas, Fort Worth Division.
CITY OF FORT WORTH Sanitary Sewer CIPP Contract 2014
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2298
Revised August 17, 2012
'I�
00 52 43 - 4
Agreement
Page 4 of 4
119 7.6 Other Provisions.
�
120 The Contractor agrees to pay at least minimum wage per hour for all labor as the
121 same is classified, promulgated and set out by the City, a copy of which is attached
122 hereto and made a part hereof the same as if it were copied verbatim herein.
� 123 7.7 Authority to Sign.
�
�
�
d
Contractor shall attach evidence of authoriry to sign Agreement, if other than duly
authorized signatory of the Contractor.
IN WITNESS WHEREOF, City and Contractor have executed this Agreement in multiple
counterparts.
This Agreement is effective as of the last date signed by the Parties ("Effective Date'�.
Contractor: City F o
Insituform Technologies, LLC
B:
` e ando Costa
B : Assistant City Manager
(Signature) 1� �'� I' j ` ,�
f�ate ��� _ A)— -'
124
125
126
127
128
129
130
13]
Joann Smith Attest:
(Printed Name) Mary J. ay er,
City Secretary
(Seal)
Title; Contracting & Attesting Officer
Address: 17988 Edison Avenue
M�c C —Z6�'��
Date; 1`'—�-��
���°°��°����`�`
a°
� go a� �'.
. _ $ o .�°.�Z�
�vaO � 6��-
� r`oOUO�'��
�
���� -�
d
City/State/Zip:Chesterfield, MO 63005 A ro s to Form and Legality:
n
Date ouglas W. Black
Assistant City Attorney
132
133
134
135
136
137
138
139
140
141
APPROVAL REC MMENDED:
S. Fra um , P,E.
DIRECTOR,
Water Depaitmenf
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised Au�ust 17, 2012
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
INSITUFORM TECHNOLOGI�S, LLC
Assistant Secretarv's Certificate
The undersigned, being the Assistant Secretary of Insituform Technologies, LLC, a Delaware
limited liability company, hereby certifies that:
1. The following is a true and correct excerpt from the Limited Liability Company Ageement of the
Company:
Anpoiniments by the President. The President of the Company may from time to time appoint
o�cers of the Company's operating divisions, and such cont�•acting and attesting o�cers of the
Company as the President may deem proper, who shall have such authority, subject to the control
of the Board of Managers, as the President may from time to time prescribe.
2. The President of the Company has, pursuant to the above authority, duly appointed H. Douglas
Thomas; Vice President — Global Procurement/Operations Support, and has appointed Joann
Smith, Denise L. Cai�roll, Debra Jasper, Jana Lause and Diane Partridge as Contracting and
Attesting Officers of the Company. Each of the foregoing have been fiilly authorized and
empowered by the Presideni of the Company (i) to certify and to attest the signature of any
officer of the Company, (ii) to enter into and to bind the Company to pexform pipelin.e
rehabilitation activities of the Company and all matters related thereto, including the maintenance
of one or more offices and facilities of the Company, (iii) to execute and to deliver documents on
behalf oithe Company, and (iv) to take such other action as is or may be necessary and
appropriate to cariy out the project, activities and work of the Company.
IN WITNESS WI�REOF, I have hereunto aff�ed my name as Assistaut Secxetary this 1St day of
January, 2014. _
, 1NSITUFORM TECHNOLOGIF.S. LLC
:
Tod O'DonogHFfe
Assistant Secretary
� �.
J7
�
J BOND N0.106155701
�
1
�
3
�
5
G
� 7
n
�I
d
�
n
�
TH� STATE OF TEXA5
COUt�lTY OF TARRAMT
§
S�CTIOtV 00 61 13
PERFORMANCE BOND
i�ovi i.;- i
I'LiRfOK\f;\NCG 13U\U
Pa�c I o�'Z
§ KNOW ALL BY THESE PRESENTS:
§
8 That we, INSITUFORM TECHNOLOGIES, LLC , known as "Principal" herein and
9 Travelers Casualty and Sure Com any . , a corporate surety(sureties, if more than
� 0 one} duly authorized to do business in the State of Texas, known as "Surety" herein (whelher
i 1 one or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation
12 created pursuant to the laws of Texas, known as "City" herein, in the penal sum of
13 one mi//ion Doltars (� 1,0OO,ODQ,00 ), lawful money of the United Siates, to be paid
I4 in Fort Worth, Tarrant County, Texas for the payment of which sum well and truly to be made,
I� we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and
16 severally, firmly by these presents.
I.7 WHEREAS, the Principal has entered into a certain written contract with the City
18 awarded the ���'! day of :� ,.:��'� `' �.__, 20�., 4vhich Contract is hereby referred to and
i 9 made a part hereof for ail purposes as if fully set forth herein, to furnish ali materials, equipment
?0 labor and other accessories defined by law, in the prosecution of the Work, including any Change
21 Orders, as provided for in said Contract designated as
�2 SanitarV Sewer CIPP Contract 2014 — City Prolect /Vo. 2298
2; tVOW, THEREFORE, the condition of this obligation is such that if the said Principaf shali
?4 faithfully perform it obligations under the Contract and sfiafi in all respects duly and faithfully
�� perfiorm the Work, including Change Orders, under the Contract, according to the plans,
2C specifical-ions, and contract documents therein referred to, and as vrell during any period of
27 extension of the Contract Yhat may be granted on the part of the City, then khis obligation shali
?8 be and become null and void, otherwise to remain in full force and effect.
2<� PROVIDED FURTHER, that if any legal action be filed on lhis Bond, venue shall lie in
3U Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort
31 Wor�h Division.
CI'll' Ol' I UR'I' \\'ORl'l l
S'I ��\I):1R1) CO\'S�1RI.�C'll0\ SPLCIFIt'r\'llf.)\ �)t ��'ii\ili`' I�
Rc�•ised.lul�' 1.2p1 I
Sanitun• Sc���r C'tPP C'ontr,ict 2i)1:1
City Project No. 7.795
�
�� ` '
�
7
s
9
10
I1
l2
13
�a
l�
IG
17
18
19
?0
21
�?
23
�:�
, :,
26
�7
�g
29
�0
31
;2
3;
3�
3S
36
;7
;�
39
�0
�1
�12
�13
�4
��
46
�
�061 l�-=
PEF'.PUR\1_It�CL BO\D
Pa�c 2 of 2
1 This bond is made and executed in compliance witf� the provisions of Chapter 2253 of
2 the Texas Government Code, as amended, and all liabilities an this bond shall be determined in
3 accordance with the provisions of said stafue,
� IN WITNESS WHEREOF, the Principal and the Surety have STGNED and SEALED this
� instrument by duly authorized agents and officers on this the ' �' �� day of : � , • �`. "' % �, • ,
G ,20�_�'.
PRINCIPAL:
InsituformTechnolo�ies, LLC
AiTEST:
i
%: � � � % � �
� �,: . � . � <�'_ ll -`� Z
(f�rincipal) �e�*�
Contraaing & Attesting Of�Cpr
l � / r.- �� = �_�,� � rr ��—�
Witness as ' rinci� I
a)_ LCf '�-f��iYir'.y-
f>���.kl
, ,� .
! �� � �l � ° L�����
� � L ��
i � �
itness as to Surety
Amanda L. Williams, Witness
BY:
Signature
Joann Smith, Contracting & Attesting Officer
fJame and TiCle
Address: 17988 Edison Avenue
Chesterfield MO 63005
SURETY:
Travelers Casualty and Sure Companv
BY: � � ( , l .' �` _ �- ,
�' Signature
Andrew P. Thome, Attorney-In-Fact
Name and Title
Address: One Tower Square
Hartford. CT 06183
Telephone Number: (860) 277-0111
*Note: If signed by an ofificer 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 fihe bond shall not be prior to the date the
Contract is awarded.
CITY OF I'URT �k'OR'fl I
Sl'.a\'llAItD CUNSTRliCT10N SPEC7FIC:17'ICl\ DUC[i\11;�'�>
itc��iscd Juh� 1, 201 l
Sanitan� Se��'er C1PP Ci�ntroct ?Uld
City Project ho. 2298
� �
� �
BOND N0.106155701
�
I
?
� �}
i
( 6
I �
�
�
�
d
�
THE STATE OF TEXAS
COUMTY OF TARRANT
§
SECTIQM QO 61 14
PAYMENT BOND
uoc,i ia-�
i�:�ti'atr_�•r t3c>nn
P.j�c t or,
§ KNOW ALL BY THESE PRESENTS:
§
8 That we, TNSITUFORM TECHNOLOGI�S, LLC , known as "Principal" herein
9 and Travelers Casualty and Surety Company _, a corporate surety(sureties, if more
10 than one) duly authorized to do business in the 5tate of Texas, kno�vn as "Surety" herein
� t (whether one o� more), are held and firmly bound unto the City of Fort Worth, a municipal
12 corporation created pursuant to the laws of Texas, knovdn as "City" herein, in the penal sum of
►� one mi/lion Doilars ($ 1,004,000.00 ), lawful money of the United 5tates, to be paid
14 in Fort Worth, Tarrant County, Texas for the payment of which sum well and truly to be made,
IS we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and
I6 severaliy, firmly by these presents.
�7 WHER�AS, Principal has enlered into a certain written Contract with City, awarded the
1 S �` � � day of ` � / �` ' '�' �' ` , 20, ,�;� _, avhich Contract is hereby referred to and
�9 made a part hereof for all purposes as if fully set for�h herein, to furnish all materials, equipment,
30 labor and other accessories as defined by la�v, in the prosecution of the Work as provided for in
�i said Contract and designated as
33 Sanitary Sewer CIPP Contract 2014 — City Prolect No. 2298
?; iVOW, THER�FORE, THE CONDITIOfV 0� THIS OBLTGATION is such that if Principal
?� shall pay all monies owing to any (and all) payment bond beneficiaiy (as deFined in Chapter 2253
2� of the Texas Government Code, as amended) in the prosecution of the Work under the Contract,
36 then this obligation shall be and become null and void; otherwise to remain in full force and
37 effect,
?� This bond is made and executed in compliance with the provisions of Chapler 2253 of
?�) tf�e Texas Governmenl Code, as amended, and all liabilities on this bond shall be determined in
.�(� accordance with the provisions of said statute,
_> I
C'i'I�Y <)I� PUIt'I� �1 C)R I'I I
S �:\At7:\RI) CUNS"fl<l`C'I'IO\ SPI:('II�iC:1"I I<)\ I)('�Ct;\il`.\"I'S
Reviud Juh• I. 201 I
$��ti(an•Sc��•��' C1PPCnnUacl2i)1•1
City Pmject no. 229H
�
00C11�-=
PAl'��LG\T E3U\I)
Pa�c 2 of 2
;
6
7
s
9
10
�1
]2
��
1 IN WITRIESS WHEREOF, the Principal and Surety have each SIGNED and SEALED this
2 instrument by duly authorized agents and officers on this the ''�' day of
3 >� r;' � i ', i! t' � ZQ_('
4
ATTEST:
��,. '�>, � � � ' '�, � �<-
«..�� �,
(Pr'ncipal) J�
Conhacting & Attesting Qf1�cea
)��� `
-iK--�!� �'6 ' t� � t ; �� �� � 1 Yl.i�� �4.
Witness as t rin ' al
�t'-�_k,,� �c��_ f �,�.r�d.r
ATTEST:
(Surery) Se,cx�taa:}r
Dana A. Dragoy, Witness
:`�
'`' y �� � °i
f � � � y ( �� V� � ��� 'v v � vl ���'j��� J
�
Witness as to Surety
Amanda L. Williams, Witness
PRINCIPAL;
Insituform Technologies. LLC
BY: ,
Si ature
Joann Smith, Contracting & Attesting Officer
Name and Title
Address: 17988 EdisonAvenue
Chesterfield, MO 63005
SURETY:
Travelers Casualty and Surety Company
' � ���i
BY: � � ' I � �;�;,!�,�
Si nature
Andrew P. Thome, Attorney-In-Fact
Name and Title
Address: One Tower Square
_Hartford, CT 06183
Telephone Number: (860) 277-0111
Note: If signed by an ofFicer of the Surety, there must be on file a certified extract from the
bylaws sho�ving thai tl�is person has authority t� sign such obiigation. If Surety's physical
address is different from its mailing address, both must be provided.
The date of the bond shafl not be prior to the date the Contract is awarded.
END OF SECTION
CITY OF I'OR'I' �1'ORTH
STANDARD CO\S'�Rl;C1'10� SPL•C11� tC:�'f1C)'� I�UC't �\9L•\''fS
Ite�<i,cd 1u1�� 1,2011
Sm?itary Se��•e.r CIPP Coniract "�(11=1
City Project no. 27_98
q � i
J '''
� BOND N0.106155701
R
�
�
�
�
,
d
1
?
3
�
i
6
7
THE STATE OF TEXAS
COUNTY OF TARRANT
§
SEC7ION 00 61 19
MAINTENANCE BOND
onc,i i��- i
\IAI�'ft�Nr\\CL 13UV0
Pa��c I af=
§ KIVOW ALL BY THESE PRESEHTS;
§
s That we, , YNSITUFORM TECHNOLOGI�S, LLC , known as "Principal" herein and
g Travelers Casualty and Surety Company _, a corporate surety(sureties, if more than
(0 one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether
I 1 one or more), are held and Firmly bound unto thE City of Fort Wor�h, a municipal corporation
12 created pursuant to the laws of Texas, known as "City" herein, in the penal sum of
l; one mi/lion Dollars ($_X,OOO,00a,aa ), lawful money of the United States, to be paid
14 in Fort Worlh, Tarrant County, Texas for the payment of which sum well and truly to be made,
t� we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and
16 severally, firmly by these presents.
i7
18 WHEREAS, the Principal has entered into a certain written contract with the City awarded
l9 the ''���� day of `> .� ./ � � , `' , - __, 20 ' ,�,, which Contract is hereby
20 referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all
? 1 materials, equipment labor and other accessories as defined by la�v, in the prosecution of ihe
22 Work, inciuding any Work resulting from a duly authorized Change Order (collectively herein, the
33 "Work") as provided for in said contract and designaled as
2�4 Sanrtary Sewer CXPP Contract 2014, City Proiect No. ZZ98 and
?�
2G
��
�g
�9
,> U
31
.i2
.i.i
WHERE,4S, Principa) binds itself to use such materials and to so constru�C tihe UVork 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 twa (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 1Nork in tivhole or in part upon
receiving notice from the City of tl�e need therefore at any Cime within the Maintenance Period.
�
Cl�fl' Ol� IOIt l��'OK'I'I I Sanitan� Sr��er CIPP Ci,niract 2b1��
sT;1i\1');1RI">CO\S'I'RL'C'll(i\ SI'I�C'1PI(':\'llf);� Il(�c'l:\qli\'I'S City Project No. 2295
Rc�i.e<I liih I.?01I
I
?
3
�
�
G
i
S
9
10
I1
12
13
]�
Ij
l6
l7
�s
00C>119-2
\•U1I�TFI�A\CE BO?��D
Pa�e 2 of 3
NOW THERE�ORE, the condition of this obligation is such that if Principal shall remedy
any defective Work, for vdhich timely notice �vas provided by City, to a compietion satisfactory to
the City, then this abligation shall become null and void; otherwise to remain in full force and
efFect.
PRQV�C�ED, H01NE!lER, if Principal shali fail so to repair or reconstruct �ny timely
noticed defective Work, it is agreed that the City may cause any and ail such defective Work to
be repaired and/or reconstructed with al( associated costs thereof being borne by the Principal
and the Surety under this Maintenance bond; and
P120VZDED FURTHER, that if any legai activn be filed on this Bond, venue sha[I lie in
Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort
Warth Division; and
PRC3VIDEp FURTHER, that this obligation shall be continuous in nature and successive
recoveries may be had hereon for successive breaches.
CI'i'1' Or FOFT \�'O(:I'H
STA?�DARllCO\STRLC'!'1G\ SPEC11=1CATI0� DC)Cl:\iE\'IS
Rct�iscd ti�h� L.2011
St�nitan� Se��'er CIT'P Contract 201a
City Project ho. 2298
I :
onbi »-�
��1:11�TE�A�CE BO\D
Paee 3 of 3
1 IN WITNESS WHEREOF, the Principai and the Surety have each SIGNED and SEAL�D this instrument by
2 duly authorized agents and officers on this �he /���� day of � '', ��' �
� __ , 20�.
�
;
6
7
s
9
10
I1
12
l :�
�a
l�
16
17
1S
19
�0
�]
»
�^
?a
?s
?G
��
zs
��
30
31
�2
;.;
�a
35
36
37
3S
39
�U
a�
ATTEST:
�
�, . '/'�=:: t lG - .-��
(P�incipal)-�eeret�t�+�
lkbn Jasper
Conaacting & Auesting OiTicer
L.y��
J_1����z�..- C'%�C�� �,�,_x �-
Witness as to P� ncipal
� �c'c �-/ Cl�_ t �%, ir�P-►"
ATTEST:
( rety) Sec-�et� - Dan A. Dra�oyAWitrress
' � " � �(;' 1``!�
� � � �;
itness as to Surely Amanda L. Williams, Witness
PRINCIPAL'
Insituform Technologies, LLC
BY:
Signature
Joann Smith, Contracting & Attesting Officer
Name and Title
Address: 17988 EdisonAvenue
Chesterfield, MO 63005
SURETY:
Travelers Casualty and Surety Company
6Y: � �� �� i��� ��� i� �' �-�
'i�gnature
Andrew P. Thome, Attorney-In-Fact
tdame and Title
Address; One Tower Square
Hartford. CT 06183
Telephone Number: �860) 277-0111
*Note: If signed by an officer of the 5urety Company, tfiere must be on file a certified extract from the
by-lav,�s showing that this person has authori'ry to sign such obligation. Tf Surety's physical
address is different from its mailing address, botf� must be provided. The date of the bond shall
not be prior to the date the Contract is at��arded.
C1TY Cir FURI� 41'ORTH
S'f�T�UARD CO\S'fRt'C"f10\ SP1r.C!FIG1'I'10?�: [)(iCU\4L•:�:���
Rz�•iscd Jul�- 1, 2011
Sanitan S���cr C1PPContract3014
City Project No, 2298
�.
�i
�.
State of Missouri
County of St. Louis
On !�"'�� -�� 4' << �+ �� , ��;� , before me, a Notary Public in and for said County and State,
residing therein, duly commissioned and sworn, personally appeared Andrew P. Thome known to ine
to be Attorney-in-Fact of
TRAVELERS CASUALTY AND SURETY COMPANY
the corporation described in and that executed the within and foregoing instrument, and known to me
to be the person who executed the said instrument in behalf of said corporation, and he duly
acknowledged to me that such corporation executed the same.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, the day and year
stated in this certificate above.
�
�- � J, ���� .J�` � V I 1�./�
Amanda L. Williams, Notary Public
� ��1�.i�YC,�1�l.s�]L
AMA�!L�i� I_. �MLLIANiS
Notary P�;blic - �lotary Seal
STATF OF NiiSSUURI
St. l_ouis Coutity
My Comrnission GApires: July 24, 2017
My Commission Expires: .ommission f� 13�07257
L�
II
li
WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
: � POWER OF ATTORNEY
TRAVELERS�1 Farmington Casualty Con�pany St. Paul Mercury Insurance Company
Fidelity and Guaranty Insurance Company 11•avelers Casualty and Sucety Company
Fidelity and Guaranty Insurance Underwriters, Inc. 'Il�avelers Casualt,y and Sin�ety Compan,y of America
St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company
St. Paul Guardian Insurance Company
Attorney-Li ract No. 22�908
�e��t,f�ate No. 0 0 5 9 0 9 9 3 9
KNOW ALL NIEN BY THESE PRES�NTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company, St Paul Guardian Insurance
Compnny, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States
Fidelity and Guaranty Company are corporations duly orgaiiized ❑nder the laws of the State of Connecticut, that Fidelity and Guaranty Iiisurance Company is a
corporation duly organized under the laws of the State of Io�va, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the
laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint
Andrew P. Thome, Dana A. Dragoy, Kristan L. Lucas, Peter J. Mohs, Helen A. Anroine, Debra A. Woodlyd, Barbara Buchhold, Myranda Bohannon,
Michael D. Wiedemeier, and Amanda L. Williams
of the City of Ch0St01'f101[1 , State of MISSOUI'1 , their true and 11�vfu1 Attorney(s)-in-Fact,
each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, couditional widertakings and
other �vritings obligatory in the nature thereof on behalf of the Companies in their business of gulranteeing the fidelity of persons, guaranteeing the performance of
cauracts and executing or guaranteeing bonds a��d midertakings required or permitted in any actions or proceedings allowed by law.
IN WITNESS WH�REOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, tliis 21 st
day of May 2014
Tarmington Casualty Company
Fidelity and Guaranty Insurance Compan,y
Fidelity and Guarant,y Insurance Underwriters, Inc.
St. Paul Fire and Nlarine Insurance Company
St. Paul Guardian Insurance Compan,y
St. Paul Mercur,y Insurance Company
'ii�avelers Casualt,y and Suret,y Cmupany
Ti•avelers Casualty and Surety Company of America
United States FidelitV and Guarant,y Compan,y
�r.su,�� �1Yw^- ��F\REy4�Lyk v;�N I � ;.:'�w1NSVq�'...., P�tYAryO �0 '�sua„�`��.yyy,,, tY
2 o ri. c^"'"" W� J� '' `� }' O: �......., y ���P ,.........,9 yJ s� g'',�lNa,,, ETN� ��pFv 'U(Q^'�
o9'F.Rf t G t "�'o f @: �.�1 . 4:' '�1'`'• �
� P�RATFD <canooee�'s : e: � o: s ¢,3�` �
O� j� � 1977�p Yi��fl � �`�. . m. !�1 e:m S�u:tOAPORATf�.t�= � K"'� 4��J I
� 1 9 B 2 O � _ " : f ; I: -'- • �; a HARTFORD, < Q 3' FNRfF6RD, r5 ��
?y�c��_`$'a � .�Y � 1951 S� 3 � ' ��''•SEA �nf =�i 'oF w CONN. n � GQlt�.g � 1Q96 -'
y +tc��� %,� 8 „%��Z��o.� �`., G.'o, ;'��:SE1LL%a� �O� p o "
�y • I�l� .'� * �3r f,ANCE� afS��AH� \15.•. ...•1`� 6,! t�,, �.... �� ,Y
/ � � �.� � a� J 0,.�',.. , bDf b D2 I�.f ',�� J
� v. l•.rnnn�wn'o'� n �FWs� � AI�,�
State of Connecticut
City of Hartford ss.
By:
Robert L. Raney, enior Vice President
On this the 21 St day of M�ly 2014 before me personally appeared Robert L. Raney, �vho acknowledged himself to
be the Senior Vice President of Farmington Casualty Company, Fideliry and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul
Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers
Casualty and Surety Company of Americl, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing
instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer.
�G.T��
Li Witness Whereof, I hereunto set my hand and official seal. ��i
My Commission expires the 30th d1y of June, 2016. * p* G *
� ���
� ��
`('(� c�r�c.�► C . �
Marie C. Tetreaidt, Notary Publie
58440-8-12 Printed in U.S.A.
WARNING:THIS POWER OF A170RNEY IS INVALID WITHOUTTHE RED BORDER
_-�__ _ . , ___ , -.
._- ---- ---- - - - -=
WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
This Power of Attorney is granted under and by Hie authority of the following resolutions adopted by the Boards of Directors of Farmington Casaalty Company, Fidelity
a�nd Guaranty Insurance Compa��y, Fidelity and Guaranty Insura��ce Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian I��surance
Company, St. Paul Nlercury Insurance Company, Travelers Casualty and Sm•ery Compauy, Travelers Casualty and Surety Company of America, and United States
Fidelity and Guaranty Comp�my, which resolutions 1re now in full force and effect, reading as follo�vs:
RESOLVI;D, that the Chairman, the President, ai�y Vice Chainnan, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice
President, the Treasurer, any Assistant Treasurer, the Coiporate Secretary or any Assistant Secretary may 1ppoint Attorneys-i��-Fact and Agents to act for and on behalF
oP tlie Company and may give such appointee such autliority as his or her certificate of 1utllority may prescribe to sign �vith the Company's name and seal witli the
Compuny's seal bonds, recognizances, contracts of indemnity, and o[hei� writings obligatory i�� the nature of a boiid, recognizance, or conditional undertaking, and any
of said officers or the Board of Directors at any time may remove any such appointee and revoke [he power given him or her; and it is
FORTHER RESOLV�D, that the Chairman, the President, a��y Vice Chairman, any Executive Vice President, any Senior Vice Presidevt or any Vice President may
delegate all or .ury part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy
thereof is filed in the office of the Secretary; and it is
FURTHER RGSOLV�D, that any bond, recognizance, conh•act of indemnity, or �vriting obligatoiy in the natm�e of a bond, recognizance, or conditional undertaking
shtill be vailid tmd binding upon the Company tvhen (a) signed by the Preside��t, any Vice Chairman, �ny Executive Vice President, any Senior Vice President or any Vice
Presideut, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the
Comp��ny's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys-in-Fact �nd Agents ptu'suant to the power
prescribed in his or her certificlte or their certifieates of luthority or by one or more Company officers puisuant to a written delegation of authority; and it is
PURTHER RESOLV�D, that the signature of e�ich of the following officers: President, any Executive Vice President, any Senior Vice President, a��y Vice President,
any Assislant Vice President, any Secretary, any Assistaut Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or lo auy
certil7cate relating thereto appointing Reside��t Vice Presidents, Resident Assistaut Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds
and undertakings and other writings obligatay in the nature thereof, and any such Power of Attorney or cer[ificate beariug such facsimile signature or facsimile seal
shall be valid and binding upon the Comp�ny and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on
the Company in thc future with respect to any bond or undeistanding to which it is attached.
I, Kevin E. Hughes, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty I��sw�ance Cotnpany, Fidelity and Guaranty Insurance
Underwrilers, Inc., St. Paul Fire and Marine Insur�nce Company, St Paul Guardia�� Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualry and
Surety Comp��ny, Travelers Casunlly and Surety Compauy of Americl, 1nd United St�tes Fidelity �nd Guaranty Company do hereby certify that the above and foregoing
is a h•ue and conect copy of Ihe Power of Attorney executed by s�id Companies, which is in full force 1nd effect �nd has not been revoked.
„ ,.� ; �//
IN 1'GSTIMONY WHER�OP', I have hereunto set my hand and affixed the seals of said Companies this �' � day of .��� ��' ` � , 20 �.
G�� �
Kevin E. Hughes, Assistant Seci tary
G�SV,� TYU ys�'F\RE 4M N�N ~ v' ��INSU ""., llY All .M'���wx ,
2 0��' �oa°av1� y�'J Lt�y �\�'.......SG� %:J�J R yP O G � SUA r 4\�}iY.�
� �(,O��n/� �' C'1 � G ey� .y... 'f,p�s r/�ORPOfl 1 4P :............4,��, 4`) S9 �... �4 O �
i' S �b (1 � � WCOR � 9 � �.L � , �� A�C;�' � � Q�� PPOAA .'"i " �
a s a 2 � � 1977 roenico Q� :; � t c+ W: eo rft,'"'-- P 1 ���teD
i'^ £; . � t a HAFiTFORD, fi1RiF0(lD, �
i 'd � s �• n• ��. o CONt1.
Z 1951 � � ' m ` SEfIL�oi ��,. ` !' a cot�N. � �R ;� 1896 �
5b� � a � � a,�� '1`'i'•. b:SEAL,•'a • S
�y�c`AN� ��� �a r s,c �or' ,,,........:'jt�j r �' c . � �
�' ,���nHcc:� 1S N� °'f•.. ...•�a 'sb +e ��..„ V��� ,/
��,,. �`� .:�,.� �,s ' r,.� r ��• �11 AIN�
,.��.+^'
To verify the authenticity of this Power of Attorney, call 1-800-421-3880 or contact us at �vww.travelersbond.com. Please refer to the Attorney-In-Fact number, the
�bove-named individuals and the details of the bond to which tlie power is attached.
WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
IMPORTANT NOTICE
To obtain information or make a complaint:
You may call Travelers Casualty and Surety Company of America and its affiliates'
toll-free telephone number for information or to make a complaint at:
1-800-328-2189
You may contact the Texas Department of Insurance to obtain information on
companies, coverages, rights or complaints at:
1-800-252-3439
You may write the Texas Department of Insurance:
P. O. Box 149104
Austin, TX 78714-9104
Fax: (512) 475-1771
Web: http://www.tdi.state.tx.us
E-mail: ConsumerProtection a(�.tdi.state.tx.us
PREMIUM OR CLAIM DISPUTES:
Should you have a dispute concerning your premium or about a claim you should
contact your Agent or Travelers first. If the dispute is not resolved, you may contact the
Texas Department of Insurance.
ATTACH THIS NOTICE TO YOUR BOND:
This notice is for information only and does not become a part or condition of the
attached document and is given to comply with Texas legal and regulatory requirements.
(PN-042-B) Ed.10.18.07
006125-1
CERTIFICATE OF INSiJRANCE
Page 1 of 1
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
SECTION 00 61 25
CERTIFICATE OF INSURANCE
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
-�„"'
POLICY NUMB�R: TB2-641-Q0421$-034 COMMERCIAL. G�NERAL LIABiLITY
CG 25 03 OS 09
THIS ENDORSEM�NTCHANGE5 THE POLICY. PLEASE READ ITCAR�FULLY.
�E�IGNAT�D COtU�Tf�UC:T(�N RRC�JECT(�j
�ImiVE�L. AC�R�Ca,/�eTE LII�III1'
This endorsement modffies insurance provided under the folfowing:
COMMERCfAI. G�N�RAL LIABILIIYCOVERAG� PART
A. For all sums which the insured becomes legaliy
obligated tn pay as damages caused by "occur-
rences" under 5ection I— Coverage A, and for ali
medical expenses caused by accidents under
Section I— Coverage C, whith can be attributed
only to ongoing operations at a single designated
construction project shown in the Schedule below:
1. A separate Designated Constructinn Project
General Aggregate Limit applies to each des-
ignated construction project, and that limit is
equal to the amount of the General Aggregate
Limit shown in the Declarations.
Z. The Designated Gonstruction Project Genera!
Aggregate Limit is the most we will pay for the
sum of all damages under Coverage A, ex-
cept damages because of "bodily injury" or
"property damage" included in the "products-
completed operatiorts hazard", and for medi-
cal expenses under Coverage C regardless of
the number of;
a. Insureds;
b. Claims made or "suits" brought; or
c. persans or organizations making claims or
bringing "suits",
3. Any payments made under Coverage A for
damages or under Coverage C for medical
expenses shall reduce the Designated Con-
struction Project General Aggregate Limit for
that designated construction project. Such
payments shall not reduce the General Ag-
gregate L.imit shown in the Declarations nor
shall they reduce any other Designated Con-
sfruction Project General Aggregate Limit for
any other designated construction project
shown in the Schedule below,
B. For all sums which the insured becomes (egally
obligated t� pay as damages caused by
"occurrences" undpr 5ection I— Coverage A, and
for ail medical expenses caused by accidenfs
under Section I— Coverage C, which cannot be
attributed only to ongoing operations at a single
designated construction project shown in the
Schedule below:
7. Any payments made under Coverage A for
damages ar under Coverage C for medical
expenses shall reduce the amount available
under the General Aggregate Limit or the
Products-completed Operations Aggregate
Limit, whichever is applicabEe; and
2. Such payments shall not reduce any
Designated Gonstruction Project General
Aggregate Limit,
C. When coverage for liabi(ity arising out of the
"products-completed operations hazard" is prov-
ided, any payments for damages because of
"bodily injury" or "property damage" included in the
"products-completed aperations hazard" will
reduce the Products-completed Operations Agg-
regate Limit; and not reduce the General Agg-
regate Limit nar the Designated Construction
�'roject General Aggregate Limit.
D. If the applicable designated consEruction project
has been abandoned, delayed, or abandoned and
then restarted, or if the authorized contracting
parties deviate from plans, blueprints, designs,
specifications or timetablss, the project will stiil be
deemed to be the same construction project.
E. The provisions of Section I[I — Limits Of Insurance
not otherwise modified by this endorsement shall
continue to apply as stipuiated.
4. The limits shown in the Declarations for Each
Occurrence, Damage To Premises Rented To
You and Medical Expense continue to apply.
However, instead of being subjeci to the
General Aggregate Limit shown in the Decla-
rations, such limits will be subject io the appli-
cable Designated Construction Project Gen-
eral Aggregate Limit,
CG 25 03 05 a9 U Insurance Services Office, Inc., 2008 Page 1 of 2
Designated Construction Project(s):
Subject to a policy cap of $20,000,000
SCHEbULE
AIf Projects away from premises owned by or rented to the named insured
Information required to complete this Schedule, if not shown above, will be shown in the Declarations.
CG 25 03 05 09 4 Insurance Services Office, Inc., 2008 Page 2 of 2
330310-5
BYPASS PiJMPING OF EXISTING SEWER SYSTEMS
Page 5 of 5
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD [oR] SITE QUALITY CONTROL
A. Field [ou] Site Tests and Inspections
1. Perform leakage and pressure tests of the bypass pumping pipe and equipinent
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
Revision Log
DATE NAME SLIMMARY OF CHANGE
12/20/2012 D. Johnson 1.6 — Clarified submittals required far 18" and larger lines
19
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
330450-1
CLEANING OF SEWER MAINS
Page 1 of 5
1
2
3 PART1- GENERAL
4 1.1 SIJMM[A]�2Y
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
SECTION 33 04 50
CLEANING OF SEWER MAINS
A. General
1. Before any television inspection, any sewer main shall be cieaned 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:
1. Division 0— Bidding Requirernents, Contract Fornis, and Conditions of the
Contract
2. Division 1— General Requirements
3. Section 33 Ol 31— Closed Circuit Television (CCTV) Inspection
1.2 PRICE AND PAYMENT PROCEDUI2ES
A. Measurement and Payment
1. Measurement
a. This Item is considered subsidiary to the sewer main being cleaned.
2. Payment
a. The work perfor7ned 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 REFER�NCES [NOT USED]
1.4 ADMINISTRATIVE REQLJIl2EMENTS [NOT USED]
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFOR.MATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINT�NANCE MATERiAL SUBMITTALS [NOT USED]
29 1.9 QUALITY ASSITRANCE [NOT USED]
30 1.10 DELIVERY, STORAGE, �ND HANDLING [NOT USED]
31 1.11 FIELD [SITE] CONDITIONS [NOT USED]
32 1.12 WARRANTY [NOT USED]
CITY OF FORT WORTH Sanitary Sewer CIPP Contract 2014
STANDARD CONSTRUCTION SPECIFICATION DOCIJMENTS City Project No. 2298
Revised December 20, 2012
330450-2
CLEANING OF SEWER MAINS
Page 2 of 5
1 PART 2- PRODUCTS [NOT USED]
2 21 OWNER-FIJRNISHED [ox] OWNER-SUPPLIED PRODUCTS
3 2.2 PRODUCT TYPES
4 A. Use only the type of cleaning material which will not create hazards to health or
5 property or affect treatment plant processes.
6 2.3 ACCESSORIES
7 2.4 SOURCE QUALITY CONTROL
8 PART 3 - EXECUTION
9 3.1 INSTALLERS [NOT USED]
10 3.2 EXAMINATION [NOT USED]
11 3.3 PREPARATION [NOT USED]
12 3.4 ERECTION/INSTALLATION/APPLICATION [NOT USED]
13 3.5 REPAIR/RESTORATION [NOT USED]
14 3.6 RE-INSTALLATION [NOT USED]
15 3.7 FIELD [ox] SITE QUALITY CONTROL [NOT USED]
16 3.8 SYSTEM STARTUP [NOT USED]
17 3.9 ADJUSTING [NOT USED]
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
3.10 CLEANING
A. General
1. 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 worlc limits so as to
comply with Federal, State, and local enviromnental 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 inaterials, 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 outo streets or into ditches, catch basins, storm drains, or
sanitary sewers.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
330450-3
CLEANING OF SEWER MAINS
Page 3 of 5
1 5. The cleaning process shall remove all grease, sand, silts, solids, rags, debris, etc.
2 from each sewer segment, inciuding the manhole(s).
3 6. Selection of cleaning equipment and the method for cleaning shall be based on the
4 condition of the sanitary sewer mains at the time work commences and will be
5 subject to approval by the City.
6 7. All cleaning equipment and devices shall be operated by experienced personnel.
7 8. Satisfactory precautions shall be talcen to protect the sanitary sewer mains and
8 manholes from damage that might be inflicted by the improper use of the cleaning
9 process or equipment.
10 9. Any damages done to a sewer main and/or structure by the Contractor shall be
11 repaired by the Cont��actor at no additional cost and to the satisfaction of the City.
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
10. Cieaning shall also include the manhole wall washing by high pressure water jet.
11. The Cont�•actor 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 sanita�y sewer cleaning equipment are
not satisfactory, the Contractor shall use diffeY•ent 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 downstreain 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 wate7•
in the sanitary sewer lines are used, precautions shall be talcen 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 dainage 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 necessaty fluid for hydr�aulic cleaning devices whenever possible.
16. When additional quantities of water from iire hydrants are necessary to avoid delay
in nor�nal worlcing procedures, the water shall be conserved and not used
uruiecessarily.
a. No %re hydrant shall be obstructed or used when there is a fire in the area.
b. It is the responsibility of the Conh•actor 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 inains.
B. Methods
41 L Hydraulic Cleaning
42 a. Hydraulic-propelled devices which require a head of water to operate must
43 utilize a collapsible dam.
44 b. The dain must be easily collapsible to prevent darnage to the sewer main,
45 property, etc.
CITY OF FORT WORTH Sanitary Sewer CIPP Contract 2014
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2295
Revised December 20, 2012
330450-4
CLEANING OF SEWER MAINS
Page 4 of 5
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
c. When using hydraulically-propelied devices, precautions shall be taken to
insure that the water pressure created does not cause damage or flood public oi�
private pr•operty.
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.
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 larger 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 nonnal 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/ar gas, electric rod propelled
devices, shall be considered normal cleaning equipment.
40 3.11 CLOSEOUT ACTIVITIES [NOT USED]
41
42
43
44
45
►1
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
1�►1Z�� �(.� �T�Y [�7►1
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
330450-5
CLEANING OF SEWER MAINS
Page 5 of 5
Revision Log
DATE NAME SIJMMARY OF CHANGE
CITY OF FORT WORTH Sanitary Sev✓er CIPP Contract 2014
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2298
Revised December 20, 2012
330510-1
UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL
Page 1 of 19
1
2
SECTION 33 05 10
UTILITY TRENCH EXCAVATION, EMBEDMENT AND BACKFILL
3 PART1- GENERAL
4 l.l SiTN�YIARY
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
A. Section Includes:
1. Excavation, Embedment and Back�ll for:
a. Pressure Applications
1) Water Distribution or Transmission Main
2) Wastewater Force Main
3) Reclaimed Water Main
b. Gravity Applications
1) Wastewater Gravity Mains
2) Storm Sewer Pipe and Culverts
3) Storm Sewer Precast Box and Culverts
2. Including:
a. Excavation of all material encountered, including rock and unsuitable materials
b. Disposal of excess unsuitable material
c. Site speci�c trench safety
d. Pumping and dewatering
e. Embedment
f. Concrete encasement for utility lines
g. Backiill
h. Compaction
B. Deviations from this City of Fort Worth Standard Specification
l. 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 Requu•einents
3. Section 02 41 13 — Selective Site Demolition
4. Section 02 41 15 — Paving Removal
5. Section 02 41 14 — Utility Removal/Abandonment
6. Section 03 30 00 — Cast-in-place Concrete
7. Section 03 34 13 — Controlled Low Streugth Material (CLSM)
8. Section 31 10 00 — Site Clearing
9. Section 31 25 00 — Erosion and Sediment Control
10. Section 33 OS 26 — Utility Markers/Locators
11. Section 34 71 13 — Traffic Control
39 1.2 PRICE AND PAYMENT PROCEDZJRES
40 A. Measurement and Payment
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised June 19, 2013
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
33 OS 10 - 2
UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL
Page 2 of 19
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
1
�
�
�
Trench Excavation, Embedment and Bacicfill 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 subsidiaiy to the lllstallation of the utility pipe for the
type of embedment and backiill as indicated on the plans. No other
compensation will be allowed.
Imported Embedment or Backiill
a. Measurement
1) Measured by the cubic yard as delivered to the site and recorded by trucic
ticket provided to the City
b. Payment
1) Imported fill shall only be paid when using materials for embedment and
bacicfill other than those identiiied in the Drawings. The worlc perfornied
and materials furnished in accordance with pre-bid item and measured as
provided under "Measurement" wiil be paid for at the unit price bid per
cubic yard of "Imported EmbedmentBackfill" delivered to the Site for:
a) Various embedment/backfill materials
c. The price bid shall include:
1) Furnishing backfill or embedment as specified by this Specification
2) Hauling to the site
3) Placement and compaction of bacicfill or embedment
Concrete Encasement for Utility Lines
a. Measurement
1) Measured by tlie 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) Funiishing, hauling, placing and finishing concrete in accordance with
Section 03 30 00
2) Clean-up
Ground Water Control
a. Measurement
1) Measureinent shall be lump sum when a ground water control plan is
specifically required by the Contract Documents.
b. Payment
1) Payment shall be per the lump sum price bid for "Ground Water Control"
including:
a) Submittals
b) Additional Testing
c) Ground water control systein installation
d) Ground water conh•ol system operations and maintenance
e) Disposal of water
CITY OF FORT WORTH
STANDAR.D CONSTRUCTION SPECIFICATION DOCUMENTS
Revised June 19, 2013
Sanitary Se«�er CIPP Contract 2014
City Project No. 2298
33OS10-3
UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL
Page 3 of 19
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
� 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. Deiinitions
1. General — Deiinitions 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 backiill, pipe zone,
haunching bedding, springline, pipe zone and foundation are defned as shown in
the following schematic:
J
J
LL
�
v
¢
m
J
¢
z
�
UNPAVED AREAS
�
J
LL
Y
U
Q
m
J
Q
z
�
INIIIAL i
BACKFILL �
� �
W �
� �
0
; SPRINGLINE �
� �
W /.
HAUNCHING �
BEDDING —�
FOUNDATION �
�
i
�
�
i
�
�
w
z
0
N
W
�
�
OD CLEARANCE
21
EXCAVATED TRENCH WIDTH
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised June 19, 2013
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
330510-4
UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL
Page 4 of 19
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
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 Bacicfill Depth
a. Unpaved Areas — The depth of the final backfill measured from the top of the
initial bacicfill to the surface
b. Paved Areas — The depth of the final bacicfill measured from the top of the
initial baciciill to bottom of permanent or temporary pavement repair
B. Reference Standards
1
2.
42 1.4 ADMIlVISTRATIVE REQUIItEMENTS
43
44
45
46
A. Coordination
Reference standards cited in this Specification refer to the current reference
standard published at the tune of the latest revision date logged at the end of this
Specification, unless a date is specifically cited.
ASTM Standards:
a. ASTM C33-08 Standard Specifications for Concrete Aggregates
b. ASTM C88-OS 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 Classiiication for Sizes of Aggregate for Road azld
Bridge Consh�uction.
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
£ ASTM D588 — Standard Test method for Moistui•e-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 Classiiication of Soils for Engineering Purposes
(Unified Soil Classifcation System)
j. ASTM 2321-09 Underground I�istallation of Ther�rnoplastic Pipe for Sewers
and Other Gravity-Flow Applications
lc. ASTM D2922 — Standard Test Methods for Density of Soils and Soil
Aggregate in Place by Nuclear Methods (Shallow Depth)
l. 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 Muiimum 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. Utility Company Notification
a. Notify area utility companies at least 48 hours in advance, excluding weelcends
and holidays, before starting eacavation.
CITY OF FORT WORTH
STANDAIZD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised June 19, 2013
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
330510-5
UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL
Page 5 of 19
�
b. Request the location of buried lines and cables in the vicinity of the proposed
work.
3 B. Sequencing
4 1. Sequence work for eacli section of the pipe installed to complete the embedment
5 and backfill placement on the day the pipe foundation is complete.
6 2. Sequence work such that proctors are complete in accordance with ASTM D698
7 prior to commencement of construction activities.
8 1.5 SUBNIITTALS
9 A. Submittals shall be in accordance with Section Ol 33 00.
10 B. All submittals shall be approved by the City prior to construction.
11 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS
12
13
14
15
16
17
18
19
20
21
A. Shop Drawings
l. Provide detailed drawings and explanation for ground water and surface water
control, if required.
2. Trench Safety Plan in accordance with Occupational Safety and Health
Administration CFR 29, Part 1926-Safety Regulations for Construction, Subpart P-
Exca�ations
3. Stockpiled excavation and/or backfill material
a. Provide a description of the storage of the exca�ated material only if the
Contract Documents do not allow storage of materials in the right-of-way of the
easement.
22 1.7 CLOSEOUT SUBNIITTALS [NOT USED]
23 1.8 MAINTENANCE MATERIAL SiJSMITTALS [NOT USED]
24 1.9 QUALITY ASSURANCE [NOT USED]
25 1.10 DELIVERY, STORAGE, AND HANDLING
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
A. Storage
1. Within Existing Rights-of-Way (ROW)
a. Spoil, imported embedment and bacicfill 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 31 25 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
baciciill 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 31 25 00.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised June 19, 2013
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
330510-6
UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL
Page 6 of 19
1
2
3
d. Do not block drainage ways.
e. Only materials used for 1 worlcing day will be allowed to be stored in the worlc
zone.
4 B. Deliver•ies and haul-off - Coordinate all deliveries and haul-off.
5 1.11 FIELD [SITE] CONDITIONS
6
7
8
9
10
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
far interpretations or conclusions drawn there from by the Contractor.
11 2. Data is made available for the convenience of the Contractor.
12 112 WARI2ANTY [NOT USED]
13 PART 2 - PRODUCTS
14 2.1 OWNER-FI7I2NISHED [oR] OWNER-SUPPLIED PRODUCTS
15 2.2 MA.TERIALS
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
A. Materials
1. Utility Sand
a. Granular and free flowing
b. Generally meets or exceeds the limits on deleterious substances per Table 1 for
fine aggregate according to ASTM C 33
c. Reasonably free of organic material
d. Gradation:
Sieve Size Percent Retained
1 inch 0
3/8 uich 0-10
#40 20-60
#100 95
2. Crushed Rock
a. Durable crushed rocic or recycled concrete
b. Meets the gradation of ASTM D448 size numbers 56, 57 or 67
a May be unwashed
d. Free from significant silt clay or unsuitable materials
e. Perceutage of wear not more than 40 percent per ASTM C131 or C535
£ Not more than a 12 percent ma�imum loss when subjective to 5 cycles of
sodium sulfate souudness per ASTM C88
3. Fine Ciushed Rock
a. Durable crushed rocic
b. Meets the gradation of ASTM D448 size numbers 8 or 89
a May be unwashed
d. Fi•ee from significant silt clay ot• unsuitable materials.
e. Have a percentage of wear not more than 40 percent per ASTM C 131 or C53 5
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised June 19, 2013
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
330510-7
UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL
Page 7 of 19
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
E
0
fll
£ Not more than a 12 percent inaximum loss when subjective to 5 cycles of
sodium sulfate soundness per ASTM C88
4. Ballast 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 C131 or C535
e. Not more than a 12 percent m�imum loss when subjected to 5 cycles of
sodium sulfate soundness per ASTM C88
Acceptable Backf'ill 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
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 backf'ill 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
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 uo 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 UII 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
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised June 19, 2013
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
330510-8
UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL
Page 8 of 19
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
1) 50 to 150 psi compressive strength at 2 days in accordance with ASTM
D1633, Method A
2) 200 to 250 psi compressive stt•ength at 28 days in accordance with ASTM
D1633, Method A
3) The maxiinum compressive strength in 7 days shall be 400 psi. Backfill
that exceeds the inaximum compressive strength shall be removed by the
Contractor for no additional compensation.
f. Random sainples 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
pi•epared in accordance with ASTM D1632.
10. Controlled Low St��ength Material (CLSM)
a. Conform to Sectiou 03 34 13
1 l. Trench Geotextile Fabric
a. Soils other than ML or OH in accordance with ASTM D2487
1) Needle punch, nonwoven geotextile composed of polypropylene iibers
2) Fibers shall retain their relative position
3) Inert to biological degradation
4) Resist naturally occui�ring chemicals
5) UV Resistant
6) Mirafi 140N by Tencate, ar 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 per•cent to10 percent
3) Fibers shall retain their relative position
4) I�iert to biological degradation
5) Resist naturally occurring chemicals
6) W Resistant
7) Miraii FW402 by Tencate, or approved equal
12. Concrete Encasement
a. Confonl7 to Section 03 30 00.
31 2.3 ACCESSORIES [NOT USED]
32 2.4 SOURCE QUALITY CONTROL [NOT USEDJ
33 PART 3 - EXECUTION
34 3.1 INSTALLERS [NOT USED]
35 3.2 EXAMINATION
36 A. Verification of Conditions
37 1. Review all known, identified or marlced utilities, whether public or private, prior to
3 8 eacavation.
39 2. Locate and protect all lcnown, identified and marked utilities or underground
40 facilities as excavation progresses.
41 3. Notify all utility owners within the project limits 48 hours prior to begimling
42 excavation.
CITY OF FORT WORTH Sanitary Sewer CIPP Contract 2014
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2298
Revised June 19, 2013
33 OS 10 - 9
UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL
Page 9 of 19
1
2
3
4
5
6
7
8
9
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.
10 3.3 PREPARATION
11 A. Protection of In-Place Conditions
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
1. 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 far 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 rernoval at no additional
cost to the City.
2. Drainage
a. Maintain positive drainage during construction and re-establish drainage for all
swales and culverts affected by construction.
3. Trees
a. 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.
£ Remove trees speciiically designated to be removed in the Drawings in
accordance with Section 31 10 00.
38 4. Above ground Structures
39 a. Protect all above ground structures adjacent to the construction.
40 b. Remove above ground structures designated for removal in the Drawings in
41 accordance with Section 02 41 13
42 5. Trafiic
43 a. Maintain existing traffic, except as modified by the traffic control plan, and in
44 accordance with Section 34 71 13.
45 b. Do not biock access to driveways or alleys for extended periods of time unless:
46 1) Alternative access has been provided
CITY OF FORT WORTH Sanitary Sewer CIPP Contract 2014
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2298
Revised June 19, 2013
33 05 10-10
UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL
Page 10 of 19
1 2) Proper notification has been provided to the proper-ty owner or resident
2 3) It is specifically allowed in the traf�c control plan
3 c. Use traffic rated piates to maintain access until access is restored.
4 6. TrafFic Signal — Poles, Mast Arms, Pull boxes, Detector loops
5 a. Notify the City's Traffic Services Division a minimum of 48 hours prior to any
6 excavation that could impact the operations of an existing traffic signal.
7 b. Protect all traffic signal poles, mast arms, pull boaes, traffic cabinets, conduit
8 and detector loops.
9 c. I�nmediately notify the City's Tr•affic Services Division if any damage occurs to
10 any component of the traffic signal due to the contractors activities.
11 d. Repair any damage to the traffic signal poles, mast arms, pull boxes, traffic
12 cabinets, conduit and detector loops as a result of the construction activities.
13 7. Fences
14 a. Protect all fences designated to remain.
15 b. Leave fence in the equal or better condition as pr•ior to construction.
16 3.4 INSTALLATION
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
A. Excavation
l. Excavate to a depth indicated on the Drawings.
2. Trench exca�ations are defined as unclassified. No additional payment shall be
granted for rock or other in-situ materials encountered in the t��ench.
3. Excavate to a width sufficient for laying the pipe in accordance with the Drawings
and bracing in accordance with the Excavation Safety Plan.
4. The bottom of the excavation shall be firm and free from standing water.
a. Notify the City immediately if the water and/or the in-situ soils do not provide
for a firm trench bottom.
b. The City will determine if any changes are required in the pipe foundation or
bedding.
5. Unless otherwise perxnitted by the Drawings or by the City, tlle limits of the
e�cavation shall not ad`vance beyond the pipe placement so that the trench may be
bacicfilled in the same day.
6. Over Eacavation
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. I�i-situ soils classified as unacceptable backfill material shall be separated from
acceptable backfill mater•ials.
b. If the unacceptable baciciill material is to be blended in accordauce 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 r•ocic excavation or other
changed field conditions.
46 B. Shoring, Sheeting and Bracing
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised June 19, 2013
Sanitary Sewer CIPP Contract 2014
Ciry Project No. 2298
33 05 10-11
UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL
Page 11 of 19
1 1. Engage a Licensed Professional Engineer in the State of Texas to design a site
2 specific excavation safety system in accordance with Federal and State
3 requirements.
4 2. Excavation protection systems shall be designed according to the space limitations
5 as indicated in the Drawings.
6 3. Furnish, put in place and maintain a trench safety system in accordance with the
7 Excavation Safety Plan and required by Federal, State or local safety requirements.
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
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
C. Water Control
l. Surface Water
a. Furnish all materials and equipment and perform all incidental work required to
direct surface water away from the excavation.
2. Ground Water
a. Furnish all materials and equipment to dewater ground water by a method
which preserves the undisturbed state of the subgrade soils.
b. Do not allow the pipe to be submerged within 24 hours after placernent.
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 speci�cally 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 ar
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 fitm t�•ench bottom cannot be maintained due to ground water
c) Ground water entering the excavation underinines the stability of the
excavation.
d) Ground water entering the excavation is transporting unacceptabie
quantities of soils through the Excavation Safety System.
e. In the event that there is no bid item for a Ground Water Conh•ol 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 chauge order.
£ Control of ground water shall be considered subsidiary to the excavation when:
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised June 19, 2013
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
33 05 10-12
UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL
Page 12 of 19
1 1) No Ground Water Control Plan is specifically identified and t�equired iu the
2 Contract Documents
3 g. Ground Water Control Plan installation, operation and maintenance
4 1) Furnish all materials and equipment necessary to implement, operate and
5 maintain the Ground Water Control Plan.
6 2) Once the excavation is complete, remove all ground water control
7 equipinent not called to be incorporated into the work.
8 h. Water Disposal
9 1) Dispose of ground water in accordance with City policy or Ordinance.
10 2) Do not discharge ground water onto or across private property without
11
12
13
14
15
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
16 1. Water Lines less than, or equal to, 12 inches in diameter:
17 a. The entire embedment zone shall be of uniform material.
18 b. Utility sand shall be generally used for embedment.
19 c. If ground water is in sufficient quantity to cause sand to pump, then use
20 crushed rock as embedment.
21 1) If crushed rock is not specifically identified in the Contract Documents,
22 then crushed rock shall be paid by the pre-bid unit price.
23 d. Place evenly spread bedding material on a film trench bottom.
24 e. Provide firm, unifortn bedding.
25 f. Place pipe on the bedding in accordance with the alignment of the Drawings.
26 g. In no case shall the top of the pipe be less than 42 inches froin the surface of the
27 proposed grade, unless specifically called for in the Drawings.
28 h. Place embedment, including initial bacicfill, to a minimum of 6 inches, but not
29 more than 12 inches, above the pipe.
30 i. Where gate valves are present, the initial backfill shall extend to 6 inches above
31 the elevation of the valve nut.
32 j. Fo�-�n all blocicing against undisiurbed t�•ench wall to the dimensions ui the
33 Drawings.
34 lc. Compact einbedment and initial baciciill.
35 1. Place marker tape on top of the initial trench backfill in accordance with
36 Section 33 OS 26.
37
38
39
40
41
42
43
44
45
46
47
48
49
2. Water Lines 16-inches through 24-inches in diameter:
a. The entire embedment zone shall be of uniform material.
b. Utility sand may be used for embedment when the excavated trench depth is
less than 15 feet deep.
c. Crushed rocic or iine crushed rock shall be used for embedment for excavated
trencli depths 15 feet, or greater.
d. Crushed rock shall be used for embednient for steel pipe.
e. Provide trench geotextile fabric at any location where crushed z�ocic or fine
crushed rock come into contact with utility sand
f. Place evenly spread bedding material on a firm h�ench bottom.
g. Provide iirm, unifoi7n bedding.
1) Additional bedding may be required if ground water is present in the
tr•ench.
CITY OF PORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised June 19, 2013
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
33 05 10 -13
UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL
Page 13 of 19
i
2
3
4
5
6
7
8
9
l0
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
h.
i.
J•
k.
1.
m.
n.
o.
p•
2) If additional crushed rock is required not specifically identified in the
Contract Documents, then crushed rock shall be paid by the pre-bid unit
price.
Place pipe on tlle bedding according to the alignment shown on the Drawings.
The pipe line shall be within:
1) �3 inches of the elevation on the Drawings for 16-inch and 24-inch water
lines
Place and compact embedment material to adequately support haunches in
accordance with the pipe manufacturer's recommendatious.
Place remaining embedment including initial backfill to a minimum of 6 inches,
but not more than 12 inches, above the pipe.
Where gate valves are present, the initial backfill shall extend to up to the valve
nut.
Compact the embedment and initial backfill to 95 percent Standard Proctor
ASTM D 698.
Density test may be performed by City to verify that the compaction of
embedment meets requirements.
Place trench geotextile fabric on top of the initial backfill.
Place marker tape on top of the trench geotextile fabric in accordance with
Section 33 OS 26.
3. Water Lines 30-inches and greater in diameter
a. The entire embedment zone shall be of uniform material.
b. Crushed rock shall be used for embedment.
c. Provide trench geotextile fabric at any location where crushed rock or fine
crushed rock come into contact with utility sand.
d. Place evenly spread bedding material on a firm trench bottom.
e. Provide firm, uniform bedding.
1) Additional bedding may be required if ground water is present in the
trench.
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
f.
g•
h.
i.
J�
lc.
1.
m.
n.
o.
prrce.
Place pipe on the bedding according to the alignrnent shown on the Drawings.
The pipe line shall be within:
1) �1 inch of the elevation on the Drawings for 30-inch and larger water lines
Place and compact embedment material to adequately support haunches in
accordance with the pipe manufacturer's recommendations.
For steel pipe greater than 30 inches in diameter, the initial embedment lift shall
not exceed the spring liue prior to compaction.
Place remaining embedment, including initial backfill, to a minimum of 6
inches, but not more than 12 inches, above the pipe.
Where gate valves are present, the initial backfill shall extend to up to the valve
nut.
Compact tl�e embedment and initial backfill to 95 percent Standard Proctor
ASTM D 698.
Density test may be perfonned by City to verify that the compaction of
embedment meets requirements.
Place trench geotextile fabric on top of the initial backfill.
Place marlcer tape on top of the trench geotextile fabric in accordance with
Section 33 OS 26.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised June 19, 2013
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
33 05 10-14
UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL
Page 14 of 19
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
4. Sanitary Sewer Lines and Storm Sewer Lines (HDPE)
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 ther•e are no
sags in the sanitary sewer pipe line.
e. Provide firm, uniform bedding.
1) Additiouai bedding may be requil•ed if ground water is present in the
trench.
2) If additional crushed rock is required which is not specifically identiiied in
the Coritract Documents, then crushed rock shall be paid by the pre-bid unit
f.
g•
h.
i.
.1•
k.
1.
m.
n.
price.
Place pipe on the bedding according to the alignment shown in the Drawings.
The pipe line shall be within �0.1 inches of the elevation, and be consistent
with the gi•ade shown on the Drawings.
Place and compact embedment material to adequately support haunches in
accordance with the pipe manufactuz•er's recommendations.
For sewer lines greater than 30 inches in diameter, the einbedment lift shall not
exceed the spring line prior to compaction.
Place remaining embedment including initial bacicfill to a minimum of 6 inches,
but not more than 12 inches, above the pipe.
Compact the embedment and initial backfill to 95 percent Standard Proctor
ASTM D 698.
Density test may be perfoimed by City to verify that the compaction of
embedment meets requirements.
Place trench geotextile fabric on top of the i�litial backfill.
Place marker tape on top of the trench geotextile fabric in accordance with
Section 33 OS 26.
5. Storm Sewer (RCP)
a. The bedding and the pipe zone up to the spring line shall be of unifornz
material.
b. Crushed rocic shall be used for embedment up to the spring line.
a The specified backfill material may be used above the spring line.
d. Place evenly spread bedding material on a finn trench bottom.
e. Spread bedding so that lines and grades are maintauled and that there are no
sags in the storm sewer pipe line.
£ Provide firm, uniform bedding.
1) Additional bedding may be required if ground water is present in the
ti•ench.
2) If additional crushed rocic is required which is not specifically identified in
the Contract Documents, then crushed rocic shall be paid by tlie pre-bid unit
price.
g. Place pipe on the bedding accordiug to the alignment of the Drawings.
h. The pipe line shall be within �0.1 inches of the elevation, and be consistent
with the grade, shown on the Drawings.
i. Place embedrnent material up to the spring line.
1) Place embedment to ensure that adequate suppoi�t is obtained in the haunch.
j. Compact the embedment and initial bacicfill to 95 percent Standard Proctor
ASTM D 698.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised June 19, 2013
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
33OS10-15
UTILITY TRENCH EXCAVATION, ENIBEDMENT, AND BACKFILL
Page 15 of 19
G�
7
8.
k. Density test may be performed by City to verify that the compaction of
embedment meets requirements.
1. Place trench geotextile fabric on top of pipe and crushed rock.
Storm Sewer Reinforced Concrete Box
a. Crushed rock shall be used for bedding.
b. The pipe zone and the initial backfill shall be:
1) Crushed rock, or
2) Acceptable backfill material compacted to 95 percent Standard Proctor
density
c. Place evenly spread compacted 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 storm 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. Fill the annular space between multiple boxes with crushed rock, CLSM
according to 03 34 13.
g. Place pipe on the bedding according to the aligrunent of the Drawings.
h. The pipe shall be within �0.1 inches of the elevation, and be consistent with the
grade, shown on the Drawings.
i. Compact the embedment initial bacicfill to 95 percent Standard Proctor ASTM
D698.
Water Services (Less than 2 Inches in Diameter)
a. The entire embedment zone shall be of uniform material.
b. Utility sand shall be generally used for embedment.
c. Place evenly spread bedding material on a firm trench bottoin.
d. Provide firm, uniform bedding.
e. Place pipe on the bedding according to the aligmnent of the Plans.
£ Compact the initial backfill to 95 percent Standard Proctor ASTM D698.
Sanitary Sewer Services
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 iirm, 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 sliall be paid by the pre-bid unit
price.
f. Place pipe on the bedding according to the alignment of the Drawings.
g. Place remaining embedment, including initial backfill, to a minimum of 6
inches, but not more than 12 inches, above the pipe.
h. Compact the initial bacic�ll to 95 percent Standard Proctor ASTM D698.
CITY OF FORT WORTH Sanitary Sewer CIPP Contract 2014
STANDAI2D CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2298
Revised June 19, 2013
33 05 10-16
UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL
Page 16 of 19
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
i. Density test may be requi�•ed to verify that the compaction meets the density
requirements.
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 st��uctures due to airy t��ench settlement or trench movement.
a. Meeting the requirement herein does not relieve the responsibility to damages
associated with the Work.
2. Backf'ill Material
a. Fival backfill depth less than 15 feet
1) Bacicfill with:
a) Acceptable bacicf'ill material
b) Blended baciciill 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) B ackfill depth from 0 to 15 feet deep
a) Bacicfill with:
(1) Acceptable backfill material
(2) Bleuded backfill material, or
(3) Select backfill material, CSS, or CLSM when specifically required
2) Baciciill depth from 15 feet and greater
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) Bacicfill with:
a) Acceptable backfiil material, or
b) Blended backfill material
d. Bacicfill for service lines:
1) Backiill far water or• sewer service lines shall be the same as the
requirement of the main that the sei�vice 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
backf'ill 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 eaisting or future pavement)
1) Compact select bacicfill to a ininimum of 98 perceut 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 bacicfill (depths 15 feet and gt•eater/not under existing or future pavement)
1) Compact acceptable bacicfill 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 optirnum moisture.
4. Saturated Soils
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised Juue 19, 2013
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
33 05 10 - 17
UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL
Page 17 of 19
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
5
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 detennine if Work can proceed in the identiiied
location.
b) Direct the Contractor of changed backiill procedures associated with
the saturated soils that may include:
(1) I�nported backfill
(2) A site specific backf'ill design
Placement of Backiill
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.
£ Remove any loose materials due to the movement of any trench box or shoruig
or due to sloughing of the trench wall.
g. Install appropriate tracking balls for water and sanitary sewer trenches in
accordance with Section 33 OS 26.
6. Bacicfill Means and Methods Demonstration
a. Notify the City in writing with sufficient time for the City to obtain samples
and perfoim 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 obtaui the required densities.
d. Demonstrate Means and Methods for compaction including:
1) Depth of lifts for backfill which shall not exceed 12 inches
2) Method of moisture control for excessively dry or wet backiill
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.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised June 19, 2013
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
33 05 10-18
UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL
Page 18 of 19
1
2
3
4
5
6
7
8
9
10
£ The City will provide a qualified testing lab full time during this period to
randomly test density and inoisture 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 proctoi•s at its discretion.
d. Significant changes in soil conditions will require an additional Means and
Methods demonstration.
11 3.5 REPAIR [NOT USED]
12 3.6 RE-INSTALLATION [NOT USED]
13 3.7 FI�LD QUALITY CONTROL
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
A. Field Tests and Inspections
1. Proctors
a. The City will perform Proctors irl accordance with ASTM D698.
b. Test results will generally be available to within 4 calendar days and distributed
to:
1) Contractor
2) City Project Manager
3) City Inspector
4) Engineer
c. Notify the City if the characteristic of the soil changes.
d. City will perfonn new proctors for vatying soils:
1) When indicated in the geotechnical investigation in the Appendix
2) If notified by the Cont�•actor
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 Bacicfill
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. Far iinal baciciill depths less than 15 feet and trenches of any depth not under
existuig or future pavement:
1) The City will perfoim density testing twice per working day when
backfilling operations are being conducted.
2) The testing lab shall take a ininimum 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
bacl�iling operations are being conducted.
2) The testing lab shall take a miniuium of 3 density tests of the cuil•ent lift in
the available trench.
3) The testing lab will remain onsite sufficient time to test 2 additional lifts.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised June 19, 2013
Sanitary Se��er CIPP Contract 2014
Ciry Project No. 2298
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
33 05 10-19
UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL
Page 19 of 19
£ 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 forinal 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 backf'ill material, cement modified backfill material or select material
will follow the same testing procedure as backf'ill.
b. The City may test iine crushed rock or crushed rock embedment in accordance
with ASTM D2922 or ASTM 1556.
B. Non-Conforming Work
1. All non-conforming wark shall be removed and replaced.
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 M�INTENANCE [NOT USED]
3.14 ATTACFiMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAIvIE SiJMMARY OF CHANGE
1.2 — Added Item for Concrete Encasement for Utility Lines
Various Sections — Revised Depths to Include 15' and greater
12/20/2012 D. Johnson 3.3.A — Additional notes for pavement protection and positive drainage.
3.4.E.2 — Added requirements for backfill of service lines.
3.4.E.5 — Added language prohibiting flooding of trench
1.2.A.3 — Clarified measurement and payment for concrete encasement as per plan
6/18/2013 D.Johnson quantity
2.2.A — Added language for concrete encasement
CITY OF FORT WORTH
STANDAItD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised June 19, 2013
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
330513-1
FR.AME, COVER, AND GRADE RINGS
Page 1 of 5
1
2
3 PA_RT 1- GENERAL
4 1.1 SITIVIMA1tY
SECTION 33 0513
FRAME, COVER, AND GRADE RINGS
5 A. Section Includes:
6 1. Frame, cover and grade rings used as access ports into water, sanitaiy sewer and
7 storm drain structures such manholes or vaults
8 B. Deviations from this City of Fort Worth Standard Specification
9 1. None.
10 C. Related Specification Sections include, but are not necessarily limited to:
11 1. Division 0— Bidding Requirements, Contract Forms, and Conditions of the
12 Contract
13 2. Division 1— General Requirements
14 1.2 PRICE AND PAYMENT PROCEDT.JRES
15 A. Measurement and Payment
16 1. Measurement
17 a. This Item is considered subsidiazy to the structure containing the fratne, cover
18 and grade rings.
19 2. Payment
20 a. The work performed and the materials furnished in accordance with this Item
21 are subsidiary to the unit price bid per each structure complete in place, and no
22 other compensation will be allowed.
23 1.3 R�FER�NC�S
24
25
26
27
28
29
30
31
32
33
34
35 1.4
A. Reference Stalidards
1. Reference standards cited in this Specification refer to the cun•ent 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 Intenlational (ASTM)
a. ASTM A48 — Standard Specification far 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
ADMINISTRATIVE ILEQiJI12EMENTS [NOT USED]
36 1.5 SUBMITTALS
37 A. Submittals shall be in accordance with Section Ol 33 00.
CITY OF FORT WORTH Sanitary Sewer CIPP Contract 2014
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2298
Revised December 20, 2012
330513-2
FRAME, COVER, AND GIZADE RINGS
Page 2 of 5
1 B. All submittals shall be approved by the City prior to delivery and/or fabrication for
� 2 specials.
3 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
A. Product Data
1. All castings shall be cast with:
a. Approved foundry's name
b. Part number
a Country of origin
2. Provide manufacturer's:
a. Speciiications
b. Load tables
c. Dimension diagrams
d. Anchor details
e. Installation instructions
B. Certificates
l. Manufacturer shall certify that all castings conform to the ASTM and AASHTO
designations.
1.7 CLOSEOUT SUBNIITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
20 1.9 QUALITY ASSURANCE [NOT USED]
21 1.10 DELIVERY, STORAGE, AND I3ANDLING [NOT USED]
22 1.11 FIELD [SITE] CONDITIONS [NOT USED]
23 1.12 WARRANTY [NOT USED]
24 PART 2 - PRODUCTS
25 2.1 OWNER-FURNISHED [ox] OWNER-SUPPLIED PRODUCTS [NOT USED]
26 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS
27
28
29
30
31
32
33
34
35
36
37
38
A. Manufacturers
1. Only the manufacturers as listed on the City's Standard Products List will be
considered as shown in Section Ol 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 O1 25 00.
B. Castings
1. Use castings for frames that conform to ASTM A48, Class 35B or better.
2. Use castings for covers that confoim 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
STANDAItD CONSTRUCTION SPECIFICATION DOCtIMENTS
Revised December 20, 2012
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
33OS 13-3
FRAME, COVER, AND GRADE R1NGS
Page 3 of 5
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
a. Size to set flush with the fi•ame 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 gasicet in frame and cover.
d. Standard Dimensions
1) Sanitary Sewer
a) Provide a clear opening of 30 inches for all sanitaty sewer fralnes and
cover assemblies unless otherwise specified in the Cont�•act Documents.
2) Storm Drain
a) Provide a clear opening of 19 3/a inches for all storm drain frames, inlets
and cover assemblies unless otherwise specified in the Contract
Documents.
b) Provide a minimum clear opening of 22 '/� inches for all storm sewer
manholes and junction structures.
e. Standard Labels
1) Water
a) Cast lid with the word "WATER" in 2-inch letters across the lid.
2) Sanitary Sewer
a) Cast lid with the word "SANITARY SEWER" in 2-inch letters across
the lid.
3) Storm Drain
a) Cast lid with the word "STORM DRAIN" in 2-inch letters across the
lid.
£ Hinge Covers
1) Provide water tight gasket on all hinged covers.
2) Water
a) Pr•ovide 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 aud 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-for7iied or trowelable bitumastic sealant in an extrudable or flat tape
fonn.
2. Provide sealant that is not dependant on a chemical action for its adhesive
properties or cohesive st�•ength.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
330513-4
FRAME, COVER, AND GRADE RINGS
Page 4 of 5
1 2.3 ACCESSORIES [NOT USED]
2 2.4 SOURCE QUALITY CONTROL [NOT USED]
3 PART 3 - EXECUTION
4
5
�
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
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 sn•uctures 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 stonn drain structures install frame, cover and grade rings in accordance
with applicable City Standard Detail.
4. Hinge Cover
a. Provide hinge cover on elevated manholes, junction boxes, in the flood plain
and where specified on the Drawings.
C. Joint Sealing
1. Seal frame, grade rings and structure with specified sealant.
D. Concrete Collar
1. Provide concrete collar around all fi•ame and cover assemblies.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
330513-5
FRAME, COVER, AND GRADE RINGS
Page 5 of 5
1 3.5 REPAIl2 / RESTORATION [NOT USED]
2 3.6 RE-INSTALLATION [NOT USED]
3 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED]
4 3.8 SYSTEM STARTUP [NOT USED]
5 3.9 ADJLTSTING [NOT USED]
6 3.10 CLEANING [NOT USED]
7 3.11 CLOSEOUT ACTIVITIES [NOT USED]
8 3.12 PROTECTION [NOT USED]
9 3.13 MAINTENANCE [NOT USED]
l0 3.14 ATTACIIMENTS [NOT USED]
11
12
END OF SECTION
Revision Log
DATE Nl�ME SiJMMARY OF CHANGE
12/20/2012 D. Johnson 2.2.B.4.d.2)b) — Updated to clear opening dimensions to 22 '/z inches
13
CITY OF FORT WORTH Sanitary Sewer CIPP Contract 2014
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2295
Revised December 20, 2012
330514-1
ADNSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE
Page 1 of 8
1
2
SECTION 33 05 14
ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE
3 PART 1 - GENERAL
4 1.1 SUMMARY
s A. Section Includes:
5 1. Vertical adjustments to manholes, drop inlets, valve boxes, cathodic
� protection test stations and other miscellaneous structures to a new grade
8 B. Deviations from this City of Fort Worth Standard Specification
9 1.2 Price �nd Payment Procedures
lo A. Measurement and Payment
11 9. Remove existing sewer manhale concrete section and raise or lower rim
12 (Maxirnum 3 vertical feet) by removing the existing cone section and instailing a
13 new cane section ta proposed elevation. ihis is only applicable to concrete
14 manholes.
15 5. Valve Box
16 b. Payment- For Misc. Contracts, valve bax adjustment are incidental to the valve
17 installation cost.
ls
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms, and Conditions of the
Contract
2. Division 1— General Requirements
3. Section 32 01 17 — Permanent Asphalt paving Repair
4. Section 32 01 29 — Concrete Paving Repair
5. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill
6. Section 33 05 13 — Frame, Cover and Grade Rings
7. Section 33 39 10 — Cast-in-Place Concrete Manholes
8. Section 33 39 20 — Precast Concrete Manholes
9. Section 33 12 20 — Resilient Seated (Wedge) Gate Valve
10. Section 33 12 21 — AV1/WA Rubber-Seated Butterfly Valve
11. Section 33 04 11 — Corrosion Contro) Test Station
12. Section 33 04 12 — Magnesium Anode Cathodic Protection System
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Manhole — Minor Adjustment
a. Measurement
1) Measurement for this Item shall be per each adjustment using only
grade rings or other minor adjustment devices to raise or lower a
manhole to a grade as specified on the Drawings.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
33 OS 14 - 2
ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE
Page 2 of 8
�
2
3
4
s
6
7
g
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
2s
26
27
2s
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
2.
3.
b. Payment
1) The work performed and the materials furnished in accordance with
this Item will be paid for at the unit price bid per each "Manhole
Adjustment, Minor" completed.
c. The price bid shall include:
1) Pavement removal
2) Excavation
3) Hauling
4) Disposal of excess materiai
5) Grade rings or other adjustment device
6) Reuse of the existing manhole frame and cover
7) Furnishing, placing and compaction of embedment and backfill
8) Concrete base material
9) Permanent asphalt patch or concrete paving repair, as required
10) Clean-up
Manhole - Major Adjustment
a. Measurement
1) Measurement for this Item shall be per each adjustment requiring
structural modifications to raise or lower a manhole to a grade as
specified on the Drawings.
b. Payment
1) The work performed and the materials furnished in accordance with
this Item will be paid for at the unit price bid per each "Manhole
Adjustment, Major" completed.
c. The price bid shall include:
1) Pavement remova)
2) Excavation
3) Hauling
4) Disposal of excess material
5) Structural modifications, grade rings or other adjustment device
6) Reuse of the existing manhole frame and cover
7) Furnishing, placing and compaction of embedment and backfill
8) Concrete base material
9) Permanent asphalt patch or concrete paving repair, as required
10) Clean-up
Manhole - Major Adjustment with Frame and Cover
a. Measurement
1) Measurement for this Item shall be per each adjustment requiring
structural modifications to raise or lower a manhole to a grade
specified on the Drawings or structurai modifications for a manhole
requiring a new frame and cover, often for changes to cover
diameter.
b. Payment
1) The work performed and the materials furnished in accordance with
this Item will be paid for at the unit price bid per each `�Manhole
Adjustment, Major w/ Cover" completed.
c. The price bid shall include:
CITY OF FORT WORTH
STANDAIZD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
33 OS 14 - 3
ADJUSTING MANI-IOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE
Page 3 of 8
1 1) Pavement removal
2 2) Excavation
3 3) Hauling
4 4) Disposal of excess material
s 5) Structural modifications, grade rings or other adjustment device
6 6) Frame and cover
� 7) Furnishing, placing and compaction of embedment and backfill
s 8) Concrete base material
9 9) Permanent asphalt patch or concrete paving repair, as required
10 10) Clean-up
11 4. Inlet
12 a. Measurement
13 1) Measurement for this Item shall be per each adjustment requiring
14 structural modifications to inlet to a grade specified on the
Is Drawings.
15 b. Payment
l� 1) The work performed and the materials furnished in accordance with
1g this Item will be paid for at the unit price bid per each ��Inlet
19 Adjustment" completed.
2o c. The price bid shall include:
21 1) Pavement removal
22 2) Excavation
23 3) Hauling
24 4) Disposal of excess material
2s 5) Structural modifications
26 6) Furnishing, placing and compaction of embedment and backfill
27 7) Concrete base material, as required
28 8) Surface restoration, permanent asphalt patch or concrete paving
29 repair, as required
30 9) Clean-up
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
5. Valve Box
a. Measurement
1) Measurement for this Item shall be per each adjustment to a grade
specified on the Drawings.
b. Payment
1) The work performed and the materials furnished in accordance with
this Item will be paid for at the unit price bid per each ��Valve Box
Adjustment" completed.
c. The price bid shall include:
1) Pavement remova)
2) Excavation
3) Hauling
4) Disposal of excess material
5) Adjustment device
6) Furnishing, placing and compaction of embedment and backfill
7) Concrete base material, as required
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
33OS14-4
ADNSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE
Page 4 of 8
1 8) Surface restoration, permanent asphalt patch or concrete paving
2 repair, as required
3 9) Clean-up
4 6. Cathodic Protection Test Station
s a. Measurement
6 1) Measurement for this Item shall be per each adjustment to a grade
� specified on the Drawings.
s b. Payment
9 1) The work performed and the materials furnished in accordance with
�o this Item will be paid for at the unit price bid per each `�Cathodic
l l Protection Test Station Adjustment" completed.
r2 c. The price bid shall include:
13 1) Pavement remova)
14 2) Excavation
1s 3) Hauling
16 4) Disposal of excess material
17 5) Adjustment device
18 6) Furnishing, placing and compaction of embedment and backfill
�9 7) Concrete base material, as required
20 8) Surface restoration, permanent asphalt patch or concrete paving
21 repair, as required
22 9) Clean-up
23 7. Fire Hydrant
24 a. Measurement
2s 1) Measurement for this Item shall be per each adjustment requiring
26 stem extensions to meet a grade specified by the Drawings.
27 b. Payment
2s 1) The work performed and the materials furnished in accordance with
29 this Item will be paid for at the unit price bid per each "Fire Hydrant
3o Stem E�ension" completed.
31 c. The price bid shall include:
32 1� Pavement removal
33 2) Excavation
34 3) Hauling
35 4) Disposal of excess material
36 5) Adjustment materials
3� 6) Furnishing, placing and compaction of embedment and backfill
3s 7) Concrete base material, as required
39 8) SurFace restoration, permanent asphalt patch or concrete paving
4o repair, as required
41 9) Clean-up
42 8. Miscellaneous Structure This 1"tem is intended far a unique structure. �id
43 Item should indude details to identify the specific sfru_rture (i, e.
44 �Iiscellaneous Strucfure Adjustment, 5ra. .7+00)
4s a. Measurement
CITY OF FORT WORTH Sanitary Sewer CIPP Contract 2014
STANDARD CONSTRUCTION SPECIFICATION DOCLTMENTS City Project No. 2298
Revised December 20, 2012
330514-5
ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE
Page 5 of 8
1
2
3
4
s
6
�
g
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
2s
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
�
c.
1) Measurement for this Item shall be per each adjustment requiring
structural modifications to said structure to a grade specified on the
Drawings.
Payment
1) The work performed and the materials furnished in accordance with
this Item will be paid for at the unit price bid per each
`�Miscellaneous Structure Adjustment" completed.
The price bid shall include:
1) Pavement removal
2) Excavation
3) Hauling
4) Disposal of excess material
5) Structural modi�cations
6) Furnishing, placing and compaciion of embedment and backfill
7) Concrete base material
8) Permanent asphalt patch or concrete paving repair, as required
9) Clean-up
1.3 REFERENCES
A. Definitions
1. Minor Adjustment
a. Refers to a small elevation change performed on an existing manhole
where the existing frame and cover are reused.
2. Major Adjustment
a. Refers to a significant elevation change performed on an existing
manhole which requires structural modification or when a 24-inch ring is
changed to a 30-inch ring.
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. Texas Commission on Environmental Quality (TCEQ):
a. Title 30, Part I, Chapter 217, Subchapter C, Rule 217.55 — Manholes
and Related Structures.
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.5 SUBMI7TALS [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 QUALIT1( ASSURANCE [NOT USED]
1.10DELIVERY, STORAGE, AND HANDLING [NOT USED]
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
330514-6
ADNSTING MANIIOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE
Page 6 of 8
i
2
3
1.11FIELD [SITE� CONDITIONS [NOT USED]
1.12WARRANTY [NOT USED]
PART 2 - PRODUCTS
4 2.1 OWNER-FURNISHED [oR] OWNER-SUPPLIED PRODUCTS [NOT USED]
5 2.2 MATERIALS
6
7
s
9
10
11
12
13
14
15
16
17
1s
19
20
21
22
23
24
25
A. Cast-in-Place Concrete
l. See Section 03 30 00.
B. Modifications to Existing Concrete Structures
1. See Section 03 80 00.
C. Grade Rings
1. See Section 33 05 13.
D. Frame and Cover
1. See Section 33 05 13.
E. Backfill material
1. See Section 33 05 10.
F. Water valve box extension
1. See Section 33 12 20.
G. Corrosion Protection Test Station
1. See Section 33 04 11.
H. Cast-in-Place Concrete Manholes
1. See Section 33 39 10.
I. Precast Concrete Manholes
1. See Section 33 39 20.
2.3 ACCESSORIES [NOT USED�
2.4 SOURCE QUALITY CONTROL [NOT USED]
26 PARi 3 - EXECUTION
27 3.1 INSTALLERS [NOT USED]
2s 3.2 EXAMIIVATION
29 A. Verification of Conditions
30 1. Examine existing structure to be adjusted, for damage or defects that may
31 affect grade adjustment.
32 a. Report issue to City for consideration before beginning adjustment.
CITY OF FORT WORTH Sanitary Sewer CIPP Contract 2014
STANDARD CONSTRUCTION SPECIFICATION DOCLJMENTS City Project No. 2298
Revised December 20, 2012
1
2
3
4
5
6
' �
8
9
lo
11
12
13
14
is
16
17
1g
330514-7
ADNSTING MANI IOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE
Page 7 of 8
3.3 PREPARATION
A. Grade Verification
1. On major adjustments confirm any grade change noted on Drawings is
consistent with field measurements.
a. If not, coordinate with City to verify final grade before beginning
adjustment.
3.4 AD.7USTMENT
A. Manholes, Inlets, and Miscellaneous Structures
1. On any sanitary sewer adjustment replace 24-inch frame and cover
assembly with 30-inch frame and cover assembly per TCEQ requirement.
2. On manhole major adjustments, inlets and miscellaneous structures protect
the bottom using wood forms shaped to fit so that no debris blocks the
invert or the inlet or outlet piping in during adjustments.
a. Do not use any more than a 2-piece bottom.
3. Do not extend chimney portion of the manhole beyond 24 inches.
4. Use the least number of grade rings necessary to meet required grade.
a. For example, if a 1-foot adjustment is required, use 2 6-inch rings, not 6
2-inch rings.
19 B. Valve Boxes
20 1. Utilize typical 3 piece adjustable valve box for adjusting to final grade as
21 shown on the Drawings.
22 C. Backfill and Grading
23 1. Backfill area of excavation surrounding each adjustment in accordance to
24 Section 33 05 10.
25 D. Pavement Repair
26 1. If required pavement repair is to be performed in accordance with Section
27 32 01 17 or Section 32 01 29.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
33OS 14-8
ADNSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE
Page 8 of 8
1
2
3
4
5
6
7
s
9
lo
11
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]
3.10CLEANING [NOT USED]
3.11CLOSEOUT ACTIVITIES [NOT USED)
3.12PROTECTION [NOT USED]
3.13MAYNTENANCE [NOT USED]
3.14ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
1.2.A — Pay item added for a major manhole adjustment which reuses the
existing frame and cover and a major adjustment requiring a new frame and
12/20/2012 D. Johnson cover; Added items to be included in price bids; Blue te� added for
clarification for misceilaneous structure adjustments
3.4 — Pavement repair requirements were added
12
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
330517-1
CONCRETE COLLARS
Page 1 of 3
1
2
3 PART 1- GENEI�tAT,
4 11 SUMMARY
5
6
7
8
9
10
11
12
13
14
15
16
17
18 1.2
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
SECTION 33 OS 17
CONCRETE COLLARS
A. Section Includes:
1. Concrete Collars for Manholes
2. T1�is Item is ii�tei�decl for trse i�� aspl�alt sh�eets and in�impro>>ec� areas — i�ot foi� z�se
i�l 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-Place Concrete
4. Section 03 80 00 — Modifications to Existing Concrete Structures
5. Section 33 OS 13 —Frame, Cover, and Grade Rings
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) Backf'ill
7) Pavement removal
8) Hauling
9) Disposal of excess material
10) Placement and compaction of baekfill
11) Clean-up
12) Additional pavement around perimeter of concrete collar as required for
rim adjustmeut on existing manhole.
CITY OF FORT WORTH Sanitary Sewer CIPP Contract 2014
STANDARD CONSTRUCTION SPECIFICATION DOCI.7MENTS City Project No.2298
Revised December 2Q 2012
330517-2
CONCRETE COLLARS
Page 2 of 3
���'►7 J' i �'���y 7��
2 A. Reference Standards
3 1. Reference standards cited in this Specification refer to the current reference
4 standard published at the time of the latest revision date logged at the end of this
5 Speciiication, unless a date is specifically cited.
6 2. ASTM International (ASTM):
7 a. D4258, Standard Practice for Surface Cleaning Concrete for Coating.
8 b. D4259, Standard Practice for Abrading Concrete.
9 1.4 ADP�IlNISTRATIVE RGQUIItEMENTS [NOT USED]
10 1.5 SUBMITTALS [NOT USED]
11 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
12
13
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBNIITTALS [NOT USED]
14 1.9 QUALITY ASSURANCE [NOT USED]
15 1.10 DELIVERY, STORAGE, AND IIANDLING [NOT USED]
16 1.11 FIELD [SITE] CONDITIONS [NOT USED]
17 1.12 WARRANTY [NOT USED]
18 PART 2 - PRODUCTS
19 2.1 OWNER-FiTRNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED]
20 2.2 EQUIl'MENT, PRODUCT TYPES, MATERIALS
21
22
23
24
25
26
27
A. Materials
l. Concrete — Conform to Section 03 30 00.
2. Reinforcing Steel — Confonil to Section 03 21 00.
3. Fr�ame and Cover — Conform to Section 33 OS 13.
4. Grade Ring — Conform to Section 33 OS 13.
2.3 ACCESSORIES [NOT USED]
2.4 SOURC� QUALITY CONTROL [NOT USED]
28 PART 3 - EXECUTION
29 3.1 INSTALLERS [NOT USED]
30 3.2 EXAMINATION
31 A. Evaluation and Assessment
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUIvI�NTS
Revised December 20, 2012
Sanitary Sewer CIPP Contract 2014
City Project No.2298
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
33 05 17 - 3
CONCRETE COLLARS
Page 3 of 3
l. Verify lines and grades are in accordance to the Drawings.
3.3 PREPARATION [NOT USED]
3.4 INSTALLATION
A. Final Rim Elevation
l. Install concrete grade rings for height adjustment.
a. Construct grade ring on load bearing shoulder of inanhole.
b. Use sealant between rings as shown on Drawulgs.
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 REPAIl2 / 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 Si)IvIIvIARY OF CHANGE
12/20/2012 D. Johnson 1.1.A.2 — Blue text added to clarify where concrete collars are to be installed.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
Sanitary Sewer CIPP Contract 2014
City Project No.2298
333112-1
CURED IN PLACE PIl'E (CII'P)
Page 1 of 8
1
2
SECTION 33 31 12
CURED IN PLACE PIl'E (CII'P)
3 PART 1 - GElVERAI�
4 l.l SiTMMARY
5 A. Section Includes:
6 l. Cured in Place Pipe (CIPP) 6-inch through 60-inch for gravity sanitary sewer
7 rehabilitation
8 B. Deviations from this City of Fort Worth Standard Specificatiorl
9 3. Addiiional 1.5 mn� tl�iclaiess,
10
11
12
13
14
15
16
17
C. Related Specification Sections include, but are not necessarily limited to:
l. Division 0— Bidding Requirements, Contract Fonns and Conditions of the Contract
2. Division 1— General Requirements
3. Section 33 Ol 30 — Sewer and Manllole Testing
4. Section 33 O1 31— Closed Circuit Television (CCTV) I�lspection
5. Section 33 03 10 — Bypass Pumping of Existing Sewer Systems
6. Section 33 04 50 — Cleaning of Sewer Mains
7. Section 33 31 50 — Sanitaty Sewer Service Connections and Service Line
18 1.2 PRICE AND PAYMENT PROCEDi1RES
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
A. Measurement and Payment
1. Cured in Place Pipe (CIPP)
a. Measuremeut
1) Measured horizontally along the surface from center line to center line of fl1e
manhole or appurtenance
b. Payment
1) The worlc 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 installiilg CIPP as speciiied by the Drawings
3) Hauling
4) Disposal of excess material
5) Clean-up
6) Cleaning
7) Testing
2. Service Reconnection, CIl'P
a. Measureinent
1) Measurement for this Item shall be per each service reconnected.
b. Payment
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
33 31 12 - 2
CURED IN PLACE PIPE (CII'P)
Page 2 of 8
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
3
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 "Service Reconnection, CIl'P".
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
Additional 1.5 mm thickness,
a. Measurement
1) Measurement for this Item shall be per linear feet.
b. Payment
1) The wark 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 " CIPP Additional 1.5 mm thiclaiess".
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) Cleau-up
6) Cleaning
7) Testing
28 1.3 REFERENCES
29
30
31
32
33
34
35
36
37
38
39
40
41
A. Reference Standards
1
2,
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.
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. F1743, Standard Practice for Rehabilitation of Existing Pipelines and Conduits
by Pulled-in-Place Installation of Cured-in-Place Thermosetting Resin Pipe
(CIPP).
42 4. International Organization for Standardization (ISO):
43 a. 9000, Quality Management System - Fundamentals and VocabulaYy.
44 5. Occupational Safety and Health Administration (OSHA).
CITY OF FORT WORTH Sanitary Sewer CIPP Contract 2014
STANDAIZD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2298
Revised December 20, 2012
333112-3
CURED IN PLACE PIPE (CII'P)
Page 3 of 8
1 1.4 ADNIINISTRATIVE REQT7IItEMENTS [NOT USED]
2 1.5 SUBMITTALS
3 A. Submittals shall be in accordance with Section Ol 33 00.
�
5 1.6
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
B. All submittals shall be approved by the City prior to delivery.
ACTION SUBMITTALS/INFORM�TIONAL SUBNIITTALS
A. Product Data
1. Flexible Liner(tube)
a. Tabular summary by sewer segment noting required CIPP thickness per section
2. Resin
a. Technical data sheet showuig physical and chemical properties
b. Test results of chemical resisting testing perfonned by resin manufacturer
B. Shop Drawings
1. Provide calculations to support CIPP design thiclmess after curing. List the
following criteria used for the calculatious:
a. Assumed host pipe condition
b. Ground water• table elevation
c. Depth of cover at deepest location
d. Modulus of soil stiffness
e. Long term modulus of elasticity
f. Live loading
g. Factor of safety against buckling
h. Assumed pipe ovality
23 C. Certificates
24 L Furnish an aff'idavit certifying that all CII'P ineets the provisions of this Section and
25 meets the requirements of above referenced ASTM standards.
26 D. Source Quality Contt�ol Submittals
27 1. Manufacturer to pr•ovide third party test results supporting the long terin
28 performance and structural strength of the pipe being manufactured
29 1.7 CLOSEOUT SUBMITTALS (NOT USED]
30 1.8 MAINTENANCE MATER.IAL SUBMITTALS [NOT US�D]
31 1.9 QUALITY ASSIIRANCE
32
33
34
35
36
37
38
39
40
41
A. Qualifications
1. Manufacturing and Installation
a. Finished pipe shall be the product of 1 manufacturer.
b. Liner manufacturing operations sliall be perfor7ned at 1 location.
c. Tlie pipe manufact�irei� shall:
1) Have performed a minimum of 50,000 feet of successful installation ui the
United States
2, All pipe furnished and installed shall be in confonnauce with and ASTM F1216 (6-
inch through 60-inch).
B. Certifications
CTI'Y OF FORT WORTH Sanitary Sewer CIPP Contract 2014
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2298
Revised December 20, 2012
33 31 12 - 4
CURED IN PLACE PIPE (CIPP)
Page 4 of 8
1
2
3
4
5
6
7
8
9
10
11
12
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 instalier of the product upon request.
1.10 DELIVERY, STORAGE, AND I3ANDLING
A. Storage and Handling Requirements
l. Follow manufacturer's recommendation on all storage and handling requirements.
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WA�RRANTY [NOT USED]
13 PART 2 - PRODUCTS
14 2.1 OWNER-FiTRNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED]
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
2.2 EQUIl'MENT, PRODUCT TYPES AND MATERIALS
A. General
l. All pipe furnished and installed shall be in conformance with and ASTM F1216 (6-
inch through 60-inch).
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 O1 60 00.
a. The Manufacturer/Installer 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 Ol 25 00.
C. Perfonnance / Design Criteria
1. Liner (tube)
a. Design liner for a 50-year service life under continuous loading conditions.
b. Consider no bonding to the original pipe wall.
c. Base design on a fully deteriorated host pipe condition as defined in
ASTM F1216.
d. Calculate wall thickness per ASTM F1216 Appendix Xl.
1) Assume the following values for the design:
a) Safety Factor (N) = 2.0
b) Ovality (C) = 5 percent
c) Enhancement Factor (K) = 7.0
d) Groundwater Depth (H�,.) = per Drawings, feet
e) Soil Depth (H) = per Drawings, feet
� Soil Modulus (E') = 1,000, psi
g) Soil Density (w) = 130 pounds per cubic foot
h) Live Load = ASSHTO HS 20
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
Sanitary Se���er CIPP Contract 2014
City Project No. 2298
333112-5
CURED IN PLACE PIl'E (CIPP)
Page 5 of 8
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
2) The minimum allowable wall thicicness for fiberglass liner is 2.8 millimeters
aud can be increased as necessary to meet ASTM F1216 Appendix X1
design formula.
3) The minimum allowable wall thicicness for felt liner is 6.0 millimeters and
can be incr•eased as necessary to meet ASTM F1216 Appendia X1 design
formula.
4) Fiberglass or feit products below the stated minimum wall thickness will not
be allowed under any circumstances.
D. Mater•ials
1. Liner• (tube)
a. The liner consists of absorbent non-woven felt or seamless spirally wound glass
fiber.
b. Construct liner to withstand installation pressures, liave sufficient strength to
bridge missing pipe and stretch to fit irregular pipe sections.
c. The wet out liner shall liave a relatively uniform thickness that when
compressed at installation pressures will equal or exceed the calculated
minimuin design CIl'P wall thiclaiess.
d. Manufacture liner to a size that when installed ��vill tiglitly fit the internal
circumference and length of the original pipe. Malce allowance for
circumferential stretching during construction.
e. Manufacture to length necessary to fully span the distance between manholes.
Include suff'icient amount of material for sealing at rnanholes and product
sample, if required.
f. The wall color of the interior pipe surface of CIPP after installation shall be a
light reflective color so that a clear, detaiied examination with CCTV
inspection per Section 33 O1 31 can be made.
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 i•esin system shall be corrosion resistant polyester or vinyl ester systein
including all required catalysts and initiators that create a composite that
satisfies the requirements of ASTM F1216, ASTM D5813 and ASTM F1743.
c. The resin used shall produce a proper CIl'P system, which will be resistant to
abrasion caused by solid, grit or sand.
35 2.3 ACCESSORIES [NOT USED]
36 2.4 SOURCE QUALITY CONTROL [NOT USED]
37 PART 3 - EX�CUTION
38 3.1 INSTALLERS [NOT USED]
39 3.2 EXAMINATION [NOT USED]
40 3.3 PREPARATION [NOT USED]
41 A. Inspection
42 1. Prior to installation, conduct an inspection of the existing pipe identified far
43 rehabilitation along with the suimounding job site conditions.
CITY OF FORT WORTH Sanitary Sewer CIPP Contract 2014
STANDARD CONSTRUCTION SPECIEICATION DOCUIvIENTS City Project No. 2298
Revised December 20, 2012
333112-6
CURED IN PLACE PIPE (CIPP)
Page 6 of 8
1
2
3
4
5
6
7
2. Complete a Pre-CCTV inspection per Section 33 Ol 31.
3. Observe flows at different times of the date to determine or verify flow conditions
in preparation for bypass pumping.
4. Verify accessibility conditions and coordinate with city regarding easement access
and limitations.
5. Confirm full circumference of the host pipe prior to liniug to ensure the pipe can be
rehabilitated without compromising the CIPP system.
8 B. Host Pipe Preparation
9 1. Clean the pipe per Section 33 04 50.
10 2. Inspect pipe as required by this Specification.
11 3, Prepare for bypass pumping per Section 33 03 10.
12 C. Liner (tube) Preparation
13 1. Resin Impregnation �
14 a. Impregnate the liner in a saturation facility where the environment can be
15 consistently controlled.
16 b. Use sufficient quantity of resin to fill the volume of air voids in the tube with
17 additional allowances for polymerization shrinlcage and the potential loss of
18 resin during installation through cracks and irregularities in the original pipe
19 wall.
20 c. Vacuum impregnate the resin utilizing a motorized pinch roller to set proper
21 thickness.
22 2. If transported to the site, refrigerate as necessary to maintain stable environment for
23 the impregnated liner.
24 3.4 INSTALLATION
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
A. Safety
1, Carry out operation in accordance with all OSHA and manufacturer's safety
requirements including, but not limited to, safety requirements involving coniined
space entry.
B. Liner installation
1. The impregnated liner can be piaced in the pipe by either direct inversion or the pull
in place method.
2. Follow ASTM F1216 Speciiication for direct inversion installation.
3. Follow ASTM F 1743 Speciiication for pulled in place installation.
4. The finished CTPP 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.
C. Curing
1. Curing of the CIPP may be done by water, steam or Ultra Violet (UV) light source,
depending on the liner type and resin. Each method must follow the
recommendation of the manufacturer.
2. Place a sufiicient amount of temperature and/or monitoring gauges within the
system to insure curing throughout the liner is consistent and uniform. A ininimum
of 2 gauges is required, 1 at each end of the liner.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
33 31 12 - 7
CURED IN PLACE PIPE (CIPP)
Page 7 of 8
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15 3.5
3. Upon completion of the curing process provide the City with the monitoring data.
D. Reinstatement of lateral cormections
1. After the liner pipe is cured in place have the lateral connections reinstated within
18 hours.
2. Reinstate the service by cutting the liner fi•om the inside of the pipe. For small
diameter pipe a remote operated cutting device may be used. For larger pipe the
liner may be cut by hand.
3. An internal cut is considered acceptable if the bottom 1/3 of the opening matches
the existing tap ulvert, there are no jagged edges and a minimum of 95 percent of
the tap opening is restored.
4. Blind holes, over cutting and holes that miss the tap must be repai��ed to the
satisfaction of the City.
5. If additional work is required to restor�e the lateral connection outside of the pipe
follow the requirements of Section 33 31 50.
REPAIl2/ RESTORATION [NOT USED]
16 3.6 RE-INSTALLATION [NOT USED]
17 3.7 FIELD [oR] SITE QUALITY CONTROL
18
19
20
21
22
23
24
25
A. Field Tests and I�ispections
1. Closed Circuit Television (CCTV) I�Zspection
a. Perfol7n a Pre-CCTV and a Post-CCTV I�ispection in accordance with Section
33 Ol 31.
2. The inspection must be completed and the quality of installation inust be acceptable
to the City prior to restoring services.
3. If the CIPP is deemed unacceptable by the City, provide a method of i�epair or
replacement for review and approval by the City.
26 3.8 SYSTEM STARTUP [NOT USED]
27 3.9 ADJUSTING [NOT USED]
28
29
30
31
32
33
34
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT US�D]
314 ATTACI3MENTS [NOT USED]
C1TY OF FORT WORTH Sanitary Sewer CIPP Contract 2014
STANDARU CONSTRUCTION SPECIFICATION DOCtIMENTS City Project No. 2298
Revised December 20, 2012
33 31 12 - 8
CURED IN PLACE PIPE (CIPP)
Page 8 of 8
1
CITY OF FORT WORTH Sanitary Sewer CIPP Contract 2014
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2298
Revised December 20, 2012
33 31 50 - 1
SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE
Page 1 of 10
1
2
SECTION 33 3150
SANITARY SEWER SERVICE CONNECTIONS AND SERVICE L1NE
3 PART1- GENERAL
4 1.1 SIIIVIlVIAI2Y
5
6
7
8
9
10
11
12
13
14
A. Section Includes:
l. Sanitary sewer service connection, service line and 2-way cleanout from the main
to the right-of-way, as shown on tlie Drawings, directed by the Engineer and
specified herein for:
a. New Service
b. New Service (Bored)
c. Private Service Relocation
d. Service Reinstatement
B. Deviations from this City of Fort Worth Standard Specification
1. None.
15 C. Related Specification Sections include, but are not necessarily liinited to:
16 1. Division 0— Bidding Requirements, Contract Fonns and Conditions of the Contract
17 2. Division 1— General Requi�•ements
18 3. Section 33 OS 10 — Utility Trench Excavation, Embedment and Backfill
19 4. Section 33 11 10 — Ductile Iron Pipe
20 5. Section 33 11 11 — Ductile Iron Fittings
21 6. Section 33 31 20 — Polyvinyl Chloride (PVC) Gravity Sanitaiy Sewer Pipe
22 1.2 PRICE -AND PAYIVIENT PROCEDURES
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
A. Measureinent and Payment �Ilenas ir� t7�is Sectio�� a�°e ir�te»clecl lo l�e con�bi»ecl for
s�ecific l�roject silualio��s. For e�-an�ple - Items 1, 2 or 3 s1�o7�Id be 7�sec1 cr7o��e for a
pf�ei�io�a�sly z�n�se���iced lot. I1er��s 1, 2 or 3 sl�oadd be z.ised in cof�jam�tioi� ���it1� hern .i for
�i se��>>ice relocate ii�he��e !he nei�i� se���ice is 5 feel ar Iess fi•om 11�e existi��g ser>>ice.
I[en�s 1 or 2 shozrld be co»�bi��ec� �i�il1� Ilems 4 cnac� S for a se���ic e relocate i��he�°e ll�e
s�r>>ice is beii�g �noi�ed n�ore tl�a» S feet fi�ona t7�1e e.a�isting sernice.J
l. New Sewer Service
a. Measurement
1) Measurement for this Item shall be per each "Sewer Service" complete in
place.
b. Payment
1) The work perfonned and materials furnished in accordance with this Item
will be paid for at the unit price bid per each "Sewer Service" iustalled for:
a) Various sizes
c. The price bid shall include:
1) Furnishing and installing New Sanitary Sewer Service Line as specified by
the Drawings
2) Pavement removal
3) Eacavation
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCiJMENTS
Revised Apri126, 2013
Sanitary Sewer CII'P Contract 2014
City Project No. 2298
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
33 31 50 - 2
SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE
Page 2 of 10
2.
3
4) Hauling
5) Disposal of excess material
6) Tee connection to main
7) Fittings
8) 2-way cleanout and cap with concrete pad
9) Surface restoration, excluding grass (seeding, sodding or hydro-mulch paid
separately)
10) Furnishing, placing and compaction of embedment
11) Furnishing, placing and compaction of backfill
12) Clean up
New Ductile Iron Sewer Service
a. Measurement
1) Measurement for this Item shall be per each Ductile Iron Sewer Service
complete in place.
b. Payment
1) The work performed and materials furnished in accordance with this Item
will be paid for at the unit price bid per each "DII' Sewer Service" installed
for:
a) Various sizes
c. The price bid shall include:
1) Furnishing and installing New DIP Sanitary Sewer Service Line as
speciiied by the Drawings
2) Pavement removal
3) Excavation
4) Hauling
5) Disposal of excess material
6) Tee connection to main
7) Fittings
8) 2-way cleanout and cap with concrete pad
9) Surface restoration, excluding grass (seeding, sodding or hydro-mulch paid
separately)
10) Furnishing, placing and compaction of embedment
11) Furnishing, placing and compaction of backfill
12) Clean-up
New Bared Sewer Service
a. Measurement
1) Measurement for this Item shall be per each Bored Sewer Service complete
in place.
b. Payment
1) The work performed and materials furnished in accordance with this Item
and measured as provided under "Measurement" will be paid for at the unit
price bid per each "Bored Sewer Service" installed for:
a) Various sizes
b) Various materials
c. The price shall include:
1) Furnishing and installing New Sanitary Sewer Service Line as specified by
the Drawings
2) Pa�ement removal
3) Excavation
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised April 26, 2013
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
333150-3
SANITARY SEWER SERVICE CONNECTIONS AND SERVICE L1NE
Page 3 of 10
1
2
3
4
5
6
7
8
9
l0
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39.
40
41
42
43
44
45
46
47
48
49
4.
5.
4) Hauling
5) Disposal of eacess material
6) Tee connection to main
7) Service Line
8) Fittings
9) 2-way cleanout and cap with concrete pad
10) Surface restoration surrounding 2-way cleanout
11) Furnishing, placing and compaction of embedment and bacicfill
12) Clean-up
Private Se�vice Relocation
a. Measurement
1) Measured horizontally along the surface from center line to center line of
the fitting, inanhole or appurtenance
b. Payment
1) The worlc performed and the materials furnished in accordance with this
Item and measured as provided under "Measurement" will be paid for at the
unit price bid per linear foot for "Private Sewer Service" installed for:
a) Various sizes
b) Various materials
c. The price shall include:
1) Obtaining appropriate Pennit
2) Obtaining Right of Entry
3) Perforniing relocation as specified in the Drawlllgs
4) Excavation
5) Hauling
6) Disposal of excess material
7) Service Line - private side by plumber
8) Fittings
9) Furnishulg, placing and compaction of embedment
10) Furnishing, placing and compaction of backiill
11) Clean-up — surface r•estoration, excluding grass (seeding, sodding or hydro-
mulch paid separately)
Sewer Service Reconnection
a. Measm�ement
1) Measurement for this Item shall be per each "Sewer Seivice Reconnection"
complete in place from public service line connection to private service line
connection.
b. Payment
1) The work perforined in conjuriction with the relocation of a sewer service,
associated with private service line, fittings and cleanout 5 feet or less in
any direction from the centerline of the existing service line and the
materials furnished ui accordance with this Item will be paid for• at the unit
price per each "Sewer Service, Recoimection" perfarmed for:
a) Vaa•ious service sizes
c. The price bid shall include:
1) Private service line
2) Fittings
3) Private connection to sewer seivice
4) Pavement removal
CiTY OF FORT WORTH
STANDA1tD CONSTRUCTION SPECIFICATION DOCUM�NTS
Revised April 26, 2013
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
33 31 50 - 4
SANITARY SEWER SERVICE CONNECTIONS AND SERVICE L1NE
Page 4 of 10
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
�
7
5) Excavation
6) Hauling
7) Disposal of excess material
8) Surface restoz•ation, excluding grass (seeding, sodding or hydro-mulch paid
separately)
9)
10)
11) Clean-up
2-way Cleanout
a. Measurement
1) Measurement for this Item shall be per each when only a"2-way Cleanout"
is installed.
b. Payment
1) The work perfoimed and the inaterials furnished in accordance with this
Item shall be paid for at the unit price bid per each "2-way Cleanout"
installed for:
a) Various sizes
b) Various materials
c. The price bid shall include:
1) Furnishing and installing the 2-way Cleanout and cap as specified in the
Drawings
2) Pavement removal
3) Concrete pad
4) Surface restoration, excluding grass (seeding, sodding or hydro-mulch paid
separately)
5) Hauling
6) Disposal of excess material
7) Furnishing, placing and compaction of bacicfill
8) Clean-up
Service Reinstatement
a. Measurement
1) Measurement for this Item shall be per each Reinstatement of Service
associated with the sewer main being rehabilitated by a trenchless method.
b. Payment
1) The worlc performed and materials furnished in accordance with this item
and measured as provided under "Measurement" will be paid for at the unit
price bid per each "Sewer Service, Reinstatement" for:
a) Various sizes
c. The price bid shall include:
1) Tap to existing main (if required)
2) Pavement removal
3) Excavation
4) Hauling
5) Disposal of excess material
6) Tee connection to main
7) Service line (if required)
8) Fittings
9) Furnishing, placing and compaction of embedment and backiill
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised April 26, 2013
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
333150-5
SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE
Page 5 of 10
1
2
3
4
5
6
7
8
9
10
11
12
13
14
_ 15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
10) Clean-up — surface restoration, excluding grass (seeding, sodding or hydro-
mulch paid separately)references
B. Definitions
3
L'!
1. New Service
a. New service applies to the installation of a service with connection to a new or
existuig sewer main.
b. The service materials would include service line, fittings and cleanout.
2. Bored Service
a. Bored service applies to the installation of a service with connection to a new or
existing sewer main including a bore under an eaisting road.
b. The service materials would include service line, fittings and cleanout.
Private Service Relocation
a. Private service relocation applies to the replacement of the existing sewer
service line on private pr•operty typically associated with the relocation of the
existing main.
b. Typical main relocation will be fi•om a rear lot easement or alley to the street.
Service Reinstateinent
a. Service reinstatement applies to the reconnection of an existing service to an
existing main that has been rehabilitated by trenchless methods such as pipe
enlargement (pipe bursting), slip lining or CIPP.
C. Reference Standards
1
2
3.
Reference standards cited in this Specification refer to the current reference
standard published at the tune of the latest revision date logged at the end of tllis
Specification, unless a date is specifically cited.
ASTM Intenlational (ASTM):
a. ASTM D3034 Standard Specification for Type PSM Poly (Vinyl Chloride)
(PVC) Sewer Pipe and Fittings
b. ASTM D1785 Standard Speci�cation for Poly (Vinyl Chloride) (PVC) Plastic
Pipe, Schedules 40, 80 and 120.
c. ASTM D2321 Standard Practice for Underground filstallation of Thennoplastic
Pipe for Sewers and Other Gravity-Flow Applications
d. ASTM D2412 Standard Test Method for Determination of External Loading
Characteristics of Plastic Pipe by Par�allel-Plate Loading
e. ASTM D3212 Standard Specification for Joints for Drain and Sewer Plastic
Pipes Using Flexible Elastomeric Seals
Teaas Coinulission on Environmental Quality
a. Title 30, Part I, Chapter 217, Subchapter C, Rule 217.54 — Criteria for Laying
Pipe and Rule
b. Title 30, Part I, Chapter 217, Subchapter C, 217.55 — Manholes and Related
Structures
41 1.3 ADMINISTRATIVE REQIIIl2EMENTS
42 A. Scheduling
43 1. Provide advance notice for service interruption to property owner and meet
44 requirements of Division 0.
CITY OF FORT WORTH Sanitary Sewer CIPP Contract 2014
STANDARD CONSTRUCTION SPECIFICATION DOCi.JMENTS City Project No. 2298
Revised April 26, 2013
33 31 50 - 6
SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE
Page 6 of 10
1 1.4 SUBNIITTALS
2 A. Submittals shall be in accordance with Section Ol 33 00.
3 B. All submittals shall be approved by the City priar to delivery.
. 4 1.5 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS
5 A. Product data shall include, if applicable:
6 1. Tee connection or saddle
7 2. Fittings (including type of cleanout)
8 3. Service line
9 B. Certificates
10 1. Furnish an affidavit certifying that service line and fittings meet the provisions of
11 this Section.
12 1.6 CLOSEOUT SUEMITTALS [NOT USED]
13 1.7 MAINTENANCE MATERIAI� SUBMITTALS [NOT USED]
14 1.8 QUALITY ASSiJIZANCE [NOT USED]
15 1.9 DELIVERY, STORAGE, AND �IANDLING
16 A. Storage and Handling Requirements
17 1. Gravity pipe shall be stored and handled in accordance with the manufacturer's
18 guidelines.
19 2. Protect all parts such that no damage or deterioration will occur during a prolonged
20 delay from the time of shipment until installation is completed and the units and
21 equipment are ready for operation.
22 3. Protect all equipment and parts against any damage during a prolonged period at the
23 site.
24 4. Prevent plastic and similar brittle items from being directly exposed to sunlight or
25 extremes in temperature.
26 5. Secure and maintain a location to store the material in accordance with Section Ol
27 66 00.
28 1.10 FIELD [SITE] CONDITIONS [NOT USED]
29 1.11 WAREtANTY [NOT USED]
30 PART 2 - PRODUCTS
31
32
33
34
35
36
2.1 OWNER-FI7I2NISHED [NOT USED]
2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS
A. Manufacturers
1. Only the manufacture��s as listed on the City's Standard Products List will be
considered as shown in Section O1 60 00.
a. The mallufacturer must comply with this Specification and related Sections.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised April 26, 2013
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
333150-7
SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE
Page 7 of 10
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
2. Any pi•oduct that is not listed on the Standard Products List is considered a
substitution and shall be submitted in accordance with Section O1 25 00.
3. The services and appurtenances shall be new and the product of a manufacturer
regularly engaged in the manufacturing of services and appurtenances having
similar service and size.
B. Materials/Design Criteria
l. Service Line and Fittings (including tee connections)
a. PVC pipe and iittings on public properiy shall be in accordance with Section 33
31 20.
b. PVC pipe and fittings on private proper-ty shall be Schedule 40 in accordance
with ASTM D1785.
c. Ductile iz•on pipe and fittings shall be coated with ceramic epoxy in accordance
with Section 33 11 10 and Section 33 11 11.
2. Service saddle
a. Service saddles shall only be allowed when connecting a new service to an
eaisting sanitaly sewer main and shall:
1) Be a 1-piece prefabricated saddle, either polyethylene or PVC, with
neoprene gasket for seal against main
2) Use saddle to fit outside diameter of main
3) Use saddle with grooves to retain band clamps
4) Use at least 2 stainless steel band clainps for securing saddles to the main
b. Inserta tees service comiections may not be used.
23 3. Cleanout
24 a. Cleanout stack rnaterial shouid be in accordance with City Standard Details or
25 as shown on Drawings.
26 b. For paved areas, provide a cast u�on cleanout aud cast iron lid.
27 c. For unpaved areas, provide PVC cleanout and polyethylene lid.
28 4. Coupling
29 a. For connections between new PVC pipe stub out and existing service line, use
30 rubber sleeve couplings with stainless steel double-band repair sleeves to
31 connect to the line.
32 2.3 ACCESSORIES [NOT USED]
33 2.4 SOURCE QUALITY CONTROL [NOT USED]
34 PART 3- EXECUTION [NOT USED]
35 3.1 INSTALLERS
36 A. A licensed plumber is required for installations of the service line on private property.
37 3.2 E�:AMIlVATION [NOT USED]
38 3.3 PREPARATION [NOT USED]
39 3.4 INSTALLATION
40 A. General
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised Apri126, 2013
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
333150-8
SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE
Page 8 of 10
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
1. Install service line, fittings and cleanout as specified herein, as specifed in Section
33 OS 10 and in accordance with the pipe manufacturer's recommendations.
B. Handling
1. Haul and distribute service lines, fittiligs and cleanouts at the project site and handle
with care to avoid damage.
a. Inspect each segment of setvice line and reject or repair any damaged pipe
prior to lowering into the trench.
2. Do not handle the pipe in such a way that will damage the pipe.
C. Service Line
l. Lay seivice line at a minimum grade of 2 percent, as shown on City Standard
details, or at lines and grades as indicated in the Drawings.
2. If service line is installed by bore as an alternative to open cut, the cost associated
with open cut instaliation, such as pavement removal, trenching, embedment and
backf'ill and pavement patch will not be included as part of the bore installation.
3. Excavate and backfill trenches in accordance with 33 OS 10.
4. Embed PVC Pipe in accordance with 33 OS 10.
D. Cleanout
L Install out of t�•affic areas such as driveways, streets and sidewalks whenever
possible.
a. When not possible, install cast iron cleanout stack and cap.
2. Insta112-way cleanout in non-paved areas in accordance with City Standard Details.
3. Insta112-way cleanout in pa�ed areas in accordance with City Standard Details.
E
F
Service line connection to main
l. New service on new or replacement main
a. Determine location of service connections before main installation so the
service fittings can be installed during main installation.
b. Connect service line to main with a molded or fabricated tee fitting.
2. Reconnection to main after pipe enlargement
a. Tapping the existing main and installing a strap on tee connection may be used.
b. Allow the new main to recover from imposed stretch before tapping and service
installation.
1) Follow manufacturer's recommendation for the length of time needed.
c. Tap main at 45 degree angle to horizontal when possible.
1) Avoid tapping the top of main.
d. Extend service liue fi•om main to property line or easement line before
connecting to the existing service line.
3. New service on existing main
a. Connect service line to main with a molded or fabricated tee fitting if possible.
b. Tapping the existing main and installing a sn�ap on tee connection may be used.
Private Service Relocation
1. Requirements for the relocation of service line on private property
a. A licensed plumber must be used to install service line on private property.
b. Obtain pertnit from the Development Department for work on private property.
c. Pay for any inspection or permit fees associated with work on private property.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised Apri126, 2013
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
333150-9
SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LiNE
Page 9 of 10
1
2
3
4
5
6
7
8
d. Verify (by Exploratoiy Excavation of Existing Utilities) the elevations at the
building cleanout and compare to data on the Drawings before beginning
service installation.
e. Submit elevation information to the City inspector.
f. Verify that the 2 percent slope installation requirement can be met.
1) If the 2 percent slope cannot be met, verify with the Engineer that line may
be installed at the lesser slope.
3.5 REPAIl2 / RCSTORATION [NOT USED]
9 3.6 RE-INSTALLATION
10 A. Service Relocation
11 1. All relocations that are not installed as designed or fail to meet the City code shall
12 be reinstalled at the Contractor's expense.
13 3.7 FIELD QUALITY CONTROL
14 A. Inspections
15 1. Private property service line requires approval by the City plumbing inspector
16 before final acceptance.
17 3.8 SYSTEM STARTUP [NOT USED]
18 3.9 ADJUSTING [NOT USED]
19 3.10 CLEANING [NOT USED]
20 3.11 CLOSEOUT ACTIVITIES [NOT USED]
21 3.12 PROTECTION [NOT USED]
22 3.13 MA.INTENANCE [NOT USED]
23 3.14 ATTAC�IlVIENTS [NOT USED]
24
25
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
Throughout—Deep Sewer Service was removed
1.2 — Measurement and Payment Items were revised to include relocation and
12/20/2012 D. Johnson reconnection; Blue text was added for guidance iu applying the bid Items; Price bid
lists revised to include clean-out caps, pads and surface restoration.
Added the phrase `, including grass' to lines;
Part 1, 1.2.A.1.c.9, Partl, 1.2.A.2.c.9, Part 1,1.2.A.S.c.8, Partl, 1.2.A.6.c.4
2/13/2013 F. Griffin Added the phrase `- surface restoration, including grass' to lines;
Pa�-t 1, 1.2.A.4.a 11, Pa��t l, 1.2.A,7.10
Removed the phrase `surrounding 2-way cleanout' from lines;
CITY OF FORT WORTH Sanitary Se���er CIPP Contract 2014
STANDARD CONSTRUCTION SPECIFICATION DOCiIMENTS Cit}+ Project No. 2298
Revised Apri126, 2013
33 31 50 - 10
SANITARY SEWER SERVICE CONNECTIONS AND SERVICE LINE
Page 10 of 10
Part 1, 1.2.A.1.c.9, Part 1, 1.2.A.2.c.9, Part 1, 1.2.A.6.c.4
Revised lines with `including grass' replacing with `excluding grass (seeding,
sodding or hydromulching paid separately)'
4/26/2013 F. Griffin Included in Part 1, 1.2, A, 1, c, 9; Part 1, 1.2, A, 2, c, 9; Part 1, 1.2, A, 4, c, 11; Part 1
1.2,A,S,c,8;Part1,1.2,A,6,c,4;Part1,1.2,A,7,c,10
1
CITI' OF FORT WORTH Sanitary Sewer CIPP Contract 2014
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2298
Revised Apri126, 2013
333910-1
CAST-IN-PLACE CONCRETE MANI-IOLE
Page 1 of 7
1
2
3 PART1- G�NERAL
Ci��.Y1J► 1 I _/:\7�1
�
7
8
9
10
11
12
13
14
15
16
17
18 1.2
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
S�CTION 33 39 10
CAST-IN-PLACE CONCRETE MANHOLE
A. Section I�zcludes:
l. 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:
l. Division 0— Bidding Requu•ements, Cont��act Forms, and Conditions of the
Contract
2. Divisiou 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 O1 30 - Sewer and Manhole Testing
6. Section 33 OS 13 — Frame, Cover, and Grade Rings
7. Section 33 39 60 — Epoxy Liners for Sanitary Sewer Structures
PRICE A.ND PAYMENT PROCEDUI2ES
A. Measurement and Payment
l. Manhole
a. Measurement
1) Measurement for this Item shail 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) Fonns
4) Concrete
5) Backfill
6) Foundation
7) Drop pipe
8) Stubs
9) Frame
10) Cover
11) Grade rings
12) Pipe connections
13) Pavemeni removal
CITY OF FORT WORTH Sanitary Sewer CIPP Contract 2014
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2298
Revised December 20, 2012
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
333910-2
CAST-IN-PLACE CONCRETE MANI-IOLE
Page 2 of 7
2.
3
14) Hauling
15) Disposal of excess material
16) Placement and compaction of backiill
17) Clean-up
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 `Bxtra Depth Manhole" specified for:
a) Various sizes
c. The price bid will include:
1) Manhole structure complete in place
2) Excavation
3) Forms
4) Reinforcing steel (if required)
5) Concrete
6) Backf'ill
7) Foundation
8) Drop pipe
9) Stubs
10) Frame
11) Cover
12) Grade rings
13) Pipe connections
14) Pa�ement 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 worlc 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 eacll "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) Bacicfill
7) Foundation
8) Drop pipe
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
333910-3
CAST-IN-PLACE CONCRETE MANI-IOLE
Page 3 of 7
1
2
3
4
5
6
7
8
9
10
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
i l 1.3 REFERENC�S
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
A. Definitions
1. Manhole Type
a. Standard Mai�llole (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 exter-nal drop comiection (s)
a Type "A" Manhole (See City Standard Details)
1) Manhole set on a reinforced concrete block placed around 39-inch and
larger sewer pipe
d. Shallow Manhole (See City Standard Details)
1) Less than 4 feet deep with formed invert for sewer pipe diameters sinaller
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 speci�c manhole design on Drawings for pipes larger than 36-inch.
30 B. Reference Standards
31 1. Reference standards cited uz this Specification refer to the current reference
32 standard published at the tiine of the latest revision date logged at the end of this
33 Specification, unless a date is specifically cited.
34 2. ASTM I�iternational (ASTM):
35 a. D4258, Standard Practice for Surface Cleaning Concrete for Coatiug.
36 b. D4259, Standard Practice for Abrading Concrete.
37 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
38 1.5 SUBMITTALS
39 A. Submittals shall be in accordance with Section O1 33 00.
40 B. All submittals shall be approved by the City prior to delivery.
41 1.6 ACTION SUSMITTALS/IlVFORMATIONAL SUBMITTALS
42 A. Product Data
43 1. Drop connection materials
CITY OF FORT WORTH Sanitary Sewer CIPP Contract 2014
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2298
Revised December 20, 2012
333910-4
CAST-IN-PLACE CONCRETE MANI30LE
Page 4 of 7
1 2. Pipe connections at manhole walls
2 3. Stubs and stub plugs
3 4. Admixtures
4 5. Concrete Mix Design
5 1.7 CLOSEOUT SUBMITTALS [NOT USED]
6 1.8 MAINTENANCE MATERIAL SUBNIITTALS [NOT USED]
7 1.9 QUALITY ASSURANCE [NOT USED]
8 1.10 DELIVERY, STORAGE, AND IIANDLING [NOT USED]
9 111 FIELD [SITE] CONDITIONS [NOT USED]
10 1.12 WARRANTY [NOT US�D]
11 PART 2 - PRODUCTS
12 2.1 OWNER-FURNISHED [o�] OWNER-SUPPLIEDPRODUCTS [NOT USED]
13 2.2 EQUIl'MENT, PRODUCT TYPES, MATERIALS
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
A. Manufacturers
l. Only the manufacturers as listed on the City's Standard Products List will be
considered as shown in Section O1 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 Ol 25 00.
B. Materials
1. Concrete — Conform to Section 03 30 00.
2. Reinforcing Steel — Conform to Section 03 21 00.
3. Frame and Cover — Conform to Section 33 OS 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 thanl2 mils and no greater than 30 mils.
c. Solids content is 68 per•cent by volume � 2 per•cent.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
333910-5
CAST-IN-PLACE CONCRETE MANHOLE
Page 5 of 7
1 2.3 ACCESSORIES [NOT USED]
2 2.4 SOURCE QUALITY CONTROL [NOT USED]
3 PART 3 - EXECUTION
4 3.1 INSTALLERS [NOT US�D]
5 3.2 EXAMINATION
6 A. Evaluation and Assessment
7 1. Verify lines and grades are in accordance to the Drawings.
8 3.3 PREPARATION
9
10
11
12
13
14
A. Foundation Preparation
l. 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.
15 3.4 INSTALLATION
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
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 joiuts 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 baciciilling around structure.
B. Pipe connection at Manhole
1. Do not construct joints of sewer pipe within wall sections of manhole.
C. I�lvert
1. Construct invert channeis 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 tlu�ough the manhole and the top '/2 of the pipe r•emoved to
facilitate manhole consh•uction.
4. For all standard mauholes 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 Coimection
CITY OF FORT WORTH Sanitary Sewer CIPP Contract 2014
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2298
Revised December 20, 2012
333910-6
CAST-IN-PLACE CONCRETE MANHOLE
Page 6 of 7
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
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. Exteinal 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
l. All structures shall be installed as specified in Drawings.
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD QUALITY CONTROL
A. Field Tests and Tnspections
1. Perform vacuum test in accordance with Section 33 O1 30.
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
333910-7
CAST-IN-PLACE CONCRETE MANI-IOLE
Page 7 of 7
END OF SECTION
Revision Log
DATE NAME SLIMMARY OF CHANGE
12/20/2012 D. Johnson 1.2.A.l.c. — reinforcing steel removed from items to be included in price bid
CITY OF FORT WORTH Sanitary Sewer CIPP Contract 2014
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No. 2298
Revised December 20, 2012
1
2
3 PART1- GENERAL
!���.YIJ�I �►% /\ �i•1
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
333920-1
PRECAST CONCRETE MANHOLE
Page 1 of 6
SECTION 33 39 20
PRECAST CONCRETE MANHOLE
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 Ol 30 — Sewer and Manhole Testing
6. Section 33 OS 13 — Frame, Cover, and Grade Rings
7. Section 33 39 60 — Epoxy Liners for Sanitary Sewer Structures
1.2 PRICE AND PAYMENT PROC�DiJRES
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) Back�ll
7) Foundation
8) Drop pipe
9) Stubs
10) Frame
11) Cover
12) Grade rings
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 2Q 2012
Sanitaq� Sewer CIPP Contract 2014
City Project No. 2298
33 39 20 - 2
PRECAST CONCRETE MANIIOLE
Page 2 of 6
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
2.
35 1.3 REFERENCES
36
37
38
39
40
41
42
43
44
45
46
47
48
A. De�nitions
13) Pipe connections
14) Pavement removal
15) Hauling
16) Disposal of excess material
17) Placement and compaction of backfill
18) Clean-up
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 worlc 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
a The price bid will include:
1) Manhole structure complete in place
2) Excavation
3) Forms
4) Reinforcing steel (if required)
5) Concrete
6) Bacicfill
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 eacess material
17) Placement and compaction of backiill
18) Clean-up
1. Manhole Type
a. Standard Manhole (See City Standard Details)
1) Greatei• than 4 feet deep up to 6 feet deep
b. Standard Drop Manhole (See City Standard Details)
1) Same as Standard Manhole with e�ternal drop connection(s)
c. Type "A" Manhole (See City Standard Details)
1) Manhole set on a reinforced concrete blocic placed around 39-inch and
larger sewer pipe.
d. Shallow Manhole (See City Standard Details)
1) Less than four 4 deep with farmed invert for sewer pipe diameters smaller
than 39-inch
2. Manhole Size
CITY OF FORT WORTH Sanitary Se���er CIPP Contract 2014
STANDAItD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2298
Revised December 20, 2012
33392L0-3
PRECAST CONCRETE MANI30LE
Page 3 of 6
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
a. 4 foot diameter
1) Used with pipe ranging from 8-iuch 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
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
Specificatiou, unless a date is speci�cally 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 Rooiing
1.4 ADIVIINISTRATIVE REQUIltEMENTS [NOT USED]
1.5 SUBMITTALS
23 A. Submittals shall be in accordance with Section O1 33 00.
24 B. All submittals shall be approved by the City prior to delivery.
25 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS
26 A. Product Data
27 1. Precast Concrete Manhole
28 2. Drop connection materials
29 3. Pipe connections at manhole walls
30 4. Stubs and stub plugs
31 5. Admixtures
32 6. Concrete Mix Design
33 1.7 CLOSEOUT SUBMITTALS [NOT USED]
34 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT US�D]
35 1.9 QUALITY ASSUI2ANCE [NOT USED]
36 1.10 DELIVERY, STORA.GE, AND II�NDLING [NOT USED]
37 1.11 FIELD [SITE] CONDITIONS [NOT USED]
38 1.12 WAIZRANTY
39 A. Manufacturer Warranty
CITY OF FORT WORTH Sanitary Sewer CIPP Contract 2014
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2298
Revised December 20, 2012
333920-4
PRECAST CONCRETE MANHOLE
Page 4 of 6
1
L Manufacturer's War�ranty shall be in accardance with Division l.
2 PART 2 - PRODUCTS.
3 2.1 OWNER-FURNISHED [ox] OWNER-SUPPLIED PRODUCTS [NOT USED]
4 2.2 EQUII'MENT, PRODUCT TYPES, AND MATERIALS
5 A. Manufacturers '
6 1. Only the manufacturers as listed on the City's Standard Products List will be
7 considered as shown in Section Ol 60 00.
8 a. The manufacturer must comply with this Specification and related Sections.
9 2. Any product that is not listed on the Standard Products List is considered a
10 substitution and shall be submitted in accordance with Section Ol 25 00.
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34 2.3
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 aud grout during manhole
instailation.
4. Frame and Cover — Conform to Section 33 OS 13.
5. Grade Ring — Confoi7n to Section 33 OS 13 and ASTM C478.
6. Pipe Connections
a. Utilize either an integrally cast embedded pipe coruiector or a boot-type
connector installed in a circular blocic out opening conforming to ASTM C923.
7. Steps
a. No steps at•e 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 Dl 187
Type I and ASTM D 1227 Type III Class I.
ACCESSORIES [NOT USED]
35 2.4 SOURC� QUALITY CONTROL [NOT USED]
CITY OF FORT WORTH Sanitary Sewer CIPP Contract 2014
STANDARD CONSTRUCTION SPECIFICATION DOCiJMENTS City Project No. 2298
Revised December 20, 2012
333920-5
PRECAST CONCRETE MANHOLE
Page 5 of 6
1 PART 3 - EXECUTION
2 3.1 INSTALLERS [NOT USED]
3 3.2 EXAMINATION
' 4 A. Evaluation and Assessment
5 1. Verify lines and grades are in accordance to the Drawings.
6 3.3 PREPARATION
7
8
9
10
11
12
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.
13 3.4 INSTALLATION
14 A. Manhole
15 1. Construct manhole to dimensions shown on Drawings.
16 2. Precast Sections
17 a. Provide bell-and-spigot design incorporating a premolded joint sealing
18 compound for wastewater use.
19 b. Clean bell spigot and gaskets, lubricate and join.
20 a Minilnize number of segments.
21 d. Use long joints used at the bottom and shorter joints toward the top.
22 B. Invert
23 1. Construct invert channels to provide a smooth waterway with no disruption of flow
24 at pipe-manhole connections.
25 2. For direction changes of mains, construct channels tangent to mains with maximum
26 possible radius of curvature.
27 a. Provide curves for side inlets.
28 3. For all standard manholes provide full depth invert.
29 4. For example, if 8-inch pipe in connected to manhole construct the invert to full 8
30 inches in depth.
31 C. Drop Manhole Connection
32 1. Install drop connection when sewer line enters manhole higher than 24 inches
33 above the invert.
34
35
36
37
38
39
D. Final Rim Elevation
l. 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 debr•is, stones and dirt to ensure a watertight seal.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
►.�7
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 appiication 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 witli adhesion of
the coating.
2. Cure manhole for 3 days before backfilling around the structure.
3. Application will follow manufacturer's recommendation.
G. Modifications and Pipe Penetrations
1. Confonn to Section 03 80 00.
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD QUALITY CONTROL
A. Field Tests and Inspections
l. Perform vacuum test in accordance with Section 33 Ol 30.
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITiES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
1.1.A.1— Modified to include precast manholes for water and reclairned water
applications
12/20/2012 D. Johnson 1.3.B.2 — Modified to include ASTM C443, D 1187 and D 1227 as references
2.2.B.1-3 —Modified in accordance with new ASTM references
2.2.B.10 — Modified in accordance with new ASTM references
26
CITY OF FORT WORTH
STANU.�LR.D CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
333930-1
FIBERGLASS MANI-IOLES
Page 1 of 7
1
2
SECTION 33 39 30
FIBERGLASS MANHOLES
3 PART1- GENERAL
4 1.1 SUMMARY
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21 1.2
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
A. Section Includes:
1. Glass-Fiber-Reinforced Polyester (Fiberglass) Sanitary Sewer Manholes
B. Deviations from this City of Fort Worth Standard Specification
l. 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 O1 30 — Sewer and Manhole Testing
6. Section 33 OS 10 — Utility Trench Excavation, Embedment and Backfill
7. Section 33 OS 13 — Frame, Cover and Grade Rings
8. Section 33 39 10 — Cast-In-Place Concrete Manholes
9. Section 33 39 20 — Precast Concrete Manholes
10. Section 33 39 60 —Epoxy Liners for Sanitary Sewer Structures
PRICE AND PAYMENT PROCEDi7R�S
A. Measurement and Payment
1. Manhole
a. Measurement
1) Measurement for this Item shall be pre each "Fiberglass Manhole"
installed.
b. Payment
1) The work perfonned and the materials furnished in accordance with this
Item shall be paid for at the unit price bid per each "Fiberglass Manhole"
installed for:
a) Various sizes
b) Various types
c. The price bid shall include:
1) Manhole structure complete in place
2) Excavation
3) Furnisiling, placing and coinpaction of baciciill
4) Drop pipe
5) Stubs
6) Frame
7) Cover
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
333930-2
FIBERGLASS MANHOLES
Page 2 of 7
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
2
8) Grade r•ings
9) Pipe connections
10) Pa�ement removai
11) Hauling
12) Disposal of excess material
13) Clean-up
Extra Depth Manhole
a. Measurement
1) MeasuY•ement for added depth beyond 6 feet shall be per vertical foot,
measured to the nearest U10 foot.
b. Payment
1) The worlc perfonned and materials furnished in accordance with this Itein
and measured as provided under "Measur•ement" shall be paid for at the unit
price bid per vertical foot for "Fiberglass Extra Depth Manhole" specified for:
a) Various Sizes
c. The price bid shall include:
1) Manhole structure complete in place
2) Excavation
3) Furnishing, placing and compaction of bacicfill
4) Drop pipe
5) Stubs
6) Fr•aine
7) Cover
8) Grade rings
9) Pipe connections
10) Pavement removal
11) Hauling
12) Disposal of excess material
13) Clean-up
30 1.3 R�FERENCES
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
1. Mauhole 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 comlection (s)
c. Type "A" Manhole (See City Standard Details)
1) Manhole set on a reinforced concrete block placed around 39-inch and
larger sewer pipe.
2. Manhole Size
a. 4 foot diaineter
1) Used with pipe ranging fi�om 8-inch to 21-inch
b. 5 foot diameter
1) Used with pipe ranging from 24-inch to 36-inch
c. See specific manhole design on Drawings for pipes larger than 36-inch.
46 B. Reference Standards
A. Definitions
CITY OF FORT WORTH
STANDAI2D CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
333930-3
FIBERGLASS MANHOLES
Page 3 of 7
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
2.
33 1.4 ADMINISTRATIVE REQUIltEMENTS [NOT USED]
34 1.5 SUBMITTALS
35
36
A. Submittals shall be in accordance with Section O1 33 00.
B. All submittals shall be approved by the City prior to delivery.
37 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS
38
39
40
41
42
43
44
A. Product Data
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.
ASTM Tnternational (ASTM):
a. ASTM A307 — Standard Specification for Carbon Steel Bolts and Studs,
60,000 psi Tensile Strength.
b. ASTM A615 — Standard Specification for Deformed and Plain Ca1•bon-Steel
Bars for Concrete Reinforcement.
c. ASTM C76 — Standard Specification for Reinforced Concrete Culvert, Storm
Drain and Sewer Pipe.
d. ASTM C270 — Standard Specification for Mortar for Unit Masonry.
e. ASTM C478 — Standard Specification for Precast Reinforced Concrete
Manhole Sections.
£ ASTM C923 — Standard Specification for Resilient Connectors Between
Reinforced Concrete Manholes Structures, Pipes, and Laterals.
g. ASTM Cl 107 — Standard Specification for Packaged Dry, Hydraulic-Cement
Grout (Non-Shrink).
h. ASTM C1244 — Standard Test Method for Concrete Sewer Manholes by the
Negative Air Pressure (Vacuum) Test Prior to Backfill.
i. ASTM C1628 - Standard Specification for Joints for Concrete Gravity Flow
Sewer Pipe, Using Rubber Gaskets.
j. ASTM D698 - Standard Test Methods for Laboratory Compaction
Characteristics of Soil Using Standard Effort (12 400 ft-lbf/ft3 (6001cN-
m/m3)) •
k. ASTM D2996 — Standard Specification for Filament-Wound Fiberglass
(Glass-Fiber-Reinforced Thermosetting-Resin) Pipe.
l. ASTM D2997 — Standard Specification for Centrifugally-Cast Fiberglass
(Glass-Fiber-Reinforced Thermosetting-Resin) Pipe.
m. ASTM D3753 — Standard Specification for Glass-Fiber-Reinforced Polyester
Manholes and Wetwells.
n. ASTM D4258 — Standard Practice for Surface Cleaning of Concrete.
o. ASTM D4259 — Standard Practice for Abrading Concrete.
1. Design and fabrication details of Fiberglass Manhole components
2. Installation instructions for Fiberglass Manholes
3. Drop connection materials
4. Pipe connections at manhole walls
5. Materials for stubs and stub plugs, if applicable
6. Grade ring materials
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
33 39 30 •� 4
FIBERGLA3S MANI-IOLES
Page 4 of 7
1 7. External coating materials
2 8. Plugs for hydrostatic testing
3 1.7 CLOSEOUT SUBMITTALS [NOT USED]
4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
5 1.9 QUALITY ASSURANCE [NOT USED]
6 1.10 DELIVERY, STORAGE, AND IIANDLING [NOT USED]
7 1.11 FIELD [SITE] CONDITIONS [NOT USED]
8 1.12 WARRANTY
9 A. Manufacturer Warranty
10 1. Manufacturer's Warranty shall be in accordance with Division 1.
11 PART 2 - PRODUCTS
12 2.1 OWNER-FITRNISHED [o�] OWNER-SUPPLIED PRODUCTS [NOT USED]
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
2.2 EQUIl'MENT, 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 Ol 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 Ol 25 00.
B. Materials
1. Fiberglass Manholes
a. Provide Prefabricated Fiberglass Manholes confonning in shape, size,
dimensions and details shown in the Drawings.
b. Unless modi�ied in the Drawings, use manhole sections conforming to ASTM
D3753.
c. Marlc date of manufacture and name or trademarlc of manufacturer in 1 inch tall
stenciled letters on the inside of the barrel.
d. Unless larger size is required, provide 48-inch diameter barrel.
e. Provide wall section thicicness for depth of manhole according to ASTM
D3753, but not less than 0.48 inches in thiclaiess.
£ Provide fabricated reducer bonded at factory to form 1 continuous unit at top of
manhole barrel to accept concrete grade r•ings and cast iron fi•ame and cover.
1) Reducer design shall be of sufficient strength to safely support HS-20
loading in accordance with AASHTO.
2. Concrete for Utility Const��uction
a. Conform to Section 03 30 00.
3. Concrete Manhole Base
a. Conform to Section 33 39 10 or Section 33 39 20.
b. Form base so that joint wifli fiberglass manhole barrel is sealed against leakage.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
333930-5
FIBERGLASS MANHOLES
Page 5 of 7
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
4. Reinforcing Steel
a. Conform to Section 03 30 00.
5. Lifting Devices
a. Manhole bases may be furnished with lift lugs or lift holes.
b. If lift lugs are provided, place 180 degrees apart.
c. If lift holes are provided, place 180 degrees apart and grout during manhole
installation.
6. Grout
a. Conform to Section 03 80 00 Article 2.5 Repair Mortars or Article 2.6 Pipe
Penetrations Sealants.
7. Frame and Cover
a. Conform to Section 33 OS 13.
8. Grade Rings
a. Conform to Section 33 OS 13 and ASTM C 478.
9. Pipe Connections
a. Conform to ASTM C923 or ASTM C1628.
10. Interior Coating or Liner for concrete manhole bench and invert
a. Conform to Section 33 39 60.
2.3 ACCESSORIES [NOT USED]
2.4 SOURCE QUALITY CONTROL [NOT USED]
21 PART 3 - EXECUTION
22 3.1 INSTALLERS [NOT USED]
23 3.2 EXANIINATION
24 A. Evaluation and Assessment
25 l. Verify lines and grades are in accordance to the Drawings.
26 3.3 PREPA.RATION
27
28
29
30
31
32
33
34
35
36
37
38
39
40
A. Foundation Preparation
1. Exca�ate 8 inches below manhole foundation.
2. Replace excavated soil with course aggregate; creating a stable base for the
manhole to be constructed on.
a. If soil conditions or grouud water prevent use of course aggregate base a 2-inch
mud slab may be substituted.
3.4 INSTALLATION
A. General
1. Manhole
a. Consn•uct manhole to dimensions shown on Drawings.
b. Construct manhole base section in accordance with Section 33 39 10 or Section
33 39 20.
1) For a cast-in-�lace base place, finish and cure concrete according to
Section 03 30 00.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
333930-6
FIBERGLASS MANHOLES
Page 6 of 7
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
2.
3
4
�
c. Lower manhole barrel onto base section.
d. Seal with manufacturer's gasket or approved sealant.
e. Wrap joint with external sealing material a minimum of 12 inches in width.
£ Where cast-in-place base is used, support manhole barrel ui place and brace it
from sides of excavation to prevent any movement of barrel duriug concrete
placement and while concrete is setting.
1) Provide minimum clearance between reinforcing steel and manhole bai�rel
bottom as shown on Drawings.
2) Do not support manhole barrel on reinforcing steel.
3) Place bead of water swelling sealant around inside of ban�el near bottom, as
shown on Drawings, to form seal.
Pipe coimections at Manhole
a. Construct pipe stubs for future connections at locations and with materials
indicated on Drawings.
1) Install stub plugs at interior of manhole and wood or plastic bullchead at the
end of the stub.
b. Cut manhole barrel for pipe penetrations following curvature of pipe and with
maximum of 1-inch clearance.
1) Seal cut edges with resin.
2) Hole may be circular or cutout with semi-circular top, which extends to
bottom of barrel.
c. Place continuous bead of water swelling sealant, as shown on Drawings,
around pipe peneh•ations on interior of manhole ban�el.
1) Roughen surface of fiberglass prior to placement to improve bond with
sealant.
2) Allow sealant to completely cure before placing concrete against it.
3) Test connections for watertight seal before backfilling.
Invert
a. Construct invert channels to provide a smooth waterway with no disruption of
flow at pipe-manhole connections.
b. For direction changes of mains, construct chamiels tangent to mains with
maximum possible radius of curvature.
1) Provide curves for side inlets.
Drop Manhole Connection
a. I�istall drop connection when sewer line enters mai�liole higher than 24 inches
above the invert.
b. At drop pipe connections through fiberglass barrel, cut circular hole sized to
requireinents of manufactured connector.
1) Seal cut edge with resin.
2) Install watertight connector according to manufacturer's recommendations.
Final Rim Elevation
a. I�Zstall concrete gi•ade rings for height adjustment.
1) Construct grade ring on load bearing shoulder of manhole.
2) Use sealant between rings as shown on Drawings.
b. Set fraine on top of manhole or grade rings using conti�iuous water sealant.
c. Remove debris, stones and dirt to ensure a watertight seal.
d. Do not use steel shirns, wood, stones or other unspecified material to obtain the
final surface elevation of the manhole frame.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
Sanitar}� Sewer CIPP Contract 2014
City Project No. 2298
333930-7
FIBERGLASS MANHOLES
Page 7 of 7
1
2
3
4
5
0
7
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD QUALITY CONTROL
A. Field Tests and Inspections
1. Perform testing in accordance with Section 33 O1 30.
END OF SECTION
Revision Log
DATE NAME SZJMM�RY OF CHANGE
8
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
333940-1
WASTEWATER ACCESS CHAMBER (WAC)
Page 1 of 4
1
2
SECTION 33 39 40
WASTEWATER ACCESS CIIAMBER (WAC)
�� 7� ����l��►M� 71J�
4 1.1 SiJ7YIMARY
5 A. Section Includes:
6 1. Wastewater Access Chambers (WAC) utilized at the end of sanitary sewer mains
7 where it is impracticable to build, maintain and access a standard or shallow
8 manhole
9 a. These are installed as specifically noted on the Drawings, not as an option for
10 manhole installation.
11 B. Deviations from this City of Fort Worth Standard Specification
12 1. None.
13
14
15
16
17
18
19
C. Related Speciiication Sections include, but are not necessarily limited to:
l. 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 Ol 30 — Sewer and Manhole Testing
6. Section 33 OS 13 — Frame, Cover, and Grade Rings
20 1.2 PRICE AND PAYlV�NT PROC�DUI2ES
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
A. Measurement and Payment
1. Measurement
a. Measurement for this Item shall be per each.
2. Payment
a. The work perfor7ned and materials funiished in accordance with this Item and
measured as provided under "Measurement" will be paid for at the unit price
bid per each "Wastewater Access Chamber" complete in place.
3. The price bid will include:
a. WAC complete in place
b. E�cavation
c. Back�il
d. Frame
e. Cover
f. Grade rings
g. Pipe connections
h. Pavement removal
i. Hauling
j. Disposal of excess rnaterial
k. Placement and coinpaction of bacicfill
1. Clean-up
m. Testing
CITY OF FORT WORTH Sanitary Sewer CIPP Contract 2014
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2298
Revised December 20, 2012
333940-2
WASTEWATER ACCESS CIIAMBER (WAC)
Page 2 of 4
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
1.3 REF�RENCES
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
Speciiication, unless a date is specifically cited.
2. ASTM Inteniational (ASTM):
a. C478, Standard Specification for Precast Reinforced Concrete Manhole
Sections.
b. C923, Standard Specification for Resilient Counectors Between Reinforced
Concrete Manhole Structures, Pipes, and Laterals.
1.4 ADMINISTRATIVE REQIIII2EMENTS [NOT USED]
1.5 SUBMITTALS
A. Submittals shall be in accordance with Section Ol 33 00.
B. All submittals shall be approved by the City prior to delivery.
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS
A. Product Data
1. WAC
2. Stubs and stub plugs
3. Grade ring
4. Plugs for air testing
1.7 CLOSEOUT SUBNIITTALS [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 WARRA1vTY
A. Manufacturer Warranty
1. Manufacturer's Warranty shall be in accordance with Division 1.
PART 2 - PRODUCTS
21 OWNER-FIIRNISHED [oR] OWNER-SUPPLIED PRODUCTS [NOT USED]
2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS
A. Manufacturers
l. Only the manufacturers as listed on the City's Standard Products List will be
considered as shown in Section Ol 60 00.
a. The manufacturer must comply with this Specification and related Sections.
CITY OF FORT WORTH
STANDA.RD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
333940-3
WASTEWATER ACCESS CHAMBER (WAC)
Page 3 of 4
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16 2.3
2. Any product that is not listed on the Standard Products List is considered a
substitution and shall be subu7itted in accordance with Section O1 25 00.
B. Materials
l, WAC structure
a. 3/8 i�ich thick 1-piece const��uction
b. Large enough for insertion of Closed Circuit Television (CCTV) equipment and
high pressure cleaning equipment
c. Lightin color
d. Surface construction to match typical manhole design
2. Cast-in-place concrete — Conform to Section 03 30 00.
3. Frame and Cover — Confoi7n to Section 33 OS 13.
a. Because it is not made for personnel access, a standard 24-inch frame and cover
assembly may be used.
4. Grade Ring — Conform to ASTM C478.
5. Pipe Connections — Conform to ASTM C923.
ACC�SSORIES [NOT USED]
17 2.4 SOURCE QUALITY CONTROL [NOT USED]
18 PART 3 - EXECUTION
19 3.1 INSTALLERS [NOT USED]
20 3.2 EXAMINATION
21 A. Evaluation and Assessment
22 1. Verify lines and grades are in accordance to the Drawings.
23 3.3 PREPARATION
24 A. Surface Preparation
25 1, Eacavate 8 inches below manhole foundation. Replace excavated soil with course
26 aggregate; creating a stable base for the manhole to be constructed on.
27 a. If soil conditions or ground water prevent use of course aggregate base a 2-inch
28 mud slab may be substituted.
29 3.4 INSTALLATION
30
31
32
33
34
35
36
37
38
A. WAC
1. Construct to dimensions shown on the Drawings.
B. Pipe connection at WAC
1. Construct pipe stubs for future comlections at locations and with materials indicated
on the Drawings.
2. Install stub plugs at interiar of WAC and wood or plastic bulkhead at the end of the
stub.
C. Final Rim Elevation
l. Install concrete grade rings for height adjustment.
CITY OF FORT WORTH Sanitary Sewer CIPP Contract 2014
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2298
Revised December 20, 2012
333940-4
WASTEWATER ACCESS CHAMBER (WAC)
Page 4 of 4
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
�xa
a. Construct grade ring on load bearing area outside of WAC structure.
b. Use sealant between rings as shown on the Drawings. .
2. Set grade rings using continuous water sealant.
a. Remove debris, stones and dirt to ensure a watertight seal.
3. Do not use steel shims, wood, stones or other unspecified inaterial to obtain the
final surface elevation of the manhole frame.
D. Modiiications and Pipe Penetrations
l. Conform to Section 03 80 00.
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD QUALITY CONTROL
A. Field Tests and Inspections
l. Perform vacuuin test in accordance with Section 33 Ol 30.
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 ATTACIIlVIENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
23
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
333960-1
EPDXY LINERS FOR SANITARY SEWER STRUCTURES
Page 1 of 6
2
SECTION 33 39 60
EPDXY LINERS FOR SANITARY SEWER STRUCTURES
3 PART1- GENERAL
4 1.1 SUMMAI2Y
5 A. Section Includes:
6
7
8
9
10
1. Application of a high-build epoxy coating system to concrete utility structures such
as manholes, lift station wet wells, junction boxes or other concrete facilities that
may need protection from coi7•osive materials
B. Deviations fi•om this City of Fort Worth Standard Specification
l. None.
11 C. Related Specification Sections include but are not necessarily lunited to:
12 1. Division 0— Bidding Requirements, Contract Forms, and Conditions of the
13 Contract
14 2. Division 1— General Requirements
15 3. Section 33 Ol 30 — Sewer and Manhole Testing
16 1.2 PRICE AND PAYlVIENT PROCEDiTRES
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
A. Measurement and Payment
1
0
Manholes
a. Measurement
1) Measurement for this Item shall be per vertical foot of coating as measured
from the bottom of the frame to the top of the bench.
b. Payment
1) The worlc performed and materials fumished in accordance with this Item
and measured as provided under "Measurement" will be paid for at the unit
price bid per vertical foot of `Bpoxy Manhole Liner" applied.
c. The price bid shall iuclude:
1) Furnishing and installing Liner as specified by the Drawings
2) Hauling
3) Disposal of e�cess material
4) Clean-up
5) Cleaning
6) Testing
Non-Mai�liole Structures
a. Measurement
1) Measurement for this Item sllall 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 `Bpo�y St��ucture Liner" applied.
a The price bid shall include:
1) Furnishing and installing Liner as speciiied by the Drawings
C1TY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
Sanitar}� Sewer CIPP Contract 2014
city Project No. 2298
33 39 60 - 2
EPDXY LINERS FOR SANITARY SEWER STRUCTURES
Page 2 of 6
1
2
3
4
5
6 1.3
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30 1.4
2) Hauling
3) Disposal of excess material
4) Clean-up
5) Cleaning
6) Testing
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. D63 8, 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.
£ D4414, Standard Practice for Measurement of Wet Film Thickness by Notch
Gages.
g. D4541, Standard Test Method for Pull-off Strength of Coatings Using Portable
Adhesion Testers.
3. Environmental Protection Agency (EPA).
4. NACE International (NACE).
5. Occupational Safety and Health Administration (OSHA).
6. Resource Conservation and Recovery Act, (RCRA).
7. The Society for Protective CoatingslNACE International (SSPC/NACE):
a. sp 13/NACE No. 6, Surface Preparation of Concrete.
ADMIlVISTRATIVE REQUIItEMENTS [NOT USED]
31 1.5 SUBMITTALS
32 A. Submittals shall be in accordance with Section O1 33 00.
33 B. All submittals shall be approved by the City prior to delivery.
34 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS
35
36
37
38
39
40
41
42
A. Product Data
l. 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
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
Sanitary Sewer CIPP Contract 2014
city Project No. 2298
333960-3
EPDXY LINERS FOR SANITARY SEWER STRUCTURES
Page 3 of 6
1
2
3
4
5
6
7
B. Contractor Data
1. Current documentation from coating product manufacturer certifying Contractor's
training 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 inunicipal wastewater environment
8 1.7 CLOSEOUT SUBMITTALS [NOT USED]
9 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
10 1.9 QUALITY ASSi.JI2ANCE
11
12
13
14
15
16
17
18
19
20
21
22
23
24
A. Qualifications
1. 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 cont�•ol procedures consistent with tl�e coating
product(s) manufacturer recommendations and applicable NACE or SSPC
standards as referenced herein
1.10 DELIV�RY, STORAGE, AND IIriNDLING
A. Keep materials dry, protected fi•om 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.
l.11 FIELD [SITE] CONDITIONS
25 A. Provide confined space entry, flow diversion and/or bypass plans as necessary to
26 perform the specified work.
27 1.12 WA,RRANTY
28 A. Contractor Warranty
29 l. Contractor's Warranty shall be in accordance with Division 0.
30 PAia� 2 - PROI)iTC'�S
31 2.1 OWNER-FiTRNISHED [oR] OWNER-SUPPLIED PRODUCTS [NOT USED]
32 2.2 EQUIPMENT, PRODUCT TYPES, MA.TERIALS
33 A. Repair and Resurfacing Products
34 1. Compatible with the specified coating product(s) in order to bond effectively, thus
35 fonning a composite system
36 2. Used and applied in accordance with the uianufactu�•er's recommendations
37 3. The repair and resm•facing products must ineet the following:
CITY OF FORT WORTH Sanitary Sewer CIPP Contract 2014
STANDARD CONSTRUCTION SPECIFICATION DOCiTMENTS city Project No. 2298
Revised December 20, 2012
333960-4
EPDXY LINERS FOR SANITARY SEWER STRUCTURES
Page 4 of 6
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
a. 100 percent solids, solvent-free epoxy grout specifically formulated for epoxy
topcoating coinpatibility
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
3. The 100 percent solids, solvent-free ultra high-build epoxy system shall e�ibit the
following characteristics:
a. Application Temperature — 50 degrees F, minimum
b. Thickness —125 mils minimum
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
£ 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 (ASTM D543/G20) all types of service for:
1) Municipal sanitary sewer environment
2) Sulfuric acid, 30 percent
3) Sodium hydroxide, 5 percent
31 C. Coating Application Equipment
32 l. Manufacturer approved heated plural component spray equipment
33 2. Hard to reach areas, primer application and touch-up may be performed usuig hand
34 tools.
35 2.3 ACCESSORIES [NOT USED]
36 2.4 SOURCE QUALITY CONTROL
37
38
39
40
41
42
43
44
45
l. Testing
a. Take wet iilm thickness gauge per ASTM D4414 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.
b. After coating has set, repair all visible pinholes by lightly abrading the surface
and brushing the lining material over the area.
a Repair all blisters and evidence of uneven cover according to the
manufacturer's recotnmendations.
d. Test manhole for fival acceptance according to Section 33 O1 30.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
Sanitary Sewer CIPP Contract 2014
city Project No. 2298
333960-5
EPDXY LINERS FOR SANITARY SEWER STRUCTURES
Page 5 of 6
1 PART 3 - EXECUTION
2 3.1 INSTALLERS
3 A. All installers shall be certified applicators approved by the manufacturers.
4 3.2 EXANIIlVATION [NOT USED]
5 3.3 PREPARATION
6 A. Manhole Preparation
7 1. Stop active flows via dainming, plugging or diverting as required to ensure all
8 liquids are maintained below or away from the sm•faces to be coated.
9 2. Maintain temperature of the surface to be coated between 40 and 120 degrees F.
10 3. Shield specified surfaces to avoid exposure of direct sunlight or other intense heat
11 source.
12 a. Where varying surface temperatures do exist, coating instailation should be
13 scheduled when the temperature is falling versus rising.
14
15
16
17
18
19
20
21
22
23
24
25
B. Surface Preparation
1. Remove oils, 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 subst�•ate.
2. Remove concrete and/or mortar damaged by corrosion, chemical attack or othe�•
means of degradation so that only sound substrate remains.
3. Surface preparation method, or combination of inethods, 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 iu a mamier that provides a unifonn, sound,
clea�i, neutralized, surface suitable for the specified coating product.
26 3.4 INSTALLATION
27
28
29
30
31
32
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 enviromnental contt•ols, product handling, mixing and
application.
33 B. Temperature
34 1. Only perform application if surface telnperature is between 40 and 120 degrees F.
35 2. Make no application if freezing is e�pected to occur inside the manhole within 24
36 hours after application.
37 C. Coating
38 1. Spray apply per manufacturer's recommeudation at a minimum film thickness of
39 125 mils.
40 2. Apply coating from bottom of mavhole frame to the bench/t�•ough, including the
41 bencl�/tt'ough.
CITY OF FORT WORTH Sanitary Sewer CIPP Contract 2014
STANDARD CONSTRUCTION SPECIFICATION DOCi JMENTS city Project No. 2298
Revised December 2Q 2012
333960-6
EPDXY LINERS FOR SANITARY SEWER STRUCTURES
Page 6 of 6
i
2
3
4
5
6
7
8
G]
10
11
12
13
14
15
16
17
18
19
3. After walls are coated, remove bench covers and spray bench/trough to at least the
same thickness as the walls.
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 REPAIl2 / RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD [ox] SITE QUALITY CONTROL
A. Each structure will be visually inspected by the City the same day following the
application.
B. The inspector will check for deficiencies, pinholes and thin spots.
C. If leaks are detected they will be chipped back, plugged and coated immediately with
protective epoxy resin coating.
l. Make repair 24 hours after leak detection.
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES
20 A. Upon final completion of the work, the manufacturer will provide a written certification
21 of proper application to the City.
22 B. The certification will confirm that the deficient areas were repaired in accordance with
23 the procedure set forth in this Specification.
24 3.12 PROTECTION [NOT USED]
25 3.13 MAINTENANCE [NOT USED]
26 3.14 ATTACHMENTS [NOT USED]
27
28
29
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
Sanitary Se�a�er CIPP Contract 2014
ciry Project No. 2295
34 71 13 - 1
TRAFFIC CONTROL
Page 1 of 6
1
2
3
4
s
6
�
s
9
io
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
��
�s
39
40
SECTION 34 71 13
TRAFFIC CONTROL
PART 1 - GENERAL
i.i SUMMARY
A. Section Includes:
1. Installation of Traffic Control Devices and preparation of TrafFc Control
Plans
B. Deviations from this City of Fort Worth Standard Specification
] . TRAFFIC CONTROL
The contraetor will be required to obtain a��5treet Use Permit" prior to
starting work. As part of the "Street Use Perrnit" a traffic control plan is
required. The Contractor shall be responsible for providing traffic controf
during the cor�struction af this projeck consistent with the provisions set
forth in the'�Latest Editi�n Texas Manual on Unifiorm Traffic Control Devices
for Streets and Highways" issued under the authority of the'�State of Texas
Uniform Act Regulating Traffic on Highways," codified as Articie 6701d
Vernon's Civil Statutes, pertinent sectians beii�g Section Nos. 27, 29, 30
and 31,
Unless otherwise included as part of the Construction documents, the
Contractor shali submit a traffic control plar� (duly sealed, signed and dated
by a Registered Professional Engineer (P.E,) in th� state af Texas), to the
City Traffic Engineer at or before the start of each work order. Tl�e P.E.
preparing tl7e traffic control plan may utilize standard traffc reroute
configurations posted as '�Typicals" on the City's �uzzsaw website.
Although work will not begin until the traffic control plan has been reviewed
and approved, the Contractor's time will begin in accordance with the
timeframe mutually established in the 'Nntic� to Proceed' issued the
Contractor.
Work shall not be peiformed on certain locations/streets during "peak
traffic periods" as determination by the City Traffic Engineer and in
accordance with the applicable provision of the "City of Fort Worth Traffic
Control Handbook for Construction and Maintenance Work Areas."
Payment for traffic control shall cover design and / or installation and
maintenance of the traffic control plan, and shall be paid at the unit price
bid per each for ��Traffic Contral".
C. Related Specification Sections include, but are not necessarily limited to:
CITY OF FORT WORTH Sanitary Sewer CIPP Contract 2014
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2298
Revised November 22, 2013
1
2
3
4
s
6
�
8
9
io
11
12
13
14
is
16
1�
tg
19
20
?1
22
23
24
?s
26
��
2s
29
30
31
32
33
34
35
36
��
38
39
40
41
42
43
347113-2
TRAFFIC CONTROL
Page2of6
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 perfiormed 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
3. 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:
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Sanitary Sewer CIPP Contract 2014
Revised November 22, 2013 City Project No, 2298
34 71 13 - 3
TRAFFIC CONTROL
Page 3 of 6
i 1) Preparing the Traffic Control Plan Details for closures of 24 hours or
2 longer
3 2) Adherence to City and Texas Manual on Uniform Traffic Control
4 Devices (TMUTCD)
s 3) Obtaining the signature and seal of a licensed Texas Professional
6 Engineer
� 4) Incorporation of City comments
s 1.3 REFERENCES
9 A. Reference Standards
l0 1. Reference standards cited in this Specification refer to the current reference
11 standard published at the time of the latest revision date logged at the end
12 of this Specification, unless a date is specifically cited.
t3 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD).
14 3. Item 502, Barricades, Signs, and Traffic Handling of the Texas Department
ts of Transportation, Standard Specifications for Construction and Maintenance
�6 of Highways, Streets, and Bridges.
1� 1.4 ADMINISTRATIVE REQUIREMENTS
1 s A. Coordination
19 1. Contact TrafFic Services Division (817-392-7738) a minimum of 48 hours
2o prior to impiementing Traffic Control within 500 feet of a traffic signal.
2i B. Sequencing
22 1. Any deviations to the Traffic Control Plan included in the Drawings must be
2� first approved by the City and design Engineer before implementation.
24 1.5 SUBMITTALS
�s
26
27
2s
29
30
31
32
33
34
�s
36
37
A. Provide the City with a current list of qualified flaggers before beginning
flagging activities. Use only flaggers on the qualified list.
B. Obtain a Street Use Permit from the Street Management Section of the Traffic
Engineering Division, 311 W. 10th 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 Plan 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
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised November 22, 2013 Sanitary Sewer CIPP Contract 2014
City Project No. 2298
�
2
�
4
s
6
7
8
9
10
1�
12
13
14
is
16
1�
ig
19
20
21
22
23
24
25
26
27
�g
347113-4
TRAFFIC CONTROL
Page4of6
F. Contractor responsibie 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 furnish standard details for TrafFic Control.
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITt'ALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMIITALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11FIELD [SITE] CONDITIONS [NOT USED]
1.12WARRANTY [NOT USED]
PART 2 - PRODUCTS
2.1 OWNER-FURNISHED [oR] OWNER-SUPPLIED PRODUCTS [NOT USED]
2.2 ASSEMBLIES QND MATERIALS
A. Description
1. 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
29 3.1 EXAMINATION [NOT USED]
�0 3.2 PREPARATION
3 i A. Protection of In-Place Conditions
32 1. Protect existing traffic signal equipment.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised November 22, 2013
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
34 71 13 - 5
TRAFFIC CONTROL
Page 5 of 6
3.3 INSTALLATION
?
3
�
A. Follow the Traffic Control Plan (TCP) and install Traffic Control Devices as
shown on the Drawings and as directed.
B. Install Traffic Control Devices straight and plumb.
s C. Do not make changes to the location of any device or implement any other
6 changes to the TrafFic Control Plan without the approval of the Engineer.
� 1. Minor adjustments to meet field constructability and visibility are allowed.
a
9
io
11
12
13
D. Maintain Tra�c 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.
14 E. If the Inspector discovers that the Contractor has failed to comply with applicable
is federal and state laws (by failing to furnish the necessary flagmen, warning
16 devices, barricades, lights, signs, or other precautionary measures for the
1� protection of persons or property), the Inspector may order such additionai
is precautionary measures be taken to protect persons and property.
19 F. Subject to the approval of the Inspector, portions of this Project, which are not
2o afFected by or in conflict with the proposed method of handling traffic or utility
21 adjustments, can be constructed during any phase.
22 G. Barricades and signs shall be placed in such a manner as to not interFere with the
2� sight distance of drivers entering the highway from driveways or side streets.
24 H. To facilitate shifting, barricades and signs used in lane closures or traffic
2s staging may be erected and mounted on portable supports.
26 1. The support design is subject to the approval of the Engineer.
2� I. Lane closures shall be in accordance with the approved Traffic Control Plans.
2g J. If at any time the existing traffic signals become inoperable as a result of
29 construction operations, the Contractor shall provide portable stop signs with 2
so orange flags, as approved by the Engineer, to be used for Traffic Control.
� 1 K. Contractor shall make arrangements for police assistance to direct traffic if traffic
�2 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).
34
35
36
37
38
39
L. Flaggers
1. Provide a Contractor representative who has been certified as a flagging
instructor through courses offered by the Texas Engineering E�ension
Service, the American Traffic Safety Services Association, the Nationa)
Safety Council, or other approved organizations.
a. Provide the certificate indicating course completion when requested.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Sanitary Sewer CIPP Contract 2014
Revised November 22, 2013 City Project No. 2298
i
2
3
4
5
6
�
s
9
lo
�1
t2
i�
14
ts
16
1�
18
19
20
21
22
23
24
25
26
27
28
34 71 13 - 6
TRAFFIC CONTROL
Page 6 of 6
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.
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 [oR] SITE QUALITY CONTRO� [NOT USED]
3.7 SYSTEM STARTUP [NOT USED]
3.8 ADJUSTING [NOT USED]
3.9 CLEANING [NOT USED]
3.10CLOSEOUT ACTIVITIES [NOT USED]
3.11PROTECTION [NOT USED]
3.12MAINTENANCE [NOT USED]
3.13ATt'ACHMENTS [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
29
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised November 22, 2013
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
STANDARD GENERAL CONDITIONS
OF THE CONSTRUCTION CONTRACT
CTTY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS
Revision: Deceml�r21, 2012
STANDARD GENERAL CONDITIONS OF THE
CONSTRUCTION CONTRACT
TABLE OF CONTENTS
Page
Article 1—Definitions and Terminology .......................................................................................................... l
1.01 Defined Terms ............................................................................................................................... l
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 Startingthe Worlc ..........................................................................................................................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 I�ltent .................................................................................................................... .............. ............ 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 Envirolunental
Conditions; Reference Points ........................................................................................................... l l
4.01 Availability of Lands ..................................................................................................................11
4.02 Subsurface and Physical Conditions ..........................................................................................12
4.03 Differing Subsurface or• Physical Conditions .............................................................................12
4.04 Underground Facilities ...............................................................................................................13
4.05 Reference Points .........................................................................................................................14
4.06 Hazardous Environmental Condition at Site ..............................................................................14
Article 5— Bonds and I�isurance .....................................................................................................................16
5.01 Licensed Sureties and Insurers ...................................................................................................16
5.02 Perfornlance, Payment, and Maintenance Bonds .......................................................................16
5.03 Certificates of Insurance .............................................................................................................16
5.04 Contractor's Insurance ................................................................................................................18
5.05 Acceptance of Bonds and Insurauce; Option to Replace ...........................................................19
Article 6 — Contractor's Responsibilities ........................................................................................................19
6.01 Supervision and Superintendence ...............................................................................................19
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS
Revision: December2l, 2012
6.02
6.03
6.04
6.05
6.06
6.07
6.08
6.09
6.10
6.11
6.12
6.13
6.14
6.15
6.16
6.17
6.18
6.19
6.20
6.21
6.22
6.23
6.24
Labor; Working Hours ................................................................................................................20
Services, Materials, and Equipment ........................................................................................... 20
ProjectSchedule ..........................................................................................................................21
Substitutes and "Or-Equals" ...................................................................................................:...21
Concerning Subcontractors, Suppliers, and Others .......................................................
............. 24
WageRates ..................................................................................................................................25
PatentFees and Royalties ...........................................................................................................26
Permitsand Utilities ....................................................................................................................27
Lawsand Regulations ................................................................................................................. 27
Taxes...........................................................................................................................................28
Use of Site and Other Areas .......................................................................................................28
RecordDocuments ......................................................................................................................29
Safetyand Protection .................................................................................................................. 29
SafetyRepresentative ..................................................................................................................30
HazardCommunication Programs .............................................................................................30
Emergencies and/or Rectification ............................................................................................... 30
Submittals.................................................................................................................................... 31
Continuingthe Work ................................................................................................................... 32
Contractor's General Warranty and Guarantee ..........................................................................32
Indemniiication......................................................................................................................... 33
Delegation of Professional Design Services .............................................................................. 34
Rightto Audit .............................................................................................................................. 34
Nondiscrimination....................................................................................................................... 3 5
Article 7- 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 Representative .....................................................................................................37
9.02 Visits to Site ................................................................................................................................ 37
9.03 Authorized Variations in Work ..................................................................................................38
9.04 Rejecting Defective Work .......................................................................................................... 3 8
9.05 Determinations for Work Perfonned ..........................................................................................38
9.06 Decisions on Requirements of Contract Documents and Acceptability of Work ..................... 38
CTI'Y OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS
Revision: I�cember2l, 2012
Article 10 - Changes in the Work; Clauns; E�tra Work ................................................................................ 38
10.01 Authorized Changes in the Worlc ............................................................................................... 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 Worlc ..........................................................................................................................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 Worlc ...........................................................................................................................48
13.03 Tests and Inspections .................................................................................................................. 48
13.04 Uncovering Worlc ........................................................................................................................49
13.05 City May Stop the Work .............................................................................................................49
13.06 Correction or Removal of Defective Work ................................................................................50
13.07 Corr�ection Period ........................................................................................................................50
13.08 Acceptance of Defective Worlc ................................................................................................... 51
13.09 City May Correct Defective Worlc ............................................................................................. 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 PartialUtilization ........................................................................................................................55
14.05 Final Inspection ...........................................................................................................................55
14.06 Final Acceptance ......................................................................................................................... 55
14.07 Final Payment .............................................................................................................................. 56
14.08 Fi�lal 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 Tei7nulate For� Convenience ....................................................................................... 60
Article 16 - Dispute Resolution ...................................................................................................................... 61
16.01 Methods and Procedures ............................................................................................................. 61
C1TY OP FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCCJMENTS
Revision: Ikcemb�r21, 2012
Article17 — Miscellaneous .............................................................................................................................. 62
17.01 Giving Notice .............................................................................................................................. 62
17.02 Computation of Times ................................................................................................................ 62
17.03 Cumulative Remedies ................................................................................................................. 62
17.04 Survival of Obligations ...........................................................'.................................................... 63
17.05 Headin�s ......................................................................................................................................63
CITY OF FORT WORTH
STANDAI2D CONSTFtUCTION SPECIFCATION DOCUMENTS
Revision: D�cember2l, 2012
00 �2 00 - i
General Conditions
Page 1 of 63
ARTICLE 1— DEFINITIONS AND TER.NIINOLOGY
1.01 De�jaed Te�°nas
A. Wherever used in these General Conditions or in other Contract Documents, the terms listed
below have the rneanings indicated which are applicable to both the singular and plm�al thereof,
and words denoting gender shall include the masculine, feminine and neuter. Said tertns 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. Ag�°eei��e»t—The written instrument which is evidence of the agreement between City and
Contractor covering the Worlc.
3. Applicatio�z foi• Paymef�t—The form acceptable to City which is to be used by Contractor
during the course of the Worlc in requesting progress or final payments and which is to be
accompanied by such supporting documentation as is requil•ed by tlie Contract Documents.
4. Asbestos—Any material that contains more than one percent asbestos and is friabie or is
releasing asbestos fibers into the air above current action levels established by the United
States Occupational Safety and Health Administration.
5. Ai��aJ°d — 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 foi�th the
prices for the Work to be performed.
7. Bic�de�=The individual or entity who submits a Bid directly to City.
8. Biddii�g Documents—The Bidding Requirements and the proposed Contract Documents
(including all Addenda).
9. BIL�CIl11g R2C�ZllJ�ef�aents—The advertisement or Invitation to Bid, Instructions to Bidders, Bid
security of acceptable form, if any, and the Bid Form with any supplements.
10. Busis�ess Day — A business day is defined as a day that the City conducts nornlal business,
generally Monday through Friday, except for federal or state holidays observed by the City.
11. Buzzsa�� — City's on-line, electronic document management and collaboration system.
12. Calei�da�° Day — A day consisting of 24 hours measured fi�om midnight to the neat midnight.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCUA7ENTS
Revision: I�ecember2l, 2012
00 �2 00 - i
General Conditions
Page 2 of 63
13. Change O�•de�=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 Wark 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 Managei° — The officially appointed and authorized City Manager of the City of Fort
Worth, Texas, or his duly authorized representative.
18. Conti°act 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. Cont��act Docunzents—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. Cont�°act 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 Worlc).
22. Conti^act 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. Contractoi=The individual or entity with whom City has entered into the Agreement.
24. Cost of the i�o��k—See Paragraph 11.01 of these General Conditions for definition.
C1TY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS
Revision: Dzcember2l, 2012
oo�zoo-i
General Conditions
Page 3 of 63
25. DaJ��age Clain�s — 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 Calendai• Day.
27. Di��ecto�� 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.
2,g. DlYectoi� of Parks and Coi�zi��unity Seivices — The officially appointed Director of the Parks
and Community Services Depar•tment of the City of Fort Worth, Teaas, or his duly appointed
representative, assistant, or agents.
29. Di�^ecto�° of Plaf�r�if�g a»d Development — The officially appointed Director of the Plalming
and Development Department of the City of Fort Worth, Te�as, or his duly appointed
representative, assistant, or agents.
30. Dz��ecto�� of Ti^ans�oi^tation Public t�o�•ks — 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. Di�°ecto�^ of Water Depa��tr��ej�t — The officially appointed Director of the Water Department
of the City of Fort Worth, Te�as, or his duly appointed representative, assistant, or agents.
32. Di°cn��ings—That part of the Contract Documents prepared or approved by Engineer which
graphically shows the scope, extent, and character of the Worlc to be performed by
Contractor. Submittals are not Drawings as so defined.
33. Effective Date of tl�e Ag�°eenae��t—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 fiim registered in the State of
Teaas perfol7ning professional services for the City.
35. Extr•a Wo�°k — 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 worlc shall be part of the Worlc.
36. Field O�°de�° — 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 lllto the Contract by funded
work type at the tune of award.
37. Final Acceptai�ce — The written notice given by the City to the Contractor that the Work
specified in the Contract Documents has been compieted to the satisfaction of the City.
C1TY OF FORT WORTH
STANDAItD CONSTRUCTION SPECIFCATION DOCUMENTS
Revision: Ik.cember2l, 2012
00 �a oo - i
General Conditions
Page 4 of 63
38. Final b�spection — 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 Requirenzents—Sections of Division 1 of the Cont�•act Documents.
40. Hazardous Environnzental 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. Haza��dous 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 Itern — 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 ar$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 Awa�°d—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. Pet�°oleun�—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 uon-Hazardous Waste and crude oils.
50. Plar7s— See definition ofDrawings.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS
Revision: December2l, 2012
007200-1
General Conditions
Page 5 of 63
51. Project Scl�edule—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 accompiish the Work within the Contract Tiine.
52. P�^oject—The Work to be performed under the Contract Documents.
53. P�°oject Rep��esentative—The authorized representative of the City who will be assigned to
the Site.
54. Public Meeti»g — 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 tiine.
56. Regula�• Worki»g Hou��s — Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday
thru Friday (excluding legal holidays).
57. San��les Physical examples of materials, equipment, or workmanship that are
representative of some portion of the Worlc and which establish the standards by which such
portion of the Worlc will be judged.
58. ScJ7edule of Sub»�ittals A schedule, prepared and maintained by Contractor, of required
submittals and the time requirements to suppot�t 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 Worlc and used as the basis for reviewing
Contractor's Applications for Payment.
60. Site—Lands or areas indicated in the Contract Documents as being furnished by City upon
which the Work is to be performed, including rights-of-way, permits, and easements for
access thereto, and such other lands furnished by City which are designated for the use of
Contractor.
61. Specificatio��s That part of the Contract Documents consisting of written requirements for
materials, equipment, systems, standards and worlananship as applied to the Worlc, and
certain administ�•ative requirements and procedural matters applicable thereto. Specifications
may be specifically made a part of the Contract Documents by attachment or, if not attached,
may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00)
of each Project.
62. Subcont�°acto�� An individual or entity having a direct contract with Contractor or with any
other Subcontractor for the performance of a part of the Worlc at the Site.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS
Revision: Ikcember2l, 2012
00 �2 00 -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 Biddef=The Bidder submitting the lowest and most responsive Bid to whom City
makes an Award.
65. Supe��zT�tendent — 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
suppleinents these General Conditions.
67. Supplie�� A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a
direct contract with Contractor or with any Subcontractor to fulnish materials or equipment
to be incorporated in the Work by Contractor or Subcontractor.
68. Uf�dergiround 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, stonn water, otller liquids or chemicals, or traffic or other control systems.
69. Unit Pj°ice Work—See Paragraph 11.03 of these General Conditions for defmition.
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. i�or�k—The entire const�•uction or the various separately identifiable parts thereof required to
be provided under the Contract Documents. Worlc 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 equipinent into such construction, all as required by the Contract Docurnents.
72. T�To�°king 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 Uetween 7 a.m. and 6 p.m.
1.02 Te�°minology
A. The words and terms discussed in Paragraph 1.02.B through E are not defined but, when used in
the Bidding Requireinents or Contract Documents, have the indicated meaning.
B. Ir�tent of CeNtain Terf�as or° Adjectives:
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCIJMENTS
Revision: Decembzr2l, 2012
00 �a oo - i
General Conditions
Page 7 of 63
The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as
directed" or terms of lilce 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 descr•ibe 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 Worlc for compliance with the information in the
Contract Documents and with the design concept of the Project as a functioning whole as
shown or indicated in the Contract Documents (unless there is a specific statement indicating
otherwise).
C. Defective:
1. The word "defective," when modifying the word "Work," refers to Worlc 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 wr•itten acceptance.
D. Fu��n.is1�, b7stall, Pe�fo�°m, Provide:
l. The word "Furnish" or the word "Install" or the word "Perfonn" or the word "Provide" or
the word "Supply," or any combination or similar directive or usage thereof, shall mean
furnishing and incorporating in the Wor•k including all necessary labor, materials, equipment,
and everything necessary to perform the Worlc indicated, unless specifically limited in the
context used.
E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-lcnown
technical or construction industry or trade meaning are used in the Contract Documents in
accordance with such recognized meaning.
ARTICLE 2 — PRELIl��IINNARY MATTERS
2.01 Copies of Docu�nents
City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the
Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be
furnished upon request at the cost of reproduction,
2.02 Co�ni�ze»ceme»t of Contr�act Time; Notice to P��oceed
The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to
Proceed may be given at any time within 14 days after the Effective Date of the Agreement.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS
Revision: D�ember2l, 2012
oo�aoo-i
General Conditions
Page 8 of 63
2.03 Starting the Woi°k
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 coinmences to run.
2.04 Before Starti��g Coj�st�°uction
Baseline Schedules: Submit in accordance with the Contract Documents, and prior to starting the
Worlc.
2.05 Pf�econst��uction Confe��ence
Before any Work at the Site is started, the Contractor shail 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 b�tent
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
thereo fl to be constructed in accordance with the Contract Documents. Any labor,
documentation, services, materials, or equipment that reasonably rnay 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 inteipretations of the Contract Documents shall be issued by City.
D. The Specifications may vary in fot•m, format and style. Some Specification sections may be
written in vat•ying 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 confonnity with," "as shown," or "as specified" are intentional in streamlined
sections. Omitted words and phrases shall be supplied by inference. Similar types of provisions
may appear in various parts of a section or articles within a part dependllig on the format of the
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS
Revision: I�cember2l, 2012
00�2oo-i
General Conditions
Page 9 of 63
section. The Contractor shall not take advantage of any variation of form, forinat or style in
malcing 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 Worlc 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 Staizda�°ds
A. Standards, Specifications, Codes, Laws, and Regulations
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, inanual, 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 rnay 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 RepoJ^tif�g a»d Resoh�ing Disc��epa��cies
A. Repo�°ting Disc�°e�ancies:
Cof�h°acto�^'s Reviel�� of Co»tl°act Docu»ze�zts Before Sta�^ting T�Tork: Before undertalcing each
pat�t of the Worlc, Contractor shall carefully study and compare the Contract Documents and
checic 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 lcnowledge of, and shali obtain a
written interpretation or clarification from City before proceeding with any Worlc affected
thereby.
2. Cont��actoi°'s Revietiv of Cont��act Documents Dui°i»g Pe�fo�•Tnai�ce of T�To��k: If, during the
performance of the Work, Cont�•actor discovers any conflict, error, a�nbiguity, or discrepancy
within the Contr•act Documents, or between the Contract Documents a�ld (a) any applicable
Law or Regulation ,(b) any standai•d, specification, manual, or code, or (c) any instruction of
any Supplier, then Contractor shall promptly report it to City in writing. Contractor shall not
proceed with the Wor�lc affected thereby (e�cept in an emergency as required by Paragraph
CITY OF FORT WORTH
STANDAItD CONSTRUCTION 3PECIFCATION DOCUMENTS
Revision: Ik�ember2l, 2012
00 �z oo - i
General Conditions
Page 10 of 63
6.17.A) until an amendment or supplement to the Contract Documents has been issued by
one of the methods indicated in Paragraph 3.04.
3. Contractor shall not be liable to City for failure to report any conflict, error, ambiguity, or
discrepancy in the Contract Documents unless Contractor had actual knowledge thereof.
B. Resolving Disci•epancies:
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 Af��ending and Sicpplementing Contract Docunaents
A. The Contract Documents may be amended to provide for additions, deletions, and revisions in
the Worlc 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 Docun�ents
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 thereo fl 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
STANDAIZD CON3TRUCTION SPECIFCATION DOCiJMENTS
Revision: Dzceanber2l, 2012
00 �a oo -1
General Conditions
Page 11 of 63
B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the
Contt•act. Nothing herein shall preclude Contractor from retaining copies of the Contract
Documents for record purposes.
3.06 Electrronic Data
A. Unless otherwise stated in the Supplementary Conditions, the data furnished by City or Engineer
to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the
printed copies included in the Contract Documents (also lcnown 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 elect��onic media format, the transferring party makes no
representations as to long term compatibility, usability, or readability of docuinents resulting
from the use of soflware application pacicages, operating systems, or computer hardware
differing from those used by tlie data's creator.
ARTICLE 4— AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS;
HA7ARDOUS ENVIIZONIV�NTAL CONDITIONS; REFERENCE POINTS
4.01 Availabilaty ofLands
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 Worlc. City will obtain in a timely manner and pay for easements for
permanent structures or permanent changes in e�isting facilities.
1. The City has obtained or anticipates acquisition of and/or access to r•ight-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
Sclledule submitted by the Contractor in accordance with the Contract Docuinents must
consider any outstanding right-of-way, and/or easements.
2. The City has or anticipates removing and/or relocatuig utilities, and obstructions to the Site.
Any outstanding removal or relocation of utilities or obstructions is anticipated llz 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 sliall furnish Contractor with a cui�rent statement of record
legal title and legal description of the lands upon which the Work is to be performed.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCi.JMENTS
Revision: Aacember2l, 2012
oo�aoo-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 Subsul face and Pl7ysical Conditions
A. Reports and Drcn��ings: The Supplementary Conditions identify:
l. 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. Lif�lited Reliance by Contractoi� o�� Technical Data Autho�°ized: 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 ofFcers,
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 Subsu� face oj� 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;
CTTY OF FORT WORTH
STANDAItD CONSTRUCTION SPECIFCATION DOCiJMENTS
Revision: D�ember2l, 2012
00 �z oo - �
General Conditions
Page 13 of 63
then Contractor shall, promptly after becoming aware thereof and before further disturbing the
subsut�face 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 Pi^ice aizd Tin��e Adjust»��erats
Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time if:
1. Contractor lcnew of the e�istence of such conditions at the time Contractor made a final
commitment to City with respect to Contract Price and Contract Ti�ne by the submission of a
Bid or becoming bound under a negotiated contract; or
2. the eaistence of such condition could r�easonably have been discovered or revealed as a result
of the eaamination 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 U�zdergr�ozcnd Facz7ities
A. Sl�o1�>>z o�• b�dicated: 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
lllformation and data furnished to City or Engineer by the owners of such Undergc•ound
Facilities, including City, or by others. Unless it is otherwise expressly provided in the
Supplementary Conditions:
l. 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 checicing all such information and data;
b. locating all Underground Facilities shown or uidicated in the Contract Documents;
c. coordination and adjustment of the Worlc with the owners of such Underground
Facilities, including City, during const��uction; and
d, the safety and protection of all such Underground Facilities and 1�epairing any damage
thet•eto resulting from the Worlc.
B. Not SI�o��>» o�• b�dicated:
L If an Underground Facility which conflicts with the Work is uncovered or revealed at or
contiguous to the Site which was not sliown or indicated, or not shown or indicated with
reasonable accuracy ui the Contract Documents, Contractor shall, prolnptly after becoming
aware thereof and before further disturbing conditions affected thereby or performing any
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS
Revision: December2l, 2012
00 �a oo - i
General Conditions
Page 14 of 63
Work in connection therewith (except in an emergency as required by Paragraph 6.17.A),
identify the owner of such Underground Facility and give notice to that owner and to City.
City will review the discovered Underground Facility and determine the extent, if any, to
which a change may be required in the Contract Documents to reflect and document the
consequences of the existence or location of the Underground Facility. Contractor shall be
responsible for the safety and protection of such discovered Underground Facility.
2. If City concludes that a change in the Contract Documents is required, a Change Order may
be issued to reflect and document such consequences.
3. Verification of existing utilities, structures, and service lines shall include notification of all
utility companies a minimum of 48 hours in advance of construction including exploratory
excavation if necessary.
4.05 Refe��ence 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 benchmarlcs 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 Envii°onnze�rtal Conditzon at Site
A. Reports a»d Df°awings: 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 Contr�actoi° on Tech�2ical 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 Supplernentary
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:
l. the completeness of such reports and drawings for Cont��actor's purposes, including, but not
limited to, any aspects of the means, methods, techniques, sequences and procedures of
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS
Revision: December2l, 2012
00 �a oo -1
General Conditions
Page I S of 63
consh�uction 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 witliin the scope of the Worlc. Contractor shall be responsible
for a Hazardous Environmental Condition created with any materials brought to the Site by
Contt�actor•, 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 Worlc 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 necessit�� to retain a qualified expei�t to evaluate such condition or take
corrective action, if any.
E. Contractor shall not be required to resume Worl� 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 Worlc; or (ii) specifying any special conditions
under which such Worlc 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 Worlc under such special
conditions, then City may order the portion of the Worlc that is in the area affected by such
condition to be deleted from the Worlc. City may have such deleted portion of the Worlc
perfonned by City's own forces or others.
G. To the firllest extent pern7itted by Lcn��s a»d Regulatio»s, Co»tT°actoi° shall inden�»� and hold
I�aJ�i�zless City, fi�om and agai�7st all claii��s, costs, Iosses, and da»�crges (including but not li»�ited
to all fees and charges of ei�ginee�s, a�^chitects, atto�°neys, and ot1�e�° pi�ofessionals and all coia°t
oT• a��biti�ation o�� ot7�ei� dzspute �°esolution costs) arising out of o�° �^elating to a HazaJ�dous
Enviro»i�aental Co»dition c��eated by Coi�ti^acto�• or by ai�yone fof• ���I�oin Coi�ti•actoT° zs
responsible. Notl�z»g i�� this PaT°ag�°aph 4.06.G sl�all obligate Co»tr�actoT� to inde»zn� ai�y
zJ�dividuad o�� errtit�� fi^om. a��d agai»st the consequences of t1�at indi>>zdual's or e»tit}�'s o1a���.
negligef�ce.
H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental
Condition uncovered or revealed at the Site.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCT_IMENTS
Revision: December2l, 2012
007200-1
General Conditions
Page 16 of 63
•__► _ _ i � �� � _ :_ \� � �� _ � �� �
5.01 Licensed Sui°eties and b�surers
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 liinits 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 Pe�forinance, 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 Woric 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. Deparhnent of the Treasury. All bonds signed
by an agent or attorney-in-fact must be accompanied by a sealed and dated power of attorney
which shall show that it is effective on the date the agent or attorney-in-fact signed each bond.
D. If the surety on any bond furnished by Contractor is declared banlcrupt or becomes insolvent or
its right to do business is terminated in the State of Texas or it ceases to meet the requirements of
Paragraph 5.02.C, Contractor shall promptly notify City and shall, within 30 days after the event
giving rise to such notification, provide another bond and surety, both of which shall comply
with the requirements of Paragraphs 5.01 and 5.02.C.
5.03 Certificates of Insurance
Contractor shall deliver to City, with copies to each additional insured and loss payee identified in
the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested
by City or any other additional insured) which Contractor is required to purchase and maintain.
1. The certificate of insurance shall document the City, and all identified entities named in the
Supplementary Conditions as "Additional Insured" on all liability policies.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOC[JMENTS
Revision: Dzcember2l. 2012
00 �z oo -1
General Conditions
Page 17 of 63
2. The Contractor's generai liability insm•ance 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 naines 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 worlcers' compensation, all insurers must have a ininimum 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 Rislc Management. If the rating is below that
required, written approval of City is r�equired.
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. E�cess 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 claiins-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 o� 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 liinits 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
e�clusions are determined to be unacceptable or the City desires additional iusurance
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 stocldiolders' equity. In
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCLIMENTS
Revision: Dzcember2l, 2012
00 �z oo - i
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 Contractoi•'s b�surance
A. Workers Compensation and Employers' Liabilrty. Contractor shall purchase and maintain such
insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers'
Compensation Act (Teaas 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
perfarmance 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 sicicness or disease, or death of
Contractor's employees.
B. Com�nzercial Genef°al Liability. Coverage shall include but not be liinited to covering liability
(bodily injury or property datnage) arising from: premises/operations, independent contractors,
products/completed operations, personal injury, and liability under an insured contract. Insurance
shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services
Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS
Revision: Dzcember2l, 2012
oo�zoo-i
General Conditions
Page 19 of 63
insurance or self-insurance programs afforded to the City. The Commercial General Liability
policy, shall have no exclusions by endorsements that would alter of nullify premises/operations,
products/completed operations, contractual, personal injury, or advertising injury, which are
nor7nally 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. Auton7obile Liabilit��. A corrnnercial business auto policy shall provide coverage on "any auto",
defined as autos owned, hired and non-owned and provide indeirulity for clauns for damages
because bodily injury oi• death of any person and or property damage arising out of the worlc,
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 perfoim any of the Work, or by anyone
for whose acts any of them may be liable.
D. Raili°oad PT�otectzve Liabilaty. If any of the work or any warranty worlc is within the limits of
railroad right-of-way, the Contractor shall comply with the requirements identifed in the
Supplementary Conditions.
E. Notr.'ficatioi� of Policy Caj�cellation: Contractor shall innnediately notify City upon cancellation
or other loss of insurance coverage. Conh�actor 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 Accepta»ce of Bo»ds ai�d I»surance; Optio» 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 infornlation 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 Worlc, or of such failure to maintain prior to any change in the required
coverage.
ARTICLE 6 — CONTRACTOR'S RESPONSIBILITIES
6.01 Supe���ision and Superinte»dence
A. Contractor shall supervise, inspect, and direct the Woric competently and efficiently, devoting
such attention thereto and applying such skilis and e�pertise as may be necessary to perfortn the
Work in accordance with the Contract Documents. Contractor shall be solely responsible for the
means, methods, techniques, sequences, and procedures of construction.
CITY OF FORT WORTH
STANDARD CON3TRUCTION SPECIFCATION DOCUMENTS
Revision: Dzcember2l, 2012
00 �a oo - 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 shali be
binding on Contractor.
C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of
construction.
6.02 Labor; Working Hours
A. Contractor shall provide competent, suitably qualified personnel to perform construction as
required by the Contract Documents. Contractor shall at all times maintain good discipline and
order at the Site.
B. Except as otherwise required for the safety or protection of persons or the Work or property at
the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work
at the Site shall be performed during Regular Working Hours. Contractor will not permit the
performance of Work beyond Regular Working Hours or for Weekend Working Hours without
City's written consent (which will not be unreasonably withheld). Written request (by letter or
electronic communication) to perform Work:
1. for beyond Regular Working Hours request must be made by noon at least two (2) Business
Days prior
2. for Weekend Working Hours request must be made by noon of the preceding Thursday
3. for legal holidays request inust be made by noon two Business Days prior to the legal
holiday.
6.03 Sei�vices, Mate��ials, and Equipnaent
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 Worlc shall be as specified or, if not specified,
shall be of good quality and new, except as otherwise provided in the Contract Documents. All
special warranties and guarantees required by the Specifications shall expressly run to the benefit
of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of
required tests) as to the source, kind, and quality of materials and equipment.
CiTY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS
Revision: Dzcemtxr2l, 2012
00 �a oo -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.
I�. All items of standard equipinent to be incorporated into the Worlc shall be the latest inodel at the
time of bid, unless otherwise specified.
6.04 P��oject Scl�edule
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.
l. 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 Ol 32 16.
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 a»d "Oi�-Equals"
A. Whenever an item of material or equipment is specified or described in the Contract Documents
by using the name of a pt�oprietary 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 lilce, 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.
"O�^-Equal " Iteins: 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 Worlc 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 requireinents for approval of
proposed substitute items. For the purposes of this Paragraph 6.OS.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;
C1TY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCIJMENTS
Revision: Ih�ember2l, 2012
00 72 00 - 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 tlle completed Project as a functioning whole; and
3) it has a proven record of perfoimance 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 Ite»as:
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.OS.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 O1 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 ul the Work will require a change in
any of the Contract Documents (or in the provisions of any other direct coniract
with City for other worlc on the Project) to adapt the design to the proposed
substitute item;
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS
Revision: December2l, 2012
00 72 00 - 1
General Conditions
Page 23 of 63
c) whether incorporation or use of the proposed substitute item in connection with
the Worlc 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 Co��sh°�ction Methods o�� P��ocedui°es: If a specific ineans, inethod, technique,
sequence, or procedure of construction is e�pressly required by the Contract Documents,
Contr•actor may furnish or utilize a substitute means, method, technique, sequence, or procedure
of construction approved by City. Contractor shall submit sufficient infoimation 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 malce written application to City for
review in the same mamler as those provided in Paragraph 6.OS.A.2.
C. City's Eva7uataof�: City will be allowed a reasonable tiine within which to evaluate each
proposal or submittal made pursuant to Paragraphs 6.OS.A and 6.OS.B. 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 Gua�^antee: City may require Cont��actor to furnish at Contractor's eapense a special
perfonnance guarantee, warranty, or other surety with respect to a�1y substitute. Coi�tracto�^ s7�a11
i�7demn� and hol.d Iza�°n�less City cznd ai���one directly or indi��ectly e»�ployed by t1�e�n fi�o»z and
against af�y and all clai»as, damages, losses and expej�ses (includi»g atto����eys fees) a�°isii�g out
of tl�e use of substituted n�atei•zals o�° equipi�7ent.
E. Czt��'s Cost Rei»�bu�°sei��ent: City will record City's costs in evaluating a substitute proposed or
submitted by Contractor pursuant to Paragraphs 6.OS.A.2 and 6.OS.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 malcing clianges i�i the Contract Documents (or in the
provisions of any other direct contract with City) resulting fi•om the acceptance of each proposed
substitute.
F. Conh^acto�°'s Expense: Contractor shall provide all data in support of any proposed substitute or
"or-equal" at Contractor's expense.
CITY OF FORT WORTH
STANDAI2D CONSTRUCTION SPECIFCATION DOCIIMENTS
Revision: I�.ember2l, 2012
00 �z oo - i
General Conditions
Page 24 of 63
G. Cit�� Substitute Rezmbursen�ent: Costs (sa�ings or charges) attributable to acceptance of a
substitute shall be incorporated to the Contract by Change Order.
H. Tin�e Extefzsions: No additional time will be granted for substitutions.
6.06 Concerning Subcontr�actors, Sup�lie� s, 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 Worlc against whom Contractor has reasonable objection (excluding those
acceptable to City as indicated in Paragraph 6.06.C).
C. The City may from time to time require the use of certain Subcontractors, Suppliers, or other
individuals or entities on the project, and will provide such requirements in the Supplementary
Conditions.
D. Business Diversity Ente�p�°ise O��dinance Compliance: It is City policy to ensure the full and
equitable participation by Minority and Small Business Enterprises (MBE)(SBE) in the
procurement of goods and services on a contractual basis. If the Contract Documents provide for
a MBE and/or SBE goal, Contractor is required to comply with the intent of the City's Business
Diversity Ordinance (as amended) by the following:
1. Contractor shall, upon request by the City, provide compiete and accurate information
regarding actual work performed by a MBE and/or SBE on the Contract and payment
therefor.
2. Contractor will not make additions, deletions, or substitutions of accepted MBE without
written consent of the City. Any unjustified change or deletion shall be a material breach of
Contract and may result in debarment in accordance with the procedures outlined in the
Ordinance.
3. Contractor shall, upon request by City, allow an audit and/or examination of any books,
records, or files in the possession of the Contractor that will substantiate the actual work
performed by an MBE and/or SBE. Material misrepresentation of any nature may be grounds
for termination of the Contract in accordance with Paragraph 15.02.A. Any such
misrepresentation may be grounds for disqualification of Contractor to bid on future
contracts with the City for a period of not less than three years.
E. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors,
Suppliers, and other individuals or entities perfor�ning or furnishing any of the Work just as
Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract
Documents:
C1TY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS
Revision: DRcember2l, 2012
007200-1
General Conditions
Page 25 of 63
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 Worlc 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 Woric shall communicate with City tl�rough Contractor.
H. All Worlc performed for Contractor by a Subcontractor or Supplier will be pursuant to an
appropriate agreement between Contractor and the Subcont�•actor or Supplier which specifically
billds the Subcontractor or Supplier to the applicable terms and conditions of the Conh•act
Documents for the benefit of City.
6.07 T�Vage Rates
A. Duty to pay Pi�evailing i�age Rates. The Cont�•actor shall comply with all requu•ements of
Chapter 2258, Texas Government Code (as amended), including the payment of not less than the
rates detennined 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. Per�alty fo�� Vzolation. 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 worlcer employed for each
calendar day or part of the day that the woricer 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 Te�as Government Code 2258.023.
C. Co�nplai��ts of Violations a��d Cit�� Dete�•mination of Good Cause. On receipt of information,
includ'ulg a complaint by a worker, concerning an alleged violation of 2258.023, Texas
Government Code, by a Contractor or Subcont��actor, the City shall make an initial
deterinination, 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 u1 writing the
Cont��actor or Subcontractor and any affected worker of its initial determination. U�on 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 bet��veen wages paid and wages due under the prevailing wage rates, such amounts
being subtracted from successive progress payments pending a final determination of the
violation.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS
Revision: December2l, 2012
00 �z oo - i
General Conditions
Page 26 of 63
D. Ai°bit�ation Requif�ed if Violatiofz 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 bi�lding 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 l lth day after the date that
arbitration is required, a district court shall appoint an arbitrator on the petition of any of the
persons. The City is not a party in the arbitration. The decision and award of the arbitrator is
final and binding on all parties and may be enforced in any court of competent jurisdiction.
E. Records to be Maintaz�zed. 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 shail 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 Payr�zents. With each progress payment or payroll period, whichever is less, the
Contractor shail 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. Subcont�°actof� Compdiance. 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 knowiedge 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 �e��»aitted by Lau�s and Regzrlations, Coi�tractor shall zndemn� a��d I�old
harnaless City, fi•om and against all clazf�zs, costs, losses, a��d dai�zages (including but not limited
to all fees and charges of enginee�°s, a��chitects, atto�°neys, and other professionals and all couf•t
or arbih�ation o�• other dispute �•esolution. costs) arising out of o�� �°edating to arry i�zfi°ingei�aent of
patent i°ights or copyf�zghts inczdef�i to t7�e use in tl2e pe�fo��nzance of tlze Wo�°k o�� reszrlting,fNom
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCI.JMENTS
Revision: I�Zcembed2l, 2012
00 �a oo - i
General Conditions
Page 27 of 63
the incorpo�•atzon in the Wo�°k of any inve»tion, design, p��ocess, p��oduct, oT• device not specifred
i�z the Contr^act Docu»�ents.
6.09 Pei^f�zits and Utilities
A. Contr°actor obtained �ernzits and lice»ses. Contractor shall obtain and pay for all construction
perinits and licenses except those provided for in the Supplementary Conditions or Cont��act
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 Worlc 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 obtai7zed pe»nits and lzcei�ses. 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 obtallling
clearances and coordinating with the appropriate regulatory agency. The City will not reimburse
the Contractor for any cost associated with these requirernents of any City acquired permit. The
following are pennits 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 Pennits
C. Outstandii�g peT�»�zts and lice»ses. The City anticipates acquisition of and/or access to permits
and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance
with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by
the Contractor in accordance with the Contract Documents must consider any outstanding
permits and licenses.
6.10 Lcn��s and Regulatio��s
A. Contractor shall give all notices required by and shall comply with all Laws and Regulations
applicable to the performa�ice of the Work. Except where otherwise expressly requir�ed by
applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's
coinpliance with any Laws or Regulations.
B. If Contractor performs any Woric lcnowing or having reason to lcnow that it is contrary to Laws or
Regulations, Contractor shall bear all clauns, costs, losses, and damages (inciuding but not
liinited to all fees and charges of engineers, architects, attorneys, and other professionals and all
C1TY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS
Revision: December2l, 2012
oo�zoo-i
General Conditions
Page 28 of 63
court or arbitration or other dispute resolution costs) arising out of or relating to such Work.
However, it shall not be Contractor's responsibility to make certain that the Specifications and
Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of
Contractor's obligations under Paragt•aph 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 Tcrxes
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. http:/hv��rw.window.state.tx.us/ta�info/taaforms/93-forius.html
6.12 Use of Site and Other Aa°eas
A. Li�nitation o�� Use ofSite and Otl�e�°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. Coniractor 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 Worlc.
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 sh•eet, 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 comrnenced on any additional
area of the Site.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS
Revision: Dzcember2l, 2012
oo�aoo-i
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 Worlc, Contractor shall promptly attempt to resolve the Damage Claim.
4. Pussuai�t to Pa�°ag�°ap7� 6.21, Co��t�°acto�^ shall i»de»an�� and Iaold ha�°nal.ess City, fi•o»z ai�d
against all clai»�s, costs, losses, and dai�zages arisang out of o�� T�elati».g to as�y claan� o�•
actzon, legal or equitable, brought by any such owne�^ of° occupant against City.
B. Removal of Debris Du�^ing Pef foJ^J��a»ce of tl�e Wos•k: During the progress of the Work
Contractor shall keep the Site and other areas free from accumulations of waste materials,
rubbish, and other debris. Removai and disposal of such waste materials, rubbish, and other
debris shail conform to applicable Laws and Regulations.
C. Site Maintenance Clearrzng.• 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 coirect the unsatisfactory procedure, the City may talce 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 Szte Cleanii�g: Prior to Final Acceptance of the Work Contractor shall clean the Site and
the Work and malce 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 Worlc.
E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded
in any manner that will endanger the structure, nor shall Contractor subject any part of the Worlc
or adj acent property to stresses or pressures that will endanger it.
6.13 Recoi�d Docunaei�ts
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
Sainples and a countelpart of all accepted Submittals will be available to City for reference.
Upon cornpletion of the Worlc, 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.
614 Safety ajzd Protectio»
A. Cont��actor 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 thei�• responsibility for the safety of persons or property ll1 the perforinance of
thei�� work, nor for compliance with applicable safety Laws and Regulations. Cont��actor shall
C1TY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS
Revision: I�cember2l, 2012
�
oo�aoo-i
General Conditions
Page 30 of 63
take all necessary precautions for the safety of, and shall provide the necessary protection to
prevent damage, uljury or loss to:
1. all persons on the Site or who may be affected by the Work;
2. all the Work and materials and equipment to be incorporated therein, whether in storage on
or off the Site; and
other property at the Site or adjacent thereto, including trees, shrubs, lawns, walics,
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 frorn 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.A3 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 ali 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 Haza��d Cofnnaur�ication Pf�ogranas
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 Enaerge�aczes a��d/o�� Rectification
A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or
adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss.
Contractor shall give City prompt written notice if Contractor believes that any significant
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS
Revision: December2l, 2012
oo�aoo-i
General Conditions
Page 31 of 63
changes in the Work or variations from the Contract Documents have been caused thereby or are
required as a result thereof. If City determines that a change in the Contract Documents is
required because of the action talcen 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 coiidition and request the Contractor to
take remedial action to correct the condition. In the event the Contractor does not talce positive
steps to fulfill this written request, or does not show just cause for not talcing 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%, fi•om any
funds due or become due the Contractor on the Project.
6.18 Sub���zttals
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 lnay require.
1. Submit number of copies specified in the General Requirements.
2. Data shown on the Submittals will be complete with respect to quantities, di�nensions,
specified performance and design criteria, materials, and similar data to show City the
services, materials, and equipment Contractor proposes to provide and to enabie City to
review the infornzation 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 confonnity 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 Docuinents.
6. Submit required number of Sarnples specified in the Specifications.
7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog nuinbers,
the use for which intended and other data as City may require to enable City to review the
submittal for the liinited pu�poses r�equired by Paragraph 6.18.C.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS
Revision: A�cember2l, 2012
00 �a oo - i
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:
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 wiil, after installation or incorporation in the Work, conform
to the information given in the Contract Documents and be compatible with the design
concept of the completed Project as a functioning whole as indicated by the Contract
Documents.
2. City's review and acceptance will not extend to means, methods, techniques, sequences, or
procedures of construction (except where a particular means, method, technique, sequence,
or procedure of construction is specifically and expressly called for by the Contract
Documents) or to safety precautions or programs incident thereto. The review and acceptance
of a separate item as such will not indicate approval of the assembly in which the item
functions.
City's review and acceptance shall not relieve Contractor from responsibility for any
variation from the requirements of the Contract Documents unless Contractor has complied
with the requirements of Section O1 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.
619 Con�tinuing the T�ork
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, eacept as City and Contractor may otherwise agree in
writing.
6.20 ContractoN's Gen�eral WarNanty aizd 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:
abuse, modification, or improper maintenance or operation by persons other than Contractor,
Subcontractors, Suppliers, or any other individual or entity for whom Contractor is
responsible; or
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCtJMENTS
Revision: December2l, 2012
oonoo-�
General Conditions
Page 33 of 63
2. nonnal wear and tear under normal usage.
C. Contractor's obligation to perform and complete the Wot�k in accordance with the Contract
Documents shall be absolute. None of the following will constitute an acceptance of Worlc that is
not in accordance with the Contract Documents or a release of Contractor's obligation to perform
the Worlc in accordance with the Contract Documents:
1. 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 worlc or property resulting therefrom which shall appear within a period of two (2) years
from the date of Final Acceptance of the Work unless a longer period is specified and shall
furnish a good and sufficient maintenance bond, complying with the requirements of Article
5.02.B. The City will give notice of observed defects with reasonable promptness.
6.21 Indemnification
A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own
expense, the City, its officers, servants and employees, from and against any and all claims
arising out of, or alleged to arise out of, the work and services to be performed by the
Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this
Contract. THIS INDEMNIFTCATION 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 T�IE CITI'. 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 ofiicers, agents, employees, subcontractors,
licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS
CITY OF FORT WORTH
STANDAI2D CONSTRUCTION SPECIFCATION DOCUMENTS
Revision: December2l, 2012
oo�zoo-i
General Conditions
Page 34 of 63
SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS
ALLEGED OR PROVEN T�IAT ALL OR SOME OF TF� DAMAGES BEING SOUGHT
WERE CAUSED. IN WHOLE OR IN PART. BY ANY ACT. OMISSION OR
NEGLIGENCE OF THE CITY.
6.22 Delegation of P�°ofessional Design Sef�vices
A. Contractor will not be required to provide professional design services unless such services are
specificaliy 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 boolcs, documents, papers, and records of the Contractor involving transactions relating
to this Contract. Conh•actor 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 sha11
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 fmal
payment under this Contract, have access to and the right to examine and photocopy any directly
pertinent books, documents, papers, and records of such Subcontractor, involving transactions to
the subcontract, and further, that City shall have access during Regular Working Hours to all
C1TY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS
Revision: I�emba2l, 2012
00 �z oo - i
General Conditions
Page 35 of 63
Subcontractor facilities, and shall be provided adequate and appropriate worlc space in order to
conduct audits in compliance with the provisions of this Par�agraph. 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 NOI?L7�TSC7"119117?Qt1071
A. The City is responsible for operating Public Transportation Programs and impleinenting 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
discri�ninating against any person in the United States on the basis of race, color, or national
origin.
B. Title VI, Civil Rigl7ts Act of 1964 as a»aended: 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 worlc related to the Project at the Site with City's employees, or other
City contractors, or through other direct contracts therefor, or have other worlc perfonned by
utility owners. If such other worlc 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. Cont��actor 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 worlc, and
properly coordinate the Worlc with thell•s. Contractor shall do all cutting, fitting, and patching of
the Worlc that may be required to properly connect or otherwise malce its several parts come
together and properly integrate with such other work. Contractor shall not endanger any worlc of
others by cutting, excavating, or otherwise altering sucll woric; provided, however, that
Contractor may cut or alter others' worlc with the written consent of City and the others whose
work will be affected.
C. If the proper eaecution or results of any part of Contractor's Work depends upon work performed
by others under this Article 7, Contractor shall inspect such other worlc and promptly report to
City in writing any delays, defects, or deficiencies in such other worlc 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 worlc as fit and proper for integration with
Contractor's Worlc except for latent defects in the work provided by others.
C1TY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCUMENT3
Revision: December2l, 2012
%.�2 COO7"C�171QtI0Yl
00 �z oo - i
General Conditions
Page 36 of 63
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:
l. 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 Communicaiions to Coy�tr°actor
Except as otherwise provided in the Supplementary Conditions, City shall issue all communications
to Contractor.
8.02 Fu���ish 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 Easeme��ts; RepoNts cn�d 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 eaisting surface ar subsurface
structures at or contiguous to the Site that have been utilized by City in preparing the Contract
Documents.
8.05 Change O��de�;s
City shall execute Change Orders in accordance with Paragraph 10.03.
8.06 Inspections, Tests, a»d A�pf°ovals
City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph
13.03.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS
Revision: D�cember2l, 2012
00 �a oo - i
General Conditions
Page 37 of 63
8.07 LzT�zitations olz City's Respo»sibidities
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 Worlc in accordance with the Contract Documents.
B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 6.14
8.08 U��disclosed Haza��dous E�2viro��mef�tal Condition
City's responsibility with respect to an undisclosed Hazardous Environmentai Condition is set forth
in Paragraph 4.06.
8.09 Coi��pliance ti��it1� Safety P�ograi��
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 DiJRING CONSTRUCTION
9.01 City's P�°oject Repi°ese�ztative
City will provide one or more Project Representative(s) during the construction period. The duties
and responsibilities and the limitations of authority of City's representative during construction are
set forth in the Contract Documents. The Project Representative(s) will be as provided in the
Supplementary Conditions.
9.02 Visits to Site
A. City's Project Representative will malce 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 Conh�actor's e�ecuted Worlc. Based on
infoi�tliation obtained during such visits and observations, City's Project Representative will
determine, in general, if the Work is proceedi�ig in accordance with the Contract Documents.
City's Project Representative will not be required to make e�haustive or• continuous inspections
on the Site to checic the quality or quantity of the Worlc. City's Project Representative's efforts
will be directed toward providiug City a greater degree of confidence that the completed Work
will conform generally to the Contract Documents.
B. City's Project Representative's visits and observations are subject to all the limitations on
authority and responsibility in the Contract Documents including those set forth in Paragraph
8.07.
CITY OF FORT WORTH
STANDAItD CONSTRUCTION 3PECIFCATION DOCUMENTS
Revision: Lk�ember2l, 2012
oo�aoo-�
General Conditions
Page 38 of 63
9.03 Authof•ized Variations in Work
City's Project Representative may authorize minor variations in the Work from the requirements of
the Contract Documents which do not involve an adjustment in the Contract Price or the Contract
Time and are compatibie with the design concept of the completed Project as a functioning whole as
indicated by the Contract Documents. These may be accomplished by a Field Order and will be
binding on City and also on Contractor, who shall perform the Work involved promptly.
9.04 Rejecting Defective Work
City will have authority to reject Work which City's Project Representative believes to be defective,
or will not produce a completed Project that conforms to the Contract Documents or that will
prejudice the integrity of the design concept of the completed Project as a functioning whole as
indicated by the Contract Documents. City will have authority to conduct special inspection or
testing of the Work as provided in Article 13, whether or not the Work is fabricated, installed, or
completed.
9.05 Deternzinationsfor Wot°kPe�foi°f��ed
Contractor will determine the actual quantities and classifications of Worlc perfonned. City's Project
Representative will review with Contractor the preliminary determinations on such matters before
rendering a written recommendation. City's written decision will be final (except as modified to
reflect changed factual conditions or more accurate data).
9.06 Decisions on Requirenaents of Contract Docz�n�ents and Acceptability of Wo�°k
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 TI3E WORK; CLAIMS; EXTRA WORK
10.01 Aut7�orzzed Changes zn th�e T�ork
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 proinptly
proceed with the Work involved which will be performed under the applicable conditions of the
Contract Documents (except as otherwise specifically provided). Extra Work shall be
memorialized by a Change Order which may or may not precede an order of Extra work.
B. For minor changes of Work not requiring changes to Contract Time or Contract Price, a Field
Order may be issued by the City.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS
Revision: December2l, 2012
00 �2 00 - i
General Conditions
Page 39 of 63
10.02 Unautho�°izec� Cl�anges i�� the Wo�°k
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 Executio» of Cl�ange Oi°dei°s
A. City and Contractor shall execute appropriate Change Orders covering:
changes in the Work which are: (i) ordered by City pursuant to Paragraph 10.O1.A, (ii)
required because of acceptance of defective Work under Paragraph 13.08 or City's coirection
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 ainount of time for Work actually performed.
10.04 Extra Woi�k
A. Should a differ�ence arise as to what does or does not constitute Extra Worlc, or as to the payment
thereof, and the City insists upon its performance, the Contractor shall proceed with the worlc
after malcing 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 fur•nish 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 E�tra Work whether or not initiated by a Change Order shail
be a full, coinplete and final payment for all costs Contractor incurs as a result or relating to the
change oY• Extra Work, whether said costs are lrnown, unknown, foreseen or unforeseen at that
time, including without limitation, any costs for delay, eatended overhead, ripple or impact cost,
or any other effect on changed or unchanged woric as a result of the change or Extra Work.
10.05 Notification to SuJ°et��
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, Contr•act 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 Contractoz� to reflect the
effect of any such change.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS
Revision: Dzcember2l, 2012
oo�aoo-i
General Conditions
Page 40 of 63
10.06 Contr°act Claii�zs Pf�ocess
A. City's Decision Requi��ed: 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 requi�•ed 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:
L 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 Clai�n for an adjusttnent in Contract Price shall be prepared in accordance with
the provisions of Paragraph 12.01.
4. A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with
the provisions of Paragraph 12.02.
5. Each Contract Claim shall be accompanied by Contractor's written statement that the
adjustment claimed is the entire adjustment to which the Contractor believes it is entitled as a
result of said event.
6. The City shall submit any response to the Contractor within 30 days after receipt of the
claimant's last submittal (unless Contract allows additional time).
C. City's Action: City will review each Contract Claim and, within 30 days after receipt of the last
submittal of the Contractor, if any, take one of the following actions in writing:
1. deny the Contract Claim in whole or in part;
2. approve the Contract Claim; or
3. notify the Contractor that the City is unable to resolve the Contract Claim if, in the City's
sole discretion, it would be inappropriate for the City to do so. For purposes of further
resolution of the Contract Claim, such notice shall be deemed a denial.
CITY OF FORT WORTH
STANDARD CON3TRUCTION SPECIFCATION DOCUMENTS
Revision: December2l, 2012
00 �z oo - i
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 Tirr�e will be valid if not
submitted in accordance with this Paragraph 10.06.
ARTICLE 11— COST OF THE WORK; ALLOWANCES; UNiT PRICE WORK; PLANS
QUANTITY MEASUREMENT
11.01 Cost of the T�TTork
A. Costs Included: The tenn Cost of the Worlc 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 Worlc covered by a Change Order, the costs to be reimbursed to
Cont�•actor 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.O1.B, and shall
include but not be limited to the following items:
Payroll costs for employees in the direct employ of Contractor in the per•fonnance 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 tune on the Work: Payroll costs for employees not employed full time on the
Worlc shall be apportioned on the basis of their time spent on the Work. Payroll costs shall
include;
a. salaries with a 55% markup, or
b, salaries and wages plus the cost of fi•inge benefits, which shall include social security
contributions, unemployment, excise, and payroll taaes, workers' compensation, health
and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto.
The expenses of perfonning Worlc outside of Regular Worlcing 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 Worlc, 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 thet•eof. 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 Worlc.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCLT1VlENTS
Revision: A�cember2l, 2012
oonoo-i
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 inanner as Contractor's Cost of the Worlc 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 includi�ig 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,
rnachinery, 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 datnage 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 settlelnents made with the written consent and approval of City. No
such losses, damages, and expenses shall be included in the Cost of the Work for the
purpose of determining Contractor's fee.
f. The cost of utilities, fuel, and sanitary facilities at the Site.
g. Minor expenses such as telegrams, long distance telephone calls, telephone and
communication services at the Site, express and courier services, and similar petty cash
items in connection with the Work.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS
Revision: Dzcember2l, 2012
00 72 00 -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 Worlc 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, purchaslllg and contracting agents,
expediters, timelceepers, clerlcs, and other personnel employed by Cont��actor, whether at the
Site or in Contractor's principal oz� 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.O1.A.1 or specifically covered by Paragraph 11.O1.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.
Any part of Contractor's capital expenses, lllcluding 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 malcing good any damage to property.
5. Other overhead or general e�pense costs of any lcind.
C. Conh�actor's Fee: When all the Work is performed on the basis of cost-plus, Contractor's fee
shall be detennined as set forth in the Agreement. When the value of any Work covered by a
Change Order for an adjusnnent 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.O1.C.
D. Docui��entation: Whenever the Cost of the Work for any purpose is to be determined pursuant to
Paragraphs 11.O1.A and 11.O1.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 Alloti��ances
A. Specified Allol��ance: It is understood tllat Cont��actor has included in the Contract Price all
allowances so named in the Contract Documents and shall cause the Worlc so covered to be
performed for such sums and by such persons or entities as may be acceptable to City.
B. P�°e-bzd Alloi��a��ces:
1. Contractor agrees that:
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCi7MENTS
Revision: December2l, 2012
oo�aoo-i
General Conditions
Page 44 of 63
a. the pre-bid allowances include the cost to Contractor of materials and equipment required
by the allowances to be delivered at the Site, and all applicable taxes; and
b. Contractor's costs for unloading and handling on the Site, labor, installation, overhead,
profit, and other expenses contemplated for the pre-bid allowances have been included in
the allowances, and no demand for additional payment on account of any of the
foregoing will be valid.
C. Contingency Allo���ance: 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 Unzt 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 Woric 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 worlc 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. Inc��eased of° Decreased Quantities: The City reserves the right to order Eatra Worlc in
accordance with Paragraph 10.01.
1. If the changes in quantities or the alterations do not significantly change the character of
work under the Contract Documents, the altered woric will be paid for at the Contract unit
price.
CITY OF FORT WORTH
STANDAItD CONSTRUCTION SPECIFCATION DOCUMENTS
Revision: Deceml�21, 2012
oo�zoo-1
General Conditions
Page 45 of 63
2. If the changes in quantities or alterations significantly change the character of work, the
Contract will be amended by a Change Order.
If no unit prices exist, this will be considered Extra Worlc 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 ui lcind or nature from that
in the Contract or
b. a Major Item of worlc 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 worlc that is above 125%.
6. When the quantity of worlc 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 adjust�nent to the unit price.
ll .04 Plarrs Quai�tity Measure�ne��t
A. Plans quantities may or may not represent the exact quantity of worlc perforined 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) frorn the total
estimated quantity for an individual Item originally shown in the Contract Documents, an
adjust�nent may be made to the quantity of authorized worlc done for payinent purposes. The
party to the Cont�•act requesting the adjusnilent will provide field measurements and calculations
showing the final quantity for which payment will be made. Payment fot• revised quantity will be
made at the unit price bid far� 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 a17d the Item is not originally a plans quantity Item, thell the Item may be paid as a plans
quantity Item if the City and Contractor agree in writing to fix the final quantity as a plans
quantity.
CTTY OF FORT WORTH
STANDAItD CONSTRUCTION SPECIFCATION DOCUMENT3
Revision: Ikxember2l, 2012
00 �a oo - i
General Conditions
Page 46 of 63
E. For callout work or non-site specific Contracts, the plans quantity measurement requirements are
not applicable.
ARTICLE 12 — CHANGE OF CONTRACT PRICE; CIIANGE OF CONTRACT TIlVIE
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:
l. 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.O1.C.2), and shall include the cost
of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work;
or
3. where the Work involved is not covered by unit prices contained in the Contract Documents
and agreement to a lump sum or unit price is not reached under Paragraph 12.O1.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.O1.C).
C. Contr�actot°'s Fee: The Contractor's additional fee for overhead and profit shall be deternlined 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 Worlc:
a. for costs incurred under Paragraphs 11.O1.A.1; 11.O1.A.2. and 11.O1.A.3, the
Cont�•actor'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.O1.A.4 and 11.O1.A.5, the Contractor's fee shall be
five percent (5%);
1) where one or more tiers of subcontracts are on the basis of Cost of the Work plus a
fee and no fixed fee is agreed upon, the intent of Paragraphs 12.O1.C.2.a and
12.O1.C.2.b is that the Subcontractor who actually performs the Work, at whatever
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCiJMENTS
Revision: December2l, 2012
00 �a oo - �
General Conditions
Page 47 of 63
tier, will be paid a fee of 15 percent of the costs u�curred by such Subcontractor under
Paragraphs 11.O1.A.1 and 11.O1.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%;
no fee shall be payable on the basis of costs itemized under Paragraphs 1 l.Ol.A.6, and
11.O1.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 CJ�ange of Co��tT^act Tin�e
A. The Contract Tiine may only be changed by a Change Order.
B. No extension of the Contract Time will be allowed for Extra Work or for claiined 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 Dela��s
A. Where Cont�•actor is reasonably delayed in the performance or completion of any part of the
Woric 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 inciude, but not be liinited to, acts
or neglect by City, acts or neglect of utility owners or other contractors perfonning other worlc as
contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God.
Such an adjusttnent shall be Contractor's sole and exclusive remedy for the delays described in
this Paragraph.
B. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or
damages (including but not limited to all fees a�id charges of engineers, architects, attorneys, and
otl�er 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 cont�•ol 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 Worlc, except when
direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide
information or material, if any, which is to be furnished by the City.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCiJMENTS
Revision: Dzc;ember2l, 2012
oo�aoo-i
General Conditions
Page 48 of 63
ARTICLE 13 — TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF
DEFECTIVE WORK
13.01 Notice of Defects
Notice of all defective Work of which City has actual knowledge will be given to Contractor.
Defective Work may be rejected, corrected, or accepted as provided in this Article 13.
13.02 Access to Work
City, independent testing laboratories, and governmental agencies with jurisdictional interests will
have access to the Site and the Work at reasonable times for their observation, inspection, and
testing. Contractor shall provide them proper and safe conditions for such access and advise them of
Contractor's safety procedures and programs so that they may comply therewith as applicable.
13.03 Tests and bZspections
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 thereo fl 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 determllled solely by
City.
City will coordinate such Testing to the extent possible, with Contractor;
2. Should any Testing under this Section 13.03 D result in a"fail", "did not pass" or other
similar negative result, the Contractor shall be responsible for paying for any and all retests.
Contractor's cancellation without cause of City initiated Testing shall be deemed a negative
result and require a retest.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS
Revision: December2l, 2012
oonoo-1
General Conditions
Page 49 of 63
3. Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the
Testing Lab by Contractor. City will forward all invoices for retests to Contractor.
4. If Contractor fails to pay the Testing Lab, City will not issue Final Payment until the Testing
Lab is paid.
E. If any Work (or the worlc 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 Worlc 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 UncoveT^ii7g T�ork
A. If any Worlc is covered contrary to the Contract Documents or specific instructions by the City, it
must, if requested by City, be uncovered for City's obseivation and replaced at Contractor's
expense.
B. If City considers it necessary or advisable that covered Worlc be observed by City or inspected or
tested by others, Contractor, at City's request, shall uncover, expose, or otherwise malce available
for observation, inspection, or testing as City may require, that portion of the Worlc in question,
furnishing all necessary labor, material, and equipinent.
If it is found that the uncovered Worlc is defective, Contractor shall pay all claims, costs,
losses, and damages (includlllg 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, eaposure, observation, inspection, and testing, and of
satisfactory replacement or reconstruction (including but not limited to all costs of repai�• or
replacement of worlc 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 Worlc is uot 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 Caty May Stop the T�TTo��k
If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials
or equipment, or fails to perform the Work in such a way that the completed Worlc will conform to
the Contract Documents, City may order� Contractor to stop the Worlc, 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 e�ercise this right for the benefit of Contractor, any
CITY OF FORT WORTH
STANDAItD CONSTRUCTION SPECIFCATION DOCLTMENTS
Revision: Dzcember2l, 2012
00 �a oo - i
General Conditions
Page 50 of 63
Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of
any of them.
13.06 Co��f�ection. o�° Removal of Defective Wo�°k
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 Co��rection Pef•iod
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 therefroin.
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
Worlc corrected or repau�ed or may have the rejected Work removed and replaced. All claims,
costs, losses, and damages (including but not limited to all fees and charges of engineers,
architects, attorneys, and other professionals and all court or other dispute resolution costs)
arising out of or relating to such correction or repair or such reinoval and replacement (including
but not limited to all costs of repair or replacement of work of others) will be paid by Contractor.
CITY OF FORT VJORTH
STANDARD CONSTRUC'TION SPECIFCATION DOCUMENTS
Revision: Dzceanber2l, 2012
oo�zoo-1
General Conditions
Page 51 of 63
C. In special circumstances where a particular item of equipment is placed in continuous service
before Final Acceptance of all the Worlc, the correction period for that item may start to run from
an earlier date if so provided in the Contract Documents.
D. Where defective Worlc (and damage to other Worlc 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 rnay dispute this requireinent 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 applicabie statute of limitation or repose.
13.08 Acceptance ofDefective T�o�°Ii
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 lunited 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 e�tent 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 Worlc,
and City shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished
value of Worlc so accepted.
13.09 City May Co����ect Defectzve Woi°k
A. If Contractor fails within a reasonable time after written notice from City to correct defective
Wor•k, or to r•ernove and replace rejected Work as required by City in accordance with Paragraph
13.06.A; or if Contractor fails to perfornl the Worlc lli 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 Colltractor, 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, talce possession of all or part of the Worlc 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 e�ercise the rights
and reuiedies 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
C1T1' OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCIIMENTS
Revision: December2l, 2012
00 �a oo - t
General Conditions
Page 52 of 63
costs) incurred or sustained by City in e�ercising 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.
: : _ _ � ' :_ /►II_. ►M- - - � � _►Y_ �_ _ � � �_►11 � UI' _ 1 _►
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 forin 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 P��ogt°ess Pa}n���ents
A. Applications foi° Paynzents:
1. Contractor is responsible for providing all information as required to become a vendor of the
City.
2. At least 20 days before the date established in the General Requirements for each progress
payment, Contractor shall submit to City for review an Application for Payment filled out
and signed by Contractor covering the Work completed as of the date of the Application and
accompanied by such supporting documentation as is required by the Contract Documents.
3. If payment is requested on the basis of materials and equipment not incorporated in the Work
but delivered and suitably stored at the Site or at another location agreed to in writing, the
Application for Payment shall also be accompanied by a bill of sale, invoice, or other
documentation warranting that City has received the materials and equipment free and clear
of all Liens and evidence that the materials and equipment are covered by appropriate
insurance or other arrangements to protect City's interest therein, all of which must be
satisfactory to City.
4. Beginning with the second Application for Payment, each Application shall include an
affidavit of Contractor stating that previous progress payments received on account of the
, Worlc have been applied on account to discharge Contractor's legitimate obligations
associated with prior Applications for Payment.
5. The amount of retainage with respect to progress payments will be as stipulated in the
Contract Documents.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCLJMENTS
Revision: D�cemba2l, 2012
007200-1
General Conditions
Page 53 of 63
B. REVl21N OfA�7p%ICQtlO71S:
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 mal�e 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 Worlc, and on City's review of the Application for
Payment and the accoinpanying data and schedules, that to the best of City's icnowledge:
a. the Worlc has progressed to the point indicated;
b. the quality of the Worlc 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 finai
determination of quantities and classifications for Worlc performed under Paragraph 9.05,
and any other qualifications stated in the recommendation).
3. Processing any such payment will not thereby be deeined to have represented that:
a. inspections made to checic the quality or the quantity of the Worlc as it has been
performed have been e�austive, extended to every aspect of the Woric 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 lniglit 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
performarice of the Worlc.
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 Worlc is defective, or the completed Worlc has been dalnaged by the Contractor or his
subcontractors, requiring correction or replacement;
b. discrepancies lll quantities contained in previous applications for payinent;
c. the Contract Price has been reduced by Cllange Orders;
d. City has been required to correct defective Worlc or complete Work in accordance with
Paragraph 13.09; or
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS
Revision: Ik�ember2l, 2012
oo�aoo-1
General Conditions
Page 54 of 63
e. City has actual knowledge of the occurrence of any of the events enumerated in
Paragraph 15.02.A.
C. Retainage:
1. For contracts less than $400,000 at the time of execution, retainage shall be ten percent
(10%).
2. For contracts greater than $400,000 at the time of eaecution, retainage shall be five percent
(5%).
D. Lzquidated 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. Paynaent.• 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 Payn�ent:
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 recom�nended; 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 T�af•i•ant�� of Title
Cont��actor warrants and guarantees that title to all Work, materials, and equipment covered by any
Application for Paytnent, whether incorporated in the Pr�oject or not, will pass to City no later than
the time of payment free and clear of all Liens.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS
Revision: December2l, 2012
00 �z oo - i
General Conditions
Page 55 of 63
14.04 Partial Utilizatioi�
A. Prior to Final Acceptance of all the Woric, 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 Conh�actor's
perfonnance of the remainder of the Worlc. City at any time may notify Contractor in writing to
permit City to use or occupy aily such part of the Worlc which City determines to be ready for its
intended use, subject to the following conditions:
1. Contractor at any time may notify City in vv�'iting that Contractor considers any such part of
the Woric ready for its intended use.
2. Within a reasonable time after notification as enumerated in Paragraph 14.OS.A.1, City and
Contractor shall malce an inspection of that part of the Worlc to determine its status of
completion. If City does not consider that part of the Worlc to be substantially complete, City
will notify Contractor in writing giving the r•easons therefor.
3. Partial Utilization wiil not constitute Final Acceptance by City.
14.05 Fz»a1lns�ectio»
A. Upon written notice from Contractor that the entire Worlc 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 Worlc is incomplete or defective. Contractor shall unmediately talce such measures as are
necessary to complete such Worlc or remedy such deficiencies.
B. No time charge will be made against the Contractor between said date of riotification of the City
and the date of Final Inspection. Should the City determine that the Worlc is not ready for Final
Inspection, City will notify the Cont�•actor in writing of the reasons and Contract Time will
resume.
14.06 Fz��al Acceptance
Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final
Inspection, City will issue to Contractor a letter of Final Acceptance.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS .
Revision: Acember2l, 2012
00 �a oo - i
General Conditions
Page 56 of 63
14.07 Final Payr7aent
A. Application fof• 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. Paynzes�t 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 Fina1 Co�npletion Delayed and Pa��tial Retainage Release
A. If final completion of the Work is significantly delayed, and if City so confirms, City may, upon
receipt of Contractor's fmal Application for Payment, and without terminating the Contract,
make payment of the balance due for that portion of the Work fully completed and accepted. If
the remaining balance to be held by City for Work not fully completed or corrected is less than
the retainage stipulated in Paragraph 14.02.C, and if bonds have been furnished as required in
Paragraph 5.02, the written consent of the surety to the payment of the balance due for that
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS
Revision: D�ember2l, 2012
00 �2 00 -1
General Conditions
Page 57 of 63
portion of the Work fully completed and accepted shall be submitted by Contractor to City with
the Application for such payment. Such payment shall be made under the tenns and conditions
governing final payment, except that it shall not constitute a waiver of Contract Claims.
B. Pa��tial Retainage Release. For a Contract that provides for a separate vegetative establishment
and maintenance, and test a�ld performance periods foliowing 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 T�aiver of Clain�s
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 cormected with the Contract.
ARTICLE 15 — SUSPENSION OF WORK AND TERMINATION
15.01 Caty May Suspend Wo�°k
A. At any time and without cause, City may suspend the Work or any portion thereof by written
notice to Contractor and which may fi�� the date on which Work will be resumed. Contractor
shall resume the Work on the date so fixed. During temporary suspension of the Worlc covered
by these Contract Documents, for any reason, the City will malce 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 eatension in Contract
Time, directly attributable to any such suspension.
C. If it should becoine necessary to suspend the Worlc 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 pt�event damage or
deterioration of the work perfornled; he shall provide suitable drainage about the work, and erect
teinporaly structures where necessary.
D. Contractor may be reimbursed for the cost of moving his equipment off the joU and returning the
necessary equipment to the job when it is detelmined by the City that construction may be
resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the
equipment and no profit will be allowed. Reimbursement may not be allowed if the equipment is
moved to another construction project for the City.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCUMENT3
Revision: Ia cember2l, 2012
007200-1
General Conditions
Page 58 of 63
15.02 City May Terr�7inate for Cause
A. The occurrence of any one or more of the following events by way of example, but not of
lunitation, may justify termination for cause:
1. Contractor's persistent failure to perfonn 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 otlierwise
financially unable to carry on the Work satisfactorily; or
8. Contractor commences legal action in a court of competent jurisdiction against the City.
B. If one or more of the events identified in Paragraph 15.02A. occur, City will provide written
notice to Contractor and Surety to arrange a conference with Contractor and Surety to address
Contractor's failure to perform the Work. Conference shall be held not later than 15 days, after
receipt of notice.
1. If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to
perfonn 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
perfornl the Worlc.
2. If Contractor's services are terminated, Surety shall be obligated to taice over and perform the
Worlc. If Surety does not commence performance thereof within 15 consecutive calendar
days after date of an additional written notice demanding Surety's performance of its
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS
Revision: December2l, 2012
oo�zoo-1
General Conditions
Page 59 of 63
obligations, then City, without process or action at law, may take over any portion of the
Worlc and complete it as described below.
a. If City completes the Work, City rnay exclude Contractor and Surety from the site and
talce possession of the Worlc, and- all materials and equipment incorporated into the Worlc
stored at the Site or for which City has paid Contractor or Surety but which are stored
elsewhere, and finish the Work as City may deem expedient.
3. Whether City or Surety completes the Work, Contractor shall not be entitled to receive any
further payrnent until the Worlc is finished. If the unpaid balance of the Contract Price
exceeds all clallns, costs, losses and damages sustained by City arising out of or resulting
from completing the Worlc, 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 eaercising 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 coinpleting the Contract, shall not forfeit the right
to recover damages from Contt�actor or Surety for Contractor's failure to timely complete the
entire Contract. Contractor shall not be entitled to any clai�n on account of the method used
by City in completing the Contract.
6. Maintenance of the Worlc 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.B, Contractor's services will not be terminated if Contractor
begins within seven days of receipt of notice of intent to tertninate to cot7•ect its failure to
perform and proceeds diligently to cure such failure within no more than 30 days of receipt of
said notice.
D. Where Corztractor'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 fi•oin liability.
E. If and to the extent that Contractor has provided a performance bond under tlie provisions of
Paragraph 5.02, the termination procedures of that bond shall not supersede the provisions of this
Article.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS
Revision: December2l, 2012
ao�zoo-i
General Conditions
Page 60 of 63
15.03 City May Ter»�inate For Convefaience
A. City may, without cause and without prejudice to any other right or remedy of City, tenninate 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 tennination 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 conh�act 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, certiiied as to quantity and qualiiy, of any or all
items of tennination inventory not previously disposed of, exclusive of items the disposition of
which has been directed or authorized by City.
CITY OF FORT WORTH
STANDAI2D CONSTRUCTION SPECIFCATION DOCUMENTS
Revision: December2l, 2012
oo�aoo-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 shail be paid for (without duplication of any items):
1. completed and acceptable Worlc 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
fur•nishing labor, materials, or equipment as required by the Contract Documents in connection
with uncompleted Worlc, plus fair and reasonable sums for overhead and profit on such expenses;
and
3. reasonable eapenses 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 availabie 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 t•evenue or other economic loss arising out of or
resulting from such termination.
ARTICLE 16 — DISPUTE RESOLUTION
16.01 Methods a��d Procedu��es
A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision
under Paragraph 10.06 before such decision becomes fiiial and binding. The request for
mediation shall be submitted to the other party to the Cont��act. Timely submission of the request
shall stay the effect of Paragraph 10.06.E.
B. City and Contractor shall participate in the mediation process in good faith. The process shall be
commenced within 60 days of filing of the request.
C. If the Contract Claim is not resolved by mediation, City's action under Paragraph 10.06.0 or a
denial pursuant to Paragraphs 10.06.C3 or 10.06.D shall become fmal and binding 30 days after
termination of the mediation unless, within that time period, City or Contractor:
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS
Revision: December2l, 2012
oonoo-i
General Conditions
Page 62 of 63
1. elects in writing to involce any other dispute resolution process provided for in the
Supplementary Conditions; or
2. agrees with the other party to submit the Contract Ciaim 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 Givif�g Notice
A. Whenever any provision of the Contract Documents requires the giving of written notice, it will
be deemed to have been validly given if:
1. delivered in person to the individual or to a member of the firm or to an officer of the
corporation for whom it is intended; or
2. delivered at or sent by registered or certified mail, postage prepaid, to the last business
address known to the giver of the notice.
B. Business address changes must be promptly made in writing to the other party.
C. Whenever the Contract Documents specifies giving notice by electronic means such electronic
notice shall be deemed sufficient upon confirmation of receipt by the receiving party.
17.02 Co»�putatio» 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 Worlcing Day shall become the last
day of the period.
17.03 Cu�nulative 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 pi�ovisions of this Paragraph will be as effective as if repeated specifically
in the Contract Documents in connection with each particular duty, obligation, right, and remedy to
which they apply.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCiJMENTS
Revision: December2l, 2012
00�200-1
General Conditions
Page 63 of 63
17.04 Su��vival of Oblzgations
All representations, indemnifications, wai•ranties, and guarantees made in, required by, or given in
accordance with the Contract Docurnents, as well as all continuing obligations indicated in the
Contract Documents, will survive final payment, completion, and acceptance of the Worlc or
termination or completion of the Contract or termination of the services of Contractor.
17.05 Headzngs
Article and paragraph headings are inserted for convenience only and do not constitute parts of these
General Conditions.
C1TY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS
Revision: Dzcember2l, 2012
007300-1
SUPPLEMENTARY CONDITIONS
Page 1 of 7
1
2
3
4
5
6
7
8
9
l0
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
SECTION 00 73 00
SUPPLEMENTARY CONDITIONS
TO
GENERAL CONDITIONS
Supplementary Conditions
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 fuli 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.
Modi�cations and Supplements
The following are instructions that modify or supplement specific paragraphs in the General
Conditions and other Contract Documents.
SC-3.03B.2, "Resolving Discrepancies"
Plans govern over Specifications.
SC-4.01A
Easement limits shown on the Drawing are approximate and were provided to establish a basis
for bidding. Upon receiving the final easements descriptions, Contractor shall compare them to
the lines shown on the Contract Drawings.
SC-4.O1A.1., ��Availability of Lands"
The following is a list of known outstanding right-of-way, and/or easements to be acquired, if any
as of
Outstanding Right-Of-Way, and/or Easements to Be Acquired
PARCEL OWNER TARGET DATE
NUMBER OF POSSESSION
None
The Contractor understands and agrees that the dates listed above are estimates only, are not
guaranteed, and do not bind the City.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised April 1, 2013
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
00 73 00 - 2
SUPPLEMENTARY CONDITIONS
Page 2 of 7
1
2
3
4
5
6
7
8
9
10
11
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.O1A.2, "Availability of Lands"
Utilities or obstructions to be removed, adjusted, and/or relocated
The following is list of utilities and/or obstructions that have not been removed, adjusted, and/or
relocated as of
EXPECTED UTILITY AND LOCATION
OWNER
TARGEf DATE OF
ADJUSTMENT
"None"
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
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:
"None"
The following are drawings of physical conditions in or relating to existing surface and subsurface
structures (except Underground Facilities) which are at or contiguous to the site of the Work:
"None"
SC-4.06A., "Hazardous Environmental Conditions at Site"
The following are reports and drawings of existing hazardous environmental conditions known to
the City:
"None"
SG5.03A., ��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: "None"
(3) Other: "None"
SC-5.04A., "Contractor's Insurance"
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised April 1, 2013
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
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 limits
Emp/oyer's /iability
$100, 000 each accident/occurrence
$100, 000 Disease - each employee
$500, 000 Disease - policy limit
SG5.04B., "Contractor's Insurance"
5.04B. Commercial General Liability, under Paragraph GC-5.04B. Contractor's Liability
Insurance under Paragraph GC-5.046., 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. Veri�cation of such coverage must be shown in the Remarks Article of the
Certificate of Insurance.
SC 5.04C., ��Contractor's Insurance"
5.04C. 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:
$'250, 000 Bodily Injury per person /
.$'S00, 000 Bodily Injury per accident/
$100, 000 Property Damage
SC-5.04D., "Contractor's Insurance"
The Contractor's construction activities will require its employees, agents, subcontractors,
equipment, and material deliveries to cross railroad properties and tracks [owned and operated
by Railroad company name.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised April 1, 2013
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
00 73 00 - 4
SUPPLEMENTARY CONDITIONS
Page 4 of 7
1 The Contractor shall conduct its operations on railroad properties in such a manner as not to
2 interFere with, hinder, or obstruct the railroad company in any manner whatsoever in the use or
3 operation of its/their trains or other property. Such operations on railroad properties may require
4 that Contractor to execute a��Right of Entry Agreement" with the particular railroad company or
5 companies involved, and to this end the Contractor should satisfy itself as to the requirements of
6 each railroad company and be prepared to executP the right-of-entry (if any) required by a
7 railroad company. The requirements specified herein likewise relate to the Contractor's use of
8 private and/or construction access roads crossing said railroad company's properties.
10 The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall
11 provide coverage for not less than the following amounts, issued by companies satisfactory to the
12 City and to the Railroad Company for a term that continues for so long as the Contractor's
13 operations and work cross, occupy, or touch railroad property:
14
15
16
17
18
19
20
21
22
23
24
(1) General Aggregate:
(2) Each Occurrence:
_ Required for this Contract Nat reguired for this Contract
<Provide an 'X"next to the appropriate se%ction above based on the Contract
requirements>
With respect to the above outlined insurance requirements, the following shall govern:
$Confirm Limits with Railroad
.�Confirm Limits with Rai/road
25 1. Where a single railroad company is involved, the Contractor shall provide one insurance
26 policy in the name of the railroad company, However, if more than one grade separation
27 or at-grade crossing is afFected by the Project at entirely separate locations on the line or
28 lines of the same railroad company, separate coverage may be required, each in the
29 amount stated above.
30
31 2. Where more than one railroad company is operating on the same right-of-way or where
32 several railroad companies are involved and operated on their own separate rights-of-
33 way, the Contractor may be required to provide separate insurance policies in the name
34 of each railroad company.
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
3. If, in addition to a grade separation or an at-grade crossing, other work or activity is
proposed on a railroad company's right-of-way at a location entirely separate from the
grade separation or at-grade crossing, insurance coverage for this work must be included
in the policy covering the grade separation.
4. If no grade separation is involved but other work is proposed on a railroad company's
right-of-way, all such other work may be covered in a single policy for that railroad, even
though the work may be at two or more separate locations.
No work or activities on a railroad company's property to be performed by the Contractor shall be
commenced until the Contractor has furnished the City with an original policy or policies of the
insurance for each railroad company named, as required above. All such insurance must be
approved by the City and each affected Railroad Company prior to the Contractor's beginning
work.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised Apri] i, 2013
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
1
2
3
4
5
6
7
8
9
lo
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
007300-5
SUPPLEMENTARY CONDITIONS
Page 5 of 7
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 2 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:
<List the prevai/ing wage rate tab/e(s) app/icab/e to the type ofconstruction being
pravided in this contract>
<Buzzsaw location, Resources/02-Construction Documents/ Specifications/Div 00-General
Conditions/>
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:
1. TxDOT Per were applicable work order
2.
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:
3. TxDOT
4, Railroad
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
Outstanding Permits and/or Licenses to Be Acquired
OWNER PERMIT OR LICENSE AND LOCATION
"None"
SC-6.24B., "Title VI, Civil Rights Act of 1964 as amended"
TARGET DATE
OF POSSESSION
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
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised April 1, 2013
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
007300-6
SUPPLEMENTARY CONDITIONS
Page 6 of 7
2
3
4
5
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
(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.
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 leases 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.
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
b. cancellation, termination or suspension of the Contract, in whole or in part.
6. Incorporation of Provisions: The Contractor shall include the provisions of paragraphs (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.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised Apri] 1, 2013
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
00 73 00 - 7
SUPPLEMENTARY CONDITIONS
Page 7 of 7
1
2
3
4
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 Sco e of Work Coordination Authori
>
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
SC-8.01, `�Communications to Contractor"
SC-9.01., "City's Project Representative"
The following firm is a consultant to the City responsible for construction management of this
Project: "None"
SC-13.03C., `�Tests and Inspections"
"None"
SC-16.O1C.1, "Methods and Procedures"
"None"
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised April 1, 2013
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
APPENDIX
GC-6.06.D Minority and Women Owned Business Enterprise Compliance
GC-6.07 Wage Rates
GR-01 60 00 Product Requirements
C1TY OF FORT WORTH Sanitary Sewer CIPP Contract 2014
STANDARD CONSTRUCTION SPECIFICATION DOCtJMENTS City Project No. 2298
Revised July 1, 20ll
GC-4.01 Availability of Lands
THIS PAGE LEFT INTENTIONALLY BLANK
CITY OF FORT WORTH Sanitary Sewer CIPP Contract 2014
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2298
Revised July 1, 2011
GC-4.02 Subsurface and Physical Conditions
THIS PAGE LEFT INTENTIONALLY BLANK
CITY OF FORT VJORTH Sanitary Sewer CIPP Contract 2014
STANDARD CONSTRUCTION SPECIFICATION DOCIJMENTS City Project No. 2298
Revised July 1, 2011
GC-4.04 Underground Facilities
THIS PAGE LEFT INTENTIONALLY BLANK
CITY OF FORT WORTH Sanitary Sewer CIPP Contract 2014
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2298
Revised 7uly 1, 2011
GC-4.06 Hazardous Environmental Condition at Site
THIS PAGE LEFT INTENTIONALLY BLANK
CITY OF FORT WORTH Sanitary Sewer CIPP Contract 2014
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2298
Revised July 1, 2011
GC-6.06.D Minority and Women Owned Business
Enterprise Compliance
THIS PAGE LEFT INTENTIONALLY BLANK
CITY OF FORT WORTH Sanitary Sewer CIPP Contract 2014
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2298
Revised July 1, 2011
ATTACHMENT1A
Page 1 of 4
FORT WORTH City of Fort Worth
MBE Subcontractors/Suppliers Utilization Form
PRIME COMPANY NAME: Check applicable block to describe prime
PROJECT NAME: M/W(DBE NON-M/NVDBE
Sanitary Sewer CIPP Contract 2014 BIDDATE
City's MBE Project Goal: Prime's MBE Project Commitment: PROJECT NUMBER
9 0�0 °�o
Idenfiify all subcontractors/suppliers you will use on this project
Failure to complete this form, in its entirety with requested documentation, and received by the Managing
Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date,
will result in the bid being considered non-responsive to bid specifications.
The undersigned Offeror agrees to enter into a formal agreement with the MBE firm(s) listed in this utilization
schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing
misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being
considered non-responsive to bid specifications
MBEs listed toward meeting the project goal must be located in the six (6) county marketplace at the time of
bid. Marketplace is the geographic area of Tarrant Dallas Denton Johnson Parker and Wise counties.
Identify each Tier level. Tier is the level of subcontracting below the prime contractor, i.e., a direct
payment from the prime contractor to a subcontractor is considered 1S' tier, a payment by a subcontractor to
its supplier is considered 2�d tier
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 prime 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-operators, and receive full MBE credit. The MBE may lease trucks
from non-MBEs, including owner-operators, but will only receive credit for the fees and commissions earned
by the MBE as outlined in the lease aqreement.
Rev. 5/30/12
FOFT�'VORTH ATTACHMENT1A
"'`��` Page 2 of 4
�
Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non-MBEs.
MBE firms are to be listed first, use additional sheets if necessary. If a subcontractor/supplier is identified as an SBE, piease attach a
copy of the firm's SBE certification if they have not previously registered with the City's MNVBE Office, which may be contacted for
verification. Please note that oni certified MBEs will be counted to meet an MBE oal.
Attach N
NCTRCA Certificate °
SUBCONTRACTOR/SUPPLIER T n Detail Detail
Company Name i Subcontracting Supplies
Address e M W S M Work Purchased Dollar Amount
Telephone/Fax r B B B B
E E E E
�� �
�� �
� �
� �
�� �
� �
Rev. 5/30/12
FORT WORTH
ATTACHMENT1A
Page 3 of 4
Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non-MBEs.
Please list MBE firm's first, use additional shee#s if necessary. If a subcontractodsupplier is identified as an SBE, please attach a copy
of the firms SBE certification if they have not previously registered with the City's M/WBE Office which may be contacted for
verification. Please note that onl certified MBEs will be counted to meet an MBE oal.
Attach N
NCTRCA Certificate °
SUBCONTRACTOR/SUPPLIER T n Detail Detail
Company Name i Subcontracting Supplies
Address e M W S M Work Purchased Dollar Amount
Telephone/Fax r B B e B
E E E E
� � �
� � �
� �
� �
� �
❑ �
Rev. 5/30/12
FORTWORTH
ATTACHMENT 1A
Page 4 of 4
Total Dollar Amount of MBE Subcontractors/Suppliers $
Total Dollar Amount of Non-MBE Subcontractors/Suppliers $
TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $
The Contractor will not make additions, deletions, or substitutions to this certified list without the prior approval
of the Minority and Women Business Enterprise Office through the submittal of a Request for Approval o I
Change/Addition form. Any unjustified change or deletion shall be a material breach of contract and may'.
result in debarment in accord with the procedures outlined in the ordinance. The contractor shall submit a'
detailed explanation of how the requested change/addition or deletion will affect the committed MBE goal. If the
detail explanation is not submitted, it will affect the final compliance determination.
By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request,
complete and accurate information regarding actual work performed by all subcontractors, including MBE(s)
and any special arrangements with MBEs. The Offeror also agrees to allow an audit and/or examination of
any books, records and files held by their company. The bidder agrees to allow the transmission of interviews
with owners, principals, officers, employees and applicable subcontractors/suppliers participating on the
contract that will substantiate the actual work performed by the MBE(s) on this contract, by an authorized
officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for
terminating the contract or debarment from City work for a period of not less than three (3) years and for
initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this
ordinance creates a material breach of the contract and may result in a determination of an irresponsible
Offeror and debarment from participating in City work for a period of time not less than one (1) year.
Authorized Signature
Title
Company Name
Address
City/State/Zip
Printed Signature
Contact Name/Title (if different)
Telephone and/or Fax
E-mail Address
Date
Rev. 5/30/12
GC-6.07 Wage Rates
THIS PAGE LEFT INTENTIONALLY BLANK
CITY OF FORT WORTH Sanitary Sewer CIPP Contract 2014
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2298
Revised July 1, 2011
City of Fort Worth, Texas
Mayor and Council Communication
COUNCIL ACTION: Approved on 10/29/2013
; DATE: Tuesday, October 29, 2013 REFERENCE NO.: **C-26534
LOG NAME: 20PREVAII.,ING WAGE RATES 2013
SUB.TECT:
Adopt 2013 Prevailing Wage Rates for City Awarded Public Works Projects (ALL COiJNCIL DISTRICTS)
RECOMMENDATION:
It is recommended that the City Council adopt the attached 2013 Prevailing Wage Rates for City—awarded
' Public Works projects.
DISCUSSION:
Texas Government Code Chapter 2258 requires that a public body awarding a contract for Public Works
shall determine the general pre�ailing rate of per diem wages for each craft or type of worker needed to
execute the contract. The public body is required to specify in the bid documents far any Public Works
contract, and in the contract itself, the wages as determined and adopted by the public body.
The attached 2013 Prevailing Wage Rates data for Heavy and Highway Construction projects identifies the
current Davis—Bacon Act prevailing wages for heavy and highway construction projects applicable to the
local wage rate zone. The attached 2013 Prevailing Wage Rates data for Commercial Construction projects
identifies average wage rates based on a salary survey conducted and published by the North Texas
Construction Industry (Fa112012). The 2013 Prevailing Wage Rates will be included in future City—awarded
infrastructure bid documents and contracts once adopted.
FISCAL INFORMATION:
The Financial Management Services Director certifies that this action will have no material effect on City
funds.
FUND CENTERS:
TO Fund/Account/Centers FROM FundlAccount/Centers
CERTIFICATIONS:
Submitted for Ci , Manager's Office b� Feinando Costa (6122)
Originating Department Head: Douglas W. Wiersig (7801)
' Additional Information Contact: Roy Teal (7958)
ATTACHMENT5
1. NewCOFW Hor.�df
2. NewCOFW Vert.�df
2013 PREVAILING WAGE RATES
(Heavy and Highway Construction Projects)
CLASSIFICATION DESCRIPTION
Asphalt Distributor Operator
Asphalt Paving Machine Operator
Asphait Raker
Broom or Sweeper Operator
Concrete Finisher, Paving and Structures
Concrete Pavement Finishing Machine Operator
Concrete Saw Operator
Crane Operator, Hydraulic 80 tons or less
Crane Operator, Lattice Boom 80 Tons or Less
Crane Operator, Lattice Boom Over 80 Tons
Crawler Tractor Operator
Electrician
Excavator Operator, 50,000 pounds or less
Excavator Operator, Over 50,000 pounds
Flagger
Form Builder/Setter, Structures
Form Setter, Paving & Curb
Foundation Drill Operator, Crawler Mounted
Foundation Drill Operator, Truck Mounted
Front End Loader Operator, 3 CY or Less
Front End Loader Operator, Over 3 CY
Laborer, Common
Laborer, Utility
Loader/Backhoe Operator
Mechanic
Milling Machine Operator
Motor Grader Operator, Fine 6rade
Motor 6rader Operator, Rough
Off Road Hauler
Pavement Marking Machine Operator
Pipelayer
Reclaimer/Pulverizer Operator
Reinforcing Steel Worker
Rolier Operator, Asphalt
Roller Operator, Other
Scraper Operator
Servicer
Small Slipform Machine Operator
Spreader Box Operator
Truck Driver Lowboy-Float
Truck Driver Transit-Mix
Truck Driver, Single Axle
Truck Driver, Single or Tandem Axle Dump Truck
Truck Driver, Tandem Axle Tractor with Semi Trailer
Welder
Work Zone Barricade Servicer
Wage Rate
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
15.32
13.99
12.69
11.74
14.12
16.05
14.48
18.12
17.27
20.52
14.07
19.80
17.19
16.99
10.06
13.84
13.16
17.99
21.07
13.69
14.72
10J2
12.32
15.18
17.68
14.32
17.19
16.02
12,25
13.63
13.24
11.01
16.18
13.08
11.51
12.96
14,58
15,96
14.73
16.24
14.14
12.31
12.62
12.86
14.84
11.68
The Davis-Bacon Act prevailing wage rates shown for Heavy and Highway construction projects were determined by
the United States Department of Labor and current as of September 2013. The titles and descriptions for the
classifications listed are detailed in the AGC of Texas' Standard Job Classifications and Descriptions for Highway,
Heavy, Utilities, and Industrial Construction in Texas.
Page 1 of 1
GC-6.09 Permits and Utilities
THIS PAGE LEFT INTENTIONALLY BLANK
CITY OF FORT WORTH Sanitary Sewer CIPP Contract 2014
STANDAR.D CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2298
Revised July 1, 2011
GC-6.24 Nondiscrimination
THIS PAGE LEFT INTENTIONALLY BLANK
CITY OF FORT WORTH Sanitary Sewer CIPP Contract 2014
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2298
Revised July l, 2011
GR-Ol 60 00 Product Requirements
THIS PAGE LEFT INTENTIONALLY BLANK
CITY OF FORT WORTH Sanitary Sewer CIPP Contract 2014
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2298
Revised July 1, 2011
oiiloo-i
SUMI��ARY OF WORK
Page 1 of 3
1
2
3
4
SECTION 01 11 00
SUMMARY OF WORK
PART 1 - GENERAL
1.1 SUMMARY
5 A. Section Includes:
6 1. Summary of Work to be performed in accordance with the Contract
� Documents
s
9
lo
11
12
13
14 1.2
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
PRICE AND PAYMENT PROCEDURES
15 A. Measurement and Payment
16 1. Work associated with this Item is considered subsidiary to the various items
1� bid.
ls No separate payment will be allowed for this Item.
19 1.3 REFERENCES [NOT USED]
F�i]
21
22
23
24
25
26
27
2g
29
30
31
32
A. Work Covered by Contract Documents
1. Work is to include furnishing all labor, materials, and equipment, and
performing all Work necessary for this construction project as detailed in
the Drawings and Specifications.
B. Subsidiary Work
l. Any and all Work specifically governed by documentary requirements for
the project, such as conditions imposed by the Drawings or Contract
Documents in which no specific item for bid has been provided for in the
Proposal and the item is not a typical unit bid item included on the standard
bid item list, then the item shall be considered as a subsidiary item of Work,
the cost of which shall be included in the price bid in the Proposal for
various bid items.
33 C. Use of Premises
34 1. Coordinate uses of premises under direction of the City.
3s 2. Assume full responsibility for protection and safekeeping of materials and
36 equipment stored on the Site.
1.4 ADMINISTRATIVE REQUIREMENTS
CITY OF FORT WORTH Sanitary Sewer CIPP Contract 2014
STANDARD CONSTRUCTION SPECLFICATION DOCUMENTS City Project No. 2Z98
Revised December 20, 2012
1
2
3
4
s
6
�
s
9
io
11
12
13
14
ls
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
oiiioo-a
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.
D. Work within Easements
1.
2.
3.
4.
5.
Do not enter upon private property for any purpose without having
previously obtained permission from the owner of such property.
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.
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.
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. _
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.
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.
CITY OF FORT WORTH
STANDAR.D CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
Ol 11 00 •• 3
SUNIIv1ARY OF WORK
Page 3 of 3
1 b. Erect temporary fencing in place of the fencing removed whenever the
2 Work is not in progress and when the site is vacated overnight, and/or
3 at all times to provide site security.
4 c. The cost for all fence work within easements, including removal,
s temporary closures and replacement, shall be subsidiary to the various
6 items bid in the project proposal, unless a bid item is specifically
7 provided in the proposal.
8 1.5 SUBMITTALS [NOT USED]
9 1.6 ACTION SUBMIITALS/INFORMATIONAL SUBMITTALS [NOT USED]
lo
11
12
13
14
15
16
17
1s
19
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMIITALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11FIELD [SITE] CONDITIONS [NOT USED]
1.iZWARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
20
C1TY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCiJMENTS
Revised December 20, 2012
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
olasoo-i
SUBSTITUTION PROCEDURES
Page 1 of 4
1
2
3 PA�tT 1 - GENERAL
4 1.1 SUMMARY
5
6
7
8
9
l0
11
12
13
A.
SECTION 01 25 00
SUBSTITUTION PROCEDURES
Section Includes:
1. 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".
Deviations from this City of Fort Worth Standard Specification
1. None.
14 B.
15
16
17
18
19 1.2
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
PRICE AND PAYMENT PROCEDURES
20 A. Measurement and Payment
21 1. Work associated with this Item is considered subsidiary to the various items bid.
22 No separate payment will be allowed for this Item.
23 1.3 REFERENCES [NOT USED]
' 24 1.4 ADMINISTRATIVE REQUIREMENTS
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
A. Request for Substitution - General
1. Within 30 days after award of Contract (unless noted otherwise), the City will
consider formal requests from Contractor for substitution of products in place of
those specified.
2. Certain types of equipment and kinds of material are described in Specifications by
means of references to names of manufacturers and vendors, trade names, or
catalog numbers.
a. When this method of specifying is used, it is not intended to exclude from
consideration other products bearing other manufacturer's or vendor's names,
trade names, or catalog numbers, provided said products are "or-equals," as
determined by City.
3. Other types of equipment and kinds of material may be acceptable substitutions
under the following conditions:
a. Or-equals are unavailable due to strike, discontinued production of products
meeting specified requirements, or other factors beyond control of Contractor;
or,
b. Contractor proposes a cost and/or time reduction incentive to the City.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
oi as oo - a
SUBSTITUTION PROCEDURES
Page 2 of 4
1 1.5 SUBMITTALS
2 A. See Request for Substitution Form (attached)
3 B. Procedure for Requesting Substitution
4 1. Substitution shall be considered only:
5 a. After award of Contract
6 b. Under the conditions stated herein
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
2. Submit 3 copies of each written request for substitution, including:
a. Documentation
1) Complete data substantiating compliance of proposed substitution with
Contract Documents
2) Data relating to changes in construction schedule, when a reduction is
proposed
3) Data relating to changes in cost
b. For products
1) Product identification
a) Manufacturer's name
b) Telephone number and representative contact name
c) Specification Section or Drawing reference of originally specified
product, including discrete name or tag number assigned to original
product in the Contract Documents
2) Manufacturer's literature clearly marked to show compliance of proposed
product with Contract Documents
3) Itemized comparison of original and proposed product addressing product
characteristics including, but not necessarily limited to:
a) Size
b) Composition or materials of construction
c) Weight
d) Electrical or mechanical requirements
4) Product experience
a) Location of past projects utilizing product
b) Name and telephone number of persons associated with referenced
projects knowledgeable concerning proposed product
c) Available field data and reports associated with proposed product
5) Samples
a) Provide at request of City.
b) Samples become the property of the City. .
c. For construction methods:
1) Detailed description of proposed method
2) Illustration drawings
C. Approval or Rejection
1. Written approval or rejection of substitution given by the City
2. City reserves the right to require proposed product to comply with color and
pattern of specified product if necessary to secure design intent.
3. In the event the substitution is approved, the resulting cost and/or time reduction
will be documented by Change Order in accordance with the General Conditions.
4. No additional contract time will be given for substitution.
5. Substitution will be rejected if:
a. Submittal is not through the Contractor with his stamp of approval
b. Request is not made in accordance with this Specification Section
CITY OF FORT WORTH Sanitary Sewer CIPP Contract 2014
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2298
Revised July 1, 2011
1
2
3
4
5
' 6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
012500-3
SUBSTITUTION PROCEDURES
Page 3 of 4
c. In the City's opinion, acceptance will require substantial revision of the original
design
d. In the City's opinion, substitution will not perform adequately the function
consistent with the design intent
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITI'ALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITf'ALS [NOT USED]
1.9 QUALITY ASSURANCE
A. In making request for substitution or in using an approved product, the Contractor
represents that the Contractor:
1. Has investigated proposed product, and has determined that it is adequate or
superior in all respects to that specified, and that it will perform function for which
it is intended
2. Will provide same guarantee for substitute item as for product specified
3. Will coordinate installation of accepted substitution into Work, to include building
modifications if necessary, making such changes as may be required for Work to be
complete in all respects
4. Waives all claims for additional costs related to substitution which subsequently
arise
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
01 25 00 - 4
SUBSTITUTION PROCEDURES
Page 4 of 4
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
EXHIBIT A
REQUEST FOR SUBSTITUTION FORM:
T0:
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
Sig nature
as noted
Firm
Address
Date
Telephone
For Use by City:
Approved
City
_ Recommended _ Recommended
Not recommended Received late
By —
Date
Remarks
Date
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
Rejected
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
O13119-I
PRECONSTRUCTION MEETING
Page 1 of 3
�
3 PART 1 - GENERAL
4 1.1 SUMMARY
5
6
�
8
9
lo
11
12
13
14
SECTION 01 31 19
PRECONSTRUCTION MEEfING
A. Section Includes:
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 1— General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
is A. Measurement and Payment
16 1. Work associated with this Item is considered subsidiary to the various items
17 bid. No separate payment will be allowed for this Item.
1s 1.3 REFERENCES [NOT USED]
19
20
21
22
23
24
2s
26
27
2s
29
30
31
32
33
34
35
36
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:
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised August 17, 2012
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
O1 31 19 - 2
PRECONSTRUCTION MEETING
Page 2 of 3
1
2
3
4
s
6
7
8
9
10
11
12
13
14
15
16
1�
is
19
20
21
22
23
24
2s
26
27
2s
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
a. Project Representative
b. Contractor's project manager
c. Contractor's superintendent
d. Any subcontractor or supplier representatives whom the Contractor may
desire to invite or the City may request
e. Other City representatives
f. Others as appropriate
4. Construction Schedule
a. Prepare baseline construction schedule in accordance with Section 01 32
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. Genera) 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
I. Insurance Renewals
m. Payroll Certification
n. Material Certifications and Quality Control Testing
o. Public Safety and Convenience
p. Documentation of Pre-Construction Conditions
q. Weekend Work Notification
r. Legal Holidays
s. Trench Safety Plans
t. Confined Space Entry Standards
u. Coordination with the City's representative for operations of existing
water systems
v. Storm Water Pollution Prevention Plan
w. Coordination with other Contractors
x. Early Warning System
y. Contractor Evaluation
z. Special Conditions applicable to the project
aa. Damages Claims
bb. Submittal Procedures
cc. Substitution Procedures
dd. Correspondence Routing
ee. Record Drawings
ff. Temporary construction facilities
C1TY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised August 17, 2012
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
01 31 19 - 3
PRECONSTRUCTION MEETING
Page 3 of 3
1 gg. M/WBE or MBE/SBE procedures
2 hh. Final Acceptance
3 ii. Final Payment
4 jj. Questions or Comments
5 1.5 SUBMITTALS [NOT USED]
6 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
7 1.7 CLOSEOUT SUBMI7TALS [NOT USED]
8 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
9 1.9 QUALITY ASSURANCE [NOT USED]
10 1.10DELIVERY, STORAGE, AND HANDLING [NOT USED]
11 1.liFIELD [SITE] CONDITIONS [NOT USED]
12 1.12WARRANTY (NOT USED�
13 PART 2- PRODUCTS [NOT USED]
14 PART 3- EXECUTION [NOT U�ED]
15
16
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
17
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised August 17, 2012
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
013119-1
PRECONSTRUCTION MEETING
Page 1 of 3
i
2
SECTION 01 31 19
PRECONSTRUCTION MEETING
3 PART 1 - GENERAL
4 1.1 SUMMARY
s
6
�
��
A. Section Includes:
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.
lo C. Related Specification Sections include, but are not necessarily limited to:
11 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the
12 Contract
13 2. Division 1— General Requirements
14 1.2 PRICE AND PAYMENT PROCEDURES
1s A. Measurement and Payment
16 1. Work associated with this Item is considered subsidiary to the various items
1� bid. No separate payment will be allowed for this Item.
18 1.3 REFERENCES [NOT USED]
19 1.4 ADMINISTRATIVE REQUIREMENTS
20
21
22
23
24
25
26
27
2s
29
30
31
32
33
34
35
36
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:
CITY OF FORT WORTH
STANDARD CONSTRUCTION SP$CIFICATION DOCUMENTS
Revised August 17, 2012
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
1
2
3
4
s
6
�
8
9
10
11
12
13
14
1s
16
1�
18
19
20
21
22
23
24
2s
26
27
2s
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
O1 31 19 - 2
PRECONSTRUCTION MEETING
Page 2 of 3
�
0
a. Project Representative
b. Contractor`s project manager
c. Contractor's superintendent
d. Any subcontractor or supplier representatives whom the Contractor may
desire to invite or the City may request
e. Other City representatives
f. Others as appropriate
Construction Schedule
a. Prepare baseline construction schedule in accordance with Section 01 32
16 and provide at Preconstruction Meeting.
b. City will notify Contractor of any schedule changes upon Notice of
Preconstruction Meeting.
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
I. Insurance Renewals
m. Payroll Certification
n. Material Certifications and Quality Contro) Testing
o. Public Safety and Convenience
p. Documentation of Pre-Construction Conditions
q. Weekend Work Notification
r. Legal Holidays
s. Trench Safety Plans
t. Confined Space Entry Standards
u. Coordination with the City's representative for operations of existing
water systems
v. Storm Water Pollution Prevention Plan
w. Coordination with other Contractors
x. Early Warning System
y. Contractor Evaluation
z. Special Conditions applicable to the project
aa. Damages Claims
bb. Submittal Procedures
cc. Substitution Procedures
dd. Correspondence Routing
ee. Record Drawings
ff. Temporary construction facilities
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised August 17, 2012
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
013119-3
PRECONSTRUCTION MEETING
Page 3 of 3
1 gg. M/WBE or MBE/SBE procedures
2 hh. Final Acceptance
3 ii. Final Payment
4 jj. Questions or Comments
5 1.5 SUBMITt'ALS [NOT USED]
6 1.6 ACTION SUBMITI'ALS/INFORMATIONAL SUBMITTALS [NOT USED]
7 1.7 CLOSEOUT SUBMITTALS [NOT USED]
8 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
9 1.9 QUALITY ASSURANCE [NOT USED]
l0 1.10DELIVERY, STORAGE, AND HANDLING [NOT USED]
11 1.11FIELD [SITE] CONDITIONS [NOT USED]
12 1.12WARRANTY [NOT USED]
13 PART 2- PRODUCTS [NOT USED]
14 PART 3- EXECUTION [NOT USED]
15
16
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
17
CITY OF FORT WORTH Sanitary Sewer CIPP Contract 2014
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2298
Revised August 17, 2012
013120-1
PROJECT MEETINGS
Page i of 3
1
2
3 PART1- GENERAL
4 1.1 SLT�VI1Vf ARY
5
6
7
8
9
10
11
12
13
14 1.2
SECTION Ol 3120
PROJECT MEETINGS
A. Section Includes:
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 Speciiication Sections include, but are not necessarily limited to:
l. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
PRICE AND PAYMENT PROCEDi1RES
15 A. Measurement and Payment
16 1. Work associated with this Item is considered subsidiary to the various items bid.
17 No separate payment will be allowed for this Item.
18 1.3 REFERENCES [NOT USED]
19 1.4 ADMINISTRATIVE REQUIl2EMENTS
20 A. Coordination
21 1. Schedule, attend and administer as specified, periodic progress meetings, and
22 specially called meetings throughout progress of the Work.
23 2. Representatives of Contractor, subcontractors and suppliers attending meetings
24 shall be qualified and authorized to act on behalf of the entity each represents.
25 3. Meetings administered by City may be tape recorded.
26 a. If recor•ded, tapes will be used to prepare minutes and retained by City for
27 future reference.
28 4. Meetings, in addition to those specified in this Section, may be held when requested
29 by the City, Engineer or Contractor.
30 B. Pre-Construction Neighborhood Meeting
31 1. After the execution of the Agreement, but before construction is allowed to begin,
32 attend 1 Public Meeting with affected residents to:
33 a. Present projected schedule, including consh�uction start date
34 b. Answer any construction related questions
35 2. Meeting Location
36 a. Location of ineeting to be determined by the City.
37 3. Attendees
38 a. Contractor
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July I, 2011
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
013120-2
PROJECT MEETINGS
Page 2 of 3
1
2
b. Project Representative
c. Other City representatives
3 4. Meeting Schedule
4 a. In general, the neighborhood meeting will occur within the 2 weeks following
5 the pre-construction conference.
6 b. In no case will const��uction be allowed to begin until this meeting is held.
7 C. Progress Meetnlgs
8 l. Formal project coordination meetings will be held periodically. Meetings will be
9 scheduled and administered by Project Representative.
10 2. Additional progress meetings to discuss specific topics will be conducted on an as-
11 needed basis. Such additional meetings shall include, but not be limited to:
12 a. Coordinating shutdowns
13 b. Installation of piping and equipment
14 c. Coordination between other const�•uction projects
15 d. Resolution of construction issues
16 e. Equipment approval
17 3. The Project Representative will preside at progress meetings, prepare the notes of
18 the meeting and distribute copies of the same to all participants who so request by
19 fully completing the attendance form to be circulated at the begiiming of each
20 meeting.
21 4. Attendance shall include:
22 a. Contractor's project manager
23 b. Contractor's superintendent
24 c. Any subcontractor or supplier representatives whom the Contractor may desire
25 to invite or the City may request
26 d. Engineer's representatives
27 e. City's representatives
28 f. Others, as requested by the Project Representative
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
5. Preliininary Agenda may include:
a. Review of Work progress since previous ineetulg
b. Field observations, problems, conflicts
a Items which impede construction schedule
d. Review of off-site fabrication, delivery schedules
e. Review of construction interfacing and sequencing requirements with other
construction cont� acts
f. Corrective measures and pr•ocedures to regain projected schedule
g. Revisions to construction schedule
h. Progress, schedule, during succeed'ulg Work period
i. Coordination of schedules
j. Review submittal schedules
k. Maintenance of quality standards
1. Pending changes and substitutions
in. Review proposed changes for:
1) Effect oil const�•uction schedule and on completion date
2) Effect on other contracts of the Project
n. Review Record Documents
o. Review inonthly pay request
p. Review status of Requests for Information
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
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) Contractar
7. Meeting Location
a. The City will establish a meeting location.
1) To the extent practicable, meetings will be held at the Site.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAIlINTENANCE MATERIAL SITSMITTALS [NOT USED]
1.9 QUALITY ASSUItANCE [NOT.USED]
1.10 DELIVERY, STORAGE, r�ND HANDLING [NOT USED]
l.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WA,RRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUIvIIvIARY OF CHANGE
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
013216-1
CONSTRUCTION PROGRESS SCHEDULE
Page 1 of 5
1
2
3 PARTl- GENERAL
4 1.1 SiJ7VIlVIARY
SECTION Ol 32 16
CONSTRUCTION PROGRESS SCHEDULE
5 A. Section Includes:
6 1. General requirements for• the preparation, submittal, updating, status reporting and
7 management of the Construction Progress Schedule
8 2. Specific requirements are presented in the City of Fort Worth Schedule Guidance
9 Document
10
11
B. Deviations fi•om this City of Fort Worth Standard Specification
12 C. Related Speciiication Sections include, but are not necessarily limited to:
13 1. Division 0— Bidding Requu•ements, Cont��act Forms and Conditions of the Contract
14 2. Division 1— General Requirements
15 1.2 PRICE AND PAYNIENT PROCEDiJItES
16 A. Measurement and Payment
17 1. Work associated with this Item is considered subsidiary to the various items bid.
18 No separate payment will be allowed for this Item.
19 1.3 REFERENC�S
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
A. Definitions
1
2
3.
1. None.
Schedule Tiers
a. Tier 1- No schedule subinittal requir•ed 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
Speci�cation and herein. Majority of City projects, including all bond program
proj ects
d. Tier 4- Schedule submittal required by cont�•act as described in the
Speciiication and herein. Large and/or complea projects with long durations
1) Examples: large water pump station project and associated pipeline with
intercomiection to another governinental entity
e. Tier 5- Schedule submittal required by contract as described in the
Specification and herein. Large and/or very complex projects with long
durations, high public visibility
1) Examples might include a water or wastewater treatment plant
Baseline Schedule - Initial schedule submitted before work begins that will serve
as the baseline for measuring progress and departures from the schedule.
Progress Schedule - Monthly subrnittal of a progress schedule documenting
progress on the project and any changes anticipated.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCi.JMENTS '�
Revised July 1, 2011
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
013216-2
CONSTRUCTION PROGRESS SCHEDULE
Page 2 of 5
1
2
3
4. Schedule Narrative - Concise narrative of the schedule including schedule
changes, expected delays, key schedule issues, critical path items, etc
B. Reference Standards
4 1. City of Fort Worth Schedule Guidance Document
5 1.4 ADNIlNISTRATIVE REQUII2ETvIENTS
6
7
8
9
10
11
12
13
14
15
A. Baseline Schedule
1. General
a. Prepare a cost-loaded baseline Schedule using approved software and the
Critical Path Method (CPM) as required in the City of Fort Worth Schedule
Guidance Document.
b. Review the draft cost-loaded baseline Schedule with the City to demonstrate
understanding of the work to be performed and lcnown issues and constraints
related to the schedule.
c. Designate an authorized representative (Project Scheduler) responsible for
developing and updating the schedule and preparing reports.
16 B. Progress Schedule
17 1. Update the progress Schedule monthly as required in the City of Fort Worth
18 Schedule Guidance Document.
19 2. Prepare the Schedule Narrative to accompany the monthly progress Schedule.
20 3. Change Orders
21 a. Incorporate approved change orders, resulting in a change of contract time, in
22 the baseline Schedule in accordance with City of Fort Worth Schedule
23 Guidance Document.
24 C. Responsibility for Schedule Compliance
25 1. Whenever it becomes apparent from the current progress Schedule and CPM Status
26 Report that delays to the critical path have resulted and the Coutract completion
27 date will not be met, or when so directed by the City, make some or all of the
28 following actions at no additional cost to the City
29 a. Submit a Recovery Plan to the City for approval revised baseline Schedule
3 0 outlining:
31 1) A written statement of the steps intended to take to remove or arrest the
32 delay to the critical path in the approved schedule
33 2) Increase construction manpower in such quantities and crafts as will
34 substantially eliminate the backlog of work and retuni current Schedule to
35 meet projected baseline completion dates
36 3) Increase the number of warking hours per shift, shifts per day, working
37 days per week, the amount of construction equipment, or any coinbination
38 of the foregoing, sufficiently to substantialiy eliminate the backlog of work
39 4) Reschedule activities to achieve maaimum practical concurrency of
40 accomplishment of activities, and comply with the revised schedule
41 2. If no written statement of the steps intended to take is submitted when so requested
42 by the City, the City may direct the Contractor to increase the level of effort in
43 manpower (trades), equipment and work schedule (overtime, weekend and holiday
44 work, etc.) to be employed by the Cont�•actor in order to remove or arrest the delay
45 to the critical path in the approved schedule.
CITY OF FORT WORTH Sanitary Sewer CIPP Contract 2014
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2298
Revised July 1, 2011
013216-3
CONSTRUCTION PROGRESS SCHEDULE
Page 3 of 5
1 a. No additional cost for such work wi11 be considered.
2� D. The Contract completion time will be adjusted only for causes specified in this
3 Contract.
4 a. Requests for an extension of any Contract completion date must be
5 supplemented with the following:
6 1) Furnish justification and supporting evidence as the City ulay deem
7 necessary to determine whether the requested extension of time is entitled
8 under the provisions of this Contract.
9 a) The City will, after receipt of such justiiication and supporting
10 evidence, inake �ndings of fact and will advise the Contractor, in
11 writing thereof.
12 2) If the City finds that the requested eatension of tiine is entitled, the City's
13 deteimination as to the total number of days allowed for the extensions
14 shall be based upon the approved total baseline schedule and on all data
15 relevaut to the extension.
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
a) Such data shall be included in the next updating of the Progt•ess
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 networlc will not be the basis for a change therein.
Submit each request for change in Contract completion date to the City within 30
days after the beginning of the delay for wllich a tirne extension is requested but
before the date of final payment under this Cont�•act.
a. No time extension will be granted for requests which are not submitted within
the foregoulg 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, st�•ilces, 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 i•evise his schedule accordingly.
a) No additional compensation will be made to the Contractor for such
schedule changes except for una�oidable overall contract time
exteusions beyond the actual completion of unaffected work, in which
case the Contractor shall talce all possible action to minimize any tiine
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.
Float or slack time is defined as the amount of time between the earliest start date
aud t11e latest start date or between the earliest finisli date and the latest finish date
of a chain of activities on the Baseline Schedule.
a. Float or slacic time is not for the eaclusive 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 �•eserve and apportion float time according to the needs of the project.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
013216-4
CONSTRUCTION PROGRESS SCHEDULE
Page 4 of 5
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
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 oi• 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 worlc necessary
to expedite the completion of the entire Project.
a. I�i 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.
18 1.5 SUBMITTALS
19 A. Baseline Schedule
20 1. Submit Schedule in native file format and pdf format as required in the City of Fort
21 Worth Schedule Guidance Document.
22 a. Native file format includes:
23 1) Primavera (P6 or Primavera Contractor)
24 2. Submit draft baseline Schedule to City prior to the pre-construction meeting and
25 bring in hard copy to the meeting for review and discussion.
26 B. Progress Schedule
27 1. Submit progress Schedule in native file format and pdf format as required in the
28 City of Fort Worth Schedule Guidance Document.
29 2. Submit progress Schedule monthly no later than the last day of the month.
30 C. Schedule Narrative
31 1. Submit the schedule narrative in pdf format as required in the City of Fort Worth
32 Schedule Guidance Document.
33 2. Submit schedule narrative monthly no later than the last day of the month.
34
35
36
37
38
39
D. Submittal Process
1. The City administers and manages schedules through Buzzsaw.
2. Contractor shall submit documents as required in the City of Fort Wor-th Schedule
Guidance Document.
3. Dnce the project has been completed and Final Acceptance has been issued by the
City, no further progress schedules are required.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 201I
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
013216-5
CONSTRUCTION PROGRESS SCHEDULE
Page 5 of 5
1 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
2 1.7 CLOSEOUT SUBMITTALS [NOT USED]
3 1.8 MAINTENANCE MATERIAL SUBNIITTALS [NOT USED]
4 1.9 QUALITY ASSiTRANCE
5 A. The person preparing and revising the construction Progress Schedule shall be
6 experienced in the preparation of schedules of similax complexity.
7 B. Schedule and supporting documents addressed in this Specification shall be prepared,
8 updated and revised to accurately reflect the perfonnance of the construction.
9 C. Contractor is responsible for the quality of all submittals in this section meeting the
10 standard of care for the construction indust�y far similar projects.
11 1.10 DELIVERY, STORAGE, AND IIANDLING [NOT US�D]
12 1.11 FIELD [SITE] CONDITIONS [NOT USED]
13 1.12 WARRANTY [NOT USED]
14 PART 2- PRODUCTS [NOT USED]
15 PART 3- EXECUTION [NOT USED]
�
17
END OF SECTION
Revision Log
DATE NANIE SiJMMARY OF CHANGE
18
CITY OF FORT WORTH Sanitary Sewer CIPP Contract 2014
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2298
Revised July 1, 2011
013233-1
PRECONSTRUCTION VIDEO
Page 1 of 2
1
2
3 PART 1 - GENERAL
4 1.1 SUMMARY
5
6
�
s
9
10
11
12
13
14
SECTION 01 32 33
PRECONSTRUCTION VIDEO
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 1— General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
15 A. Measurement and Payment
�6 1. Work associated with this Item is considered subsidiary to the various items
�� bid. No separate payment will be allowed for this Item.
1s 1.3 REFERENCES [NOT USED]
19 1.4 ADMINISTRATIVE REQUIREMENTS
2o A. Preconstruction Video
21 1. Produce a preconstruction video of the site/alignment, including all areas in
22 the vicinity of and to be affected by construction.
23 a. Provide digital copy of video upon request by the City.
24 2. Retain a copy of the preconstruction video until the end of the maintenance
2s surety period.
26 1.5 SUBMITTALS [NOT USED]
27 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
2s 1J CLOSEOUT SUBMITTALS [NOT USED]
29 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
30 1.9 QUALITY ASSURANCE [NOT USED]
31 1.10DELIVERY, STORAGE, AND HANDLING [NOT USED]
32 1.11FIELD [SITE] CONDITIONS [NOT USED]
33 1.12WARRANTY [NOT USED]
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 20ll
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
013233-2
PRECONSTRUCTION VIDEO
Page 2 of 2
1 PART 2- PRODUCTS [NOT USED]
2 PART 3- EXECUTION [NOT USED]
3 END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH Sanitary Sewer CIPP Contract 2014
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2298
Revised Jiily 1, 2011
013300-1
SUBMITTALS
Page 1 of 8
1
2
3 PART 1 - GENERAL
4 1.1 SUMMARY
s
6
7
8
9
lo
11
12
13
14
15
16
17
18
SECTION 01 33 00
SUBMITiALS
A. Section Includes:
1. General methods and requirements of submissions applicable to the following
Work-related submittals:
a. Shop Drawings
b. Product Data (including Standard Product List submittals)
c. Samples
d. Mock Ups
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms and Conditions of the
Contract
2. Division 1— General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
19 A. Measurement and Payment
20 1. Work associated with this Item is considered subsidiary to the various items
21 bid. No separate payment will be allowed for this Item.
22 1.3 REFERENCES [NOT USED]
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
�.�C!_17'uM�►M���7_����1�7�iI1��7�u1�����
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 Speci�cations.
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
� Delivery �
g) Similar sequenced activities
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCi.JMENTS
Revised December 20, 2012
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
013300-2
SUBMITTALS
Page 2 of 8
1
2
3
4
s
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
c. No extension of time will be authorized because of the Contractor's failure
to transmit submittals sufficiently in advance of the Work.
d. Make submittals promptly in accordance with approved schedule, and in
such sequence as to cause no delay in the Work or in the work of any other
contractor.
B. Submittal Numbering
1. When submitting shop drawings or samples, utilize a 9-character submittal
cross-reference identification numbering system in the following manner:
a. Use the first 6 digits of the applicable Specification Section Number.
b. For the next 2 digits number use numbers 01-99 to sequentially number
each initial separate item or drawing submitted under each specific Section
number.
c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e.
A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical
submittal number would be as follows:
ICC1111::_
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, �eld construction criteria, materials,
dimensions, catalog numbers and similar data and I have checked and
coordinated each item with other applicable approved shop drawings."
D. Submittal Format
1. Fold shop drawings larger than 8 1/z inches x 11 inches to 8 1h inches x
iiinches.
2. Bind shop drawings and product data sheets together.
3. Order
a. CoverSheet
1) Description of Packet
2) Contractor Certification
b. List of items / Table of Contents
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
Sanitary Se«�er CIPP Contract 2014
City Project No. 2298
1
2
3
4
5
6
7
s
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
2s
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
013300-3
SUBMITTALS
Page 3 of 8
c. Product Data /Shop Drawings/Samples /Calculations
E. Submittal Content
1. The date of submission and the dates of any previous submissions
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)
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
013300-4
SUBMITTALS
Page 4 of 8
1
2
3
4
5
6
7
8
9
10
11
ra
13
14
15
16
17
1g
19
20
21
22
23
24
25
26
27
2s
1) Such as the manufacturer's product specification and installation
instructions
2) Availability of colors and patterns
3) Manufacturer's printed statements of compliances and applicability
4) Roughing-in diagrams and templates
5) Catalog cuts
6) Product photographs
7) Standard wiring diagrams
8) Printed performance curves and operational-range diagrams
9) Production or quality control inspection and test reports and
certifications
10) Mill reports
11) Product operating and maintenance instructions and recommended
spare-parts listing and printed product warranties
12) As applicable to the Work
H. Samples
1. As specified in individual Sections, include, but are not necessarily limited to:
a. Physical examples of the Work such as:
1) Sections of manufactured or fabricated Work
2) Small cuts or containers of materials
3) Complete units of repetitively used products color/texture/pattern
swatches and range sets
4) Specimens for coordination of visual effect
5) Graphic symbols and units of Work to be used by the City for
independent inspection and testing, as applicable to the Work
I. Do not start Work requiring a shop drawing, sample or product data nor any
material to be fabricated or installed prior to the approval or quali�ed approval of
such item.
29 1. Fabrication performed, materials purchased or on-site construction
3o accomplished which does not conform to approved shop drawings and data is
31 at the Contractor's risk.
32 2. The City will not be liable for any expense or delay due to corrections or
33 remedies required to accomplish conformity.
34 3. Complete project Work, materials, fabrication, and installations in conformance
35 with approved shop drawings, applicable samples, and product data.
36
37
38
39
40
41
42
43
44
45
J. Submittal Distribution
1. Electronic Distribution
a. Confirm development of Project directory for electronic submittals to be
uploaded to City's Buzzsaw site, or another external FfP site approved by
the City.
b. Shop Drawings
1) Upload submittal to designated project directory and notify appropriate
City representatives via email of submittal posting.
2) Hard Copies
a) 3 copies for all submittals
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 2Q 2012
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
013300-5
SUBMITTALS
Page 5 of 8
1
2
3
4
5
6
7
8
9
lo
11
12
13
14
1s
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
C.
%`I
b) If Contractor requires more than 1 hard copy of Shop Drawings
returned, Contractor shall submit more than the number of copies
listed above.
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
Samples
1) Distributed to the Project Representative
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.
2.
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
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.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
013300-6
SUBMITTALS
Page 6 of 8
1
2
3
4
5
6
7
8
9
lo
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
3. The Contractor remains responsible for details and accuracy, for coordinating
the Work with all other associated work and trades, for selecting fabrication
processes, for techniques of assembly and for performing Work in a safe
manner.
4. If the shop drawings, data or samples as submitted describe variations and
show a departure from the Contract requirements which City finds to be in the
interest of the City and to be so minor as not to involve a change in Contract
Price or time for performance, the City may return the reviewed drawings
without noting an exception.
5. Submittals will be returned to the Contractor under 1 of the following codes:
a. Code i
1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or
comments on the submittal.
a) When returned under this code the Contractor may release the
equipment and/or material for manufacture.
b. Code 2
1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of
the notations and comments IS NOT required by the Contractor.
a) The Contractor may release the equipment or material for
manufacture; however, all notations and comments must be
incorporated into the final product.
c. Code 3
1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is
assigned when notations and comments are extensive enough to
require a resubmittal of the package.
a) The Contractor may release the equipment or material for
manufacture; however, all notations and comments must be
incorporated into the final product.
b) This resubmittal is to address all comments, omissions and
non-conforming items that were noted.
c) Resubmittal is to be received by the City within 15 Calendar Days of
the date of the City's transmittal requiring the resubmittal.
d. Code 4
1) "NOT APPROVED" is assigned when the submittal does not meet the
intent of the Contract Documents.
a) The Contractor must resubmit the entire package revised to bring
the submittal into conformance.
b) It may be necessary to resubmit using a different
manufacturer/vendor to meet the Contract Documents.
6. Resubmittals
a. Handled in the same manner as first submittals
1) Corrections other than requested by the City
2) Marked with revision triangle or other similar method
a) At Contractor's risk if not marked
b. Submittals for each item will be reviewed no more than twice at the City's
expense.
1) All subsequent reviews will be performed at times convenient to the
City and at the Contractor's expense, based on the City's or City
Representative's then prevailing rates.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 2Q 2012
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
013300-7
SUBMITTALS
Page 7 of 8
1 2) Provide Contractor reimbursement to the City within 30 Calendar Days
2 for all such fees invoiced by the City.
3 c. The need for more than 1 resubmission or any other delay in obtaining
4 City's review of submittals, will not entitle the Contractor to an extension of
5 Contract Time.
6 7. Partia) Submittals
7 a. City reserves the right to not review submittals deemed partial, at the City's
s discretion.
9 b. Submittals deemed by the Ciry to be not complete will be returned to the
10 Contractor, and will be considered "Not Approved" until resubmitted.
11 c. The City may at its option provide a list or mark the submittal directing the
12 Contractor to the areas that are incomplete.
13 8. If the Contractor considers any correction indicated on the shop drawings to
14 constitute a change to the Contract Documents, then written notice must be
15 provided thereof to the City at least 7 Calendar Days prior to release for
16 manufacture.
17 9. When the shop drawings have been completed to the satisfaction of the City,
1s the Contractor may carry out the construction in accordance therewith and no
19 further changes therein except upon written instructions from the City.
20 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days
21 following receipt of submittal by the City.
22
23
24
25
26
L. Mock ups
1. Mock Up units as specified in individual Sections, include, but are not
necessarily limited to, complete units of the standard of acceptance for that
type of Work to be used on the Project. Remove at the completion of the Work
or when directed.
2� M. Qualifications
28 1. If specifically required in other Sections of these Specifications, submit a P.E.
29 Certification for each item required.
30
31
32
33
34
35
36
37
38
N. Request for Information (RFI)
1. Contractor Request for additional information
a. Clarification or interpretation of the contract documents
b. When the Contractor believes there is a conflict between Contract
Documents
c. When the Contractor believes there is a conflict between the Drawings and
Specifications
1) Identify the conflict and request clarification
2. Use the Request for Information (RFI) form provided by the City.
39 3. Numbering of RFI
4o a. Prefix with `�RFI" followed by series number, `�->ooc", beginning with '�01"
41 and increasing sequentially with each additional transmittal.
42 4. Sufficient information shall be attached to permit a written response without
43 further information.
44 5. The City will log each request and will review the request.
CITY OF FORT WORTH Sanitary Sewer CIPP Contract 2014
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2298
Revised December 20, 2012
1
2
3
4
5
6
7
O1 33 00'- 8
SUBMITTALS
Page 8 of 8
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 SUBMITTA�S/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITf'ALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
8 1.9 QUALITY ASSURANCE [NOT USED]
9 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
10 1.11 FIELD [SITE] CONDITIONS [NOT USED]
11 1.12 WARRANTY [NOT USED]
12 PART 2- PRODUCTS [NOT USED]
13
14
15
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days
16
CITY OF FORT WORTH Sanitary Sewer CIPP Contract 2014
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2298
Revised December 20, 2012
013513-1
SPECIAL PROJECT PROCEDURES
Page 1 of 12
2
SECTION 01 35 13
SPECIAL PROJECT PROCEDURES
3 PART 1 - GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6
7
s
9
10
11
12
13
14
15
16
17
18
19
20
1. The procedures for special project circumstances that includes, but is not
limited to:
a. Coordination with the Texas Department of Transportation
b. Work near High Voltage Lines
c. Confined Space Entry Program
d. Air Pollution Watch Days
e. 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. Coordination within Railroad permits areas
j. Dust Control
k. Employee Parking
B. Deviations from this City of Fort Worth Standard Specification
1. Non-Exclusive Contract
21 This contract is non-exclusive. During the term of this contract or any renewal
22 hereof, the City reserves the right to advertise and award another contract for
23 like or similar work. If a second contract is awarded, the City further reserves
24 the right to issue work orders under either contract as it deems in its best
25 interest, without recourse.
26
27 2. EMERGENCY SITUATION, JOB MOVE-IN
28 The owner or Engineer shail determine when an emergency situation shall
29 exist. When sewer emergency work is required, the Contractor shall mobilize to
3o the said location within twenty-four (24) hours after given notification from the
31 Inspector and/or Project Manager. The Contractor shail make all necessary
32 arrangements for bypass pumping, setting barricades, notifying citizens, etc.
33 while waiting for other utilities to be locates as directed by the Engineer. The
34 Contractor shall work continuously until the emergency work order has been
35 completed at a time agreed to by the Project Manager, Inspector, and
36 Contractor. After the emergency work order has been completed, there will be
37 no additional'�Job Move-in" charges paid to remobilize back to the previous
38 project location site.
39
40
41
42
43
3. PAYMENT
Because of the unique nature of this contract, Article 14, PAYMENTS TO THE
CONTRACTOR AND COMPLETION of the General Conditions shall be amended
and superseded by the following: (Please Sign below)
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
013513-2
SPECIAL PROJECT PROCEDURES
Page 2 of 12
1 Whenever the improvement prescribed by and individual Work Order have been
2 completed, the Contractor shall notify the Engineer via email. The Engineer or
3 other appropriate official of the Owner will, within a reasonable time, perForm
4 the inspections. If such inspections reveals that the improvements are in an
5 acceptable condition and have been completed in accordance with the terms of
6 the Contract Documents and ail approved modifications thereof, the Engineer
7 will recommend acceptance of the work under that particular Work Order and
g recommend payment therefore.
lo If the Engineer finds that the work has not been completed as required, he
11 shall advise the Contractor in writing, furnishing him an itemized list of all I<now
12 items which have been completed or which are not in an acceptable condition,
13 When the Contractor has corrected all such items, he shall again notify the
14 Engineer in writing that the improvements are ready for re-inspection, and fhe
15 Engineer shall proceed as outlined above.
16
17 Whenever the improvements prescribed by the individual Work Order have
ls been completed and all requirements of the Contract Documents have been
19 fulfilled on the part of the Contractor, an estimate showing the value of the
2o work will be prepared by the Engineer or Inspector as soon as the necessary
21 measurements, computations, and checks can be made.
22
23 ihe amount of the estimate will paid to the Contractor after acceptance by the
24 Water Department Director, provide the Contractor has furnished to the Owner
25 satisfactory evidence of payment as foilows: Prior to submission of the estimate
26 fro payment, the Contractor shall execute an affidavit, as furnished by the City,
27 certifying that all persons, firms, associations, corporations, or other
28 organizations furnishing labor and/or� materials under that Work Order have
29 been paid in full, that the wage scale established by the City Council in the City
30 of Fort Worth has been paid, and that there are no claims pending for personal
31 injury and/or property damages.
32
33 The acceptance by the Contractor of the individual payment as a foresaid shall
34 operate as and shall release the Owner from all claims or liabilities under
35 Contract of anything done or furnished or relating to the work under that Work
36 Order or nay act or negiect of said City relating to or connected with the
37 Contract.
38
39 The making of the payment by the Owner shall not relieve the Contractor of
40 any guarantees or other requirements of the Contract Documents which
41 specifically continue thereafter.
42
43 Bidder's Signature:
44
45
46
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
Sanitary Se���er CIPP Contract 2014
City Project No. 2298
013513-3
SPECIAL PRO7ECT PROCEDURES
Page 3 of 12
4. BID QUANTITIES AND CONTRACT AWARD
2
3
4
5
Bid quantities of the various items in the proposal are for comparison only and
may not reflect the actual quantities. There is no limit to which a bid item can
be increased or decreased.
6 Contractor shall not be entitled to renegotiation of unit prices regardless of the
7 final measured quantities, To the extent that the Articles 10, 11, or 12 confiicts
8 with this provision, this provision controls. No claim will be considered for lost
9 or anticipated profits based upon differences in estimated quantities versus
lo actual quantities.
11
12 Total quantities given in the bid proposal may not reflect actual quantities;
13 however, they are given for the purpose of bidding and awarding the contract.
14 A contract in the amount of �1,000,�00.00 (See Options to Renew) shall be
is awarded with the final payment based on actual measured quantities and the
16 unit price bid in this proposal. Moreover, there is to be no limit on the variation
17 between the estimated quantities shown and actual quantities preformed.
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
5. LIFE vF CONTRACT
It is contemplated that Work Orders will be issued to the Contractor for work to
be performed under this Contract for not to exceed 365 Calendar days
following the date of the Contract nor to exceed the limit of the bid price,
whichever should occur first. T�he Contractor shall be required to complete any
work covered by a Work Order issued prior to that date of termination but will
not be required to accept any Work Order for execution dated after that date of
termination. If the cost of the performed under this Contract is less than the
limit of the contract award at the end of the 365 Calendar day period, at the
City's option the Contractor's concurrence, the Project may be extended to the
limit of the contract award.
6. OPTION TO RENEW
The City has the right to renew this contract for three (3) one year
terms/expenditures in the amount of �1.000.�00.00 under the same terms,
conditions, and unit prices as originally bid, at the City's option. The City shall
give at least thirty (30) calendar days notice prior to the expiration of one year
from the date of execution of this contract or of an option period or a like
notice at such time as there is less than $30,000 left unexpended,
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
Ol 35 13 - 4
SPECIAL PRO7ECT PROCEDURES
Page 4 of 12
1 7. DEfERMINATION AND INITIATION OF WORK
2 The Engineer shall determine and designate to the Contractor the location of
3 the sewer main requiring rehabilitation by a Worlc Order together with a
4 sketch/or plan and profile if necessary for each such replacement, giving the
s limits, size and nature of the work required. The Engineer will notify the
6 Contractor that a Work Order is ready and email the Contractor a pending Work
7 Order notification. The Contractor shall determine if the designated sewer main
8 can be lined using CIPP and/or if additional thickness is needed before the
9 Work Order is issued. The Contractor shall notify the Engineer via email of its
lo evaluation. The Engineer will issue a Work Order. The Contractor is to provide
11 his email address to the Engineer at the pre-construction conference. Single or
12 several Work Orders may be issued at one time. The Contractor shall initiate
13 work on a Work Order within seven (7) worl<ing days of the date the Work
14 Order is sent to the Contractor, and continue work on the Work Order until is
15 has been completed, not including paving. The Contractor shali provide and
16 supply sufficient equipment and personnel to complete the Work Order in the
17 amount of time provided for in the Work Order. Should the Contractor fail to
18 start any Work Order within the time specified, he shall add the necessary work
19 crews and equipment to prosecute the work to complete the Work Order(s) in
2o the time provided.
21
22
23 8. MOVE IN CHARGES
24 A Work Order may contain one or more locations. One move-in fee will be paid
25 to the Contractor per Work Order issued. Locations for multiple sites per Work
26 Order will be in the same general vicinity, if possible, and if so, only one
27 mobilization charge will be paid.
28
29 9. LIQUIDATED DAMAGES
3o The Contractor shall pay liquidated damages of four hundred twenty dollars
31 ($420) per day per Work Order, for failure to begin a Work Order within the
32 seven (7) working days of the date of the Worl< Order is emailed to the
33 Contractor, Failure to complete project within the stipulated construction time
34 on the Work Order, the Contractor will pay liquidated damages in the amount
35 stipulated in these contract documents.
36
37 10. TRENCH SAFEiY SYSTEM DESIGN
38 Because of the unique nature of this contract, the number of trench safety
39 system designs is not know at the time bids are received. While the contractor
4o is still bound by the latest version of the U,S, Department of Labor,
41 Occupational Safety and Health Administration Standards, 29 CFR Part 1923,
42 Subpart P-Excavations, it is the City's intention that all costs incurred by the
43 Contractor in acquiring trench safety designs be included in the unit price bid
44 for Job Move In or mobilization.
45
46
CITY OF FORT WORTH Sanitary Sewer CIPP Contract 2014
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2298
Revised December 20, 2012
013513-5
SPECIAL PROJECT PROCEDURES
Page 5 of 12
1 i. Division 0— Bidding Requirements, Contract Forms and Conditions of the
2 Contract
3 2. Division 1— General Requirements
4 3. Section 33 12 25 — Connection to Existing Water Mains
5 1.2 PRI�E AND PAYMENT PROCEDURES
6
7
8
9
lo
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
A. Measurement and Payment
1. Coordination within Railroad permit areas
a. Measurement
1) Measurement for this Item will be by lump sum.
b. Payment
1) The work performed and materials furnished in accordance with this
Item will be paid for at the lump sum price bid for Railroad
Coordination.
c. The price bid shall include:
1) Mobilization
2) Inspection
3) Safety training
4) AdditionalInsurance
5) Insurance Certificates
6) Other requirements associated with general coordination with Railroad,
including additional employees required to protect the right-of-way and
property of the Railroad from damage arising out of and/or from the
construction of the Project.
2.
3.
Railroad Flagmen
a. Measurement
1) Measurement for this Item will be per working day.
b. Payment
1) The work performed and materials furnished in accordance with this
Item will be paid for each working day that Railroad Flagmen are
present at the Site.
c. The price bid shall include:
1) Coordination for scheduling flagmen
2) Flagmen
3) Other requirements associated with Railroad
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.
38 1.3 REFERENCES
39 A. Reference Standards
40 1. Reference standards cited in this Specification refer to the current reference
41 standard published at the time of the latest revision date logged at the end of
42 this Specification, unless a date is specifically cited.
43 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752.
44 High Voltage Overhead Lines.
CITY OF FORT WORTH Sanitary Sewer CIPP Contract 2014
STANDARD CONSTRUCTION SPECIFICATION DOCUIviENTS City Project No. 2298
Revised December 20, 2012
013513-6
SPECIAL PROJECT PROCEDURES
Page 6 of 12
1
2
3
4
s
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
2s
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
3. North Central Texas Council of Governments (NCTCOG) — Clean Construction
Specification
1.4 ADMINISTRATIVE REQUIREMENTS
A. Coordination with the Texas Department of Transportation
1. When work in the right-of-way which is under the jurisdiction of the Texas
Department of Transportation (TxDOT):
a. Notify the Texas Department of Transportation prior to commencing any
work therein in accordance with the provisions of the permit
b. All work performed in the TxDOT right-of-way shall be performed in
compliance with and subject to approval from the Texas Department of
Transportation
B. Work near High Voltage Lines
�
3
�
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.
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
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
Work within 6 feet of high voltage electric lines
a. Notification shall be given to:
1) The power company (example: ONCOR)
a) Maintain an accurate log of all such calls to power company and
record action taken in each case.
b. Coordination with power company
1) After notification coordinate with the power company to:
a) Erect temporary mechanical barriers, de-energize the lines, or raise
or lower the lines
c. No personnel may work within 6 feet of a high voltage line before the
above requirements have been met.
C. Confined Space Entry Program
1. Provide and follow approved Confined Space Entry Program in accordance with
OSHA requirements.
2. Confined Spaces include:
a. Manholes
b. All other confined spaces in accordance with OSHA's Permit Required for
Confined Spaces
D. Air Pollution Watch Days
1. General
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
Sanitary Sewer CII'P Contract 2014
City Project No. Z298
1
2
3
4
5
6
7
8
9
lo
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
2s
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
O1 35 13 - 7
SPECIAL PROJECT PROCEDURES
Page 7 of 12
2.
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.
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
i. 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:
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 lines. 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 uvater 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 Mischiefi� 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
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
Sanitary Se���er CIPP Contract 2014
City Project No. 2298
013513-8
SPECIAL PROJECT PROCEDURES
Page 8 of 12
1 1. Prior to beginning construction on any block in the project, on a block by block
2 basis, prepare and deliver a notice or flyer of the pending construction to the
3 front door of each residence or business that will be impacted by construction.
4 The notice shall be prepared as follows:
5 a. Post notice or flyer 7 days prior to beginning any construction activity on
6 each block in the project area.
7 1) Prepare flyer on the Contractor's letterhead and include the following
s information:
9 a) Name of Project
lo b) City Project No (CPN)
11 c) Scope of Project (i.e. type of construction activity)
12 d) Actual construction duration within the block
13 e) Name of the contractor's foreman and phone number
14 fi� Name of the City's inspector and phone number
�s g) City's after-hours phone number
16 2) A sample of the �pre-construction notification' flyer is attached as
17 Exhibit A.
ls 3) Submit schedule showing the construction start and �nish time for each
19 block of the project to the inspector.
20 4) Deliver flyer to the City Inspector for review prior to distribution.
21 b. No construction will be allowed to begin on any block until the flyer is
22 delivered to all residents of the block.
23 I. Public Notification of Temporary Water Service Interruption during Construction
24 1. In the event it becomes necessary to temporarily shut down water service to
25 residents or businesses during construction, prepare and deliver a notice or
26 flyer of the pending interruption to the front door of each affected resident.
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
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.
46 J. Coordination with United States Army Corps of Engineers (USACE)
CITY OF FORT WORTH
STANDEII2D CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
01 35 13 - 9
SPECIAL PROJECT PROCEDURES
Page 9 of 12
1 1. At locations in the Project where construction activities occur in areas where
2 USACE permits are required, meet all requirements set forth in each designated
3 permit.
4 K. Coordination within Railroad Permit Areas
5 1. At locations in the project where construction activities occur in areas wl�ere
6 railroad permits are required, meet all requirements set forth in each
7 designated railroad permit. This includes, but is not limited to, provisions for:
8 a. Flagmen
9 b. Inspectors
10 c. Safety training
11 d. Additional insurance
12 e. Insurance certificates
13 f. Other employees required to protect the right-of-way and property of the
14 Railroad Company from damage arising out of and/or from the construction
15 of the project. Proper utility clearance procedures shall be used in
16 accordance with the permit guidelines.
17 2. Obtain any supplemental information needed to comply with the railroad's
18 requirements.
19 3. Railroad Flagmen
2o a. Submit receipts to City for verification of working days that railroad flagmen
21 were present on Site.
22 L. Dust Control
23 1. Use acceptable measures to control dust at the Site.
24 a. If water is used to control dust, capture and properly dispose of waste
25 water.
26 b. If wet saw cutting is performed, capture and properly dispose of slurry.
27 M. Employee Parking
28 1. Provide parking for employees at locations approved by the City.
CITY OF FORT WORTH Sanitary Sewer CIPP Contract 2014
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2298
Revised December 20, 2012
Ol 35 13 - 10
SPECIAL PROJECT PROCEDURES
Page 10 of 12
1 1.5 SUBMITTALS [NOT USED]
2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMIITALS [NOT USED]
3 1.7 CLOSEOUT SUBMITTALS [NOT USED]
4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
5 1.9 QUALITY ASSURANCE [NOT USED]
6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
7 1.11 FIELD [SITE] CONDITIONS [NOT USED]
8 1.12 WARRANTY [NOT USED]
9 PART 2- PRODUCTS [NOT USED]
l0 PART 3- EXECUTION [NOT USED]
11
12
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
1.4.B — Added requirement of compiiance with Health and Safety
Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. High
8/31/2012 D. Johnson Voltage Overhead Lines.
1.4.E — Added Contractor responsibility for obtaining a TCEQ Air
Permit
CTTY OF FORT WORTH Sanitary Sewer CIPP Contract 2014
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2298
Revised December 20, 2012
1
2
3
4
5
6
7
8
9
lo
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
01 35 13 -11
SPECIAL PROJECT PROCEDURES
Page 11 of 12
Date:
CPN No.:
Project Name:
Mapsco Location:
Limits of Construction:
EXHIBIT A
(To be printed on Contractor's Letterhead)
'
THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT
WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR
PROPERTY.
CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF
THIS NOTICE.
IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER
ISSUE, PLEASE CALL:
Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.>
OR
Mr. <CITY INSPECTOR> AT < TELEPHONE NO.>
AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306
PLEASE KEEP THIS FL YER HANDY WHEN YOU CALL
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
01 35 13 -12
SPECIAL PROJECT PROCEDURES
Page 12 of 12
1
2
EXHIBIT B
FORT WORTH
Date:
no� no. acxxx
Pro�ect Heme:
rI07'ICE OF TEMPORARY WA?ER SLRVICE
IIYTERRLIPTIOI'�
DU� TO UTILITX IMPROVEMENTS IN YOUlt NEIGHBORHOOD, YOUR
WATER SERVICE WILL BE INT�RRUPTED ON
BETWEEN THE FIOURS OF AND
IF' YOU HAVE QUESTIONS ABOUT THIS SHUT-OUT, PLEASE CALL:
MR. AT
(CONTRACTOR5 SUPERINTENDENT) (TELEPHONE NUMBER)
OR
MR.
(CITY INSPECTOR)
AT
(TEL�PHONE NUMBER)
TAIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE.
THANK YOU,
CONTRACTOR
3
4
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
O14523-I
TESTING AND INSPECTION SERVICES
Page 1 of 2
1
2
SECTION 0145 23
TESTING AND INSPECTION SERVICES
3 PART 1 - GEN�RAL
4 i.i SUMMARY
5 A. Section Includes:
6 1. Testing and inspection services procedures and coordination
7 B. Deviations from this City of Fort Worth Standard Specification
s 1. None.
9 C. Related Specification Sections include, but are not necessarily limited to:
l0 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the
11 Contract
12 2. Division 1— Genera) Requirements
13 1.2 PRICE AND PAYMENT PROCEDURES
14
1s
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
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. Electronic 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
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
014523-2
TESTING AND INSPECTION SERVICES
Page 2 of 2
1
2
3
4
5
6
7
8
9
lo
11
12
13
14
15
16
17
1s
19
20
21
22
23
24
25
26
27
28
29
2) Upload test reports to designated project directory and notify
appropriate City representatives via email of submittal posting.
3) Hard Copies
a) 1 copy for all submittals submitted to the Project Representative
b. Hard Copy Distribution (if required in lieu of electronic distribution)
1) Tests performed by City
a) Distribute 1 hard copy to the Contractor
2) Tests performed by the Contractor
a) Distribute 3 hard copies to City's Project Representative
4. Provide City's Project Representative with trip tickets for each delivered load of
Concrete or Lime material including the following information:
a. Name of pit
b. Date of delivery
c. Material delivered
B. Inspection
1. Inspection or lack of inspection does not relieve the Contractor from obligation
to perform work in accordance with the Contract Documents.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALSJINFORMATIONAL SUBMIITALS [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.i2WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
30
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
Sanitary Se���er CIPP Contract 2014
City Project No. 2298
oi so 00 - i
TEMPORARY FACILITIES AND CONTROLS
Page 1 of 4
1
2
SECTION 01 50 00
TEMPORARY FACILITIES AND CONTROLS
3 PART 1 - GENERAL
4 i.i SUMMARY
5 A. Section Includes:
5 1. Provide temporary facilities and controls needed for the Work including, but not
7 necessarily limited to:
s a. Temporary utilities
9 b. Sanitary facilities
lo c. Storage Sheds and Buildings
11 d. Dust control
12 e. Temporary fencing of the construction site
13 B. Deviations from this City of Fort Worth Standard Specification
14 1. None.
15 C. Related Specification Sections include, but are not necessarily limited to:
16 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the
17 . Contract
18 2. Division 1— General Requirements
19 1.2 PRICE AND PAYMENT PROCEDURES
20 A. Measurement and Payment
21 1. Work associated with this Item is considered subsidiary to the various Items
22 bid. No separate payment wiil be allowed for this Item.
23 1.3 REFERENCES [NOT USED]
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
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
Accepta nce.
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
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
ol so 00 -a
TEMPORARY FACILITIES AND CONTROLS
Page 2 of 4
1 1) Contact City 1 week before water for construction is desired
2 d. Contractor Payment for Construction Water
3 1) Obtain construction water meter from City for payment as billed by
4 City's established rates.
5 3. Electricity and Lighting
6 a. Provide and pay for electric powered service as required for Work, including
7 testing of Work.
s 1) Provide power for lighting, operation of equipment, or other use.
9 b. Electric power service includes temporary power service or generator to
lo maintain operations during scheduled shutdown.
11 4. Telephone
12 a. Provide emergency telephone service at Site for use by Contractor
13 personnel and others perForming work or furnishing services at Site.
14 5. Temporary Heat and Ventilation
15 a. Provide temporary heat as necessary for protection or completion of Work.
16 b. Provide temporary heat and ventilation to assure safe working conditions.
17
1g
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
B. Sanitary Facilities
1. Provide and maintain sanitary facilities for persons on Site.
a. Comply with regulations of State and local departments of health.
2. Enforce use of sanitary facilities by construction personnel at job site.
a. Enclose and anchor sanitary facilities.
b. No discharge will be allowed from these facilities.
c. Collect and store sewage and waste so as not to cause nuisance or health
problem.
d. Haul sewage and waste ofF-site at no less than weekly intervals and
properly dispose in accordance with applicable regulation.
3. Locate facilities near Work Site and keep clean and maintained throughout
Project.
4. Remove facilities at completion of Project
C. Storage Sheds and Buildings
2.
3,
4.
5.
6.
i. Provide adequately ventilated, watertight, weatherproof storage facilities with
floor above ground level for materials and equipment susceptible to weather
damage.
Storage of materials not susceptible to weather damage may be on blocks ofF
ground.
Store materials in a neat and orderly manner.
a. Place materials and equipment to permit easy access for identification,
inspection and inventory.
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.
Fill and grade site for temporary structures to provide drainage away from
temporary and existing buildings.
Remove building from site prior to Final Acceptance.
45 D. Temporary Fencing
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
i
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
015000-3
TEMPORARY FACILITIES AND CONTROLS
Page 3 of 4
1. Provide and maintain for the duration or construction when required in contract
documents
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 SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
iJ CLOSEOUT SUBMITCA�S [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED�
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 INSTALLATION
A. Temporary Facilities
1. Maintain all temporary facilities for duration of construction activities as
needed.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
Sanitary Se«�er CIPP Contract 2014
City Project No. 2298
O15000-4
TEMPORARY FACILITIES AND CONTROLS
Page 4 of 4
1
2
3
4
5
6
7
g
9
lo
11
12
13
14
15
3.5 [REPAIR] / [RESTORATION�
3.6 RE-INSTALLATION
3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES
A. Temporary Facilities
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]
3.14ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
16
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCj.JMENTS
Revised July 1, 2011
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
O1 55 26 - 1
STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 1 of 3
1
2
��
SECTION 01 55 26
STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
PART 1 - GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Administrative procedures for:
7 a. Street Use Permit
g b. Modification of approved traffic control
9 c. Removal of Street Signs
lo B. Deviations from this City of Fort Worth Standard Specification
11 1. Due to the unique nature of this contract, each street permit wiil be paid at
12 the pre-bid unit price bic� per each.
13 C. Related Specification Sections include, but are not necessarily limited to:
14 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the
1s Contract
16 2. Division 1— General Requirements
1� 3. Section 34 71 13 — Traffic Control
18 1.2 PRICE AND PAYMENT PROCEDURES
19 A. Measurement and Payment
20 1. Work associated with this Item is considered subsidiary to the various Items
21 bid. No separate payment will be allowed for this Item.
22 1.3 REFERENCES
23 A. Reference Standards
' 24 1. Reference standards cited in this specification refer to the current reference
2s standard published at the time of the latest revision date logged at the end
25 of this specification, unless a date is specifically cited.
2� 2. Texas Manual.on Uniform Traffic Control Devices (TMUTCD).
2s
29
30
31
32
33
34
35
36
37
1.4 ADMINISTRATIVE REQUIREMENT�
A. Traffic Control
1. General
a. When tra�c 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.
CITY OF FORT WORTH
STANDAR.D CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
Sanitary Se«�er CIPP Contract 2014
City Project No. 2298
015526-2
STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 2 of 3
B. Street Use Permit
2
3
4
s
6
�
s
9
lo
11
12
13
14
is
16
1. Prior to installation of TrafFic Control, a City Street Use Permit is required.
a. To obtain Street Use Permit, submit Traffic Control Plans to City
Transportation and Public Works Department.
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 Tra�c Control plans in accordance with Section 34 71 13.
2) Allow minimum 5 working days for review of revised Trafific 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.
17 D. Removal of Street Sign
is 1. If it is determined that a street sign must be removed for construction, then
19 contact City Transportation and Public Works Department, Signs and
2o Markings Division to remove the sign.
21 E. Temporary Signage
22 1. Tn the case of regulatory signs, replace permanent sign with temporary sign
23 meeting requirements of the latest edition of the Texas Manual on Uniform
24 Traffic Control Devices (MUTCD).
25
26
27
2s
29
30
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. TrafiFic Control Standards
1. Traffic Control Standards can be found on the City's Buzzsaw website.
CITY OF FORT WORTH
STANDAItD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
Sanitary Se���er CIPP Contract 2014
City Project No. 2298
1
2
3
4
5
6
7
8
9
lo
11
12
13
015526-3
STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 3 of 3
1.5 SUBMI7TALS [NOT USED]
1.6 ACTION SUBMIITALS/INFORMATIONAL SUBMITTALS [NOT USED]
iJ CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMIITALS (NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11FIELD [SITE] CONDITIONS (NOT USED]
1.12WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
015713-1
STORM WATER POLLUTION PREVENTION
Page 1 of 3
1
2
SECTION Ol 57 13
STORM WATER POLLUTION PREVENTION
3 PART1- GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Procedures for Stoz7n Water Pollution Prevention Plans
7 B. Deviations fi•om this City of Fort Worth Standard Specificatioi�
8 1. None.
9 C. Related Specification Sections include, but are not necessarily limited to:
10 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the
11 Conh�act
12 2. Division 1— General Requu•ements
13 3. Section 31 25 00 — Erosion and Sediment Cont�•ol
14 1.2 PRICE AND PAYMENT PROCEDIIRES
15
16
17
18
19
20
21 1.3
A. Measurement and Payment
1. Construction Activities resulting in less than 1 acre of disturbance
a. Worlc associated with this Item is considered subsidiary to the various Items
bid. No separate payment wiil be allowed for this Item.
2. Consn�uction Activities resulting in greater than 1 acre of disturbance
a. Measurement and Payment shall be in accordance with Section 31 25 00.
REFEItENCES
22 A. Abbreviations and Acronyms
23 1. Notice of Intent: NOI
24 2. Notice of Termination: NOT
25 3. Stoim Water Pollution Prevention Plan: SWPPP
26 4. Texas Coimilission on Enviromnental Quality: TCEQ
27 5. Notice of Change: NOC
28 A. Reference Standards
29 1. Reference standards cited ui this Specification refer to the current reference
30 standard published at the tune of the latest revision date logged at the end of this
31 Specification, unless a date is specifically cited.
32 2. Integr•ated Stoim Management (iSWM) Technical Manual for Construction
33 Controls
34 1.4 ADMINISTRATIVE REQUIREMENTS
35 A. General
36 1. Contractor is responsible for resolution and payment of any fines issued associated
37 with compliance to Stormwater Pollution Prevention Plan.
CITY OF FORT WORTH Sanitary Sewer CIPP Contract 2014
STANDARD CONSTRUCTION SPECIFICATION DOCiJMENTS Cit�� Project No. 2298
Revised July l, 2011
O1 57 13 - 2
,. STORM WATER POLLUTION PREVENTION
Page 2 of 3
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
B. Construction Activities resulting in:
1
2.
3.
40 1.5 SUBMITTALS
41
42
43
44
45
46
47
. ...
Less than 1 acre of disturbance
a. Provide erosion and sediment control in accordance with Section 31 25 00 and
Drawings.
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 pennit
TXR150000
a) Sign and post at job site
b) Prior to Preconstruction Meeting, send 1 copy to City Department of
Transportation and Public Works, Environmental Division, (817) 392-
6088.
2) Provide erosion and sediment control in accordance with:
a) Section 31 25 00
b) The Drawings
c) TXR150000 General Permit
d) SWPPP
e) TCEQ requirements
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 31 25 00
b) The Drawings
c) TXR150000 General Permit
d) SWPPP
e) TCEQ requirements
4) Once the project has been completed and all the closeout requirements of
TCEQ have been met a TCEQ Notice of Termination can be submitted.
a) Send copy to City Department of Transportation and Public Works,
Environmental Division, (817) 392-6088.
1. Subinit in accordance with Section Ol 33 00, except as stated herein.
a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City
as follows:
1) 1 copy to the City Project Manager
a) City Project Manager will forward to the City Department of
Transportation and Public Works, Environmental Division for review
CITY OF FORT WORTH
STANDAI2D CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
01 57 13 - 3
STORM WATER POLLUTION PREVENTION
Page 3 of 3
1 B. Modiiied SWPPP
2 l. If the SWPPP is revised during construction, resubmit modi�ed SWPPP to the City
3 in accordance with Section Ol 33 00.
4 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
5 1.7 CLOSEOUT SUBMITTALS [NOT US�D]
6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
7 1.9 QUALITY ASSIJi2ANCE (NOT USED]
8 1.10 DELIVERY, STORAGE, AND IIANDLING [NOT USED]
9 1.11 FIELD [SITE] CONDITIONS [NOT USED]
10 1.12 WARRANTY [NOT USED]
11 PART 2- PRODUCTS [NOT US�D]
12 PART 3- EXECUTION [NOT USED]
13
14
END OF SECTION
Revision Log
DATE NAME SIJIvIMARY OF CHANGE
15
CITY OF FORT WORTH Sanitary Sewer CIPP Contract 2014
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiTy Project No. 2298
Revised July 1, 201 I
015813-1
TEMPORARY PROJECT SIGNAGE
Page 1 of 3
1
2
3 PA12T 1 - GENERAL
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
SECTION Ol 58 13
TEMPORARY PROJECT SIGNAGE
1.1 SITNIlVIARY
A. Section Includes:
1, Temporaiy Project Signage Requirements
B. Deviations from this City of Fort Worth Standard Specification
l. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Fonns and Conditions of the Contract
2. Division 1— General Requirements
1.2 PRICE AND PAYIVIENT 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 ADIVIINISTRATIVE REQITIItEMENTS [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]
110 DELIVERY, STORAGE, AND HANDLII�TG [NOT USED]
l.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WA,RRANTY [NOT USED]
PART 2 - PRODUCTS
27 2.1 OWNER-FiJI2NISHED [ou] OWNER-SUPPLIEDPRODUCTS [NOT USED]
28 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS
29 A. Design Criteria
30 1. Provide free standing Project Designation Sign in accordance with City's Standard
31 Details for project signs.
CITY OF FORT WORTH Sanitary Sewer CIPP Contract 2014
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.2298
Revised July 1, 2011
O1 58 13 - 2
TEMPORARY PROJECT SIGNAGE
Page 2 of 3
1 B. Materials
2 l. Sign
3 a. Constructed of 3/4-inch fir plywood, grade A-C (exterior•) or better
4 2.3 ACCESSORIES [NOT USED]
5 2.4 SOURCE QUALITY CONTROL [NOT USED]
G�71'��I_I[��:��li 1�1 [�7TI►'
7 3.1 INSTALLERS [NOT USED]
8 3.2 �XAMINATION [NOT USED]
9 3.3 PREPARATION [NOT USED]
10 3.4 INSTALLATION
11 A. General
12 1. Provide vertical installation at extents of project.
13 2. Relocate sign as needed, upon request of the City.
14 B. Moullting options
15 a. Slcids
16 b. Posts
17 c. Barricade
18 3.5 R�PAIl2 / RESTORATION [NOT USED]
19 3.6 RE-INSTALLATION [NOT US�D]
20 3.7 FIELD [ox] SITE QUALITY CONTROL [NOT USED]
21 3.8 SYSTEM STARTUP [NOT USED]
22 3.9 ADJUSTING [NOT USED]
23 3.10 CLEANING [NOT USED]
24 3.11 CLOSEOUT ACTIVITIES [NOT USED]
25 3.12 PROTECTION [NOT USED]
26 3.13 MAINTENANCE
27 A. Genei•al
28 1. Maintenance will include painting and repairs as needed or directed by the City.
29 3.14 ATTACHMENTS [NOT USED]
� 7►11�J �.y��Jl_Y [�a►1
CITY OF FORT WORTH Sanitary Sewer CIPP Contract 2014
STANDAR.D CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.229S
Revised July 1, 2011
015813-3
TEMPORARY PROJECT SIGNAGE
Page 3 of 3
1
Revision Log
DATE NAME SLJMMARY OF CHANGE
0
CITY OF FORT WORTH Sanitary Sewer CIPP Contract 2014
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.2298
Revised July 1, 2011
Oi 60 00 - 1
PRODUCT REQUIREMENTS
Page 1 of 2
1
2
3 PART 1 - GENERAL
SECTION 01 60 00
PRODUCT REQUIREMENTS
4 1.1 SUMMARY
5 A. Section Includes:
5 1. References for Product Requirements and City Standard Products List
7 B. Deviations from this City of Fort Worth Standard Specification
s 1. None.
9 C. Related Specification Sections include, but are not necessarily limited to:
io 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the
11 Contract
12 2. Division 1— General Requirements
13 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED]
14
15
16
17
is
19
20
21
22
23
24
2s
26
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. Resources\02 - Construction Documents\Standard 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.
2� D. Although a specific product is included on City's Standard Product List, not all
2s products from that manufacturer are approved for use, including but not limited
29 to, that manufacturer's standard product.
3o E. See Section 01 33 00 for submittal requirements of Product Data included on
31 City's Standard Product List.
32 1.5 SUBMI7TALS [NOT USED]
33
34
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITI'ALS [NOT USED]
C1TY OF FORT WORTH Sanitary Sewer CIPP Contract 2014
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2298
Revised December 20, 2012
016000-2
PRODUCT REQUIREMENTS
Page 2 of 2
1 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
2 1.9 QUALIT1( ASSURANCE [NOT USED]
3 1.10DELIVERY, STORAGE, AND HANDLING [NOT USED]
4 1.11FIELD [SITE] CONDITIONS [NOT USED]
5 1.12WARRANTY [NOT USED]
6 PART 2- PRODUCTS [NOT USED]
7 PART 3- EXECUTION [NOT USED]
g
�
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
10/12/12 D. Johnson Modified Location of City's Standard Product List
10
CITY OF FORT WORTH Sanitary Sewer CIPP Contract 2014
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2298
Revised December 20, 2012
016600-1
PRODUCT STORAGE AND IIANDLING REQUIIZEMENTS
Page 1 of 3
1
2
SECTION 01 66 00
PRODUCT STORAGE AND HANDLING REQUIREMENTS
3 PART 1 - GENERAL
4 1.1 SUMMARY
5
6
7
8
9
10
11
12
13
14
15
16
A. Section Includes:
1. Scheduling of product delivery
2. Packaging of products for delivery
3. Protection of products against damage from:
a. Handling
b. Exposure to elements or harsh environments
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
17 A. Measurement and Payment
18 1. Work associated with this Item is considered subsidiary to the various Items bid. No
19 separate payment will be allowed for this Item.
20 1.3 REFERENCES [NOT USED]
21 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
22 1.5 SUBMITTALS [NOT USED]
23 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
24 1.7 CLOSEOUT SUBMITTALS [NOT USED]
25 1.8 MAINTENANCE MATERIAL SUBMI7TALS [NOT USED]
26 1.9 QUALITY ASSURANCE [NOT USED]
27 1.10 DELIVERY AND HANDLING
28
29
30
31
32
33
34
35
36
37
38
39
A. Delivery Requirements
i. Schedule delivery of products or equipment as required to allow timely instailation 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.
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 handiing.
B. Handling Requirements
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
WMERR2013A
City Project No. 2035
016600-2
PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 2 of 3
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
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 materiais 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 instaliations 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 locatioris 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.
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
33 PART 2- PRODUCTS [NOT USED]
34 PART 3 - EXECUTION
35 3.1 INSTALLERS [NOT USED]
36
37
38
39
40
41
42
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 ERECTION [NOT USED]
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3J FIELD [OR] SITE QUALITY CONTROL
A. Tests and Inspections
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised 7uly 1, 2011
WMERR2013A
City Project No. 2035
Ol 66 00 - 3
PRODUCT STORAGE AND I-IANDLING REQUIREMENTS
Page 3 of 3
1 1. Inspect all products or equipment delivered to the site prior to unloading.
2 B. Non-Conforming Work
3 1. Reject all products or equipment that are damaged, used or in any other way unsatisfactory
4 for use on the project.
5 3.8 SYSTEM STARTUP [NOT USED]
6 3.9 ADJUSTING [NOT USED]
7 3.10 CLEANING [NOT USED]
8 3.11 CLOSEOUT ACTIVITIES [NOT USED]
9 3.12 PROTECTION
10 A. Protect all products or equipment in accordance with manufacturer's written directions.
11 B. Store products or equipment in location to avoid physical damage to items while in storage.
12 C. Protect equipment from exposure to elements and keep thoroughly dry if required by the
13 manufacturer.
14 3.13 MAINTENANCE [NOT USED]
15 3.14 ATTACHMENTS [NOT USED]
T
17
1�1►I�1�7�9����C�]►J
Revision Log
DATE NAME SUMMARY OF CHANGE
18
CITY OF FORT WORTH WMERR2013A
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2035
Revised July 1, 2011
017000-1
MOBILIZATION AND REMOBILIZATION
Page 1 of 5
�
3
4
5
6
�
s
9
lo
11
12
13
14
15
16
17
1s
19
20
21
22
23
24
2s
26
27
2s
29
30
31
32
33
34
35
36
37
38
39
40
41
SECTION 0170 00
MOBILIZATION AND REMOBILIZATION
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Mobilization and Demobilization
a. Mobilization
1) Transportation of Contractor's personnel, equipment, and operating
supplies to the Site
2) Establishment of necessary general facilities for the Contractor's
operation at the Site
3) Premiums paid for performance and payment bonds
4) Transportation of Contractor's personnel, equipment, and operating
supplies to another location within the designated Site
5) Relocation of necessary general facilities for the Contractor's
operation from 1 location to another location on the Site.
b. Demobilization
1) Transportation of Contractor's personnel, equipment, and operating
supplies away from the Site including disassembly
2) Site Clean-up
3) Removal of all buildings and/or other facilities assembled at the Site
for this Contract
c. Mobilization and Demobilization do not include activities for specific
items of work that are for which payment is provided elsewhere in the
contract.
2. Remobilization
a. Remobilization for Suspension of Work specifically required in the
Contract Documents or as required by City includes:
1) Demobilization
a) Transportation of Contractor's personnel, equipment, and
operating supplies from the Site including disassembly or
temporarily securing equipment, supplies, and other facilities as
designated by the Contract Documents necessary to suspend
the Work.
b) Site Clean-up as designated in the Contract Documents
2) Remobilization
a) Transportation of Contractor's personnel, equipment, and
operating supplies to the Site necessary to resume the Work.
b) Establishment of necessary general facilities for the Contractor's
operation at the Site necessary to resume the Work.
3) No Payments will be made for:
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
01 70 00 - 2
MOBILIZATION AND REMOBILIZATION
Page 2 of 5
1
2
3
4
5
6
�
g
9
lo
11
12
13
14
is
16
17
1g
19
20
21
22
23
24
2s
3
Q
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
Mobilizations and Demobilization for Miscellaneous and CIPP Projects
a. Mobilization and Demobilization
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.
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.
26 B. Deviations from this City of Fort Worth Standard Specification
27 Part 1 — General
2s 1.1 Summary
29 4. Emergency Mobilizations and Demobilization for Miscellaneous and CIPP
3o Projects
31 a. Contractor to emergency mobilize within 24 hours of notification by Project
32 Manager. (Not issuance of work order)
33
34 1.2 Price and Payment Procedures
35 A. Measurem�nt and Paym�nt
36 5. Emergency Mobilizations and Demo�ilizations for I�iscellaneous and CIPP
37 Projects
3g e. After the emergency work order has been complete, there will be no
39 additional mobilization charges paid to remobilize back to the previous project
40 location site .
41 C. Related Specification Sections include, but are not necessarily limited to:
42 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the
43 Contract
44 2. Division 1— General Requirements
CITY OF FORT WORTH Sanitary Sewer CIPP Contract 2014
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2298
Revised December 20, 2012
01 70 00 - 3
MOBILIZATION AND REMOBILIZATION
Page 3 of 5
1 1.2 PRICE AND PAYMENT PROCEDURES
r►a
3
4
s
6
�
s
9
10
11
12
13
14
is
16
17
ls
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
A. Measurement and Payment
1. Mobilization and Demobilization
a. Measure
1) This Item is considered subsidiary to the various Items bid.
b. Payment
1) The work performed and materials furnished in accordance with this
Item are subsidiary to the various Items bid and no other
compensation will be allowed.
2. Remobilization for suspension of Work as specifically required in the
Contract Documents
a. Measurement
1) Measurement for this Item shall be per each remobilization
performed.
b. Payment
1) The work performed and materials furnished in accordance with this
Item and measured as provided under ��Measurement" will be paid
for at the unit price per each "Specified Remobilization" in
accordance with Contract Documents.
c. The price shall include:
1) Demobilization as described in Section 1.1.A.2.a.1)
2) Remobilization as described in Section 1.1.A.2.a.2)
d. No payments will be made for standby, idle time, or lost profits
associated this Item.
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 1.1.A.3.a.1)
2) Demobilization as described in Section 1.1.A.3.a.2)
d. No payments will be made for standby, idle time, or lost profits
associated this Item.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
017000-4
MOBILIZATION AND REMOBR,IZATION
Page 4 of 5
1
2
3
4
5
6
�
g
9
io
11
12
13
14
15
16
17
ls
19
20
21
22
23
24
25
26
2�
28
29
30
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 Contraci Documents
b. Payment
1) The Work performed and materials furnished in accordance with
this Item and measured as provided under "Measurement" will be
paid for at the unit price per each "Work Order Emergency
Mobilization" in accordance with Contract Documents.
Demobilization shall be considered subsidiary to mobilization and
shall not be paid for separately.
c. The price shall include
1) Mobilization as described in Section 1.1.A.4.a)
2) Demobilization as described in Section 1.1.A.3.a.2)
d. No payments will be made for standby, idle time, or lost profits
associated this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.5 SUBMITTALS [NOT USED]
1.6 INFORMATIONAL SUBMITTALS [NOT USED]
iJ CLOSEOUT SUBMIITALS [NOT USED�
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11FIELD [SITE] CONDITIONS [NOT USED]
1.12WARRANTY [NOT USED�
PART z - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
� � • °
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
1
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
oi�000-s
MOBILIZATION AND REMOBILIZATION
Page 5 of 5
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
O17123-1
CONSTRUCTION STAKING AND SURVEY
Page 1 of 5
1
2
3 PART 1 - GENERAL
SECTION 01 71 23
CONSTRUCTION STAKING AND SURVEY
4 1.1 SUMMARY
5 A. Section Includes:
5 1. Requirements for construction staking and construction survey
� B. Deviations from this City of Fort Worth Standard Specification
s 1. None.
9 C. Related Specification Sections include, but are not necessarily limited to:
10 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the
11 Contract
12 2. Division 1— General Requirements
13 1.2 PRICE AND PAYMENT PROCEDURES
14
1s
16
17
ls
19
20
21
22
23
24
2s
26
27
28
29
30
31
32
33
34
35
A. Measurement and Payment
1. Construction Staking
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.
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.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS [11LOT USED]
1.5 SUBMITTALS
A. Submittals, if required, shall be in accordance with Section 01 33 00.
B. All submittals shall be approved by the City prior to delivery.
1.6 i4CTION SUBMITiALS/INFORMATIOM�4L SUBMI7TALS
A. Certificates
CITY OF FORT WORTH Sanitary Sewer CIPP Contract 2014
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2298
Revised December 20, 2012
017123-2
CONSTRUCTION STAKING AND SURVEY
Page 2 of 5
1
2
3
4
s
C�
1. Provide certificate certifying that elevations and locations of improvements
are in conformance or non-conformance with requirements of the Contract
Documents.
a. Certificate must be sealed by a registered professional land surveyor in
the State of Texas.
B. Field Quality Control Submittals
� 1. Documentation verifying accuracy of field engineering work.
8 1.7 CLOSEOUT SUBMITTALS [NOT USED]
9 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
10 1.9 QUALITY ASSURANCE
11 A. Construction Staking
12 1. Construction staking will be performed by the City.
13
14
ls
16
17
18
19
20
21
22
23
24
2s
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
2. Coordination
a. Contact City's Project Representative at least 2 weeks in advance for
scheduling of Construction Staking.
b. It is the Contractor's responsibility to coordinate staking such that
construction activities are not delayed or negatively impacted.
3. General
a. Contractor is responsible for preserving and maintaining stakes
furnished by City.
b. If in the opinion of the City, a sufficient number of stakes or markings
have been lost, destroyed or disturbed, by Contractor's neglect, such
that the contracted Work cannot take place, then the Contractor will be
required to pay the City for new staking with a 25 percent markup. The
cost for staking will be deducted from the payment due to the
Contractor for the Project.
B. Construction Survey
1. Construction Survey will be performed by the City.
2. Coordination
a. Contractor to verify that control data established in the design survey
remains intact.
b. Coordinate with the City prior to field investigation to determine which
horizontal and vertical control data will be required for construction
survey.
c. It is the Contractor's responsibility to coordinate Construction Survey
such that construction activities are not delayed or negatively impacted.
d. Notify City if any control data needs to be restored or replaced due to
damage caused during construction operations.
1) City shall perfiorm replacements and/or restorations.
3. General
a. Construction survey will be perFormed in order to maintain complete
and accurate logs of control and survey work as it progresses for Project
Records.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
O1 71 23 - 3
CONSTRUCTION STAKING AND SURVEY
Page 3 of 5
1 b. The Contractor will need to ensure coordination is maintained with the
2 City to perform construction survey to obtain construction features,
3 including but not limited to the following:
4 1) All Utility Lines
s a) Rim and flowline elevations and coordinates for each manhole or
6 junction structure
� 2) Water Lines
s a) Top of pipe elevations and coordinates for waterlines at the
9 following locations:
10 (1) Every 250 linear feet
11 (2) Horizontal and vertical points of inflection, curvature, etc. (All
12 Fittings)
13 (3) Cathodic protection test stations
14 (4) Sampling stations
�s (5) Meter boxes/vaults (All sizes)
16 (6) Fire lines
17 (7) Fire hydrants
1g (8) Gate valves
19 (9) Plugs, stubouts, dead-end lines
20 (10) Air Release valves (Manhole rim and vent pipe)
21 (11) Blow ofF valves (Manhole rim and valve lid)
22 (12) Pressure plane valves
23 (13) Cleaning wyes
24 (14) Casing pipe (each end)
2s b) Storm Sewer
26 (1) Top of pipe elevations and coordinates at the following
2� locations:
2g (a) Every 250 linear feet
29 (b) Horizontal and vertical points of inflection, curvature, etc.
3o c) Sanitary Sewer
31 (1) Top of pipe elevations and coordinates for sanitary sewer
32 lines at the following locations:
33 (a) Every 250 linear feet
34 (b) Horizontal and vertical points of inflection, curvature, etc.
35 (c) Cleanouts
36 c. Construction survey will be perFormed in order to maintain complete
3� and accurate logs of control and survey work associated with meeting or
38 exceeding the line and grade required by these Specifications.
39 d. The Contractor will need to ensure coordination is maintained with the
4o City to perform construction survey and to verify control data, including
41 but not limited to the following:
42 1) Established benchmarks and control points provided for the
43 Contractor's use are accurate
44 2) Benchmarks were used to furnish and maintain all reference lines
4s and grades for tunneling
46 3) Lines and grades were used to establish the location of the pipe
CITY OF FORT WORTH Sanitary Sewer CIPP Conh�act 2014
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2298
Revised December 2Q 2012
017123-4
CONSTRUCTION STAKING t1ND SURVEY
Page 4 of 5
1
2
3
4
s
6
�
s
9
lo
11
12
13
14
15
16
4) Submit to the City copies of field notes used to establish ail lines and
grades and allow the City to check guidance system setup prior to
beginning each tunneling drive.
5) Provide access for the City to verify the guidance system and the
line and grade of the carrier pipe on a daily basis.
6) The Contractor remains fully responsible for the accuracy of the
work and the 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 City.
9) If the installation does not meet the specified tolerances,
immediately notify the City and correct the installation in accordance
with the Contract Documents.
1.lODELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11FIELD (SITE] CONDITIONS [NOT USED]
1.12WARRANTY [NOT USED]
17 PART 2- PRODUCTS [NOT USED]
1 g PART 3- EXECUTION
19 3.1 INSTALLERS [NOT USED]
20 3.2 EXAMINATION [NOT USED]
21 3.3 PREPARATION [NOT USED]
22 3.4 APPLICATION
23 3.5 REPAIR / RESTORATION [NOT USED]
24 3.6 RE-INSTALLATION [NOT USED]
25 3.7 FIELD [oR] SITE QUALITY CONTROL
25 . A. It is the Contractor's responsibility to maintain all stakes and control data
2� placed by the City in accordance with this Specification.
2s 6. Do not change or relocate stakes or control data without approval from the
29 City.
CITY OF FORT WORTH Sanitary Sewer CIPP Contract 2014
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2298
Revised December 20, 2012
017123-5
CONSTRUCTION STAKING AND SURVEY
Page 5 of 5
1 3.8 SYSTEM STARTUP [NOT USED]
2 3.9 ADJUSTING [NOT USED]
3 3.10CLEANING [NOT USED]
4 3.1iCLOSEOUT ACTIVITIES [NOT USED]
5 3.12PROTECTION [NOT USED]
6 3.13MAINTENANCE [NOT USED]
7 3,14ATTACHMENTS (NOT USED]
8
�
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
8/31/2012 D.Johnson
10
CITY OF FORT WORTH Sanitary Sewer CIPP Contract 2014
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2298
Revised December 2.0, 2012
017423-I
CLEANING
Page 1 of 4
1
2
SECTION 01 74 23
CLEANING
3 PART 1 - GENERAL
4 1.1 SUMMARY
s
6
7
s
9
10
11
12
13
14
15
A. Section Includes:
1. Intermediate and final cleaning for Work not including special cleaning of
closed systems specified elsewhere
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms and Conditions of the
Contract
2. Division 1— General Requirements
3. Section 32 92 13 — Hydro-Mulching, Seeding and Sodding
1.2 PRICE AND PAYMENT PROCEDURES
15 A. Measurement and Payment
1� 1. Work associated with this Item is considered subsidiary to the various Items
ls bid. No separate payment will be allowed for this Item.
19 1.3 REFERENCES [NOT USED]
20 1.4 ADMINISTRATIVE REQUIREMENTS
21 A. Scheduling
22 1. Schedule cleaning operations so that dust and other contaminants disturbed
23 by cleaning process will not fall on newly painted surfaces.
24 2. Schedule final cleaning upon completion of Work and immediately prior to
2s final inspection.
26 1.5 SUBMITt'ALS [NOT USED]
27 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
28 1.7 CLOSEOUT SUBMITTALS [NOT USED]
29 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
30
31
1.9 QUALITY ASSURANCE [NOT USED]
1.10STORAGE, AND HANDLING
32 A. Storage and Handling Requirements
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised 7uly l, 2011
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
Ol 74 23 - 2
CLEANING
Page 2 of 4
1 1. Store cleaning products and cleaning wastes in containers specifically
2 designed for those materials.
3 1.11FIELD [SITE] CONDITIONS [NOT USED]
4 1.12WARRANTY [NOT USED]
5 PART 2 - PRODUCTS
r
7
s
9
10
11
12
13
14
15
16
17
1s
19
20
21
22
23
24
25
26
27
2s
29
30
31
2.1 OWNER-FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED]
2.2 MATERIALS
A. Cleaning Agents
1. Compatible with surface being cleaned
2. New and uncontaminated
3. For manufactured surfaces
a. Material recommended by manufacturer
2.3 ACCESSORIES [NOT USED]
2.4 SOURCE QUALITY CONTROL [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 APPLICATION [NOT USED]
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10CLEANING
A. General
1. Prevent accumulation of wastes that create hazardous conditions.
2. Conduct cleaning and disposal operations to comply with laws and safety
orders of governing authorities.
3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner
in storm or sanitary drains or sewers.
CITY OF FORT WORTH Sanitary Sewer CIPP Contract 2014
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2298
Revised July l, 2011
01 74 23 - 3
CLEANING
Page 3 of 4
1
2
3
4
s
6
�
s
9
io
11
12
13
14
is
16
1�
18
19
20
21
22
23
24
2s
26
27
2s
29
30
31
32
33
34
35
36
37
38
39
40
41
42
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.
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
l. 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 ali 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.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS
Revised July 1, 2011
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
017423-4
CLEANING
Page 4 of 4
1 a. Re-seed areas disturbed by location of trash and debris containers in
2 accordance with Section 32 92 13.
3 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any
4 other object that may hinder or disrupt the flow of traffic along the
s roadway.
6 3. Clean any interior areas including, but not limited to, vaults, manholes,
� structures, junction boxes and inlets.
s 4. If no longer required for maintenance of erosion facilities, and upon
9 approval by City, remove erosion control from site.
io 5. Clean signs, lights, signals, etc.
11 3.11CLOSEOUT ACTIVITIES [NOT USED]
12 3.12PROTECTION [NOT USED]
13 3.13MAINTENANCE [NOT USED]
14 3.14ATTACHMENTS [NOT USED]
1s
�
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
17
CITY OF FORT WORTH Sanitary Se���er CIPP Contract 2014
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2298
Revised July 1, 2011
017719-1
CLOSEOUT REQUIREMENTS
Page 1 of 3
1
2
SECTION 01 77 19
CLOSEOUT REQUIREMENTS
3 PART 1 - GENERAL
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
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 1— General Requirements
1.2 PFtICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Guarantees, Bonds and Affidavits
1. No application for final payment will be accepted until all guarantees, bonds,
certificates, licenses and affidavits required for Work or equipment as specified are
satisfactorily filed with the City.
B. Release of Liens or Claims
1. No application for final payment will be accepted until satisfactory evidence of
release of liens has been submitted to the City.
1.5 SUBMITTALS
A. Submit all required documentation to City's Project Representative.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
Sanitary Sewer CII'P Contract 2014
City Project No. 2298
017719-2
CLOSEOUT REQUIREMENTS
Page 2 of 3
1.6 INFORMATIONAL SUBMITTALS [NOT USED]
2 1.7 CLOSEOUT SUBMITTALS [NOT USED]
3 PART 2- PRODUCTS [NOT USED]
4 PART 3 - EXECUTION
5 3.1 INSTALLERS [NOT USED]
6 3.2 EXAMINATION [NOT USED]
7 3.3 PREPARATION [NOT USED]
8 3.4 CLOSEOUT PROCEDURE
9 A. Prior to requesting Final Inspection, submit:
10 1. Project Record Documents in accordance with Section 01 78 39
11 2. Operation and Maintenance Data, if required, in accordance with Section 01 78 23
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section
01 74 23.
C. FinalInspection
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
39 D. Notice of Project Completion
40 1. Once the City Project Representative finds the Work subsequent to Final Inspection
41 to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet).
CITY OF FORT WORTH Sanitary Sewer CIPP Contract 2014
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2298
Revised July 1, 2011
01 77 19 - 3
CLOSEOUT REQUIREMENTS
Page 3 of 3
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
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. A�davit of Payment and Release of Liens
d. Consent of Surety to Final Payment
e. Pipe Report (if required)
f. Contractor's Evaluation of City
g. Performance Evaluation of Contractor
F. Letter of Final Acceptance
1. Upon review and acceptance of Notice of Project Completion and Supporting
Documentation, in accordance with General Conditions, City will issue Letter of
Final Acceptance and release the Final Payment Request for payment.
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3J 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
27
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July I, 2011
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
017823-1
OPERATION AND MATNTENANCE DATA
Page 1 of 5
1
2
3 PART i - GENERAL
4 1.1 SUMMARY
SECTION 01 78 23
OPERATION AND MAINTENANCE DATA
5 A. Section Includes:
6 1. Product data and related information appropriate for City's maintenance
� and operation of products furnished under Contract
g 2. Such products may include, but are not limited to:
9 a. Traffic Controllers
10 b. Irrigation Controllers (to be operated by the City)
11 c. Butterfly Valves
12 B. Deviations from this City of Fort Worth Standard Specification
13 1. None.
14 C. Related Specification Sections include, but are not necessarily limited to:
1s 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the
16 Contract
17 2. Division 1— General Requirements
18 1.2 PRICE AND PAYMENT PROCEDURES
19 A. Measurement and Payment
20 1. Work associated with this Item is considered subsidiary to the various Items
21 bid. No separate payment will be allowed for this Item.
22 1.3 REFERENCES [NOT USED]
23 1.4 ADMINISTRATIVE REQUIREMENTS
24 A. Schedule
2s 1. Submit manuals in final form to the City within 30 calendar days of product
26 shipment to the project site.
27 1.5 SUBMITTALS
2s A. Submittals shall be in accordance with Section 01 33 00 . All submittals shall
29 be approved by the City prior to delivery.
30 1.6 INFORMATIONAL SUBMII?ALS
31 A. Submittal Form
32 1. Prepare data in form of an instructional manual for use by City personnel.
33 2. Format
34 a. Size: 8 1/z inches x 11 inches
3s b. Paper
CITY OF FORT WORTH Sanitary Sewer CIPP Contract 2014
STANDAI2D CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2298
Revised December 20, 2012
01 78 23 - 2
OPERATION AND MAINTENANCE DATA
Page 2 of 5
1
2
3
4
s
6
�
g
9
lo
11
12
13
14
15
16
1�
1g
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
C
d
e.
f
1) 40 pound minimum, white, for typed pages
2) Holes reinforced with plastic, cloth or metal
Text: Manufacturer's printed data, or neatly typewritten
Drawings
1) Provide reinforced punched binder tab, bind in with text
2) Reduce larger drawings and fold to size of text pages.
Provide fly-leaf for each separate product, or each piece of operating
equipment.
1) Provide typed description of product, and major component parts of
equipment.
2) Provide indexed tabs.
Cover
1) Identify each volume with typed or printed title "OPERATING AND
MAINTENANCE INSTRUCTIONS".
2) List:
a) Title of Project
b) Identity of separate structure as applicable
c) Identity of general subject matter covered in the manual
3. Binders
a. Commercial quality 3-ring binders with durable and cleanable plastic
covers
b. When multiple binders are used, correlate the data into related
consistent groupings.
4. If available, provide an electronic form of the 0&M Manual.
B. Manual Content
1. Neatly typewritten table of contents for each volume, arranged in
systematic order
a. Contractor, name of responsible principal, address and telephone
number
b. A list of each product required to be included, indexed to content of the
volume
c. List, with each product:
1) The name, address and telephone number of the subcontractor or
installer
2) A list of each product required to be included, indexed to content of
the volume
3) Identify area of responsibility of each
4) Local source of supply for parts and replacement
d. Identify each product by product name and other identifying symbols as
set forth in Contract Documents.
2. Product Data
a. Include only those sheets which are pertinent to the specific product.
b. Annotate each sheet to:
1) Clearly identify specific product or part installed
2) Clearly identify data applicable to installation
3) Delete references to inapplicable information
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
O1 78 23 - 3
OPERATION AND MAINTENANCE DATA
Page 3 of 5
1
2
3
4
s
6
�
g
9
10
11
12
13
14
is
16
17
is
19
20
21
22
23
24
25
26
27
2s
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
3. Drawings
a. Supplement product data with drawings as necessary to clearly
illustrate:
1) Relations of component parts of equipment and systems
2) Control and flow diagrams
b. Coordinate drawings with information in Project Record Documents to
assure correct illustration of completed installation.
c. Do not use Project Record Drawings as maintenance drawings.
4. Written text, as required to supplement product data for the particular
installation:
a. Organize in consistent format under separate headings for different
procedures.
b. Provide logical sequence of instructions of each procedure.
5. Copy of each warranty, bond and service contract issued
a. Provide information sheet for City personnel giving:
1) Proper procedures in event of failure
2) Instances which might afFect validity of warranties or bonds
C. Manual for Materials and Finishes
1. Submit 5 copies of complete manual in final form.
2. Content, for architectural products, applied materials and finishes:
a. Manufacturer's data, giving full information on products
1) Catalog number, size, composition
2) Color and te�ure designations
3) Information required for reordering special manufactured products
b. Instructions for care and maintenance
1) Manufacturer's recommendation for types of cleaning agents and
methods
2) Cautions against cleaning agents and methods which are
detrimental to product
3) Recommended schedule for cleaning and maintenance
3. Content, for moisture protection and weather exposure products:
a. Manufacturer's data, giving full information on products
1) Applicable standards
2) Chemical composition
3) Details of installation
b. Instructions for inspection, maintenance and repair
D. Manual for Equipment and Systems
1. Submit 5 copies of complete manual in final form.
2. Content, for each unit of equipment and system, as appropriate:
a. Description of unit and component parts
1) Function, normal operating characteristics and limiting conditions
2) PerFormance curves, engineering data and tests
3) Complete nomenclature and commercial number of replaceable
parts
b. Operating procedures
CITY OF FORT WORTH
STANDAIZD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised DecemUer 20, 2012
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
O1 78 23 - 4
OPERATION AND MAINTENANCE DATA
Page 4 of 5
1
2
3
4
5
6
7
g
9
10
11
12
13
14
is
16
1�
18
19
Zo
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
C.
d.
e.
f.
9•
h.
i.
J•
k.
1) Start-up, break-in, routine and normal operating instructions
2) Regulation, control, stopping, shut-down and emergency
instructions
3) Summer and winter operating instructions
4) Special operating instructions
Maintenance procedures
1) Routine operations
2) Guide to "trouble shooting"
3) Disassembly, repair and reassembly
4) Alignment, adjusting and checking
Servicing and lubrication schedule
1) List of lubricants required
Manufacturer's printed operating and maintenance instructions
Description of sequence of operation by control manufacturer
1) Predicted life of parts subject to wear
2) Items recommended to be stocked as spare parts
As installed control diagrams by controls manufacturer
Each contractor's coordination drawings
1) As installed color coded piping diagrams
Charts of valve tag numbers, with location and function of each valve
List of original manufacturer's spare parts, manufacturer's current
prices, and recommended quantities to be maintained in storage
Other data as required under pertinent Sections of Specifications
3. Content, for each electric and electronic system, as appropriate:
a. Description of system and component parts
1) Function, normal operating characteristics, and limiting conditions
2) Per�ormance curves, engineering data and tests
3) Complete nomenclature and commercial number of replaceable
parts
b. Circuit directories of panelboards
1) Electrical service
2) Controls
3) Communications
c. As installed color coded wiring diagrams
d. Operating procedures
1) Routine and normal operating instructions
2) Sequences required
3) Special operating instructions
e. Maintenance procedures
1) Routine operations
2) Guide to "trouble shooting"
3) Disassembly, repair and reassembly
4) Adjustment and checking
f. Manufacturer's printed operating and maintenance instructions
g. List of original manufacturer's spare parts, manufacturer's current
prices, and recommended quantities to be maintained in storage
h. Other data as required under pertinent Sections of Specifications
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
017823-5
OPERATION AND MAINTENANCE DATA
Page 5 of 5
� 4. Prepare and include additional data when the need for such data becomes
2 apparent during instruction of City's personnel.
3 1.7 CLOSEOUT SUBMITTALS [NOT USED]
4 1.8 MAINTENANCE MATERIAL SUBMIITALS [NOT USED]
5 1.9 QUALITY ASSURANCE
6 A. Provide operation and maintenance data by personnel with the following
� criteria:
g 1. Trained and experienced in maintenance and operation of described
9 products
l0 2. Skilled as technical writer to the extent required to cornmunicate essential
1 � data
12 3. Skilled as draftsman competent to prepare required drawings
13 1.10DELIVERY, STORAGE, AND HANDLING [NOT USED]
14 1.11FIELD [SITE] CONDITIONS [NOT USED]
15 1.12WARRANTY [NOT USED]
16 PART 2- PRODUCTS [NOT USED]
17 PART 3- EXECUTION [NOT USED]
ls
19
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
8/31/2012 D. Johnson 1.5.A.1 — title of section removed
20
CITY OF FORT WORTH Sanitary Sewer CIPP Contract 2014
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2298
Revised December 20, 2012
017839-1
PROJECT RECORD DOCiJMENTS
Page 1 of 5
1
2
3 PART 1 - GENERAL
4
5
6
�
s
9
10
11
12
13
14
15
16
17
1s
19
20
21
22
23
24
2s
26
27
28
29
30
31
SECTION 01 78 39
PROJECT RECORD DOCUMENTS
1.1 SUMMARY
A. Section Includes:
1. Work associated with the documenting the project and recording changes
to project documents, including:
a. Record Drawings
b. Water Meter Service Reports
c. Sanitary Sewer Service Reports
d. Large Water Meter Reports
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms and Conditions of the
Contract
2. Division 1— General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items
bid. No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.5 SUBMITTALS
A. Prior to submitting a request for Final Inspection, deliver Project Record
Documents to City's Project Representative.
1.6 ACTION 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
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
01 78 39 - 2
PRO7ECT RECORD DOCLJMENTS
Page 2 of 5
1
2
3
4
s
6
�
s
9
lo
11
12
13
14
1. Thoroughly coordinate changes within the Record Documents, making
adequate and proper entries on each page of Specifications and each sl�ieet
of Drawings and other pocuments 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.
3. To facilitate accuracy of records, make entries within Z4 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.
1.10STORAGE AND HANDLING
1s A. Storage and Handling Requirements
16 1. Maintain the job set of Record Documents completely protected from
�� deterioration and from loss and damage until completion of the Work and
ls transfer of all recorded data to the final Project Record Documents.
19
20
21
22
23
24
25
26
27
Zs
29
30
31
32
33
34
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.
1.11FIELD [SITE] CONDITIONS [NOT USED]
1.12WARRANTY [NOT USED]
PART 2 - PRODUCTS
2.1 OWNER-FURNISHED [oR] OWNER-SUPPLIED PRODUCTS [NOT USED]
2.2 RECORD DOCUMENTS
A. Job set
i.. 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.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
01 �s 39 - 3
PROJECT RECORD DOCtJMENTS
Page 3 of 5
1
�
2.3 ACCESSORIES [NOT USED]
2.4 SOURCE QUALITY CONTROL [NOT USED]
3 PART 3 - EXECUTION
4
5
6
7
g
9
io
11
12
13
14
ls
16
17
1s
19
20
21
22
23
24
2s
26
27
28
29
30
31
32
33
34
35
36
37
38
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".
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.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
Sanitary Se«�er CIPP Contract 2014
City Project Na 2298
01 78 39 - 4
PROJECT RECORD DOCi JMENTS
Page 4 of 5
1 2) However, design of future modifications of the facility may require
2 accurate information as to the final physical layout of items which
3 are shown only schematically on the Drawings.
4 b. Show on the job set of Record Drawings, by dimension accurate to
s within 1 inch, the centerline of each run of items.
6 1) Final physical arrangement is determined by the Contractor, subject
� to the City's approval.
8 2) Show, by symbol or note, the vertical location of the Item ("under
9 slab", "in ceiling plenum", "exposed", and the like).
�0 3) Make all identification sufFiciently descriptive that it may be related
11 reliably to the Specifications.
12 c. The City may waive the requirements for conversion of schematic
13 layouts where, in the City's judgment, conversion serves no useful
14 purpose. However, do not rely upon waivers being issued except as
1s specifically issued in writing by the City.
16 B. Fina) Project Record Documents
17 1. Transfer of data to Drawings
Ig a. Carefully transfer change data shown on the job set of Record Drawings
19 to the corresponding final documents, coordinating the changes as
2o required.
21 b. Clearly indicate at each affected detail and other Drawing a full
22 description of changes made during construction, and the actual
23 location of items.
24 c. Call attention to each entry by drawing a"cloud" around the area or
2s areas afFected.
26 d. Make changes neatly, consistently and with the proper media to assure
2� longevity and clear reproduction.
28
29
30
31
32
33
34
35
36
2. Transfer of data to other pocuments
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.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
017839-5
PROJECT RECORD DOCiJMENTS
Page 5 of 5
1
2
3
4
s
6
7
s
9
10
11
12
13
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]
3.10CLEANING [NOT USED]
3.11CLOSEOUT ACTIVITIES [NOT USED]
3.12PROTECTION [NOT USED]
3.13MAINTENANCE [NOT USED]
3.14ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
320117-1
PERMANENT ASPHALT PAVING REPAIlZ
Page 1 of 6
1
2
SECTION 32 01 17
PERMANENT ASPHALT PAVING REPAIR
3 PART 1 - GENERAL
4 1.1 SUMMARY
s
6
�
g
9
lo
11
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
12 B. Deviations from this City of Fort Worth Standard Specification
13 1.2 Price and Payment Procedures
14 A. Measurement and Payment
15 2. Asphalt Pavement Repair for Utility Service Trench
16 a. Measurement
17 1. Ta apply to water service lines also.
�s C. Related Specification Sections include, but are not necessarily limited to:
19 1. Division 0— Bidding Requirements, Contract Forms, and Conditions of the
2o Contract
21 2. Division 1— General Requirements
22 3. Section 03 34 16 — Concrete Base Material for Trench Repair
23 4. Section 32 12 16 — Asphalt Paving
24 5. Section 32 13 13 — Concrete Paving
2s 6. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill
26 1.2 PRICE AND PAYMENT PROCEDURES
27
2s
29
30
31
32
33
34
35
36
37
38
39
A. Measurement and Payment
1. Asphalt Pavement Repair [For utility trench repair, repair width is to indude
the width beyond the trench shown in the Drawings as well as any
additional width required around structures J
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
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
Sanitar}� Sewer CIPP Contract 2014
City Project No. 2298
1
2
3
4
s
6
�
s
9
10
11
12
13
14
15
16
1�
1g
19
20
21
22
23
24
2s
26
27
2s
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
320117-2
PERMANENT ASPHALT PAVING REPAIIt
Page 2 of 6
2.
3
c. The price bid shall include:
1) Preparing final surfaces
2) Furnishing, loading, unloading, storing, hauling and handling all
materials including freight and royalty
3) Traffic control for all testing
4) Asphalt, aggregate, and additive
5) Materials and work needed for corrective action
6) Trial batches
7) Tack coat
8) Removal and/or sweeping excess material
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 al) 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
Asphalt Pavement Repair Beyond Defined Width
a. Measurement
�) Measurement for this Item will be by the square yard for asphalt
pavement repair beyond pay limits of the defined width of Asphalt
Pavement Repair by roadway classification specified in the
Drawings.
b. Payment
1) The work performed and materials furnished in accordance with this
Item and measured as provided under `�Measurement" will be paid
for at the unit price bid per square yard of Asphalt Pavement Repair
Beyond Defined Width.
c. The price bid shall include:
1) Preparing final surfaces
2) Furnishing, loading, unloading, storing, hauling and handling all
materials including freight and royaity
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
320117-3
PERMANENT ASPIIALT PAVING REPAIR
Page 3 of 6
1
2
3
4
5
6
�
8
9
io
11
12
13
14
is
16
17
1s
19
20
21
22
23
24
25
26
0
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
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, 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
27 1.3 REFERENCES
2s A. Definitions
29 1. H.M.A.C. — Hot Mix Asphalt Concrete
30 1.4 ADMINISTRATIVE REQUIREMENTS
31 A. Permitting
32 1. Obtain Street Use Permit to make utility cuts in the street from the
33 Transportation and Public Works Department in conformance with current
34 ordinances.
3s 2. The Transportation and Public Works Department will inspect the paving
36 repair after construction.
37 1.5 SUBMITTALS [IVOT USED]
38 1.6 ACiION SUBMIITALS/INFORMATIONAL SUBMtITTALS
39 A. Asphalt Pavement Mix Design: submit for approval: see Section 32 12 16.
40
� • � � : _ � �-
, ! , + , • . ; , � � ,
•
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
32 Ol 17 - 4
PERMANENT ASPHALT PAVING REPAIR
Page 4 of 6
1
2
3
4
5
6
1.9 QUALITY ASSURANCE [NOT USED]
1.11DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.12FIELD CONDITIONS
A. Place mixture when the roadway surface temperature is 45 degrees F or higher
and rising unless otherwise approved.
1.13WARRANTY [NOT USED]
7 PART 2 - PRODUCTS
8
9
io
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
2s
29
30
31
2.1 OWNER-FURNISHED (NOT USED]
2.2 MATERIALS
A. Backfill
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]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMYNATION [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.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
320117-5
PERMANENT ASPHALT PAVING REPAIR
Page 5 of 6
1
2
3
4
s
6
�
g
9
lo
11
12
13
14
ls
16
1�
1s
19
20
21
22
23
24
2s
26
27
28
29
30
31
32
33
34
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.
3.5 REPAIR/RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3J FIELD QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10CLEANING [NOT USED]
3.11CLOSEOUT ACTIVITIES [NOT USED]
3.12PROTECTION (NOT USED]
3.13MAINTENANCE [NOT USED]
3.14ATTACHMENTS [NOT USED]
I �►17�7 ���� �[T►1
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUI�7ENTS
Revised December 20, 2012
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
32 01 17 - 6
PERMANENT ASPHALT PAVING REPAIR
Page 6 of 6
Revision Log
DATE NAME SUMMARY OF CHANGE
1.2.A — Modified Items to be included in price bid; Added blue te� for
12/20/2012 D. Johnson clarification of repair width on utility trench repair; Added a bid item for utility
service trench repair.
CITY OF FORT WORTH Sanitary Sewer CIPP Contract 2014
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2298
Revised December 20, 2012
32 Ol 18 - 1
TEMPORARY ASPHALT PAVING REPAIR
Page 1 of 4
1
2
3 PART 1 - GENERAL
4 i.i SUMMARY
5
6
7
8
9
10
11
SECTION 32 01 18
TEMPORARY ASPHALT PAVING REPAIR
A. Section Includes:
1. Utility cuts (water, sanitary sewer, drainage, etc.) along streets programmed
for total reconstruction under a Capital Improvement Program or resurfacing
under a Street Maintenance Program.
2. Repairs of damage caused by Contractor
3. Any other temporary pavement repair needed during the course of
construction.
12 B. Deviations from this City of Fort Worth Standard Specification
13 1. Z" i�empdrary Pavement l�epair to include, 2" HMAC Typ� D and 6" Type B Fl�x
14 Base Material Grade 2
1s C. Related Specification Sections include, but are not necessarily limited to:
16 i. Division 0- Bidding Requirements, Contract Forms, and Conditions of the
17 Contract
18 2. Division 1- General Requirements
19 3. Section 32 11 23 - Flexible Base Courses
20 4. Section 32 12 16 - Asphalt Paving
21 5. Section 33 05 10 - Utility Trench Excavation, Embedment and Backfill
22 1.2 PRICE AND PAYMENT PROCEDURES
23
24
25
26
27
2s
29
30
31
32
33
34
35
36
37
38
39
40
A. Measurement and Payment
1. Measurement
a. Measurement for this Item shall be by the linear foot of Temporary Asphalt
Paving Repair.
2. Payment
a. The work performed and materials furnished in accordance with this Item
and measured as provided under ��Measurement" will be paid for at the unit
price bid per linear foot of Temporary Asphalt Paving Repair. No additional
payment will be provided for repairs of damage to adjacent pavement
caused by the Contractor.
3. The price bid shall include:
a. Preparing final surfaces
b. Furnishing, loading, unloading, storing, hauling and handling all materials
including freight and royalty
c. Traffic control for all testing
d. Asphalt, aggregate, and additive
e. Materials and work needed for corrective action
f. Trial batches
CITY OF FORT WORTH Sanitary Se�mer CII'P Co�rtract 2014
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2298
Revised December 20, 2012
32 Ol 18 - 2
TEMPORARY ASPHALT PAVING REPAIR
Page 2 of 4
1
2
3
4
5
6
7
8
9
10
il
12
13
14
15
16
17
18
19
20
21
22
23
24
25
g. Tack coat
h. Removal and/or sweeping excess material
1.3 REFERENCES
A. De�nitions
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.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS
A. Asphalt Pavement Mix Design: submit for approval. Section 32 12 16.
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: Place mixture when the roadway surface temperature is 40
degrees F or higher and rising unless otherwise approved.
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS
26 2.1 OWNER-FURNISHED [NOT USED]
27 2.2 MATERIALS
28 A. Backfill: see Section 33 05 10.
29 B. Base Material
30 1. Flexible Base: Use existing base and add new flexible base as required in
31 accordance with Section 32 11 23.
32 C. Asphalt Concrete: See Section 32 12 16.
33 1. H.M.A.C. paving: Type D.
34 2.3 ACCESSORIES [NOT USED]
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
320118-3
TEMPORARY ASPHALT PAVING FtEPAIR
Page 3 of 4
1 2.4 SOURCE QUALITY CONTROL [NOT USED]
2 PART 3 - EXECUTION
3
4
5
6
7
8
9
lo
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED�
3.4 INSTALLATION
A. Removal
1. Use an approved method that produces a neat edge.
2. Use care to prevent fracturing existing pavement structure adjacent to the
repair area.
B. Base
1. Install flexible base material per detail.
2. See Section 32 11 23.
C. Apshalt Paving
1, H.M.A.C. placement: in accordance with Section 32 12 16.
2. Type D surface mix.
3.5 REPAIR/RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3J 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]
3.14ATTACHMENTS [NOT USED]
END OF SECTION
CITY OF FORT WORTH Sanitary Sewer CIPP Contract 2014
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2298
Revised December 20, 2012
320118-4
TEMPORARY ASPHALT PAVING REPAIR
Page 4 of 4
Revision Log
DATE NAME SUMMARY OF CHANGE
12/20/2012 D. Johnson 1.2.A — Modified Items to be included in price bid
1
CITY OF FORT WORTH Sanitary Sewer CIPP Contract 2014
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2298
Revised December 20, 2012
321723-1
PAVEMENT MARICINGS
Page 1 of 12
1
2
3
4
SECTION 32 17 23
PAVEMENT MARKINGS
PART 1 - GENERAL
1.1 SUMMARY
s A. Section Includes:
6 1. Pavement Markings
� a. Thermoplastic, hot-applied, spray (HAS) pavement markings
8 b. Thermoplastic, hot-applied, extruded (HAE) pavement markings
9 c. Preformed polymer tape
lo d. Preformed heat-activated thermoplastic tape
11 2. Raised markers
12 3. Work zone markings
13 4. Removal of pavement markings and markers
14 B. Deviations from this City of Fort Worth Standard Specification
15 For Miscellaneous Water, Sewer and CIPP Contracts, al) Pavement Markings
16 repairs and r�placements shall be subsidiary to the appropriate pavement repair
17 bid item.
1g C. Related Specification Sections include, but are not necessarily limited to:
19 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the
2o Contract
21 2. Division 1— General Requirements
22 1.2 PRICE AND PAYMENT PROCEDURES
23
24
2s
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
A. Measurement and Payment
1. Pavement Markings
a. Measurement
1) Measurement for this Item shall be per linear foot of material
placed.
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 "Pvmt Marking" installed
for:
a) Various Widths
b) Various Types
c) Various Materials
d) Various Colors
c. The price bid shall include:
1) Installation of Pavement Marking
2) Glass beads, when required
3) Surface preparation
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised No��ember 22, 2013
Sanitary Sewer CIPP Contract 2014
City Project No. 2098
1
2
3
4
s
6
�
s
9
lo
11
12
13
14
15
16
17
18
19
20
21
22
23
24
2s
26
27
2s
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
4) Clean-up
5) Testing (when required)
32 17 23 - 2
PAVEMENT MARKINGS
Page 2 of 12
2. Legends
a. Measurement
1) Measurement for this Item shall be per each Legend installed.
b. Payment
1) The work performed and materials furnished in accordance with this
Item shall be paid for at the unit price bid per each "Legend"
installed for:
a) Various types
b) Various applications
c. The price bid shall include:
1) Installation of Pavement Marking
2) Glass beads, when required
3) Surface preparation
4) Clean-up
5) Testing
3. Raised Markers
a. Measurement
1) Measurement for this Item shall be per each Raised Marker installed.
b. Payment
1) The work performed and materials furnished in accordance with this
Item shall be paid for at the unit price bid per each "Raised Marker"
installed for:
a) Various types
c. The price bid shall include:
1) Installation of Raised Markers
2) Surface preparation
3) Clean-up
4) Testing
4. Work Zone Tab Markers
a. Measurement
1) Measurement for this Item shall be per each Tab Marker installed.
b. Payment
1) The work performed and materials furnished in accordance with this
Item shall be paid for at the unit price bid per each "Tab Marker"
installed for:
a) Various types
c. The price bid shall include:
1) Installation of Tab Work Zone Markers
5. Fire Lane Markings
a. Measurement
1) Measurement for this Item shall be per the linear foot.
b. Payment
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised November 22, 2013
Sanitary Sewer CIPP Contract 2014
City Project No. 2098
321723-3
PAVEMENT MARKINGS
Page 3 of 12
1
2
3
4
s
6
7
s
9
10
11
12
13
14
1s
16
1�
is
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
C�
7.
1) The work performed and materials furnished in accordance with this
Item and measured as provided under "Measurement" shall be paid
for at the unit price bid per linear foot of ��Fire Lane Marking"
installed.
c. The price bid shall include:
1) Surface preparation
2) Clean-up
3) Testing
Pavement Marking Removal
a. Measurement
1) Measure for this Item shall be per linear foot.
b. Payment
1) The work performed and materials furnished in accordance with this
Item and measured as provided under "Measurement" shall be paid
for at the unit price bid per linear foot of `�Remove Pvmt Marking"
performed for:
a) Various widths
c. The price bid shall include:
1) Removal of Pavement Markings
2) Clean-up
Raised Marker Removal
a. Measurement
1) Measurement for this Item shall be per each Pavement Marker
removed.
b. Payment
1) The work performed and materials furnished in accordance with this
Item shall be paid for at the unit price bid per each "Remove Raised
Marker" performed.
c. The price bid shall include:
1) Removal of each Marker
2) Disposal of removed materials
3) Clean-up
8. Legend Remova)
a. Measurement
1) Measure for this Item shall be per each Legend removed.
b. Payment
1) The work perfiormed and materials furnished in accordance with this
Item and measured as provided under "Measurement" shall be paid
for at the unit price bid per linear foot of `�Remove Legend"
performed for:
a) Various types
b) Various applications
c. The price bid shall include:
1) Removal of Pavement Markings
2) Clean-up
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised November 22, 2013
Sanitary Sewer CIPP Contract 2014
City Project No. 2098
1 1.3 REFERENCES
2
3
4
s
6
7
g
9
10
11
12
13
14
15
16
17
ls
19
20
21
22
32 17 23 - 4
PAVEMENT MARKINGS
Page 4 of 12
A. Reference Standards
1. Reference standards cited in this Specification refer to the current reference
standard published at the time of the latest revision date logged at the end
of this Specification, unless a date is specifically cited.
2. Texas Manual on Uniform Traffic Control Devices (MUTCD), 2011 Edition
a. Part 3, Markings
3. American Association of State Hiahway and Transportation OfFicials
AASHTO
a. Standard Specification for Glass Beads Used in Pavement Markings, M
247-09
4. Federal Hi_qhway Administration (FHWA�
a. 23 CFR Part 655, FHWA Docket No. FHWA-2009-0139
5. Texas Department of Transportation (TxDOT�
a. DMS-4200, Pavement Markers (Reflectorized)
b. DMS-4300, Traffic Buttons
c. DMS-8220, Hot Applied Thermoplastic
d. DMS-8240, Permanent Prefabricated Pavement Markings
e. DMS-8241, Removable Prefabricated Pavement Markings
f. DMS-8242, Temporary Flexible-Reflective Road Marker Tabs
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.5 SUBMITTALS
23 A. Submittals shall be in accordance with Section 01 33 00.
24 B. All submittals shall be approved by the City prior to delivery and/or fabrication.
2s for specials.
26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
27
28
29
30
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITI'ALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10DELIVERY, STORAGE, AND HANDLING
31 A. Storage and Handling Requirements
32 1. The Contractor shall secure and maintain a location to store the material in
33 accordance with Section Ol 50 00.
34 1.11PIELD [SITE� CONDITIONS [NOT USED]
35 1.12WARRANTY [NOT USED]
36 PAR7 2 - PRODUCTS
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised November 22, 2013
Sanitary Sewer CIPP Contract 2014
City Project No. 2098
321723-5
PAVEMENT MARKINGS
Page 5 of 12
i Z.1 OWNER-SUPPLIED PRODUCTS
2
3
4
A. New Products
1. Refer to Drawings to determine if there are owner-supplied products for the
Project.
5 2.2 MATERIALS
5 A. Manufacturers
� 1. Only the manufacturers as listed in the City's Standard Products List will be
g considered as shown in Section 01 60 00.
9 a. The manufacturer must comply with this Specification and related
10 Sections.
11 2. Any product that is not listed on the Standard Products List is considered a
12 substitution and shall be submitted in accordance with Section 01 25 00.
13
14
is
16
17
Is
19
20
21
22
23
24
2s
26
27
28
29
30
31
32
33
34
35
36
37
3s
39
40
41
42
43
B. Materials
1, Pavement Markings
a. Thermoplastic, hot applied, spray
1) Refer to Drawings and City Standard Detail Drawings for width of
longitudinal lines.
2) Product shall be especially compounded for traffic markings.
3) When placed on the roadway, the markings shall not be slippery
when wet, lift from pavement under normal weather conditions nor
exhibit a tacky exposed surface.
4) Cold ductility of the material shall permit normal road surface
expansion and contraction without chipping or cracking.
5) The markings shall retain their original color, dimensions and
placement under normal traffic conditions at road surface
temperatures of 158 degrees Fahrenheit and below.
6) Markings shall have uniform cross-section, clean edges, square ends
and no evidence of tracking.
7) The density and quality of the material shall be uniform throughout
the markings.
8) The thickness shall be uniform throughout the length and width of
the markings.
9) The markings shall be 95 percent free of holes and voids, and free
of blisters for a minimum of 60 days after application.
10)The material shall not deteriorate by contact with sodium chloride,
calcium chloride or other chemicals used to prevent roadway ice or
because of the oil content of pavement markings or from oil
droppings or other effects of trafFic.
11) The material shail not prohibit adhesion of other thermoplastic
markings if, at some future time, new markings are placed over
existing material.
a) New material shall bond itself to the old line in such a manner
that no splitting or separation takes place.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised November 22, 2013
Sanitary Sewer CIPP Contract 2014
City Project No. 2098
32 17 23 - 6
PAVEMENT MARKINGS
Page 6 of 12
1
2
3
4
s
6
�
s
9
lo
11
12
13
14
ls
16
17
18
19
20
21
22
23
24
2s
26
27
2s
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
I�
12)The markings placed on the roadway shall be completely
retroreflective both internally and externally with traffic beads and
shall exhibit uniform retro-directive reflectance.
13) Traffic beads
a) Manufactured from glass
b) Spherical in shape
c) Essentially free of sharp angular particles
d) Essentially free of particles showing cloudiness, surFace scoring
or surface scratching
e) Water white in color
f� Applied at a uniform rate
g) Meet or exceed Specifications shown in AASHTO Standard
Specification for Glass Beads Used in Pavement Markings,
AASHTO Designation: M 247-09.
Thermoplastic, hot applied, extruded
1) Product shall be especially compounded for traffic markings
2) When placed on the roadway, the markings shall not be slippery
when wet, lift from pavement under normal weather conditions nor
exhibit a tacky exposed surFace.
3) Cold ductility of the material shall permit normal road surfiace
expansion and contraction without chipping or cracking.
4) The markings shall retain their original color, dimensions and
placement under normal trafFic conditions at road surface
temperatures of 158 degrees Fahrenheit and below.
5) Markings shall have uniform cross-section, clean edges, square ends
and no evidence of tracking.
6) The density and quality of the material shall be uniform throughout
the markings.
7) The thickness shall be uniform throughout the length and width of
the markings.
8) The rnarkings shall be 95 percent free of holes and voids, and free
of blisters for a minimum of 60 days after application.
9) The minimum thickness of the marking, as measured above the
plane formed by the pavement surface, shall not be less than 1/8
inch in the center of the marking and 3/32 inch at a distance of �h
inch from the edge.
10) Maximum thickness shall be 3/16 inch.
11)The material shall not deteriorate by contact with sodium chloride,
calcium chloride or other chemicals used to prevent roadway ice or
because of the oil content of pavement markings or from oil
droppings or other effects of traffic.
12)The material shall not prohibit adhesion of other thermoplastic
markings if, at some future time, new markings are placed over
existing material. New material shail bond itself to the old line in
such a manner that no splitting or separation takes place.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised November 22, 2013
Sanitary Sewer CIPP Contract 2014
City Project No. 2098
321723-7
PAVEMENT MARKINGS
Page 7 of 12
1 13)The markings placed on the roadway shall be completely
2 retroreflective both internally and externally with traffic beads and
3 shall exhibit uniform retro-directive reflectance.
4 14) TrafFic beads
s a) Manufactured from glass
6 b) Spherical in shape
� c) Essentially free of sharp angular particles
g d) Essentially free of particles showing cloudiness, surface scoring
9 or surFace scratching
lo e) Water white in color
11 fi� Applied at a uniform rate
12 g) Meet or exceed Specifications shown in AASHTO Standard
13 Specification for Glass Beads Used in Pavement Markings,
14 AASHTO Designation: M 247-09.
1s c. Preformed Polymer Tape
16 1) Material shall meet or exceed the Specifications for SWARCO
17 Director 35, 3M High PerFormance Tape Series 3801 ES, or approved
Is equal.
19 d. Preformed Heat-Activated Thermoplastic Tape
20 1) Material shall meet or exceed the Specifications for HOT Tape Brand
21 0.125 mil preformed thermoplastic or approved equal.
22
23
24
2s
26
27
2s
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
2. Raised Markers
a. Markers shall meet the requirements of the Texas Manual on Uniform
Traffic Control Devices.
b. Non-reflective markers shall be Type Y(yellow body) and Type W
(white body) round ceramic markers and shall meet or exceed the
TxDOT Specification DMS-4300.
c. The reflective markers shall be plastic, meet or exceed the TxDOT
Specification DMS-4200 for high-volume retroreflective raised markers
and be available in the following types:
1) Type I-C, white body, 1 face reflects white
2) Type II-A-A, yellow body, 2 faces reflect amber
3) Type II-C-R, white body, 1 face reflects white, the other red
3. Work Zone Markings
a. Tabs
1) Temporary flexible-reflective roadway marker tabs shall meet
requirements of TxDOT DMS-8242, ��Temporary Flexible-Reflective
Road Marker Tabs."
2) Removable markings shall not be used to simulate edge lines.
3) No segment of roadway open to traffic shall remain without
permanent pavement markings for a period greater than 14
calendar days.
b. Raised Markers
1) All raised pavement markers shall meet the requirements of DMS-
4200.
c. Striping
CITY OF FORT WORTH
STANDA1tD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised November 22, 2013
Sanitary Sewer CIPP Contract 2014
City Project No. 2098
32 17 23 - 8
PAVEMENT MARKINGS
Page 8 of 12
1 1) Work Zone striping shall meet or exceed the TxDOT Specification
2 DMS-8200.
3 2.3 ACCESSORIES [NOT USED]
4
5
6
�
g
Posted Sneed (m
<_ 30 I 35 — 50 I >_ 55
9
10
11
12
13
14
15
16
2.4 SOURCE QUALITY CONTROL
A. PerFormance
1. Minimum maintained retroreflectivity levels for longitudinal markings shall
meet the requirements detailed in the table below for a minimum of 30
calendar days.
2-lane roads with
centerline markings only n/a 100 250
1
All other roads 2 n/a 50 100
(1) Measured at standard 30-m geometry in units of mcd/mZ/lux.
(2) Exceptions:
A. When raised reflective pavement markings (RRPMs) supplement or substitute for a
longitudinal line, minimum pavement marking retroreflectivity levels are not
applicable as long as the RRPMs are maintained so that at least 3 are visible from any
position along that line during nighttime conditions.
B. When continuous roadway lighting assures that the markings are visible, minimum
pavement marking retroreflectivity levels are not applicable.
17 PART 3 - EXECUTION
1g 3.1 EXAMINATION [NOT USED]
19 3.2 PREPARATION
20
21
22
23
24
2s
26
27
2s
29
30
31
32
33
A. Pavement Conditions
1. Roadway surfaces shall be free of dirt, grease, loose and/or flaking existing
markings and other forms of contamination.
2. New Portland cement concrete surfaces shall be cleaned sufficiently to
remove the curing membrane.
3. Pavement to which material is to be applied shall be completely dry.
4. Pavement shall be considered dry, if, on a sunny day after observation for
15 minutes, no condensation develops on the underside of a 1 square foot
piece of clear plastic that has been placed on the pavement and weighted
on the edges.
5. Equipment and methods used for surface preparation shall not damage the
pavement or present a hazard to motorists or pedestrians.
3.3 INSTALLATION
A. General
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCLJMENTS
Revised November 22, 2013
Sanitary Sewer CIPP Contract 2014
City Project No. 2098
321723-9
PAVEMENT MARKINGS
Page 9 of 12
1
2
3
4
s
6
�
s
9
lo
11
12
B. Pavement Markings
13 4. When markings are applied on roadways open to traffic, care will be taken
14 to ensure that proper safety precautions are followed, including the use of
is signs, cones, barricades, flaggers, etc.
�6 5. Freshly applied markings shall be protected from traffic damage and
1� disfigurement.
is 6. Temperature of the material must be equal to the temperature of the road
19 surface before allowing trafFic to travel on it.
20
21
22
23
24
2s
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
1
2.
1. The materials shall be applied according to the manufacturer's
recommendations.
2. Markings and markers shall be applied within temperature limits
recommended by the material manufacturer, and shall be applied on clean,
dry pavement having a surface temperature above 50 degrees Fahrenheit.
3. Markings that are not properly applied due to faulty application methods or
being placed in the wrong position or alignment shall be removed and
replaced by the Contractor at the Contractor's expense. If the mistake is
such that it would be confusing or hazardous to motorists, it shall be
remedied the same day of notification. Notification will be made by phone
and confirmed by fax. Other mistakes shall be remedied within 5 days of
written notification.
Thermoplastic, hot applied, spray
a. This method shall be used to install and replace long lines — centerlines,
lane lines, edge lines, turn lanes, and dots.
b. Markings shall be applied at a 110 mil thickness.
c. Markings shall be applied at a 90 mil thickness when placed over
existing markings.
d. A sealer shall be used if concrete or asphalt is older than three (3)
years.
e. Typical setting time shall be between 4 minutes and 10 minutes
depending upon the roadway surFace temperature and the humidity
factor.
f. Retroreflective raised markers shall be used to supplement the
centerlines, lane lines, and turn lanes. Refer to City Standard Detail
Drawings for placement.
g. Minimum retroreflectivity of markings shall meet or exceed values
shown in subparagraph 2.4.A.1 of this Specification.
Thermoplastic, hot applied, e�ruded
a. This method shall be used to install and replace crosswalks and stop-
lines.
b. Markings shall be applied at a 125 mil thickness.
c. Minimum retroreflectivity of markings shall meet or exceed values
shown in this Specification.
3. Preformed Polymer Tape
a. This method shall be used to install and replace crosswalks, stop-lines,
and legends.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised November 22, 2013
Sanitary Se���er CIPP Contract 2014
City Project No. 2098
1
2
3
4
5
6
�
s
9
lo
11
12
13
14
1s
16
1�
is
19
20
21
22
23
24
2s
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
32 17 23 - 10
PAVEMENT MARKINGS
Page 10 of 12
b. The applied marking shall adhere to the pavement surface with no
slippage or lifting and have square ends, straight lines and clean edges.
c. Minimum retroreflectivity of markings shall meet or exceed values
shown in this Specification.
4. Preformed Heat-Activated Thermoplastic Tape
a. This method shall be used to install and replace crosswalks, stop-lines,
and legends.
b. The applied marking shall adhere to the pavement surface with no
slippage or lifting and have square ends, straight lines and clean edges.
c. Minimum retroreflectivity of markings shall meet or exceed values
shown in this Specification.
C. Raised Markers
1. All permanent raised pavement markers on Portland Cement roadways shall
be installed with epoxy adhesive. Bituminous adhesive is not acceptable.
2. All permanent raised pavement markers on new asphalt roadways may be
installed with epoxy or bituminous adhesive.
3. A chalk line, chain or equivalent shall be used during layout to ensure that
individual markers are properly aligned. All markers shall be placed
uniformly along the line to achieve a smooth continuous appearance.
D. Work Zone Markings
1. Work shall be perfiormed with as little disruption to traffic as possible.
2. Install longitudinal markings on pavement surfaces before opening to
traffic.
3. Maintain lane alignment trafFic control devices and operations until
markings are installed.
4. Install markings in proper alignment in accordance with the Texas MUTCD
and as shown on the Drawings.
5. Place standard longitudinal lines no sooner than 3 calendar days after the
placement of a surface treatment, unless otherwise shown on the Drawings.
6. Place markings in proper alignment with the location of the final pavement
markings.
7. Do not use raised pavement markers for words, symbols, shapes, or
diagonal or transverse lines.
8. All markings shall be visible from a distance of 300 feet in daylight
conditions and from a distance of at least 160 feet in nighttime conditions,
illuminated by low-beam automobile headlight.
9. The daytime and nighttime reflected color of the markings must be
distinctly white or yellow.
10. The markings must exhibit uniform retroreflective characteristics.
11. Epoxy adhesives shall not be used to work zone markings.
3.4 REMOVALS
1. Pavement Marking and Marker Removal
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised November 22, 2013
Sanitary Sewer CIPP Contract 2014
City Project No. 2098
32 17 23 - 11
PAVEMENT MARKINGS
Page 11 of 1?.
1
2
3
4
s
6
�
s
9
io
11
12
13
14
1s
16
17
is
19
20
21
22
23
24
2s
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
a. The industry's best practice shall be used to remove existing pavement
markings and markers.
b. If the roadway is being damaged during the marker removal, Work shall
be halted until consultation with the City.
c. Removals shall be done in such a matter that color and te�ure contrast
of the pavement surface will be held to a minimum.
d. Repair damage to asphaltic surfaces, such as spalling, shelling, etc.,
greater than �/4 inch in depth resulting from the removal of pavement
markings and markers. Driveway patch asphalt emulsion may be broom
applied to reseal damage to asphaltic surFaces.
e. Dispose of markers in accordance with federal, state, and local
regulations.
f. Use any of the following methods unless otherwise shown on the
Drawings.
1) Surface Treatment Method
a) Apply surface treatment at rates shown on the Drawings or as
directed. Place a surface treatment a minimum of 2 feet wide to
cover the existing marking.
b) Place a surface treatment, thin overlay, or microsurFacing a
minimum of 1 lane in width in areas where directional changes
of trafific are involved or in other areas as directed by the City.
2) Burn Method
a) Use an approved burning method.
b) For thermoplastic pavement markings or prefabricated pavement
markings, heat may be applied to remove the bulk of the
marking material prior to blast cleaning.
c) When using heat, avoid spalling pavement surFaces.
d) Sweeping or light blast cleaning may be used to remove minor
residue.
3) Blasting Method
a) Use a blasting method such as water blasting, abrasive blasting,
water abrasive blasting, shot blasting, slurry blasting, water-
injected abrasive blasting, or brush blasting as approved.
b) Remove pavement markings on concrete surfaces by a blasting
method only.
4) Mechanical Method
a) Use any mechanical method except grinding.
b) Flail milling is acceptable in the removal of markings on asphalt
and concrete surfaces.
2. If a location is to be paved over, no additional compensation will be allowed
for marking or marker removal.
42 3.5 REPAIR / RESTORATION [NOT USED]
43 3.6 RE-INSTALLAiION [NO7' USED]
44
3.7 FIELD QUALTTY CONiROL
4s A. All lines must have clean edges, square ends, and be uniform cross-section..
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised November 22, 2013
Sanitary Sewer CIPP Contract 2014
City Project No. 2098
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
32 17 23 - 12
PAVEMENT MARKINGS
Page 12 of 12
B. The density and quality of markings shall be uniform throughout their
thickness.
C. The applied markings shall have no more than 5 percent, by area, of holes or
voids and shall be free of blisters.
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.lOCLEANING
A. Contractor shall clean up and remove all loose material resulting from
construction operations.
3.11CLOSEOUT ACTIVITIES [NOT USED]
3.12PROTECTION [NOT USED]
3.13MAINTENANCE [NOT USED]
3.14ATt'ACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
11/22/13 S. Arnold Removed paint type marking, updated references, added sealer language
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised November 22, 2013
Sanitary Se«�er CIPP Contract 2014
City Project No. 2098
323113-1
CHAIN LINK FENCE AND GATES
Page 1 of 8
2
3
4
s
6
�
g
9
10
11
12
13
14
15
16
1�
ls
19
20
21
22
SECTION 32 31 13
CHAIN LINK FENCE AND GATES
PART 1 - GENEF�AL
1.1 SUMMARY
A. Section Includes:
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 furnished 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.
23 B. Deviations from this City of Fort Worth Standard Specification
24 For Sanitary Sewer CIPP Cantracts, fence repair/replacements shali be subsidiary
2s ta the price bid per linear foot of pipe. No additional campensation will be
26 allowed.
2� C. Related Specification Sections include, but are not necessarily limited to:
2s 1. Division 0- Bidding Requirements, Contract Forms, and Conditions of the
29 Contract
30
31
32
33
34
35
36
37
38
39
40
41
2. Division 1- Genera) 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:
CITY OF FORT WORTH Sanitary Sewer CIPP Contract 2014
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2298
Revised December 20, 2012
3a 31 r3 -2
CHAIN LINK FENCE AND GATES
Page 2 of 8
1
2
3
4
s
6
�
8
9
io
11
12
13
14
ls
16
17
1g
19
20
21
22
23
24
2s
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
2.
3.
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
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
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) Hauling
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 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
CITY OF FORT R�ORTH
STANDARD CONSTRUCTION SPECTFICATION DOCUMENTS
Revised December 20, 2012
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
32 31 13 - 3
CHAIN LINK FENCE AND GATES
Page 3 of 8
1 d. A 500, Standard Specification for Cold-Formed Welded and Seamless
2 Carbon Steel Structural Tubing in Rounds and Shapes
3 e. F 626, Standard Specification for Fence Fittings
4 f. F 1043, Standard Specification for Strength and Protective Coatings on
s Steel Industrial Chain Link Fence Framework
6 g. F 1083, Standard Specification for Pipe, Steel, Hot-Dipped Zinc-Coated
7 (Galvanized) Welded, for Fence Structures
s h. F 1183, Specification for Aluminum Alloy Chain Link Fence Fabric
9 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
10 1.5 ACTION SUBMITTALS
11 A. Shop drawings
12 1. Layout of fences and gates with dimensions, details, and finishes of
13 components, accessories and post foundations if requested by the City.
14 B. Product data
1s 1. Manufacturer's catalog cuts indicating material compliance and specified
16 options.
17 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMI7TALS [NOT USED]
18
19
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMIITALS [NOT USED]
20 1.9 QUALITY ASSURANCE [NOT USED]
21 1.10DELIVERY, STORAGE, AND HANDLING [NOT USED�
22 1.11FIELD [SITE] CONDITIONS [NOT USED]
23
24
25
26
27
28
29
30
31
32
33
34
1.12WARRANTY [NOT USED]
PART 2 - PRODUCTS
2.1 OWNER-FURNISHED [NOT USED]
2.2 MANUFACTURED UNITS / MATERIALS
A. Manufacturer
1. Minimum of 5 years of experience manufacturing galvanized coated chain
link fencing.
2. Approved Manufacturer or equal:
a. Allied Fence, Inc.
b. American Fence Corp.
c. Anchor Fence, Inc.
d. Master Halco, Inc.
35 B. Materials
36 1. Chain Link Fence
37 a. General
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCIJMENTS
Revised December 20, 2012
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
32 31 13 - 4
CHAIN LINK FENCE AND GATES
Page 4 of 8
1
2
3
4
s
6
�
s
9
10
11
12
13
14
1s
16
17
1g
19
20
21
22
23
24
2s
26
27
2s
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
�
C.
�
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.
Steel Fabric
1) Fabric
a) No. 9 gauge
b) 2-inch mesh
(1) Commercial: both top and bottom selvages twisted and
barged
Residential: match existing or both top and bottom selvages
knuckled
(2) Furnish 1-piece fabric widths.
2) Fabric Finish: Galvanized, ASTM A 392, Class I, with not less than
1.2 oz. zinc per square foot of surface.
Aluminum Fabric
1) Fabric
a) ASTM F 1183
b) No. 9 gauge
c) 2-inch mesh, with both top and bottom selvages twisted and
barged.
d) Furnish 1-piece fabric widths.
Steel Framing
1) Stee) pipe - Type I
a) ASTM F 1083
b) Standard weight schedule 40
c) Minimum yield strength: 30,000 psi
d) Sizes as indicated
e) Hot-dipped galvanized with minimum average 1.8 oz/ftz of
coated surface area
2) Steel pipe - Type II
a) ASTM F 1043, Group IC
b) Minimum yield strength: 50,000 psi
c) Sizes as indicated on Drawings
d) Protective coating per ASTM F 1043
(1) E�ernal 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 0.9 oz/ftz zinc or Type D, zinc pigmented, 81
percent nominal coating, minimum 3 mils
3) Formed steel ('�C'� sections:
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
32 31 13 - 5
CI-IAIN LINK FENCE AND GATES
Page 5 of 8
1
2
3
4
5
6
7
a
9
10
11
12
13
14
15
16
17
18
19
20
z1
22
23
24
2s
26
27
2s
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
e
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) E�ernal 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/ftz of coated
surFace area
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.
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 stee) 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 gaivanized 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
CITY OF FORT WORTH
STANDAItD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
32 31 13 - 6
' CIIAIN LINK FENCE AND GATES
Page 6 of 8
1
2
3
4
s
6
7
g
9
10
11
12
13
14
1s
16
17
18
19
20
21
22
23
24
2s
26
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 steel
3) 1 inch x 1 inch x 30 inch galvanized shoe clamps to secure angles to
posts.
2.3 ACCESSORIES [NOT USED�
2.4 SOURCE QUALITY CONTROL [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION
2� A. Verification of Conditions
2g 1. Verify areas to receive fencing are completed to final grades and elevations.
29 2. Ensure property lines and legal boundaries of work are clearly established
30 3.3 PREPARATION [NOT USED]
31
32
33
34
35
36
37
38
39
40
41
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.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
323113-7
CHAIN LINK FENCE AND GATES
Page 7 of 8
1
2
3
4
s
6
�
s
9
io
11
12
13
14
Is
16
17
is
19
20
21
22
23
24
25
26
27
2s
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
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.
2.
Fabric
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.
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
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
Sanitary Se«�er CIPP Contract 2014
City Project No. 2298
32 31 13 - 8
CI-IAIN LINK FENCE AND GATES
Page 8 of 8
1
2
3
4
5
6
7
8
9
10
11
12
13
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 AD)USTING [NOT USED]
3.lOCLEANING [NOT USED]
3.11CLOSEOUT ACTIVITIES [NOT USED]
3.12PROTECTION [NOT USED]
3.13MAINTENANCE (NOT USED]
3.14ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
12/20/2012 D. Johnson 1.1.A. modified to describe when City would pay for fence replacement on
utility projects
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
323126-1
WII2E FENCE AND GATES
Page 1 of 6
1
2
SECTION 32 31 26
WIRE FENCE AND GATES
3 PART 1 - GENERAL
4 1.1 SUMMARY
s A. Section Includes:
r
�
s
9
lo
11
12
13
14
15
16
1�
ls
19
1. Furnish and construct fence of barbed or smooth wire.
2. 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 furnished 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.
2o B. Deviations from this City of Fort Worth Standard Specification
z1 For Sanitary Sewer CIPP Contracts, fence repair/replacements shall be subsidiary
22 to the priCe bid per linear foot of pipe. No additional compens�tion will be
23 alir�wed.
24 C. Related Specification Sections include, but are not necessarily limited to:
25 1. Division 0- Bidding Requirements, Contract Forms, and Conditions of the
26 Contract
27 2. Division 1- General Requirements
28 1.2 PRTCE AND PAYMENT PROCEDURES
29
30
31
32
33
34
35
36
37
38
39
40
41
A. Measurement and Payment
1. Wire Fence
a. Measurement
1) Measurement for this Item shall be by the linear foot of Wire Fence,
exciuding gates.
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 Wire fence installed for
various:
a) Post types
b) Wire types
c) Number of Strands as specified in the Drawings
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
WMRR2013A
City Project No. 2035
323126-2
WII2E FENCE AND GATES
Page 2 of 6
1 c. The price bid shall include:
2 1) Removal of existing fence and/or, unless specifically defined as a
3 separate pay item on Drawings
4 2) Furnishing, preparing, hauling, and installing Wire Fence
s 3) Excavation, backfilling, and disposal of surplus material
6 4) Removal and trimming of brush and tree limbs
7 2. Steel Gates
s a. Measurement
9 1) Measurement for this Item shall be per each Steel Fence.
10 b. Payment
11 1) The work performed and materials furnished in accordance with this
12 Item and measured as provided under "Measurement" will be paid
13 for at the unit price bid per each Steel Gate by height.
14 c. The price bid shall include:
Is 1) Removal of existing fence and/or gates, unless specifically defined
16 as a separate pay item on Drawings
l� 2) Furnishing, preparing, hauling, and installing Steel Gates
ls 3) Excavation, backfilling, and disposal of surpl�us material
19 4) Removal and trimming of brush and tree limbs
�
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
1.3 REFERENCES
A. Reference Standards
�
2.
3.
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.
American Society for Testing and Materials (ASTM):
a. A 702, Standard Specification for Steel Fence Posts and Assemblies, Hot
Wrought
b. A 121, Standard Specification for Metallic-Coated, Carbon Steel Barbed
Wire
c. A 116, Standard Specification for Metallic-Coated, Steel Woven Wire
Fence Fabric
d. F 1083, Standard Specification for Pipe, Steel, Hot-Dipped Zinc-Coated
(Galvanized) Welded, for Fence Structures
American Wood Protection Association (AWPA)
a. P8/P9, Standard for Oil-Borne Preservatives
b. C5, Fence Posts - Preservative Treatment by Pressure Processes
CITY OF FORT WORTH
STANDAR.D CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
W M RR2013A
City Project No. 2035
32 31 26 - 3
WIRE FENCE AND GATES
Page 3 of 6
1 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
2 1.5 ACTION SUBMITTALS [NOT USED]
3 1.6 ACTION SUBMI7TALS/INFORMATIONAL SUBMITTALS [NOT USED]
4 1.7 CLOSEOUT SUBMITI'ALS [NOT USED]
5 1.8 MAINTENANCE MATERIAL SUBMI7TALS [NOT USED]
6 1.9 QUALITY ASSURANCE [NOT USED]
7 1.10DELIVERY, STORAGE, AND HANDLING [NOT USED�
g 1.11FIELD [SITE] CONDITIONS [NOT USED]
9 1.12WARRANTY [NOT USED]
lo PART 2 - PRODUCTS
11 2.1 OWNER-FURNISHED PRODUCTS [NOT USED]
12
13
14
15
16
17
ls
19
20
21
22
23
24
2s
26
27
28
29
30
31
32
33
34
35
36
37
2.2 MATERIALS
A. Furnish materials in accordance with details shown on the Drawings and with
the following requirements.
B. Metal Posts and Braces
i.. Steel Pipe: ASTM F 1083
2. T posts: ASTM A 702
3. Use only new steel. Do not use rerolled or open-seam material.
4. Furnish galvanized steel sections in ASTM F 1083.
5. Painting
a. Use an approved anticorrosive coating.
b. After installation of painted posts and braces, spot-coat damaged areas
with the same paint color.
c. Use paint with at least the same anticorrosive properties as the original
paint.
6. Use the size, weight, and area of posts, braces, and anchor plates shown
on the Drawings.
C. Wood Posts and Braces
1. Untreated Wood: cedar or juniper timber
2. Treated Wood
a. AWPA standards govern materials and methods of treatments including
seasoning, preservatives, and inspection for treatment.
b. Each piece or bundle of other treated-timber products must have:
1) Legible brand mark or tag indicating the name of the treater
2) Date of treatment or lot number
3) AWPA treatment specification symbol
c. Provide the level of preservative indicated in Table 1.
C1TY OF FORT WORTH WMRR2013A
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2035
Revised December 20, 2012
323126-4
WIRE FENCE AND GATES
Page 4 of 6
1
2
Table 1
Minimum Retention of Preservative
Penta-
Product chloropheno pWpp
I (Ib./cu. ft.) Standard
pW pp for
Preservative (PS/P9) Treatment
Standard
Wire fence posts
round ' 0.4 C5
3
4
5
6
�
g
9
lo
11
12
13
14
1s
16
17
1s
19
20
21
22
23
24
25
1. Retention determined by assay (0 to 1.0-inch zone).
3. Use sound timber that is free from decay, shakes, splits, or other defects
that would weaken the posts or braces or otherwise make them structurally
unsuitable for the purposes intended.
4. Knots that are sound, tight, trimmed flush, and not in clusters will be
allowed, provided they do not exceed 1/3 of the small diameter or the least
dimension of the posts and braces.
5. Remove spurs and splinters, cutting the ends square.
D. Gates and Gateposts: Furnish materials to the required dimensions.
E. Barbed and Smooth Wire: ASTM A 121, Class 1
1. Use wire consisting of 2 strand, 12 1/2 gauge, twisted wire
2. Barbed Wire: 2-point 14 gauge barbs spaced no more than 5 inches apart
F. Wire Mesh: ASTM A 116, Class 1
1. Top and bottom wires: at least 10 gauge wire
2. Intermediate wires and vertica) stays: 12 1/2 gauge wire
G. Miscellaneous
1. Furnish galvanized bolts, nuts, washers, braces, straps, and suitable devices
for holding barbed wire and wire mesh firmly to metal posts.
2. Use material of good commercial quality and design.
3. Provide galvanized staples, at least 1 1/2 inch long.
H. Concrete
1. Minimum 28 day compressive strength of 3,000 psi
2. Bagged concrete allowed.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
W M RR2013A
City Project No. 2035
323126-5
WIRE FENCE AND GATES
Page 5 of 6
1 2.3 ACCESSORIES [NOT USED]
2 2.4 SOURCE QUALITY CONTROL [NOT USED]
3 PART 3 - EXECUTION
4 3.1 INSTALLERS [NOT USED]
5 3.2 EXAMINATION [NOT USED]
6 3.3 PREPARATION [NOT USED]
7 3.4 INSTALLATION
s A. Space fence posts as shown on the Drawings or to match existing.
9 B. Set fence posts plumb and firm at the intervals, depth, and grade shown on the
10 Drawings or to match existing.
11 C. Brace corner and pull posts in 2 directions.
12 D. Brace end posts and gateposts in 1 direction.
13 E. Install a corner post where the alignment changes 30 degrees or more.
14 F. At alignment angles between 15 and 30 degrees, brace the angle post to the
is adjacent line posts with diagonal tension wires.
16 G. At grade depressions where stresses tend to pull posts out of the ground, snub
1� or guy the fencing at the critical point with a double 9 gauge galvanized wire.
Is H. Connect the wire to the top horizontal line of the barbed wire or to the top and
�9 bottom wire or wire mesh fabric, and to a deadman weighing at least 100
2o pounds.
21 I. Stretch the fence before guying and snubbing.
22 J. Install number stands at spacing shown in Drawings.
23 K. Install corner, end, or angle post assembly before stretching the wire between
24 posts.
2s L. Connect existing cross fences to the new fences and corner posts at junctions
25 with existing fences.
27 M. While drawing barbed wire and wire fabric taut, fasten to posts using
2s galvanized ties or staples, or as shown on the Drawings.
29 N. Install pull post assemblies at 500 feet intervals for steel posts and at 1,000
3o feet intervals for wood posts.
31 0. Drive metal line posts provided driving does not damage the posts.
32 P. Set metal corners, ends, pull posts, and braces in concrete footings a minimum
33 of 24 inches and crowned at the top to shed water.
34 Q. Thoroughly tamp backfill in 4 inch layers.
35 R. Notch timber posts.
CITY OF FORT WORTH WMRR2013A
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2035
Revised December 20, 2012
1
2
3
4
s
6
7
8
9
10
11
12
13
323126-6
WIRE FENCE AND GATES
Page 6 of 6
3.5 REPAIR/RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10CLEANING [NOT USED]
3.11CLOSEOUT ACTTVITIES [NOT USED]
3.12PROTECTION [NOT USED]
3.13MAINTENANCE [NOT USED]
3.14ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
12/20/2012 D. Johnson 1.1.A. modified to describe when City would pay for fence replacement on
utility projects
CITY OF FORT WORTH
STANDAItD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
WMRR2013A
City Project No. 2035
323129-1
WOOD FENCE AND GATES
Page 1 of 5
1
2
3
4
s
6
7
s
9
io
11
12
13
14
15
16
1�
is
19
20
SECTION 32 31 29
WOOD FENCE AND GATES
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes
1. Construction of wood fences and gates along boundaries, property lines in
accordance with the City's Zoning Ordinance.
2. 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 furnished in accordance with fence
replacement wiil 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.
21 B. Deviations from this City of Fort Worth Standard Specification
22 For Sanitary Sewer CIPP Cor�tracs, fence repair/replacements shail be subsidiary
23 to the price bid per linear foot of pipe. No additional compensatian will be
24 allowed.
2s C. Related Specification Sections include, but are not necessarily limited to:
26 1. Division 0- Bidding Requirements, Contract Forms, and Conditions of the
27 Contract
2s 2. Division 1- General Requirements
29 1.2 PRICE AND PAYMENT PROCEDURES
30
31
32
33
34
35
36
37
38
39
40
A. Measurement and Payment
1. Measurement
a. Measurement for this Item shall be by the linear foot of Wood Fence
installed, including gates.
2. Payment
a. The work performed and materials furnished in accordance with this
Item and measured as provided under ��Measurement" will be paid for at
the unit price bid per linear foot of Wood Fence installed for by height.
3. The price bid shall include:
a. Furnishing all materials for fence and gates
b. All preparation, erection and installation of materials
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
1
2
3
4
s
6
7
s
9
lo
11
12
13
14
15
16
l�
18
19
20
21
22
23
24
25
26
27
28
29
30
323129-2
WOOD FENCE AND GATES
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. American Society for Testing and Materials (ASTM):
a. A 123, Standard Specification for Zinc (Hot-Dip Galvanized) Coatings on
Iron and Steel Products
b. A 500, Standard Specification for Cold-Formed Welded and Seamless
Carbon Steel Structural Tubing in Rounds and Shapes
c. F 1043, Standard Specification for Strength and Protective Coatings on
Steel Industrial Chain Link Fence Framework
d. F 1083, Standard Specification for Pipe, Steel, Hot-Dipped Zinc-Coated
(Galvanized) Welded, for Fence Structures
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.5 SUBMITTALS
A. Shop drawings: Layout of fences and gates with dimensions, details, and
finishes of components, accessories and post foundations
B. Product data: Manufacturer's catalog cuts indicating material compliance and
specified options
C. Building Permit: All fences over 6 feet
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITI'ALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.liFIELD [SITE] CONDITIONS [NOT USED'
1.12WARRANTY [NOT USED]
PART 2 - PRODUCTS
2.1 OWNER-FURNISHED PRODUCTS [NOT USED]
31 2.2 MATERIALS
32 � A. General
33 1. Gate hinges and post caps shall be of steel, malleable iron, ductile iron or
34 equal.
3s 2. Post tops may be of aluminum.
36 B. Slats: Redwood or cedar free from all major decay or defects which would
3� weaken or otherwise cause them to be unsuitable for fence slats.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
323129-3
WOOD FENCE AND GATES
Page 3 of 5
1
2
3
4
5
6
�
s
9
10
ii
12
13
14
Is
16
17
1s
19
20
21
22
23
24
2s
26
27
2s
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
C. Bottom and Top Rail: Minimum 2-inch x 4-inch x 8-foot cedar stud or match
existing.
D. Corner, Gate, End, or Line Posts
1. Wood Posts
a. Minimum size: 4-inch x 4-inch cedar wood post or match existing
b. Free from all decay, splits, multiple cracks, or any other defect which
would weaken the posts or otherwise cause them to be structurally
unsuitable for the purpose intended
2. Steel Posts
a. Steel pipe - Type I
1) ASTM F 1083
2) Standard weight schedule 40
3) Minimum yield strength: 30,000 psi
4) Sizes as indicated on Drawings
5) Hot-dipped galvanized with minimum average 1.8 oz/ft2 of coated
surface area.
b. Steel pipe - Type II
1) ASTM F 1043, Group IC
2) Minimum yield strength: 50,000 psi
3) Sizes as indicated on Drawings
4) Protective coating per ASTM F 1043
5) External coating Type B
a) Zinc with organic overcoat
b) 0.9 oz/ftz minimum zinc coating with chromate conversion
coating and verifiabie polymer film
6) Internal coating Type B
a) Minimum 0.9 oz/ftz zinc or Type D, zinc pigmented, 81 percent
nominal coating, minimum 3 mils
c. Formed steel (��C'� sections
1) Roll formed stee) shapes complying with ASTM F 1043, Group II
2) Minimum yield strength: 45,000 psi (310 MPa)
3) Sizes as indicated on Drawings
4) E�ernal coating per ASTM F 1043, Type A
a) Minimum average 2.0 oz/ftz of zinc per ASTM A 123
d. Steel square sections
1) ASTM A 500, Grade B
2) Minimum yield strength: 40,000 psi
3) Sizes as indicated
4) Hot-dipped galvanized with minimum 1.8 oz/ftz of coated surface
area
3. Accessories
a. Post caps
1) Formed steel or cast malleable iron weather tight closure cap for
tubular posts.
2) Provide one cap for each post.
3) Cap to have provision for barbed wire when necessary.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
323129-4
WOOD FENCE AND GATES
Page 4 of 5
1
2
3
4
5
6
�
g
0
4) '�C" shaped line post without top rail or barbed wire supporting arms
do not require post caps.
5) Where top rail is used, provide tops to permit passage of top rail.
4. Setting Materials
a. Concrete
1) Minimum 28 day compressive strength of 3,000 psi
2) Bagged concrete allowed.
2.3 ACCESSORIES (NOT USED]
2.4 SOURCE QUALITY CONTROL [NOT USED]
10 PART 3 - EXECUTION
i l 3.1 INSTAL�ERS [NOT USED]
12 3.2 EXAMINATION
13 A. Verification of Conditions
14 1. Verify areas to receive fencing are completed to final grades and elevations.
ls 2. Ensure property lines and legal boundaries of work are clearly established.
16 3.3 PREPARATION [NOT USED]
17 3.4 INSTALLATION
1s
19
20
21
22
23
24
2s
26
27
2s
29
30
31
32
33
A. Wood Fence Framing
1. Steel Posts are required for all required screening fences.
2. Locate terminal post at each fence termination and change in horizontal or
vertical direction of 30 degrees or more.
3. Space line posts uniformly at 10 feet on center.
4. Set all posts in concrete.
a. Drill holes in firm, undisturbed or compacted soil.
b. Drill hole diameter 4 times greater than outside dimension of post
(minimum 12 inches).
c. Set post bottom 24 inches below surface when in firm, undisturbed soil.
d. Excavate deeper as required for adequate support in soft and loose
soils, and for posts with heavy lateral loads.
e. Place concrete around posts in a continuous pour.
f. Trowel finish around post. Slope to direct water away from posts.
5. Check each post for vertical and top alignment, and maintain in position
during placement and finishing operations.
34 B. Slats
3s 1. Place slats approximately 1 inch above the ground, and on a straight grade
36 between posts by excavating high points of the ground.
3� 2. Fasten slats to top and bottom railings with 2 galvanized screws designed
3s for wood fence construction at both the top and bottom rail.
CITY OF FORT WORTH Sanitary Sewer CIPP Contract 2014
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2298
Revised December 20, 2012
323129-5
WOOD FENCE AND GATES
Page 5 of 5
1 3.5 REPAIR/RESTORATION [NOT USED]
2 3.6 RE-INSTALLATION [NOT USED]
3 3.7 FIELD QUALITY CONTROL [NOT USED]
4 3.8 SYSTEM STARTUP [NOT USED]
5 3.9 ADJUSTING [NOT USED]
6 3.10CLEANING [NOT USED]
7 3.11CLOSEOUT ACTIVITIES [NOT USED]
g 3.12PROTECTION [NOT USED]
9 3.13MAINTENANCE [NOT USED]
l0 3.14A1TACHMENTS [NOT USED]
11
12
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
12/20/2012 D. Johnson 1.1.A. modified to describe when City would pay for fence replacement on
utility projects
13
CITY OF FORT WORTH Sanitary Sewer CIPP Contract 2014
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2298
Revised December 20, 2012
330130-1
SEWER AND MANtiOLE TESTING
Page 1 of 5
i
2
SECTION 33 Ol 30
SEWER AND MANHOLE TESTING
3 PARTl- GENERAL
4 1.1 SI:I�VIMAIZY
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
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 and deflection (mandrel) test for 36-
inch pipe and smaller.
4. Hydrostatic testing is not allowed.
5. Manhole testing will include vacuum test.
B. Deviations fi•om this City of Fort Worth Standard Speciiication
l. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms, and Conditions of the
Contract
2. Division 1— General Requirements
3. Section 03 80 00 — Modiiications to Existing Concrete Structures
4. Section 33 04 50 — Cleaning of Sewer Mains
25 1.2 PRICE AND PAYMENT PROCEDiTRES
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
A. Measurement and Payment
1. Pipe Testing
a. Measurement
1) This Item is considered subsidiary to the sanitary sewer main (pipe)
completed in place.
b. Payment
1) The work performed and the materials furnishing in accordance with this
Item are subsidiary to the unit price bid per linear foot of sanitary sewer
main (pipe) complete in place, and no other compensation will be allowed:
2. Manhole Testing
a. Measurement
1) Measurement for testing manholes shall be per each vacuum test.
b. Payment
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.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
33 O1 30 - 2
SEWER AND MANHOLE TESTING
Page 2 of 5
1 c. The price bid shall include:
2 1) Mobilization
3 2) Plugs
4 3) Clean-up
5 1.3 R�FERENC�S [NOT USED]
6 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
7 1.5 SUBMITTALS
8 A. Submittals shall be in accordance with Section O1 33 00.
9 B. All submittals shall be approved by the City prior to delivery.
10 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT US�D]
ll 1.7 CLOSEOUT SUBMITTALS
12 A. Test and Evaluation Reports
13 1. Ali test repor�ts generated during testing (pass and fail)
14 1.8 M�INTENANC� MATERIAL SUBMITTALS [NOT USED]
15 1.9 QUALITY ASSiIRANCE
16 A. Certifications
17 l. Mandrel Equipment
18 a. If requested by City, provide Quality Assurance certification that the equipment
19 used has been designed and manufactured in accordance to the required
20 specifications.
21 1.10 DELIVERY, STORAGE, AND IIANDLING [NOT USED]
22 1.11 FIELD [SITE] CONDITIONS [NOT USED]
23 1.12 WARRANTY [NOT USED]
24 PART 2- PRODUCTS [NOT USED]
25 PART 3 - EXECUTION
26 3.1 INSTALLERS [NOT USED]
27 3.2 EXAMINATION [NOT USED]
Zs
29
30
31
32
33
���az��v���.i
A. Low Pressure Air Test (Pipe)
1. Clean the sewer maui 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. Deflection (mandrel) test (Pipe)
1. Perform as last work item before final inspectiou.
CITY OF FORT WORTH Sanitary Se���er CIPP Contract 2014
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2298
Revised December 20, 2012
330130-3
SEWER AND MANHOLE TESTING
Page 3 of 5
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
2. Clean the sewer main and inspect for offset and obstruction prior to testing.
3, Materials
a. Mandrel used for deflection test
1) Use of an uncertiiied mandrel or a mandrel altered or modified after
certification will invalidate the deflection test.
2) Mandrel requirements
a) Odd number of legs with 91egs 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:
(1) Pipe material specification
(2) Nominal size
(3) Mandrel outside diameter (OD)
fl Mandrel diameter must be 95 percent of inside diameter (ID) of pipe.
C. Vacuum test (Manhole)
1. 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.
24 3.4 INSTALLATION
25 A. Low pressure air test (Pipe)
26 1. Install plug with inlet tap.
27 2. Connect air hose to inlet tap and a portable air control source.
28 3. After the stabilization period (3.5 psig minimum pressure) start the stop watch.
29 4. Determine time in seconds that is required for the internal air pressure to reach 2.5
30 psig. Minimum permissible pressure holding time per diameter per length of pipe
31 is computed from the following equation:
32
33
34
35
36
37
38
39
40
41
42
43
44
45
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. LTNI-B-6, Table 1 provides required time for given lengths of pipe for sizes 4-inch
through 60-inch based on the equatiori above.
6. Stop test if no pressure loss has occurred during the �rst 25 percent of the
calculated testing time.
B. Deflection (mandrel) test (Pipe)
CITY OF FORT WORTH Sanitary Sewer CIPP Contract 2014
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 2298
Revised December 20, 2012
330130-4
SEWER AND MANHOLE TESTING
Page 4 of 5
1
2
3
4
1. For pipe 36 inches and smaller, the mandrel is pulled tlu•ough the pipe by hand to
ensure that maximum allowable deflection is not exceeded.
2. Maaimum percent deflection by pipe size is as follows:
Nominal Pipe Size
Inches Percent Deflection Allowed
12 and smaller 5.0
15 tlu•ou h 3 0 4.0
Greater than 3 0 3.0
5
6 C. Vacuum test (Manhole)
7 1. Draw a vacuum of 10 inches of inercuiy and tur�n off the pump.
8 2. With the valve closed, read the level vacuum level after tlie required test tiine.
9 3. Minimum time required for vacuum drop of 1 inch of inercury is as follows:
10
Depth of 4-foot Dia 5-foot Dia 6-foot Dia
Manhole, feet Seconds Seconds Seconds
8 20 26 33
10 25 33 41
12 30 39 49
14 35 45 57
16 40 52 67
18 40 59 73
* * T=5 T=6.5 T=8
11 ** For manholes over 18 feet deep, add "T" seconds as shown for each respective
12 diameter for each 2 feet of additional depth of manhole to the time shown for 18 foot
13 depth. (Example: A 30 foot deep, 4-foot diameter. Total test time would be 70
14 seconds. 40+6(5)=70 seconds)
15
16 4. Manhole vacuum levels obser•ved to drop greater than 1 inch of inercuiy will have
17 failed the test.
18 3.5 REPAIR / RESTORATION [NOT USED]
19 3.6 RE-INSTALLATION [NOT USED]
20 3.7 FIELD QUALITY CONTROL
21
22
23
24
25
26
27
A. Non-Confortning Work
L Lo��v pressure air test
a. Should the air test fail, find and repair leak(s) and retest.
2. 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.
CITY OF FORT WORTH
STANDAItD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
330130-5
SEWER AND MANIIOLE TESTING
Page 5 of 5
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
3. Vacuum test (Manhole)
a. Should the vacuum test fail, repair suspect area and retest.
1) Exte7�a1 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]
314 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
�
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
33O131-1
CLOSED CIRCUIT TELEVISION (CCT� INSPECTION
Page 1 of 5
1
2
SECTION 33 0131
CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION
fe�7 \�l_I i�l��1►1� 7:� i I
4 1.1 SUlVIM.ARY
5 A. Sectiou I�lcludes:
6 l, Requirements and procedures for Closed Circuit Television (CCTV) Inspection of
7 sanitary sewer or storm sewer lnains
8
9
10
11
12
13
14
15
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Speciiication Sections include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Fonns, and Conditions of the
Cont��act
2. Division 1— General Requu•ements
3. Section 33 03 10 — Bypass Pumping of Existing Sewer Systems
4. Section 33 04 50 — Cleaning of Sewer Mains
16 1.2 PRICE AND PAYMENT PROCEDURES
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
A. Pre-CCTV I�ispection
l. Measurement
a. Measurement far this Item will be by the lulear foot of line televised for CCTV
Inspection perfonned prior to any line modification or replacement determined
from tlle distance recorded on the video tape log.
2. Payment
a. The work perfor•med and inaterials 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) Contractar 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 perforined following repair or installation determined from the
distance recorded on the video tape log.
2. Payment
a. The work performed and inaterials furuished 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 I�lspection".
1) Contractor will not be paid for unaccepted video.
C1TY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
3anitary Sewer CIPP Contract 2014
City Project No.2298
33 O1 31 - 2
CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION
Page 2 of 5
1
2
3
4
5 1.3
6
7
8
9
10
11
12
13
3. The price bid sha11 include:
a. Mobilization
b. Cleaning
c. Digital iile
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. City of Fort Worth Water Department
a. City of Fort Worth Water Department CCTV Inspection and Defect Coding
Program (CCTV Manual). Contact Field Operations to obtain a copy of the
CCTV Manual.
14 1.4 ADIVIINISTRATIVE REQUIl2EMENTS
15
16
17
18
19
20
21
22
23
A. Coordination
l. 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 Depa.rtment staff to
confirm that the appropriate equipment, software, standard templates, defect
codes and defect rankings are being used, if required.
24 1.5 SUBMITTALS
25 A. Submittals shall be in accordance with Section O1 33 00.
26 B. All submittals shall be approved by the Engineer or the City prior to delivery.
27 1.6 INFORMATIONAL SUBMITTALS
28
29
30
31
32
33
34
35 1.7
36
37
38
A. Pre-CCTV submittals for sanitary sewer lines 24 inches and larger, if required
1. Project schedule
2. Listing of cleaning equipment and procedures
3. Listing of flow diversion procedur•es
4. Listing of CCTV equipment
5. Listing of bacicup and standby equipment
6. Listing of safety precautions and trafiic control measures
CLOSEOUT SUBMITTALS
A. Post-CCTV submittals
1. 2 copies of CCTV video results on DVD
2. 2 hard copies of Inspection Report
CITY OF FORT WORTH Sanitary Sewer CIPP Contract 2014
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.2298
Revised December 20, 2012
33 O1 31 - 3
CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION
Page 3 of 5
1 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
2 1.9 QUALITY ASSURANCE [NOT USED]
3 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
4
5
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WA�RR.ANTY [NOT USED]
6 PART 2- PRODUCTS [NOT USED]
7 PART 3 - EXECUTION
8 3.1 INSTALLERS [NOT USED]
�
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION
A. Sanitaiy Sewer Lines
1. CCTV Equipment
a. Use equipment specifically designed and constructed for such inspection.
b. Use equipinent designed to operate in 100 percent liumidity conditions.
a Use equipment with a pan (f270 degrees), tilt, and rotates (360 deg��ees).
d. Use camera with an accurate footage counter that displays on the monitor the
distance of the camera (to the nearest 1/10 foot) from the centerline of the
starting manhole.
e. Use camera with height adjustment so camera lens is always centered at 1/2 the
inside diameter, or higher, in the televised pipe.
f. Provide sufficient lighting to illuminate the entire periphery of the pipe.
g. Provide color video.
h. Use the Fort Worth Water Depart7nent standardized inspection and coding
program by I.T. software with pre-configured template.
1) See CCTV Manual.
2. Temporary Bypass Pumpiug — Conform to Sectiari 33 03 10.
3. Cleaning — Confonn to Section 33 04 50.
28 B. Stonn Sewer Lines
29 L Coordinate with City of Fort Worth Transportation/Public Works Department for
30 CCTV equipment and cleaning requirements.
31 3.4 INSPECTION (CCT�
32 A. General
33 l. Begin inspection immediately after cleaning of the main.
34 2. Move camera through the line in either direction at a moderate rate, stopping when
35 necessary to permit propez• documentation of the main's condition.
36 3. Do not move camera at a speed greater than 30 feet per niinute.
CITY OF FORT WORTH Sanitary Sewer CIPP Contract 2014
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.2298
Revised December 20, 2012
33 O1 31 -4
CLOSED CIItCUIT TELEVISION (CCTV) INSPECTION
Page 4 of 5
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
4. Use manual winches, power winches, TV cable, and power rewinds that do not
obstruct the camera view, allowing for proper evaluation.
5. During investigatio� stop camera at each defect along the main.
a. Record the nature, location and orientation of the defect or infiltration location
as specified 'ui the CCTV Manual.
6. Pan and tilt the camera to provide additional detail at:
a. Manholes
b. Service connections
c. Joints
d. Visible pipe defects such as cracks, broken or deformed pipe, holes, offset
joints, obstructions or debris
e. Infiltration/Inflow locations
£ Pipe material transitions
g. Other locations that do not appear to be typical for normal pipe conditions
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 1 DVD.
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 31 20, Section 33 31 21 and Section 33 31 22.
27 C. Post-Installation Inspection
28 l. Complete manhole installation before inspection begins.
29 2. Prior to inserting the camera, flush and clean the main in accordance to Section 33
30 04 50.
31
32
33
34
35
36
37
D. Documentation of CCTV Inspection
l. Sanitary Sewer Lines
a. Follow the CCTV Manual for the inspection video, data logging and reporting.
2. Storm Sewer Lines
a. Provided documentation for video, data logging, and reporting in accordance
with City of Fort Worth Transportation/Public Works Depart7nent
requirements.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
Sanitary Sewer CIPP Contract 2014
City Project No.2298
330131-5
CLOSED CIRCUIT TELEVISION (CCTV)1NSPECTION
Page 5 of 5
1
2
3
4
5
3.5 REPAIR / RESTORATION [NOT USED]
3.6 12C-INSTALLATION [NOT USED]
3.'7 FIELD [ox] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
6 3.10 CLEANING
7 A. See Section 33 04 50.
8 3.11 CLOSEOUT ACTIVITIES [NOT USED]
9 3.12 PROTECTION [NOT USED]
l0 313 MA.INTENANCE [NOT USED]
11 3.14 ATTACH.MENTS [NOT US�D]
12
13
END OF SECTION
Revision Log
DATE NAME SiJIv1MARY OF CHANGE
12/20/2012 D. Jolmson Various— Added requirements for coordination with T/PW for Storm Sewer CCTV
14
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
Sanitary Sewer CIPP Contract 2014
City Project No.2298
330310-1
BYPASS PUMPING OF EXISTiNG SEWER SYSTEMS
Page 1 of 5
1
2
SECTION 33 03 10
BYPASS PUMPING OF EXISTING SEWER SYSTEMS
3 PART 1 - GENEItAL
4 1.1 SUMMARY
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
A. Section Includes:
1. Bypass pumping of the existing sewer system, required on 18-inch and larger sewer
lines unless otherwise speciiied in the Contract Documents
B. Deviations from this City of Fort Worth Standard Specification
l. None.
C. Related Speciiication Sections include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Fonns, and Conditions of the
Contract
2. Division 1— General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
l. 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 "Bypass Pumping".
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
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
Speci�cation, unless a date is speciiically cited: '
2. Occupational Safety and Health Organization (OSHA).
1.4 ADMINISTRATIVE REQUIItEMENTS
39 A. Coordination
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
Sanitary Sewer CIPP Contract 2014
Ciry Project No. 2298
330310-2
BYPASS Pi.JMPING OF EXISTING SEWER SYSTEMS
Page 2 of 5
1 1
2
3 2
4
5 3
6
7
8
9
10
11
12
13
Schedule meeting with City to review sewer shutdown prior to replacing or
rehabilitating any facilities.
City reserves the right to delay schedule due to weather conditions, or other
unexpected emergency within the sewer system.
Review bypass pumping arrangement or layout in the iield with City prior to
beginning operations. Facilitate preliminaiy bypass pumping run with City staff
present to affii�n the operatioii is satisfactory to the City.
After replacement or rehabilitation of facilities, coordinate the reestablishment of
sewer flow with City staff.
Provide onsite continuous monitoring during all bypass pumping operations using
one of the following methods:
a. Personnel on site
b. Portable SCADA equipment
C�
5
14 1.5 SiTBMITTALS
15 A. Submittals shall be in accordance with Section Ol 33 00.
16 B. All submittals shall be approved by the City prior to delivery.
17 1.6 ACTION SUBMITTALS/INFOI2MATIONAL SUBMITTALS
18 A. For 18-inch and larger sewer lines, submit a detailed plan and description outlining all
19 provisions and precautions that will be talcen with regard to the handling of sewer
20 flows. Submit the plan to the City for approval a minimum of 7 days prior to
21 commencing worlc. Include the following details:
22 1. Schedule for installation and maintenance of the bypass pumping system
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
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
Pump curves showing operating range and system head curves
Sewer plugging methods
Size, length, material, joint type, and inethod for installation of suction and
discharge piping
Method of noise control for each pump and/or generator, if required
Standby power generator size and location
Suction and discharge piping plali
Emergency action plan identifying the measures taken in the event of a puinp
failure or sewer spill
5.
6.
7.
8.
9.
10
11
12. Staffing plan for responding to alarm conditions identifying multiple contacts by
name and phone numbeis (office, mobile)
13. A contingency plan to implement in the event the replaceinent or rehabilitation has
unexpected delays or problems
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCLTMENTS
Revised December 20, 2012
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
33 03 10 - 3
BYPASS PiJMPING OF EXISTING SEWER SYSTEMS
Page 3 of 5
1 1.7 CLOSEOUT SUBNIITTALS [NOT USED]
2 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
3 1.9 QUALITY ASSTJRANCE [NOT USED]
4 1.10 DELIVERY, STORAGE, AND �IANDLING [NOT USED]
5
0
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
7 PART 2 - PRODUCTS
8 2.1 OWNER-FURNISHED [ox] OWNER-SUPPLIED PRODUCTS [NOT USED]
�
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
2.2 EQUIPMENT
A. Pumping
1. Provide equipment that will convey 100 percent of wet weather peak flow
conditions.
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 running for periods of time to account for
the cyclical nature of sewer flow.
4. Provide 1 stand-by pump for each size to be maintained on site. Place bacicup
pumps on line, isolated from the primary system by valve.
5. If multiple pumps are required to meet the flow requirements, provide the necessary
iittings 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. Install 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
pressur•e.
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.
2. 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 speciiic structures.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
Sanitary Sewer CIPP Contract 2014
City Project No. 2298
330310-4
BYPASS PUMPING OF EXISTING SEWER SYSTEMS
Page4of5
1 2.3 ACCESSORIES [NOT USED]
2 2.4 SOURCE QUALITY CONTROL [NOT USED]
' :__. _ ._.__ �1���►1
4 3.1 INSTALLERS [NOT USED]
5 3.2 EXAMINATION [NOT USED]
G�c�c� �7�7� 711 M_[�]►`I
7
8
9
10
11
12
A. Locate the bypass pipelines in area to ininimize disturbance to existing utilities and
obtain approval of those locations from the City.
B. Make preparations to comply with OSHA requirements wheu worlcing in the presence
of sewer gases, oxygen-deficient atmospheres and coniined spaces.
C. Do not begin bypass preparation and operation until City approval of the submittals
i•equested per this Specification.
13 3.4 INSTALLATION
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
A. Install and operate pumping and piping equipment in accordance to the submittals
provided per this Speciiication.
B. Sewer flow stoppage
Plugging
a. Use confined space pr•ocedures 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
dasnage the plug.
e. Use pressure gauges for ineasuring inflation pressures.
£ Minimize upstream pressure head before deflating and r�emoving.
C. Sewer flow control and inonitoring
1
�
3
4.
Talce sufficient precautions to ensure sewer flow operations do not cause flooding
or damage to public or private proper�ty. The Contractor is responsible for any
damage resulting from bypass pumping operations.
Begin continual monitoring of the sewer systern as soon as the sewer is plugged or
blociced. Be prepared to immediately start bypass pumping if needed due to
surcharge conditions.
Sewer discharge inay be into anothe�• 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.
Do not const�•uct bypass facilities where vehicular t��aff'ic may travel over the
piping.
a. Provide details in the suction and discharge piping plan that accommodate both
the bypass facilities and t��afiic without disrupting either service.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
Sanitary Sewer CIPP Contract 2014
City Project No. 2298