196
Page 1 of 77 CONTRACT DOCUMENTS AND SPECIFICATIONS FOR 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION BY CURED-IN-PLACE-PIPE (CIPP) FOR THE CITY OF MESQUITE, TEXAS PUBLIC WORKS DEPARTMENT - ENGINEERING DIVISION CITY CONTRACT NO. 2020-020 07/06/2020 Prepared by: Huitt-Zollars, Inc. 1717 McKinney Avenue, Suite 1400 Dallas, Texas 75202 Firm Registration No. F-761 (OPENING BID DATE: July 28, 2020) Contract Documents Template Update: March 07, 2018

apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

  • Upload
    others

  • View
    1

  • Download
    0

Embed Size (px)

Citation preview

Page 1: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Page 1 of 77

CONTRACT DOCUMENTS AND

SPECIFICATIONS FOR

2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION BY CURED-IN-PLACE-PIPE (CIPP)

FOR THE CITY OF MESQUITE, TEXAS PUBLIC WORKS DEPARTMENT - ENGINEERING DIVISION

CITY CONTRACT NO. 2020-020

07/06/2020

Prepared by:

Huitt-Zollars, Inc. 1717 McKinney Avenue, Suite 1400

Dallas, Texas 75202 Firm Registration No. F-761

(OPENING BID DATE: July 28, 2020)

Contract Documents Template Update: March 07, 2018

Page 2: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Page 2 of 77

TABLE OF CONTENTS TENTATIVE SCHEDULE ................................................................................................................................................... Page 3 ADVERTISEMENT FOR BIDS ........................................................................................................................................... Page 4 INSTRUCTIONS TO BIDDERS ......................................................................................................................................... Page 5 STANDARDS OF CONDUCT ............................................................................................................................................ Page 7 BID SUBMITTAL ............................................................................................................................................................... Page 9 PROPOSAL BID FORM DISADVANTAGED BUSINESS ENTERPRISE (DBE) INFORMATION PROHIBIBITION ON CONTRACTS WITH COMPANIES BOYCOTTIN ISREAL-HOUSE BILL 89 NON-EXCLUSION AFFIDAVIT - SYSTEM FOR AWARD MANAGEMENT (SAM) NON-COLLUSION STATEMENT CONFLICT OF INTEREST QUESTIONNAIRE CERTIFICATE OF INTERESTED PARTIES-FORM 1295 BID BOND BIDDER’S QUALIFICATION INFORMATION (APPARENT LOW BIDDER) ................................................................... Page 27

BIDDER’S QUALIFICATION INFORMATION QUALIFICATION STATEMENT OF BIDDER REFERENCE STATEMENT OF BIDDER'S SURETY BIDDER'S RELEASE OF QUALIFICATION INFORMATION BIDDER'S LIST OF PROPOSED SUB-CONTRACTORS

CONTRACT AND BOND FORMS .................................................................................................................................... Page 37 CONTRACT CHECKLIST SUPPLEMENT TO ACORD 25 CONTRACT

WAGE RATE PERFORMANCE BOND PAYMENT BOND CONTRACTOR'S AFFIDAVIT OF FINAL PAYMENT AND RELEASE CONTRACT GENERAL PROVISIONS ............................................................................................................................. Page 56 ADDENDUM TO GENERAL PROVISIONS……………….…………………………………………………………………..….Page 57 SPECIAL PROVISIONS .................................................................................................................................................... Page 72

TECHNICAL SPECIFICATIONS ...................................................................................................................................... Page 74 APPENDIX A .................................................................................................................................................................. Page 123 APPENDIX B .................................................................................................................................................................. Page 123

Page 3: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Page 3 of 77

Tentative Schedule FOR

2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION BY CURED-IN-PLACE-PIPE (CIPP)

City Contract No. 2020-020 1st Public Advertisement Thursday, July 9, 2020 2nd Public Advertisement Thursday, July 16, 2020 Pre-Bid Conference 10:00 a.m., July 21, 2020 Open Bids 2:00 p.m., July 28, 2020 (Bid openings are held on Tuesdays and Thursdays) *Council Awards Contract August 17, 2020 Notice to Proceed - Start Construction September 17, 2020 (Assumes rapid execution of contract documents by the Contractor with proper insurance and bonds) Substantial Completion (180 Calendar Day Contract) March 16, 2021 *City Council award date assumes no bidding irregularities or other issues with the low bidder requiring extensive checking of Qualifications.

Page 4: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Page 4 of 77

ADVERTISEMENT FOR BIDS Bid No. 2020-020

Sealed competitive bids or proposals as set forth and required in the plans and specifications (either of which shall hereinafter be referred to as the “Bid”) addressed to the Mayor and City Council of the City of Mesquite, Texas will be received at the office of Ryan Williams, Manager of Purchasing at the Municipal Center, 1515 N. Galloway Ave., Mesquite, Texas 75149 until 2:00 p.m. on Tuesday, July 28, 2020, for the following: 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION BY CURED-IN-PLACE-PIPE (CIPP). As set forth in the plans and specifications. The project is designed to rehabilitate approximately 2762 linear feet of existing large 45” diameter RCP sanitary sewer, approximately 128 linear feet of 48” D.I. sanitary sewer with CIPP trenchless method; one aerial crossing pier replacement; polymer concrete rehabilitate 7 sewer manholes; construct 4 new manholes, approximately 111 linear feet of 36” sanitary sewer main, and related work along the alignment, and approximately 3556 linear feet of abandoned 24” sanitary sewer fill grout. A pre-bid conference will be held at 10:00 a.m. on Tuesday, July 21, 2020, via Conference Call. The pre-bid conference can be accessed by calling 214-396-6338 and when prompted, the meeting ID is 1824150. Instruction to Bidders: proposal forms, plans and specifications (the “Bid Documents”) may be obtained from the Purchasing Department Website and from BidSync.

The Bid shall be submitted on the form provided in the Bid Documents. Vendors should check the Mesquite Purchasing Department website, http://www.cityofmesquite.com/674/Bid-Openings-Specifications-Conferences, and BidSync, http://www.cityofmesquite.com/678/BidSync-Bid-Openings, to view documents relating to this RFP. Questions shall be submitted through BidSync and response will be posted through BidSync. Bidder must submit, with their Bid, a Cashier’s check, Certified check or a Bid Bond from an approved surety company, in the amount of five percent (5%) of their Bid as a guarantee that the Bidder will enter into a contract and guarantee forms, if required, within 10 days after notice of award of contract. The successful bidder must furnish Performance Bond and Payment Bond, each in the amount of 100 percent of the contract price, from an approved Surety company holding a permit from the State of Texas to act as surety, and acceptable according to the latest list of companies holding Certificates of Authority from the Secretary of the Treasury of the United States, or another Surety acceptable to the City.

Further information concerning the procurement may be obtained by email only from the City of Mesquite Engineering Division – Christina Hickey, P.E., Infrastructure Asset Manager, [email protected] assigned City project manager.

The right is reserved by the City of Mesquite to reject any and all bids. CITY OF MESQUITE, TEXAS ______________________________________ Sonja Land City Secretary CITY CONTRACT: 2020-020 Publish: July 9, 2020 July 16, 2020

Page 5: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Page 5 of 77

INSTRUCTIONS TO BIDDERS

1. If you have questions regarding the preparation of your bid, you may contact Ryan Williams, Manager of Purchasing, City of Mesquite, telephone 972-216-6201. For technical questions send an email to Christina Hickey, P.E., Infrastructure Asset Manager, email address [email protected] assigned City Project Manager and Guillermo Juarez, P.E., email address [email protected] assigned Project Manager with the consulting engineer.

2. Mailed bids must be submitted in sufficient time to be received and time-stamped at the location in the

advertisement on or before the published date and time shown on the Advertisement for Bids. The City of Mesquite is not responsible for mail delivered from the post office. Bids received after the published date and time will not be considered and will be returned unopened.

3. The Bidder/Contractor shall at all times observe and comply with all Federal, State and local laws,

ordinances and regulations which in any manner affect the Contract or the work, and shall indemnify and save harmless the City against any claim arising from the violation of any such laws, ordinances and regulations whether by the Bidder/Contractor or his employees.

4. Prices shall be filled in and extended on the bid sheets. In case of discrepancy between unit price

and the extension, the unit price will govern. Contractors may utilize the Microsoft Excel spreadsheet bid form available on the City’s Purchasing Division web site. No other electronic forms will be accepted. A hard copy printout is required with the bid.

5. Bidder shall complete all information requested and blanks provided shall be filled in beside or under

each bid item. Failure to completely describe the item being bid may result in rejection of the bid.

6. Prices quoted in the bid shall prevail for the entire term of the contract.

7. The Contract, Performance Bond and Payment Bond forms are included for Bidders information so that Bidders may be familiar with their contents and requirements. Bidder shall not fill in or execute these forms at time of bid submittal.

8. The City of Mesquite reserves the right to reject any and all bids, waive formalities and to make award

of bid as may be deemed to the best advantage of the City. No bid may be withdrawn within one hundred and twenty (120) days after date of opening. The City may, at its sole discretion, release any Bidder and return the bid security prior to that date.

9. The City of Mesquite reserves the right to evaluate variations from these specifications. If exceptions

are made, bidder shall state wherein the bid item fails to meet these specifications. Failure to completely describe the item being bid may result in rejection of your bid.

10. Any ambiguity in the bid as a result of omission, error, lack of clarity or non-compliance by the Bidder

with specifications, instructions and all conditions shall be construed in favor of the City. 11. Quantities are estimated. It is specifically understood and agreed that these quantities are

approximate and any increase or decrease in quantities may result in contract adjustments per General Provision 104.2.

12. Disadvantaged business/HUB vendors listed with the Office of Small Business Assistance of the

General Services Commission are requested to provide a copy of their current certificate with the bid. 13. Bidders shall complete the non-collusion statement included in the bid.

Page 6: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Page 6 of 77

14. All BIDDERS must submit with the bid, either a Bid Bond provided herein, Cashier’s Check or Certified Check in the amount of 5% of the total bid per General Provision Section 102.5.

15. Bidders shall fill out the following forms, as noted in the bid and attach them to their bid and mail or deliver

them prior to the bid closing date and time to the City of Mesquite Purchasing Division, 1515 N. Galloway, Mesquite, Texas 75149:

a. Bid Form (Proposal) b. Disadvantaged Business Enterprises (DBE) Information c. Prohibition On Contracts with Companies Boycotting Israel – House Bill 89 d. Non-Collusion Statement e. Conflict of Interest Questionnaire f. Bid Bond

16. The apparent low bidder shall complete and deliver to the Engineering Division and City’s

Consulting Engineer within 48-hours after the bid opening, the following Bidder’s Qualification Information documents:

Qualification Statement of Bidder. If additional space is needed, please use attachments. Reference Statement of Bidder's Surety. Bidder's Release of Qualification Information. Bidder's List of Proposed Sub-contractors. Non-Exclusion Affidavit - System for Award Management (SAM) Financial Statement Reviewed or Audited by an Independent Certified Public Accountant (CPA)

in accordance with Generally Accepted Accounting Principles (GAAP), prepared in the last 12-months for the bidder’s company.

IRS W9 Form Secretary of State Filing Certificate ISO 9000 Product Manufacturer and Installer Certification

All nine (9) documents shall be delivered to the Engineering Division and City’s Consulting Engineer as a single, complete package. No one form or statement will be accepted individually. If a project is a “joint venture”, all partners in the joint venture shall complete the qualification forms.

END OF SECTION

Page 7: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Page 7 of 77

STANDARDS OF CONDUCT The City of Mesquite conducts business with the public, business partners, vendors and contractors under a set of rules to ensure that all City officials and employees discharge their duties in a manner designed to promote public trust and confidence in our city. This code of ethics, titled Standards of Conduct, is taken from the Mesquite City Code, Chapter 2, Article IV, Sec 2-123. The City wants you to be aware of the rules that its employees are required to follow while performing their services to you. A violation of state or federal statutes may occur if these rules are broken. It is hoped that by outlining these rules for you, your experience in dealing with the City of Mesquite will be both rewarding and satisfactory. Acceptance of Gifts or Gratuities Accepting gifts or gratuities by employees in consideration for the performance of their duties, or as an appreciation for their performance, is strictly prohibited. • Please do not offer employees any gift, loans or any other thing of value. • Employees may not receive any fee or compensation for their services from any sources other

than the City, so please don’t offer. • Please do not offer to buy meals for employees. • Employees may accept coffee, tea, soft drinks, snacks, etc. when attending meetings in your

office. • Letters to supervisors for exceptional service by employees are always welcome. Conflicts of Interest Employees are prohibited from engaging in any outside activities that conflict with, or have the appearance of conflicting with, the duties assigned to them in the employment of the City.

• Please do not ask employees for any special favor or consideration that is not available to

every other citizen. • Please do not ask an employee to disclose any information that is not available to every other

citizen through normal public information channels. • Please do not offer to compensate the employee by offering to hire, or do business with any

business entity of the employee or family member • Do not ask employees to represent you or your company or make any recommendations on

your behalf other than those that are a part of their official duties with the City. • Please do not ask employees to endorse the products or services of your company. • Please do not ask employees to hand out or post advertising materials. Solicitation by City Employees Employees may not solicit gifts, loans, or any other items of value from people doing City business that will be used by them personally.

• If you are asked to pay a fee for services that you believe is improper or illegal, please contact

the City’s ethic’s officer at 972-329-8723. (Payments should only be made to designated cashiers or clerks.)

• Employees are prohibited from taking retaliatory action against you for failing to comply with any request unless the request is within the scope of the employee’s official duties for the City.

Use of City Equipment, Facilities and Resources Use of City equipment, facilities and resources is authorized only for City purposes and for those activities permitted by City ordinance and policy.

Page 8: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Page 8 of 77

• Please do not ask employees to use City equipment to run errands or perform tasks for your benefit.

• Employees may not perform tasks, nor conduct any business not related to their official duties while on City time.

Your Rights and Expectations When dealing with employees of the City of Mesquite you have the right to honest, fair and impartial treatment. You may expect prompt, courteous and professional service from our employees who are expected to understand and practice good customer service skills. Employees are tasked to uphold the public trust through the ethical performance of their duties. We understand that the enforcement of regulatory guidelines and codes may sometimes be a cause for concern; however, you may rest assured that we are responsible to all of the citizens of Mesquite and our goal is to serve them to the best of our ability. Should you have any concerns or questions concerning this information or the conduct of any of our employees please contact the City’s ethics officer at 972-329-8723. All calls to the City’s ethics officer are confidential and your name (or any other identifying information) will not be disclosed. Cliff Keheley City Manager

Page 9: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Page 9 of 77

PROPOSAL To: The Honorable Mayor and City Council Members

Purchasing Office - Municipal Center City of Mesquite 1515 N. Galloway Avenue Mesquite, Texas, 75149

Pursuant to the Advertisement for Bid, Proposal, Contract, Bond(s), General Provisions, Special Provision(s), and Requirements and the Plans and Technical Specifications, the undersigned Bidder hereby proposes to do all the work and furnish all necessary superintendence, labor, machinery, equipment, tools and materials, and to complete all the work upon which he bids, as provided by the Specifications, and binds himself, on acceptance of the proposal, to execute a contract and bonds, according to the City of Mesquite forms, for performing and completing the said work within the required time, and furnish all guarantees, for the following prices, and the undersigned certifies that the bid prices contained in this proposal have been carefully checked and are submitted as correct and final, to wit:

2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION BY CURED-IN-PLACE-PIPE (CIPP)

CITY CONTRACT NO. 2020-020

Page 10: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Page 10 of 77

2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION BY

CURED-IN-PLACE-PIPE (CIPP)

CITY CONTRACT NO. 2020-020

Bid Form 1. 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 all Work as specified or indicated in the Bidding Documents for the prices and within the times indicated in this Bid and in accordance with the other terms and conditions of the Bidding Documents.

2. Bidder accepts all of the terms and conditions of the Advertisement for Bids and Instructions to

Bidders, including without limitation those dealing with the disposition of Bid security. The Bid will remain subject to acceptance for one hundred and twenty days (120) after the Bid opening date, or for such longer period of time that Bidder may agree to in writing upon request of CITY.

3. In submitting this Bid, Bidder represents, as set forth in the Agreement, that:

A. Bidder has examined and carefully studied the Bidding Documents and the other related data identified in the Bidding Documents.

B. Bidder has visited the Site and become familiar with and is satisfied as to the general, local and

site conditions that may affect cost, progress, and performance of the Work.

C. Bidder is familiar with and is satisfied as to all federal, state and local Laws and Regulations that may affect cost, progress and performance of the Work.

D. Bidder has carefully studied all reports of explorations and tests of subsurface conditions at or

contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site.

E. Bidder has obtained and carefully studied (or assumes responsibility for having done so) all

additional or supplementary examinations, investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to the Site which may affect cost, progress, or performance of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder, including applying the specific means, methods, techniques, sequences, and procedures of construction expressly required by the Bidding Documents to be employed by Bidder, and safety precautions and programs incident thereto.

F. Bidder does not consider that any further examinations, investigations, explorations, tests,

studies, or data are necessary for the determination of this Bid for performance of the Work at the prices bid and within the times and in accordance with the other terms and conditions of the Bidding Documents.

G. Bidder is aware of the general nature of work to be performed by CITY and others at the Site that

relates to the Work as indicated in the Bidding Documents.

H. Bidder has correlated the information known to Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Bidding Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Bidding Documents.

Page 11: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Page 11 of 77

I. Bidder has given CITY written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Bidding Documents, and the written resolution thereof by CITY is acceptable to Bidder.

J. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms

and conditions for the performance of the Work for which this Bid is submitted. 4. Bidder further represents 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 agreement or rules of any group, association, organization or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; Bidder has not solicited or induced any individual or entity to refrain from bidding; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over CITY.

5. Bidder will complete the Work in accordance with the Contract Documents for the following prices:

Page 12: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Page 12 of 77

2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION BY CURED-IN-PLACE-PIPE (CIPP)

City Contract No. 2020-020 MESQUITE, TEXAS

BASE BID

ITEM NO

BID QUANTITIES UNITS ITEM DESCRIPTION UNIT PRICE AMOUNT

1 1 L.S. Mobilization (5% Max. of Items 2-40) $ $

2 2,876 L.F. Standard Cleaning RCP Sewer Pipe $ $

3 128 L.F. Mechanical Cleaning D.I. Sewer Pipe $ $

4 6 EA. Clean Manholes $ $

5 6 EA. Repair Existing Manhole Base & Invert $ $

6 10 C.Y. Remove and Dispose of Debris from Cleaning $ $

7 3,004 L.F. Pre-Lining TV Inspection 45” – 48” $ $

8 3,115 L.F. Post-Lining TV Inspection 36” – 48” $ $

9 2,762 L.F. Cured-in-Place Pipe - Polymer for 45” RCSP $ $

10 238 L.F. Cured-in-Place Pipe - VE Resin for 48” D.I. Steel Pipe and 45” RCSP $ $

11 90 V.F. Rehabilitate Existing 5' Manholes with Armorock Polymer $ $

12 4 EA. Construct 6’ Diameter Armorock w/8’ Base Manhole over Existing Wastewater Line

$ $

13 6 EA. Remove and Replace Manhole Cone, Cover & Frame $ $

14 2 EA.

45-Inch Sewer Point Repair, Up to 6 Feet in Length All Depths, Including Shoring, Site Restoration to Original or Better Condition

$ $

15 12 L.F. 45-Inch Point Repair Additional Sewer Pipe (Per City Standards) $ $

16 94 L.F. Remove Existing 39” RCP Sewer Pipe $ $

17 18 L.F. Remove Existing 4’ x 2’ RCB Sewer Pipe $ $

18 111 L.F. Construct 36” FRP ASTM D3262 Sewer Pipe With Embedment Per City Standards

$ $

19 2 EA. Connect 36" FRP Sewer to Existing Manhole $ $

20 4 C.Y. Flowable Backfill $ $

Page 13: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Page 13 of 77

2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION BY CURED-IN-PLACE-PIPE (CIPP)

City Contract No. 2020-020 MESQUITE, TEXAS

BASE BID

ITEM NO

BID QUANTITIES UNITS ITEM DESCRIPTION UNIT PRICE AMOUNT

21 178 S.Y. Pavement Removal And Replacement $ $

22 5 S.Y. Brick Pavers Repair $ $

23 5 S.Y. Sidewalk Repair $ $

24 40 S.Y. Driveway Repair $ $

25 28 L.F. Curb & Gutter Repair $ $

26 132 L.F. Trench Safety $ $

27 414 C.Y. Fill Grout Existing Abandoned 24" Sewer Pipe $ $

28 8,000 S.Y. Hydromulch/Revegetation $ $

29 1 L.S. Traffic Control Plan & Execution $ $

30 1 L.S. Erosion Control $ $

31 2,237 S.Y. 12’ Wide/6” Thick Temp. Access Road Rock w/Filter Fabric Installation & Removal

$ $

32 275 S.Y. 6" Reinf. Concrete Drive Approach 3600 PSI W/ #4 Bar 18" OCEW Over 12" Flex Base

$ $

33 1 L.S. Sanitary Sewer By-Pass Pump & Flow Diversion $ $

34 1 L.S. Remove and Replace Exist. Tree or Tree Trimming as Required $ $

35 1 L.S. Existing Irrigation System Repair Allowance $ $

36 1 L.S. Cofferdam $ $

37 1 L.S. Existing Pier Removal $ $

38 50 L.F. 18” Diameter Drilled Shaft $ $

39 2.6 C.Y. Replacement Pier Cap $ $

40 1 L.S. Pier Repair $ $

Page 14: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Page 14 of 77

TOTAL BASE BID (Items 1 to 40)

1. Materials incorporated into the Project: $ __________________

2. All other charges: $ __________________

TOTAL BID PRICE FOR BASE BID $ __________________

NOTE: Materials and all other charges incorporated into the 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION BY CURED-IN-PLACE-PIPE (CIPP) CITY CONTRACT NO. 020-020

Page 15: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Page 15 of 77

Pre-bid Inspection The undersigned declares that he has personally inspected the site where the work is to be performed and that he has informed himself of all: (1) surface and subsurface conditions, constraints, and facilities which may in any way affect

the work, in terms of cost, time, and/or constructability; (2) quantities, types, and nature(s) of materials to be incorporated into the work; (3) types and specialties of equipment, tools, labor, and superintendence required to perform

the work; (4) other matters which in any way will affect the work and/or the performance of the work; (5) project plans, specifications and other project documents. Commencement and Execution The undersigned bidder agrees to commence the work on or before the date so stated in the written notice to proceed and to diligently perform all of the work and to substantially complete the work within 180 calendar days. Time shall commence on the first day of move-in, but in no case later than the date so stated in the written notice to proceed. The Time of Construction as given above shall include all work related to this project. Included in the above Time and Construction shall be the necessary utility work involved with the franchise utility companies (i.e. Natural Gas, Telecommunications, Cable Television, Electrical Power, etc.). The right is reserved by the City as is advantageous to the City, to reject any and all bids, award a contract based upon submitted bids, or to re-bid the contract and to waive any and all formalities. Bidder understands and agrees that the unit prices provided above shall be used for all additions and deletions from the accepted option. Bidder submits as guarantee that he will execute and issue the required contracts, bonds, insurance, and other required agreements and documents, as set forth under the contract, and general and special provisions of agreement, cashier's check or bid bond payable in full without conditions and upon demand to the City of Mesquite in the amount of: _______________________________________________________($_________________), representing 5% of the Bidder’s total base bid price. Bidder understands and agrees that, should he fail to execute and issue the contract, bonds, insurance, other agreements, and other documents as set forth under the general and special provisions of agreement for that certain contract known as the 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION BY CURED-IN-PLACE-PIPE (CIPP) CITY CONTRACT NO. 2020-020 the City will cash or demand payment under the bid bond for payment of agreed upon liquidated damages. Bidder understands and agrees that, for bidding purpose only, liquidated damages shall be 5% of the Bidder's bid proposal, and that upon execution of the Contract, liquidated damages shall be as stated in the General Provisions. Addenda Contractor acknowledges receipt and incorporation into the bid of addendums as listed below: Addendum No. 1 – Acknowledgement of Receipt: _______________ (initial) Addendum No. 2 – Acknowledgement of Receipt: _______________ (initial) Addendum No. 3 – Acknowledgement of Receipt: _______________ (initial) Addendum No. 4 – Acknowledgement of Receipt: _______________ (initial)

Page 16: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Page 16 of 77

Proposal Approval: _________________________________ Company Name _________________________________ ___________________________________________ Signature: Printed Name: _________________________________ ___________________________________________ Title: Company Address _________________________________ ___________________________________________ Telephone City State Zip Code (If Bidder is a Corporation Seal Proposal with Corporate Seal) SEAL

Page 17: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Page 17 of 77

DISADVANTAGED BUSINESS ENTERPRISE (DBE) INFORMATION Disadvantaged Business Enterprises (DBEs) are encouraged to participate in City of Mesquite’s bid. The Purchasing Office will provide additional clarification on specifications, assistance with Bid Proposal Forms and further explanation of bidding procedures to those DBEs who request it. Representatives from DBE companies should identify themselves as such and submit a copy of the Certification. The City of Mesquite recognizes the certifications of both the State of Texas General Services Commission HUB Program and the North Central Texas Regional Certification Agency. All companies seeking information concerning DBE certification are urged to contact

State of Texas HUB Program General Services Commission PO Box 13047 Austin, TX 78711-3047 512-463-5872

OR

North Central Texas Regional Certification Agency 624 Six Flags Drive, Suite 216 Arlington, TX 76011 817-640-0606

If your company is already certified, attach a copy of your certification to this form and return with your bid. __________________________________________________________________________________ FIRM NAME SUBMITTING THE BID ________________________________________ ________________________________________ REPRESENTATIVE TITLE OF AUTHORIZED REPRESENTATIVE ________________________________________ ________________________________________ ADDRESS CITY, STATE, ZIP ________________________________________ ________________________________________ TELEPHONE NUMBER FACSIMILE NUMBER

Indicate all that apply:

□ Minority-Owned Business Enterprise □ Women-Owned Business Enterprise □ Disadvantaged Business Enterprise

Page 18: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Page 18 of 77

PROHIBITION ON CONTRACTS WITH COMPANIES BOYCOTTING ISRAEL

Chapter 2271 of the Texas Government Code, provides that the City may not enter into a contract* with a company for goods or services unless the contract contains a written verification from the company that it: (i) does not Boycott Israel; and (ii) will not Boycott Israel during the term of the contract. “Boycott Israel” is defined to mean refusing to deal with, terminating business activities with, or otherwise taking any action that is intended to penalize, inflict economic harm on, or limit commercial relations specifically with Israel, or with a person or entity doing business in Israel or in an Israeli-controlled territory, but does not include an action made for ordinary business purposes. “Company” is defined to mean a for-profit organization, association, corporation, partnership, joint venture, limited partnership, limited liability partnership, or limited liability company, including a wholly owned subsidiary, majority-owned subsidiary, parent company, or affiliate of those entities or business associations that exists to make a profit. The term “company” does not include a sole proprietorship.

* The requirement applies only to a contract that: (1) is between the City and a company with 10 or more full-time employees; and (2) has a value of $100,000 or more that is to be paid wholly or partly from City funds.

I, ___, the __________ (Name of Certifying Official) (Title or Position of Certifying Official) of , does hereby verify on behalf of said (Name of Company) company to the City of Mesquite that said company does not Boycott Israel and will not Boycott Israel during the term of this contract. Signature of Certifying Official Title Date of Certification

Page 19: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Page 19 of 77

Non-Exclusion Affidavit - System for Award Management (SAM)

Federal, state, and local government agencies, not-profits, and other organizations that use federal money to fund all or part of any program or project are required to follow specific requirements regarding the use of such federal funds. One of these requirements is that no contract, subcontract, grant, financial assistance, or other forms of assistance provided using federal funds may be awarded to individuals or entities that have been suspended, debarred, or otherwise excluded from participation in federally funded programs. The U.S. federal government maintains a Web site known as the “System for Award Management” (SAM) at www.sam.gov. One of the purposes of the SAM Web site is to provide a comprehensive list of all individuals, firms, and other entities that have been suspended, debarred, or otherwise excluded from participation in federally funded contracts, subcontracts, grants, etc. SAM provides a simple means of helping government, non-profit agencies, and other organizations ensure that they do not award federally-funded grants, contracts, subcontracts, or other financial or non-financial benefits to any individual, firm, or other entity that has been excluded by any agency from participation in such federally funded activities.

I, (Contractor Representative), hereby certify that neither I nor (Name of the company or organization I represent) nor any subcontractors that I or said company may employ to work on any federally funded activity have been suspended, debarred, or otherwise excluded by any federal agency from participation in any federally funded activity. I further acknowledge my understanding that, before entering into a contract with me or with the company or organization I represent, City of Mesquite staff will perform a search on www.sam.gov to verify whether I, the organization I represent, or any subcontractors I may employ to work on any federally funded activity, have been excluded from participation in any federally funded activity.

Signature of Contractor Representative Date

Notary

Sworn to and subscribed before me this day of , 2020

Notary Public in and for ____________ County, _____________ (Insert State Name)

Page 20: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Page 20 of 77

NON-COLLUSION STATEMENT The undersigned affirms that they are duly authorized to execute this contract, that this company, corporation, firm, partnership or individual has not prepared this bid in collusion with any other bidder and that the contents of this bid as to prices, terms or conditions of said bid have not been communicated by the undersigned nor by any employee or agent to any other person engaged in this type of business prior to the official opening of this bid. Name of Company _____________________________________________________________ Address _____________________________________________________________________ ____________________________________________________________________________ Phone ______________________________________________________________________ Email _______________________________________________________________________ Fax _________________________________________________________________________ Bidder (Signature) _____________________________________________________________ Bidder (Print Name) ____________________________________________________________ Position with Company ________________________________________________________ Signature of Company Official Authorizing This Bid ____________________________________________________________ Company Official (Printed Name) _______________________________________________________________ Official Position _______________________________________________________________ SUBSCRIBED AND SWORN TO BEFORE ME, this _______ day of _______________, 201_. _________________________________ (Notary Public in and for the State of Texas) __________________________________ (Printed Name of Notary) My commission expires _________________

Page 21: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Page 21 of 77

CONTRACTING WITH THE CITY OF MESQUITE

Updated: January 8, 2016

Conflict of Interest Questionnaire And Disclosure of Interested Parties (Form 1295)

YOU WILL BE REQUIRED TO COMPLY WITH THE FOLLOWING: Chapter 176 of the Texas Local Government Code is an ethics law that was initially enacted by the Texas Legislature with HB 914 in 2005 that requires disclosure of employment and business relationships local government officers may have with contractors, consultants and vendors who conduct business with local government entities. The law applies to any written contract for the sale or purchase of real property, goods or services. Further information regarding Texas Conflict of Interest laws and the Conflict of Interest Questionnaire (Form CIQ) can be found at the Texas Ethics Commission web site at the following web address: https://www.ethics.state.tx.us/filinginfo/conflict_forms.htm PLEASE COMPLETE THE ATTACHED FORM CIQ AND SUBMIT WITH YOUR RESPONSE. Section 2252.908 of the Texas Government Code was enacted in 2015, by the Texas Legislature pursuant to HB 1295, which provides that a governmental entity may not enter into certain contracts with a business entity on or after January 1, 2016, unless the business entity submits a disclosure of interested parties (Form 1295) to the governmental entity at the time the business entity submits the signed contract to the governmental entity. Further information regarding the disclosure of interested parties law and Form 1295 can be found at the Texas Ethics Commission web site at the following web address: https://www.ethics.state.tx.us/whatsnew/elf_info_form1295.htm PLEASE DO NOT COMPLETE FORM 1295 UNTIL YOU HAVE BEEN NOTIFIED OF CONTRACT AWARD AND REQUESTED TO ELECTRONICALLY FILE FORM 1295 WITH THE TEXAS ETHICS COMMISSION.

Page 22: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Page 22 of 77

Page 23: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Page 23 of 77

Page 24: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Page 24 of 77

Page 25: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Page 25 of 77

BID BOND

Bond No.: (by Surety)

STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS: COUNTY OF DALLAS §

THAT_________________________________________, of the City of _________________, ____________________County, State of Texas (hereinafter referred to as “Principal”), and _________________________________, authorized under the laws of the State of Texas to act as Surety on bonds for principals (hereinafter referred to as “Surety”) are held and firmly bound unto the City of Mesquite (hereinafter referred to as “City”) in the penal sum of $______________________ (an amount equal to 5% of the approximate total amount of the bid or if the bid is based upon alternates and/or addenda, at least 5% of the greatest amount bid by the bidder or Principal herein as evidenced in the Bid Proposal) for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents;

WHEREAS the Principal has submitted on or about this date, a bid proposal offering to

perform the following: 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION BY CURED-IN-PLACE-PIPE (CIPP) CITY CONTRACT NO. 2020-020 in accordance with the specifications and terms and conditions related thereto, to which reference is hereby made;

NOW, THEREFORE, the condition of this obligation is such that if the said Principal’s

offer as stated in the bid proposal is accepted by the City, and the said Principal executes and returns to the City the number of original counterparts of the contract required by the City, on the forms provided by the City, for the materials, equipment and/or services described herein and also executes and returns the same number of Performance, Payment and Maintenance Bonds, if required, on the forms provided by the City, within the time provided in the specifications, then this obligation is null and void, otherwise, it is to remain in full force and effect;

Page 26: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Page 26 of 77

IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument on this _____ day of ________________________, 2020. PRINCIPAL: SURETY: Signature Signature Typed or Printed Name Typed or Printed Name Title: Title: Company: Company: Address: Address: SURETY'S DALLAS COUNTY REGISTERED AGENT FOR SERVICE (REQUIRED): Type or Printed Name Street Address (P.O. Box is not acceptable) City, State, and Zip Code Dallas County Telephone No.

Page 27: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Page 27 of 77

BIDDER’S QUALIFICATION INFORMATION

1. The apparent low bidder shall complete and deliver to the Engineering Division and City’s

Consulting Engineer within 48-hours after the bid opening, the following Bidder’s Qualification Information documents:

Qualification Statement of Bidder. If additional space is needed, please use attachments. Reference Statement of Bidder's Surety. Bidder's Release of Qualification Information. Bidder's List of Proposed Sub-contractors. Non-Exclusion Affidavit - System for Award Management (SAM) Financial Statement Reviewed or Audited by an Independent Certified Public Accountant (CPA)

in accordance with Generally Accepted Accounting Principles (GAAP), prepared in the last 12-months for the bidder’s company.

IRS W9 Form – a pdf version of this form can be downloaded from IRS web site Secretary of State Filing Certificate ISO 9000 Product Manufacturer and Installer Certification.

All nine (9) documents shall be delivered to the Engineering Division and City’s Consulting Engineer as a single, complete package. No one form or statement will be accepted individually. 2. If the 48-hours deadline falls on a weekend or holiday, Bidder shall deliver the nine (9) documents to

the Engineering Division and City’s Consulting Engineer the next workday after the 48-hours. 3. If a project is a "joint venture", all partners in the joint venture shall complete the pre-qualification

forms. 4. The low bidder shall be required to submit evidence that they have a practical knowledge and

experience of the particular work bid upon and that they have the financial resources to complete the proposed work.

5. In determining the contractor's qualifications, the following factors will be considered: Work

previously completed by the contractor; adequate plant and equipment to do the work properly and expeditiously; financial resources to meet all obligations incidental to the work; technical expertise and safety record.

Page 28: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Page 28 of 77

QUALIFICATION STATEMENT OF BIDDER

Engineering Division City of Mesquite 1515 N. Galloway Avenue Mesquite, Texas 75149 Bidder: ____________________________________________________ Circle One: Sole Proprietor Partnership Corporation Joint Venture Name:________________________________ Partner:______________________________ Address: ____________________________ Address: _____________________________ City: _______________________________ City: _________________________________ Phone: _____________________________ Phone: ________________________________ Principal Place of Business: Principal Place of Business: ___________________________ ____________________________ County & State County & State If the Bidder is a corporation, fill out the following: State and County of Incorporation: ______________________________________________ Location of Principal Office: ____________________________________________________ Contact Person(s) at Office: ________________________________ Phone: _____________ List Officers of the Corporation and person(s) authorized to execute Contracts on Behalf of the Corporation: Name: ______________________________ Title: _____________________________ Name: ______________________________ Title: _____________________________ Name: ______________________________ Title: _____________________________ Name: ______________________________ Title: _____________________________ How many years has your organization been in business as a General Contractor? _____

Page 29: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Page 29 of 77

Greatest number of contracts in excess of $100,000 under construction at one time in company's history: __________________________________________________ Greatest number of contracts in excess of $500,000 under construction at one time in company's history: __________________________________________________ Total approximate value of incomplete work outstanding: $ ___________________ List major projects of the type of work qualifying for or similar work completed in the last three years, give the following information for each project: Project: ___________________________________________________________________ Owner/Engineer: ____________________________________________________________ Contact Person: ___________________________ Phone: ___________________________ Date of Completion: _____________________ Contract Price: _______________________ Project: ___________________________________________________________________ Owner/Engineer: ____________________________________________________________ Contact Person: ___________________________ Phone: ___________________________ Date of Completion: _____________________ Contract Price: _______________________ Project: ___________________________________________________________________ Owner/Engineer: ____________________________________________________________ Contact Person: ___________________________ Phone: ___________________________ Date of Completion: _____________________ Contract Price: _______________________ Project: ___________________________________________________________________ Owner/Engineer: ____________________________________________________________ Contact Person: ___________________________ Phone: ___________________________ Date of Completion: _____________________ Contract Price: _______________________

Page 30: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Page 30 of 77

Project: ___________________________________________________________________ Owner/Engineer: ____________________________________________________________ Contact Person: ___________________________ Phone: ___________________________ Date of Completion: _____________________ Contract Price: _______________________ Project: ___________________________________________________________________ Owner/Engineer: ____________________________________________________________ Contact Person: ___________________________ Phone: ___________________________ Date of Completion: _____________________ Contract Price: _______________________ Project: ___________________________________________________________________ Owner/Engineer: ____________________________________________________________ Contact Person: ___________________________ Phone: ___________________________ Date of Completion: _____________________ Contract Price: _______________________ Project: ___________________________________________________________________ Owner/Engineer: ____________________________________________________________ Contact Person: ___________________________ Phone: ___________________________ Date of Completion: _____________________ Contract Price: _______________________ Project: ___________________________________________________________________ Owner/Engineer: ____________________________________________________________ Contact Person: ___________________________ Phone: ___________________________ Date of Completion: _____________________ Contract Price: _______________________ (If Necessary - List Additional Projects by Using Attachments)

Page 31: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Page 31 of 77

List incomplete projects, including the following information for each incomplete project listed: Project: ___________________________________________________________________ Owner/Engineer: ____________________________________________________________ Contact Person: ___________________________ Phone: ___________________________ Value of Incomplete Work: _______________________ Project: ___________________________________________________________________ Owner/Engineer: ____________________________________________________________ Contact Person: ___________________________ Phone: ___________________________ Value of Incomplete Work: _______________________ Project: ___________________________________________________________________ Owner/Engineer: ____________________________________________________________ Contact Person: ___________________________ Phone: ___________________________ Value of Incomplete Work: _______________________ Project: ___________________________________________________________________ Owner/Engineer: ____________________________________________________________ Contact Person: ___________________________ Phone: ___________________________ Value of Incomplete Work: _______________________ Project: ___________________________________________________________________ Owner/Engineer: ____________________________________________________________ Contact Person: ___________________________ Phone: ___________________________ Value of Incomplete Work: _______________________ (If Necessary - List Additional Projects by Using Attachments)

Page 32: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Page 32 of 77

If company is under new management, please list names of staff and qualification and/or experience of said persons. (Please use attachments). Have you or any present partner(s) or officer(s) failed to complete a contract? ________ If so, name of owner and/or surety: Contact Person: ______________________ Phone: _______________________________ List any unsatisfied demands upon you as to your accounts payable, please use attachments. Bank Reference: Bank: ______________________________ City: _________________________________ Address: ___________________________ Phone: _______________________________ Contact Officer: _____________________ Other Credit References: Name: _____________________________ Name: _______________________________ Address: ___________________________ Address: _____________________________ City: _______________________________ City: _________________________________ Phone: _____________________________ Phone: _______________________________ Municipal Reference: City: ________________________________ Contact Person: ______________________ Title: _______________________________ Address: ____________________________ Phone: ______________________________

Page 33: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Page 33 of 77

REFERENCE STATEMENT OF BIDDER'S SURETY Bidder: ________________________________________________________________ Address: _______________________________________________________________ 1. For this Bidder, how many contracts that are now complete has this surety furnished contract

bonds? ________ 2. For this Bidder, how many incomplete contracts has this surety furnished contract bonds?

_________ 3. What is the maximum bonding capacity of this Bidder? $ ______________________ 4. Does the current financial information on this Bidder indicate solvency and a financial ability to

complete this contract? ___________ 5. Does the information available to this surety indicate that the contractor pays accounts when due?

________ If not, give details: _____________________________________________________ 6. Is it the surety's opinion that the bidder has sufficient experience and financial resources to

satisfactorily perform the contract? _________________________________________________ 7. Provided this bidder does not assume other commitments or that this surety does not acquire

further information that in your opinion will materially affect the bidder's capacity to perform this contract, will you furnish the bonds as specified: __________________________________

REMARKS: __________________________________________________________________________________ __________________________________________________________________________________ __________________________________________________________________________________ Surety: _________________________________ Signed: _________________________________ Title: _________________________________ Address: _________________________________ (Local office in Dallas County)

_________________________________ City State Zip

Phone: ________________________________

Page 34: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Page 34 of 77

BIDDER'S RELEASE OF QUALIFICATION INFORMATION Pursuant to advertisement for bids and in conformance with Instructions to Bidders for types of work outlined in Bidder's Statement of Qualifications, the undersigned is submitting information as required with the understanding that the purpose is for the City's confidential use, only to assist in determining the qualifications of Bidder's organization to perform the type and magnitude of work designated, and further, Bidder guarantees the truth and accuracy of all statements made, and will accept the City's determination of qualifications without prejudice. The surety herein named, any other bonding company(s), bank(s), subcontractor(s), supplier(s), or any other person(s), firm(s) or corporation(s) with whom Bidder has done business, or who have extended any credit to Bidder is (are) hereby authorized to furnish the City with any information the City may request concerning performance on previous work and Bidder's credit standing with any of them; and Bidder hereby releases any and all such parties from any legal responsibility whatsoever on account of having furnished such information to the City: Signed: __________________________ Title: ________________________________ Printed Name: __________________________ Email: _______________________________ Bidder: __________________________ Date: ________________________________ LOCATION OF LOCAL UNDERWRITING OFFICE OF PROPOSED SURETY (MUST BE IN DALLAS COUNTY) Name: __________________________ Phone: _______________________________ Printed Name: __________________________ Email: ________________________________ Address: __________________________ City: ___________________ State: ________

Page 35: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Page 35 of 77

BIDDER'S LIST OF PROPOSED SUB-CONTRACTORS 1. Sub-Contractor / Material Supplier: Company Name: ________________________ Type of Work to Be Performed: ________________________________________________ Contact Person: ______________________ Title: ________________________________ Email: ____________________________ Phone: ______________________________ 2. Sub-Contractor / Material Supplier: Company Name: ________________________ Type of Work to Be Performed: ________________________________________________ Contact Person: ______________________ Title: ________________________________ Email: ____________________________ Phone: ______________________________ 3. Sub-Contractor / Material Supplier: Company Name: ________________________ Type of Work to Be Performed: ________________________________________________ Contact Person: ______________________ Title: ________________________________ Email: ____________________________ Phone: ______________________________ 4. Sub-Contractor / Material Supplier: Company Name: ________________________ Type of Work to Be Performed: ________________________________________________ Contact Person: ______________________ Title: ________________________________ Email: ____________________________ Phone: ______________________________ 5. Sub-Contractor / Material Supplier: Company Name: ________________________ Type of Work to Be Performed: ________________________________________________ Contact Person: ______________________ Title: ________________________________ Email: ____________________________ Phone: ______________________________

Page 36: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Page 36 of 77

6. Sub-Contractor / Material Supplier: Company Name: ________________________ Type of Work to Be Performed: ________________________________________________ Contact Person: ______________________ Title: ________________________________ Email: ____________________________ Phone: ______________________________ 7. Sub-Contractor / Material Supplier: Company Name: ________________________ Type of Work to Be Performed: ________________________________________________ Contact Person: ______________________ Title: ________________________________ Email: ____________________________ Phone: ______________________________ 8. Sub-Contractor / Material Supplier: Company Name: ________________________ Type of Work to Be Performed: ________________________________________________ Contact Person: ______________________ Title: ________________________________ Email: ____________________________ Phone: ______________________________ 9. Sub-Contractor / Material Supplier: Company Name: ________________________ Type of Work to Be Performed: ________________________________________________ Contact Person: ______________________ Title: ________________________________ Email: ____________________________ Phone: ______________________________ 10. Sub-Contractor / Material Supplier: Company Name: ________________________ Type of Work to Be Performed: ________________________________________________ Contact Person: ______________________ Title: ________________________________ Email: ____________________________ Phone: ______________________________

Page 37: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Page 37 of 77

CONTRACT AND BOND FORMS

NOTICE TO BIDDERS The following blank spaces in the contract and bonds are not to be filled in by the Bidder at the

time of submitting his proposal.

The contract and bond forms are submitted at this time to familiarize the Bidder with the form of contract and bonds that the successful Bidder will be required to execute.

Page 38: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Page 38 of 77

CONTRACT CHECKLIST

City contracts must be checked to ensure they are ready for review and signature.

CHECK CONTRACT ITEM:

Are all blanks filled in, except for the signatures of the Mayor (or City Manager), City Secretary and City Attorney?

The date the Contract is “made and entered into” should be the meeting date the bid was awarded by City Council (for contracts over $50,000), or the date of City Manager approval (for contracts under $50,000). Is the date of the contract correct?

units x unit price = amount individual amounts = total base bid total bid = amount awarded by Council Company name is consistent throughout all contractual documents

If the contractor is a corporation, the President or Vice-President of the corporation should sign the Contract. The Secretary of the corporation must then attest the signature and seal the Contract unless the contract form used provides for an acknowledgment by a notary.

Contract total matches the awarded amount by Council Signed by authorized person for the company Printed name matches signed name

The name of the person signing the Contract on behalf of the contractor and the City must be typed on the appropriate lines as well as their respective titles.

If the Contract is revised by the striking-out or inserting of new language, both parties should initial the change.

PERFORMANCE AND PAYMENT BONDS

Performance Bond = 100% of Contract Amount (City Form) Includes a 2-year warranty period after City Acceptance for materials and workmanship.

Check that the company name is identical to name listed in contract Check for same contract date (reference in top paragraphs) The name of the surety on the bond must appear the same on each page of the bond. Check for issuance date (date of contract or after) Check for same signature & title throughout bond. Check for typed name and title of the person signing bond and for legible signature. Check for agent in Dallas County.

The items listed as work to be done must exactly match the improvements listed on the Contract.

The surety’s seal (which is the seal of the bond company) must appear under the surety’s signature (not a notary’s seal). All corporate sureties have seals. The seal may be a legible facsimile seal, unless the instrument states otherwise.

Payment Bond = 100% of contract amount (City form) Check that the company name is identical to name listed in contract Check for same contract date (reference in top paragraphs) The name of the surety on the bond must appear the same on each page of the bond. Check for issuance date (date of contract or after) Check for same signature & title throughout bond Check for typed name and title of the person signing bond and for legible signature. Check for agent in Dallas County

The items listed as work to be done must exactly match the improvements listed on the Contract.

Page 39: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Page 39 of 77

CHECK CONTRACT ITEM:

The surety’s seal (which is the seal of the bond company) must appear under the surety’s signature (not a notary’s seal). All corporate sureties have seals. The seal may be a legible facsimile seal, unless the instrument states otherwise.

INSURANCE-GENERAL Certificate of Insurance (ACORD form) Certificate of Insurance Supplemental Form Check that the company name is identical to name listed in contract Check the expiration date on policy to ensure it is current.

Check for City of Mesquite listed as additional insured under General and Auto Liability Policies.

Check for a waiver of subrogation in favor of the City of Mesquite under General and workers Compensation/Employers Liability.

Workers Compensation $100,000 per occurrence INSURANCE-CONSTRUCTION Commercial Liability $500,000 per person/$1,000,000 per occurrence

Contractual Liability property damage $500,000 per occurrence with general aggregate of $1,000,000

Automobile combined single limit $500,000 OTHER Filled out Certificate of Interested Parties - Form 1295 Fill out and Submit Conflict of Interest Questionnaire (CIQ) IRS W9 Form Submitted for Setting Up Vendor Account and Processing Payment Checked by:___________________________________________ Date:_________________________

Page 40: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Page 40 of 77

Page 41: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Page 41 of 77 Construction Contract - (09/12/19)

CONTRACT STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS: COUNTY OF DALLAS § THIS CONTRACT is made and entered into on _____________, 20___ by and between the CITY OF MESQUITE, TEXAS, a municipal corporation, of the County of Dallas and State of Texas, acting through Cliff Keheley, City Manager, hereinafter termed the CITY, and_____________________________________, a _ What Type of Legal Entity _, with offices located at Full Street Address, City, State Zip Code , hereinafter termed the CONTRACTOR. WITNESSETH: That for and in consideration of the mutual covenants hereinafter set forth, the CITY and CONTRACTOR agree as follows:

I. DESCRIPTION OF WORK The CONTRACTOR shall perform all of the work as specified in the contract documents such work generally described as: 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION BY CURED-IN-PLACE-PIPE

(CIPP) CITY CONTRACT NO. 2020-020

Plans and Specifications prepared by:

Huitt-Zollars, Inc. All work shall be performed at the CONTRACTOR’S own proper cost and expense to furnish all the materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, bonds and other accessories and services necessary to complete the work, in accordance with the Contract documents.

II. CONTRACT DOCUMENTS

The Contract documents shall consist of the following: 1. this Contract; 2. all addenda issued prior to award of Contract; 3. the bid specifications including the advertisement for bid, instruction to bidders, bidder's

bid form, plans, and drawings (if any); 4. the City of Mesquite General Design Standards; 5. the North Central Texas Council of Governments Public Works Construction Standards,

Fifth Edition (November 2017), Division 100 General Provisions, as amended and supplemented by the City of Mesquite by Addendum (hereinafter referred to as the "General Provisions”);

6. a Performance Bond in the sum of ONE HUNDRED PERCENT (100%) of the total Contract price, which Bond shall be in a form acceptable to the City, shall guarantee the work in accordance with the plans and specifications for a period of one (1) year after acceptance by the City, and shall provide for repair or replacement of all defects due to faulty material and/or workmanship that appear within a period of one (1) years from the

Page 42: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Page 42 of 77 Construction Contract - (09/12/19)

date of acceptance by the City; 7. A Payment Bond in the sum of ONE HUNDRED PERCENT (100%) of the total Contract

price; and 8. the Contractor’s bid/proposal and any other documents identified as pertaining to this

Contract, all of which have been identified by the CITY and the CONTRACTOR. These Contract documents constitute the entire agreement between the CITY and CONTRACTOR, and all are as fully a part of this Contract as if attached to or repeated herein. The Contract documents are complementary and what is called for by one shall be as binding as if called for by all. In the event of an inconsistency in any of the provisions of the Contract documents, the inconsistency shall be resolved by giving precedence to the Contract documents in the order in which they are listed above. The Contract may be altered, amended or modified only as provided in the general or special provisions.

III. TIME OF COMMENCEMENT, COMPLETION AND LIQUIDATED DAMAGES

The work to be performed under this Contract shall be commenced by the CONTRACTOR upon final execution of this Contract and notice from the CITY to proceed. All work to be performed under this Contract shall be substantially completed within 180 calendar days of the date of commencement of the work, subject to extensions of time provided in accordance with the Contract documents. Time is of the essence in this Contract and it is understood by the CONTRACTOR and CITY that actual damages caused by the failure of the CONTRACTOR to complete the work within the stated time are impractical or extremely difficult to fix or ascertain, and that per diem deduction from the Contract price shall be retained by the CITY as payment by the CONTRACTOR of liquidated damages, and not as penalty for such failure. Such liquidated damages to be assessed and retained are set forth in the General Provisions.

IV. CONTRACT PRICE The CITY shall pay the CONTRACTOR for the performance of the work, subject to additions and deductions by change order or as otherwise provided in the provisions of this Contract, in current funds the Contract sum, which has been bid as a separated contract in compliance with the Texas Tax Code, as follows: Total sum: ($ )

V. CONTRACT ADMINISTRATION

This Contract shall be administered on behalf of the CITY by _____________________________ (referred to herein as “City Representative”) and the CONTRACTOR shall fully comply with any and all instructions from said City Representative. With execution and delivery of the Contract, the CONTRACTOR shall furnish and file with the CITY in the amounts herein required, performance and payment bonds in accordance with the provisions of V.T.C.A. Government Code, Chapter 2253 if this is a public work contract in excess of fifty thousand dollars ($50,000.00).

Page 43: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Page 43 of 77 Construction Contract - (09/12/19)

VI. LABOR CLASSIFICATION AND MINIMUM WAGE SCALE The CONTRACTOR is required to follow all provisions of Chapter 2258 of the Texas Government Code in the hiring and payment of all skilled and unskilled labor used on this contract. The CONTRACTOR must pay the prevailing wage rates as shown on the attached Wage Decision.

VII. DISCLOSURE OF CONFLICTS OF INTEREST AND COMPLIANCE WITH OTHER APPLICABLE LAWS

The CONTRACTOR shall at all times observe and comply with all Federal, State and local laws, ordinances and regulations including all amendments and revisions thereto, which in any manner affect the CONTRACTOR or the services and/or items to be provided, specifically and not limited to any ethics laws. In particular, the CONTRACTOR is put on notice that the CITY will require the CONTRACTOR to comply with Chapter 176 of the Texas Local Government Code by completing the attached Conflict of Interest questionnaire (FORM CIQ) and returning the completed FORM CIQ to the CITY. Additionally, CONTRACTOR must comply with Section 2252.908 of the Texas Government Code, which was enacted in 2015 by the Texas Legislature pursuant to HB 1295, providing that a governmental entity may not enter into certain contracts with a business entity on or after January 1, 2016, unless the business entity submits a disclosure of interested parties (FORM1295) to the governmental entity at the time the business entity submits the signed contract to the governmental entity. Further information regarding the disclosure of interested parties law and instructions on filing FORM1295 can be found at the Texas Ethics Commission web site at the following web address: https://www.ethics.state.tx.us/whatsnew/elf_info_form1295.htm Failure to comply with any applicable laws, including Chapter 176, may result in: (i) the forfeiture by CONTRACTOR of all benefits of this Contract; (ii) the retainage by CITY of all services performed by CONTRACTOR; and (iii) the recovery by CITY of all consideration, or the value of all consideration, paid to CONTRACTOR pursuant to this Contract.

VIII. INSURANCE The CONTRACTOR agrees to provide and to maintain the types and amounts of insurance set forth in the General Provisions attached hereto, and to include the CITY as an additional insured in all policies providing coverage for the term of this Contract.

IX. CHOICE OF LAW, VENUE AND CONTRACT INTEPRETATION The Parties agree that the laws of the State of Texas shall apply to this Contract, and that it is performable in Dallas County, Texas. Exclusive venue shall lie in Dallas County, Texas. Although this Contract is drafted by the CITY, should any part be in dispute, the parties agree this Contract shall not be construed more favorably for either Party.

X. SEVERABILITY

Page 44: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Page 44 of 77 Construction Contract - (09/12/19)

If any part of this Contract shall be stricken for any reason whatsoever or found to be invalid or unenforceable, that part will be severed and the remainder of this Contract will continue in full force and effect.

XI. SURVIVAL Any liabilities or obligations of a Party for acts or omissions prior to the cancellation or termination of this Contract, and any other provisions of this Contract which, by their terms, are contemplated to survive (or to be performed after) termination of this Contract, shall survive cancellation or termination thereof.

XII. MISCELLANEOUS

Pursuant to Section 2270.002, Texas Government Code, if the CONTRACTOR employs 10 or more full-time employees and the Contract has a value of $100,000 or more, the CONTRACTOR hereby (i) represents that it does not boycott Israel, and (ii) subject to or as otherwise required by applicable federal law, including without limitation 50 U.S.C. Section 4607, agrees it will not boycott Israel during the term of the Agreement. As used in the immediately preceding sentence, “boycott Israel” shall have the meaning given such term in Section 2270.001, Texas Government Code. CONTRACTOR further represents that (i) it does not engage in business with Iran, Sudan or any foreign terrorist organization and (ii) it is not listed by the Texas Comptroller under Section 2252.153, Texas Government Code, as a company known to have contracts with or provide supplies or services to a foreign terrorist organization. As used in the immediately preceding sentence, “foreign terrorist organization” shall have the meaning given such term in Section 2252.151, Texas Government Code.

XIII. AUTHORITY TO SIGN

The undersigned officers and/or agents of the parties hereto are the properly authorized officials and have the necessary authority to execute this Contract on behalf of the parties hereto. IN WITNESS WHEREOF, the CITY and CONTRACTOR have executed this Contract in the year and day first written above.

Page 45: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Page 45 of 77 Construction Contract - (09/12/19)

CITY OF MESQUITE ______________________________ (CITY) (CONTRACTOR) By:______________________________ BY: ___________________________ Cliff Keheley (signature) City Manager TYPED NAME: _________________

TITLE: ________________________

ATTEST: ATTEST: By: ____________________________ ______________________________ Sonja Land, City Secretary APPROVED AS TO FORM: By: ____________________________ City Attorney or Designee

Page 46: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Page 46 of 77

"General Decision Number: TX20200025 01/03/2020 Superseded General Decision Number: TX20190025 State: Texas Construction Type: Highway Counties: Archer, Callahan, Clay, Collin, Dallas, Delta, Denton, Ellis, Grayson, Hunt, Johnson, Jones, Kaufman, Parker, Rockwall, Tarrant and Wise Counties in Texas. HIGHWAY CONSTRUCTION PROJECTS (excluding tunnels, building structures in rest area projects & railroad construction; bascule, suspension & spandrel arch bridges designed for commercial navigation, bridges involving marine construction; and other major bridges). Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.80 for calendar year 2020 applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.80 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2020. If this contract is covered by the EO and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must pay workers in that classification at least the wage rate determined through the conformance process set forth in 29 CFR 5.5(a)(1)(ii) (or the EO minimum wage rate, if it is higher than the conformed wage rate). The EO minimum wage rate will be adjusted annually. Please note that this EO applies to the above-mentioned types of contracts entered into by the federal government that are subject to the Davis-Bacon Act itself, but it does not apply to contracts subject only to the Davis-Bacon Related Acts, including those set forth at 29 CFR 5.1(a)(2)-(60). Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/03/2020 * SUTX2011-007 08/03/2011 Rates Fringes CONCRETE FINISHER (Paving and Structures)......................$ 14.12

Page 47: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

ELECTRICIAN......................$ 19.80 FORM BUILDER/FORM SETTER Paving & Curb...............$ 13.16 Structures..................$ 13.84 LABORER Asphalt Raker...............$ 12.69 Flagger.....................$ 10.06 Laborer, Common.............$ 10.72 Laborer, Utility............$ 12.32 Pipelayer...................$ 13.24 Work Zone Barricade Servicer....................$ 11.68 POWER EQUIPMENT OPERATOR: Asphalt Distributor.........$ 15.32 Asphalt Paving Machine......$ 13.99 Broom or Sweeper............$ 11.74 Concrete Pavement Finishing Machine...........$ 16.05 Concrete Saw................$ 14.48 Crane Operator, Lattice Boom 80 Tons or Less........$ 17.27 Crane Operator, Lattice Boom over 80 Tons...........$ 20.52 Crane, Hydraulic 80 Tons or Less.....................$ 18.12 Crawler Tractor.............$ 14.07 Excavator, 50,000 pounds or less.....................$ 17.19 Excavator, over 50,000 pounds......................$ 16.99 Foundation Drill , Truck Mounted.....................$ 21.07 Foundation Drill, Crawler Mounted.....................$ 17.99 Front End Loader 3 CY or Less........................$ 13.69 Front End Loader, over 3 CY.$ 14.72 Loader/Backhoe..............$ 15.18 Mechanic....................$ 17.68 Milling Machine.............$ 14.32 Motor Grader, Fine Grade....$ 17.19 Motor Grader, Rough.........$ 16.02 Pavement Marking Machine....$ 13.63 Reclaimer/Pulverizer........$ 11.01 Roller, Asphalt.............$ 13.08 Roller, Other...............$ 11.51 Scraper.....................$ 12.96 Small Slipform Machine......$ 15.96 Spreader Box................$ 14.73 Servicer.........................$ 14.58 Steel Worker (Reinforcing).......$ 16.18 TRUCK DRIVER Lowboy-Float................$ 16.24 Off Road Hauler.............$ 12.25

Page 48: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Single Axle.................$ 12.31 Single or Tandem Axle Dump Truck.......................$ 12.62 Tandem Axle Tractor with Semi Trailer................$ 12.86 Transit-Mix.................$ 14.14 WELDER...........................$ 14.84 ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ================================================================ Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). ---------------------------------------------------------------- The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of ""identifiers"" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than ""SU"" or ""UAVG"" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number

Page 49: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the ""SU"" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. ---------------------------------------------------------------- WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling

Page 50: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. ================================================================ END OF GENERAL DECISION"

Page 51: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Page 51 of 77

PERFORMANCE BOND

Bond No. _______________ STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS: COUNTY OF DALLAS §

THAT ____________________________, a __________________________, located at _____________________________________________(hereinafter referred to as “Principal”), and _____________________________________ (hereinafter referred to as "Surety"), authorized under the laws of the State of Texas to act as Surety on bonds for principals are held and firmly bound unto the CITY OF MESQUITE (hereinafter referred to as "City") in the penal sum of $______________ (not less than 100% of the approximate total amount of the Contract, as amended, as evidenced in the Proposal) for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents: WHEREAS the Principal has entered into a certain written contract with the City, dated the____ day of ___________ 20__, for the 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION BY CURED-IN-PLACE-PIPE (CIPP) CITY CONTRACT NO. 2020-020 to which said Contract is hereby referred to and made a part hereof and as fully and to the same extent as if copied at length herein;

NOW, THEREFORE, the condition of this obligation is such that if the said Principal fully and faithfully executes the work and performance of the Contract, as amended, in accordance with the Plans, Specifications and Contract Documents, including any extensions thereof, and according to the true intent and meaning of said Contract and the Plans and Specifications hereto annexed, then this obligation shall be void; otherwise, to remain in full force and effect.

PROVIDED, HOWEVER, that this Bond is executed pursuant to the provisions of V.T.C.A. Government Code Chapter 2253, Public Work Performance and Payment bonds, as amended, and Article 53.201 of the Property Code, and all liabilities on this Bond shall be determined in accordance with the provisions of said articles to the same extent as if they were fully copied at length herein.

Surety, for value received, stipulates and agrees that the Bond shall automatically be increased by the amount of any change order or supplemental agreement which increases the Contract price with or without notice to the Surety and that no change, extension of time, alteration or addition to the terms of the Contract, or to the work performed thereunder, or the Plans, Specifications or Drawings accompanying the same shall in any way affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract or to the work to be performed thereunder.

Surety must be approved by the Texas State Board of Insurance under Article 7.19-1

of the Insurance Code and authorized under the laws of Texas to act a surety on bonds for principals.

Surety agrees that the bond provides for the repairs and/or replacement of all defects due to faulty materials and workmanship that appear within a period of one (1) year from the date of completion and acceptance of all the improvements by the City.

Page 52: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this

instrument on this the____ day of__________ 20__. PRINCIPAL:

SURETY:

Signature Signature

Printed Name Printed Name

Title Title

Company Company

Street Address Street Address (P. O. Box is not acceptable)

City State Zip Code City State Zip Code

Phone Number (Dallas Telephone Number)

SURETY’S DALLAS COUNTY REGISTERED AGENT FOR SERVICE (REQUIRED):

Printed Name: Title: Company: Street Address: (P. O. Box is not acceptable) City State Zip Code Phone Number: (Dallas County Telephone Number)

(Attach dated Power of Attorney for Surety)

Page 53: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

PAYMENT BOND

Bond No. _____________ STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS: COUNTY OF DALLAS §

THAT _________________________, a ___________________________, located at ___________________________________________ (hereinafter referred to as “Principal”), and_____________________________________(hereinafter referred to as "Surety"), authorized under the laws of the State of Texas to act as Surety on bonds for principals are held and firmly bound unto the CITY OF MESQUITE (hereinafter referred to as "City") in the penal sum of $_____________________(not less than 100% of the approximate total amount of the Contract, as amended, as evidenced in the Proposal) for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents: WHEREAS the Principal has entered into a certain written contract with the City, dated the____ day of ______________ 20__, for the 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION BY CURED-IN-PLACE-PIPE (CIPP) CITY CONTRACT NO. 2020-020 to which said Contract is hereby referred to and made a part hereof and as fully and to the same extent as if copied at length herein;

NOW, THEREFORE, the condition of this obligation is such that the bond guarantees the full and proper protection of all claimants supplying labor and material in the prosecution of the work provided for in said Contract and for the use of each claimant, and that conversely should the Principal faithfully perform said Contract and in all respects duly and faithfully observe and perform all and singular the covenants, conditions and agreements in and by said Contract agreed to by the Principal, and according to the true intent and meaning of said Contract, and the claims and specifications hereto annexed, then this obligation shall be void; otherwise, to remain in full force and effect.

PROVIDED, HOWEVER, that this Bond is executed pursuant to the provisions of V.T.C.A. Government Code Chapter 2253, Public Work Performance and Payment bonds, as amended, and Article 53.201 of the Property Code, and all liabilities on this Bond shall be determined in accordance with the provisions of said articles to the same extent as if they were fully copied at length herein.

Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work performed thereunder, or the Plans, Specifications or Drawings accompanying same shall in any way affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract or to the work to be performed thereunder.

Surety must be approved by the Texas State Board of Insurance under Article 7.19-1

of the Insurance Code and authorized under the laws of Texas to act a surety on bonds for principals.

Page 54: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument on this the ____ day _____________, 20__. PRINCIPAL:

SURETY:

Signature Signature

Printed Name Printed Name

Title Title

Company Company

Street Address Street Address (P. O. Box is not acceptable)

City State Zip Code City State Zip Code

Phone Number (Dallas Telephone Number)

SURETY’S DALLAS COUNTY REGISTERED AGENT FOR SERVICE (REQUIRED):

Printed Name: Title: Company: Street Address: (P. O. Box is not acceptable) City State Zip Code Phone Number: (Dallas County Telephone Number) (Attach dated Power of Attorney for Surety)

Page 55: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

CONTRACTOR'S AFFIDAVIT OF FINAL PAYMENT AND RELEASE

(This form will be prepared by the City and executed by the Contractor after project completion) STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS: COUNTY OF DALLAS § BEFORE ME, the undersigned authority, on this day personally appeared ____________________ (“Affiant”) (insert name of authorized company officer), who, after being by me duly sworn, deposes and says that he is _________________ (insert title) of ____________________________ (insert formal company name), a ________________ (insert company business organization such as corporation, partnership, etc..)of ____________ County (insert county and state of company incorporation), State of Texas (the “Contractor”), which said Contractor was awarded the contract dated the ______ day of _________, 201? (insert date of contract) for the construction of _______________________________________(insert formal contact title), City Contract No. 2010-??? (insert city contract no.) (the “Work”), for a total consideration of __________________________________________ ??/100 Dollars ($?,???,???.??) (insert sum of total work in place as calculated on final estimate) to be paid to the said Contractor (the “Contract”), and that Affiant has full power of authority to make this affidavit. That City of Mesquite, Texas, (the “City”) has approved the final estimate on said Work, and that the said Contractor has fully satisfied and paid any and all claims that may be covered by Chapter 53 of the Texas Property Code, and Chapter 2253 of the Texas Government Code, or any other applicable statutes or charter provisions, and that all just bills for labor and materials have been paid and discharged by said Contractor insofar as they pertain to the Work in question. That in addition to any funds which may have been previously paid by the City, the Contractor hereby accepts the amount of ___________________________________________ ??/100 Dollars ($???,???.??) as FULL AND FINAL PAYMENT (remaining payment plus retainage, minus liquidated damages or other penalties both written out and in numeric ) under the aforementioned Contract, and hereby waives and releases any right Affiant and/or the Contractor may have to pursue claims of any nature against the City arising out of or in any manner connected with the performance of the Work and/or the Contract, including but not limited to claims of third parties that supplied material and/or labor for the Work for or through the Contractor (“Subcontractors”), as well as claims for delay, additional compensation, or for recovery of liquidated damages which may have been withheld by the City. The Contractor shall defend, hold harmless, and indemnify the Owner from any such claims of such Subcontractors. The Contractor further releases the City from any claim or liability arising from any act or neglect of the City related to or connected with the Contract. This affidavit is given pursuant to the final payment provisions of the Contract, and shall not be deemed to alter or modify the terms and provisions of said Contract. By: _______________________________________ _______________________________ (Affiant) (Contractor's Signature) (Title) ________________________________ (Printed Name) SUBSCRIBED AND SWORN TO BEFORE ME, this _______ day of _______________, 202_. _________________________________ (Notary Public in and for the State of Texas) __________________________________ (Printed Name of Notary) My commission expires _________________

Page 56: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Page 56 of 77

SECTION GP

CONTRACT GENERAL PROVISIONS For this Contract, the City of Mesquite has adopted the North Central Texas Council of Governments Public Works Construction Standards, Fifth Edition (November 2017), Division 100 General Provisions with modifications by addendum. The modifications to the above referenced Division 100 General Provisions are contained in the below City of Mesquite Addendum.

Page 57: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Page 57 of 77

CITY OF MESQUITE

ADDENDUM

TO

DIVISION 100, GENERAL PROVISIONS

OF SECTION 1, STANDARD SPECIFICATIONS

OF THE

PUBLIC WORKS CONSTRUCTION STANDARDS NORTH CENTRAL TEXAS

Fifth Edition

This addendum to Division 100, “General Provisions,” of Section I, “Standard Specifications,” of the Public Works Construction Standards, North Central Texas, Fifth Edition, dated November 2017 sets forth exceptions or requirements of the City of Mesquite and thereby takes precedence over any conditions or requirements of the Public Works Construction Standards, North Central Texas, Standard Specifications, Division 100 General Provisions with which it is in conflict. The comments are itemized by the Public Works Construction Standards, North Central Texas, Standard Specifications, Division 100 General Provisions section reference number followed by specific comments.

Page 58: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Page 58 of 77

101.1. DEFINITIONS Add the following definitions: Apparent Low Bidder: The bidder determined to have the numerically lowest bid as a result of the tabulation of bids by the OWNER. Award: The City Council’s acceptance of the Bidder’s bid for a proposed contract that authorizes the OWNER to enter into a contract. Bid Bond: The approved form of bid/proposal guarantee furnished by the Bidder and Bidder’s surety as security for compliance with all conditions of such bid/proposal as set forth in the General Provisions. City: The City of Mesquite, Texas, a municipal corporation, acting by and through (a) its governing body, (b) its Mayor, or (c) its City Manager, each of whom is required by Charter to perform specific duties. Responsibility for final enforcement of contracts involving the City of Mesquite is by Charter vested in the City Manager. Claim: Compensation for any alleged damage by reason of the acts or omissions of the OWNER. CONTRACTOR’s Qualification Information: Qualification forms completed by a Bidder reflecting a Bidder’s financial data and experience. Effective Start Date: The date indicated in the Notice to Proceed as the date of commencement of Work which is the date from which the start of Contract Time is measured. Field Order: A written order issued by the OWNER’s Representative which orders minor changes or clarifications in the Work which do not involve a change in the Contract Time or Contract Price. General Design Standards: The General Design Standards developed, adopted and published by the City of Mesquite - Engineering Division. Holiday: Official City-recognized holidays, the Wednesday before Thanksgiving, and December 31st (New Year’s Eve). The list of official City-recognized holidays will be provided by the Director of Public Works upon request. Product: The term “product” includes materials, systems, and equipment. Proposal Guaranty: The security designated in the advertisement and proposal, to be furnished by each Bidder as a guaranty of good faith to enter into a contract with the OWNER and execute the required bonds for the work contemplated after the work is awarded to the Bidder and payment of damages upon the Bidder’s failure to enter into the contract incompliance with Section 102.5. Provide: The term “provide” means to furnish and install. Request for Information (RFI): A written request from the CONTRACTOR to the OWNER’s Representative for plan or specification interpretation or clarification. Shop Drawings or Submittals: All drawings, diagrams, illustrations schedules, and other data which are specifically prepared by or for the CONTRACTOR to illustrate some portion of the Work and all illustrations, brochures, standard schedules, performance charts, instructions, manufacturer’s data, diagrams, and other information submitted by the CONTRACTOR to the OWNER’s Representative for approval (reference Section 105.3).

Page 59: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Standard Details: Standard details developed, adopted and published by the City of Mesquite Engineering Division or the standard details developed by other agencies or engineers that are included in the project plans or specifications. Substantially Complete: In the opinion of the Engineer, that the Work has been made suitable for use or occupancy or is serving its full intended purpose, but may require minor miscellaneous work or adjustment as evidenced by issuance of a Certification of Substantial Completion by the OWNER’s Representative. Working Hours: The hours in which Work shall be done, and unless otherwise indicated in any special provisions, Working Hours are the hours of 7:00 a.m. to 6:00 p.m. No work shall be done nights, Sundays or Holidays unless written permission is given by the OWNER’s Representative. Written Notice: A notice, in writing, either: (1) hand delivered to the individual, or if to a legal entity, to a member of the firm or officer of the legal entity; or (2) if delivered at or sent by registered mail, to the last business address designated in the Contract for the Work. Replace the definitions of OWNER, OWNER’s Representative, and Proposal with the following: OWNER: The City of Mesquite, Texas. OWNER’s Representative: The City Engineer of the City of Mesquite or the person designated by the City Engineer to represent the City, or such other person as authorized by the City in the contract documents. Proposal: The written statement or statements duly filed with the Purchasing Agent, whether in the form of a sealed bid, proposal, quotation or other form, of the person, persons, partnership, company, firm, association or corporation proposing to do the work contemplated in accordance with the provisions of the plans and specifications, special and general provisions, and all contract documents. Add to the end of the Section the following Subsections: 102.1.1. Pay Items. Items not listed in the bid proposal shall be considered subsidiary to the construction and no additional compensation will be given for them. 102.3. EXAMINATION OF PLANS, SPECIFICATIONS AND SITE OF THE WORK Add to End of Section the Following Subsections: 102.3.1. Addenda. Bidders desiring further information, or interpretation of the plans and specifications, must make request for such information in writing to the OWNER’s Representative five (5) working days prior to the date of the bid opening. Answers to such requests will be given in writing to all bidders by Addendum and such Addendum shall be made a part of the Contract Documents. No other explanation or interpretation will be considered official or binding. Should a Bidder find discrepancies in the plans, specifications or quantities, or should the bidder be in doubt as to their meaning, the Bidder shall at once notify the OWNER’s Representative in order that a written Addendum may be sent to all Bidders. Any Addendum issued prior to twenty-four (24) hours before the opening of bids will be delivered by facsimile or email to all plan holders on record with the City of Mesquite. The proposal as submitted by the Bidder will be so constructed as to include any Addendum issued by the OWNER’s Representative prior to twenty-four (24) hours before the opening of bids. The Bidder must acknowledge in the proposal bid forms that all Addenda have been received. 102.3.2. Pre-Bid Inspection. Bidder shall inspect the site prior to bidding and prior to move in. Bidder's inspection shall include but not be limited to observation and verification of existing grades, topographic conditions, surface and subsurface soil conditions and surface and subsurface water drainage

Page 60: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

conditions, observation and verification of any existing utility, appurtenance, or structure as it may relate to the contract. This shall include but not be limited to: Water and sewer appurtenances. Storm sewer structures and appurtenances. Concrete structures and appurtenances. Petroleum pipeline systems and appurtenances. Natural Gas pipeline systems and appurtenances. Telecommunications systems and appurtenances. Electrical systems and appurtenances. Television cable systems and appurtenances. Irrigation systems and appurtenances.

102.3.3. Geotechnical Data. Soil Borings, soil profiles, ground water elevations, and underground utilities shown on the plans have been obtained for use in preparation of the plans. The OWNER makes no representation or warranty to the accuracy of this geotechnical data. 102.3.4. Quantity Verification. Bidders shall verify all quantities included in the bid proposal prior to submitting bid. Should any major quantity discrepancy between stated bid quantities and Bidder's estimate be found, Bidder shall notify the OWNER’s Representative in writing, prior to submitting bid, and obtain a clarification and/or correction to the stated bid quantity. By submitting a bid, Bidder represents that estimates were performed and no major quantity discrepancies were found. 102.3.5. Subsidiary Cost: It is the intent of the Contract Documents, Technical Specifications, Supplemental Specifications, and plans to describe the construction and subsidiary activities and materials necessary to furnish and install a complete in place project, ready for its intended use, accepted by the OWNER’s Representative. Those materials and work necessary to furnish and install a complete in place project, conforming to the plans and specifications, that are not specifically identified in the bid proposal, technical specifications, or the supplemental technical specifications as pay items shall be considered as subsidiary to the contract as a whole, and as such shall not be submitted for individual payment by the CONTRACTOR. The cost of those subsidiary items shall be reflected in the prices stated in the bid proposal. It shall be the responsibility of the Bidder to review the bid proposal, plans, technical specifications, and supplemental technical specifications and site conditions to determine those materials and work which are not specifically identified but which shall be necessary to furnish and install a complete project in place. 102.4. PREPARATION OF PROPOSAL Change: Replace first three sentences with the following: The bidder shall submit its proposal on the forms furnished or approved by the OWNER. The bidder shall submit Bid Proposals on Bid Forms in the contract document or from computer generated forms supplied by the OWNER. Modifications or revisions to the OWNER-supplied form or the creation of a new computer generated form shall be considered an irregular proposal and may disqualify the bidder. Unit prices shown on the Bid Proposals shall state the prices for which the bidder proposes to perform the work or supply the required material. Bidder shall fill in all blank spaces in the form and shall numerically state the bid prices. All costs in connection with the proper and successful completion of the Work, including furnishing all materials, equipment, supplies, and appurtenances; providing all construction plant, equipment, and tools; and performing all necessary labor and supervision to fully complete the Work, shall be included in the unit and lump sum prices bid. All Work not specifically set forth as a pay item in the Bid Form shall be considered a subsidiary obligation of CONTRACTOR and all costs in connection therewith shall be included in the prices bid. All prices shall be written in ink distinctly and legibly or submitted electronically if allowed by OWNER. 102.5 PROPOSAL GUARANTY Add to the end of the section: An acceptable Surety per the terms of GP Section 103.3 SURETY BONDS shall execute the Bidder’s surety bond, together with the bidder, as Principal. In addition, the Bidder and its agents shall have no financial interest in the Surety.

Page 61: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

102.7. WITHDRAWING PROPOSALS Change: In the last sentence, change “90 days” to “120 days”. Add: After the 120-day period, if agreed to in writing between Bidder and OWNER, the bid will stay in effect, without change, for a period agreed to between the Bidder and OWNER. 102.8 OPENING PROPOSALS Delete the last sentence of this section. 102.9. CONSIDERATION OF PROPOSAL Add: When required by the bid documents, within 48-hours of the bid opening, the apparent low Bidder must submit to the OWNER, the Bidder’s Qualification Information on the forms provided in the bid documents providing evidence that the Bidder is capable of properly executing the work. 102.10. IRREGULAR PROPOSALS Add: After the words “irregular if” add “, in the sole opinion of the OWNER,”. 102.12. DISQUALIFICATION OF BIDDERS Add:

(9) The bidder being in arrears on any existing contract or other financial obligation or debt. (10) Lack of a current financial report as required in the Bidder’s Qualification Information submission

requirements. (11) The quality, availability and adaptability of the supplies, materials, equipment or contractual

services, to the particular use required. (12) For request for proposals, the number and scope of conditions attached to the proposal. (13) Whether the bidder can perform the contract or provide the service promptly, or within the time

required, without delay or interference. (14) The previous and existing compliance by the bidder with laws relating to the contract or service. (15) The ability of the bidder to provide future maintenance, repair parts, and service for the subject

contract. (16) Evidence that CONTRACTOR, subcontractor have been suspended, debarred, or otherwise

excluded from participation in federally funded programs. 103.2. AWARD OF CONTRACT Change: In the first sentence, change “90 days” to “120 days”. 103.3.3. Sureties. Delete second to last sentence and Replace with: The surety shall designate an agent in Dallas County, Texas who is acceptable to the OWNER to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship. Legal venue for enforcement of the bonds shall lie exclusively in Dallas County, Texas. 103.4 INSURANCE Delete entire subsection 103.4.1. CONTRACTOR’s Insurance, including subsections and Replace with: 103.4.1 CONTRACTOR’s Insurance. The CONTRACTOR and his subcontractor(s) shall not commence work on any contract in the City of Mesquite until the CONTRACTOR has obtained, for himself and all subcontractors, all the insurance required under this paragraph, and such insurance has been approved by the OWNER.

Page 62: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

The CONTRACTOR and his subcontractor(s) shall provide and maintain the following types and amounts of insurance, which may be satisfied by any combination of primary, excess or umbrella liability insurance, for the term of this Contract: Amounts and Types of Insurance:

Type Amount

1 Workers Compensation/Employer's Liability Statutory

2 Employer’s Liability No less than $100,000 Limit Ea. Occ/Disease/Aggregate

City shall be an Additional Insured with Waiver of Subrogation

3

Commercial (Public) Liability, including, but not limited to:

A. Premises/Operations B. Independent Contractors C. Personal Injury D. Products/Completed

Operations E. Contractual Liability (insuring

the indemnity provisions in the contract)

F. Explosion or Cave-in

No less than $1,000,000 per Occurrence and Aggregate Limits

All insurance policies shall be written on a primary basis and be non-contributory with any other coverages carried by the City. City is to be an Additional Insured with Waiver of Subrogation.

4 Automobile Policy

The OWNER shall be an Additional Insured at No less than Combined Single Limit - $500,000.00

City shall be an Additional Insured

The required limits may be satisfied by any combination of Primary, Excess or Umbrella liability coverage. The preceding amounts notwithstanding, OWNER reserves the right to decrease or increase the minimum required insurance either as provided in the contract documents or after thirty (30) days’ notice is sent to the CONTRACTOR’s address as shown on CONTRACTOR’s Proposal. The CONTRACTOR may pass through to the OWNER all costs for obtaining the increase in the insurance coverage. The CONTRACTOR understands that it is its sole responsibility to provide Certificates of each policy before any work is started and that failure to timely comply with the stated policy endorsements and special conditions hereinafter specified shall be a cause for termination of this Contract. Prior to the effective date of cancellation of any coverage, the CONTRACTOR must deliver to the OWNER a replacement Certificate or proof of reinstatement. In addition to the Certificates, all Policies shall be subject to examination and approval by City Risk Management for their adequacy as to form, content, form of protection and the providing company. The proof will include completed/current Certificate(s) of Insurance, endorsements, exclusions, and/or relevant extracts from the insurance policy, or copies of policies. The City shall have no duty to pay or perform under this contract until the proof of insurance has been delivered to and approved by the CITY’s Risk Management Department. No officer or employee other than the CITY’s Risk Manager shall have authority to waive this requirement. Insurance required by this Contract for the OWNER as additional insured shall be primary insurance and not contributing with any other insurance available to the OWNER, under any third party liability policy. Delete entire subsection 103.4.2. OWNER’s Protective Liability Insurance and Replace with:

Page 63: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

103.4.2 Worker's Compensation Insurance. The OWNER shall require workers’ compensation insurance coverage as defined in Section 401.011(44) of the Texas Labor Code from any contractor before entering into a building or construction contract to prove in writing that the CONTRACTOR and all subcontractors shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements set forth in Section 406.096 of the Texas Labor Code, for all persons providing services on the project, for the duration of the project. The City shall be an Additional Insured, and, with a Waiver of Subrogation. 103.4.5.1 Endorsements. Delete 103.4.5.1(1) and Replace with: (1) With the exception Professional Liability coverage, the Certificate of Insurance must state that “The City of Mesquite-Texas, its trustees, officers, agents and employees are Additional Insureds as their interests appear relating to the contractually stipulated service, project or product”; 103.4.5.2(2) Insurance Requirements. Add: and rated at least “A-“ in A.M. Best’s Key Rating Guide; and with a financial strength of VII or greater. 103.6 NOTICE TO PROCEED AND COMMENCEMENT OF WORK Replace last sentence with: Prior to the start of work, the OWNER may arrange a Pre-Construction Conference with the CONTRACTOR and appropriate OWNER staff. The Pre-Construction Conference shall be scheduled no later than 10 days after the Contract is fully executed. The Notice to Proceed (NTP) shall state the date upon which the Contract time (the Effective Start date) shall start. The Effective Start date will be within 10 days after the Pre-Construction Conference for the Project is held unless requested otherwise in writing by the OWNER’s Representative. Add The Following Section: 103.9. COST BREAKDOWN (SCHEDULE OF VALUES FOR LUMP SUM BIDS OR BID ITEMS) The CONTRACTOR shall prepare and submit for approval to the OWNER’s Representative, prior to the start of construction, a breakdown of lump sum items, identified by the OWNER, for the various parts and classes of work to be performed under the Contract. 105.1.1 Priority of Contract Documents. Delete entire subsection and Replace with: In case of conflict between Contract documents, priority of interpretation shall be in the following order:

1. signed Contract Agreement; 2. properly authorized change orders; 3. any listed and numbered addenda; 4. special provisions; 5. construction drawings; 6. project specific details; 7. Division 100 of the Public Works Construction Standards, North Central Texas, Fifth Edition,

dated November 2017 with City of Mesquite Addendum; 8. technical specifications; 9. City of Mesquite Standard Details; 10. the OWNER’s written notice to proceed to the CONTRACTOR; 11. the CONTRACTOR’s bid proposal; 12. the Performance and Payment Bonds; 13. City of Mesquite General Design Standards 14. Public Works Construction Standards, North Central Texas, Fifth Edition, dated November 2017 15. Texas Department of Transportation (TxDOT) Standard Specifications for Construction and

Maintenance of Highways, Streets, and Bridges, 2014 105.1.3. Contract Drawings and Specifications. Add at the end of the first paragraph: The only plans authorized for use are stamped:

Page 64: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

RELEASED FOR CONSTRUCTION CITY OF MESQUITE

ENGINEERING DIVISION (DATE)

THESE PLANS SHALL BE ON THE JOB SITE AT ALL TIMES

105.3. SHOP DRAWINGS, PRODUCT DATA AND SAMPLES Delete: The last sentence in the last paragraph. 105.4. CONSTRUCTION STAKES Delete: Entire first paragraph of section. Add: The CONTRACTOR is responsible for furnishing, at CONTRACTOR’s expense, all construction staking necessary to establish line and grade. The Consulting Engineer will provide one-time location of survey control points for the CONTRACTOR’s surveyor. Prior to construction, the CONTRACTOR shall field-verify elevations and locations of tie-in points for existing utilities. If discrepancies are discovered between field conditions and plan elevations, the CONTRACTOR shall notify the OWNER immediately of the discrepancies. All construction staking is subject to checking and verification by the OWNER’s Representative. 105.6. SUPERVISION BY CONTRACTOR Add: The CONTRACTOR superintendent and general foreman shall be fluent in speaking, reading, and writing English. 105.7.1 Authority of the Engineer Add: The Engineer has the authority to stop the work whenever such stoppage may be necessary to insure the proper execution of the Contract. 105.7.2. OWNER’s Representative’s Final Determination Add: Should the CONTRACTOR object to any order by any subordinate of the OWNER’s Representative (i.e. City inspector), the CONTRACTOR may, within six days make written appeal to the OWNER’s Representative for his decision. 105.9 INSPECTION Add: The OWNER’s Inspector shall not have the power to waive the obligations of this Contract for the furnishing by the CONTRACTOR of good material, and of his performing good work as herein described, and in full accordance with the plans and specifications. No failure or omission of the OWNER’s Inspector to condemn any defective work or material shall release the CONTRACTOR from the obligation to at once remove and properly replace the same at any time prior to OWNER’s final acceptance upon the discovery of said defective work or material. 105.9.1. Removal of Defective and Unauthorized Work. Delete the first sentence and Replace with the following: (1) Except as provided in Paragraph (2) of this 105.9.1, all work which has been rejected or condemned shall be repaired, or if it cannot be repaired satisfactorily, it shall be removed and replaced at the CONTRACTOR’s expense. Add: (2) If the OWNER prefers to accept Work which is defective and/or not in accordance with the requirements of the Contract Documents, the OWNER’s Representative may accept Work instead of requiring its removal and correction, prior to recommendation of final payment. Work found to be defective and accepted by the OWNER shall be, at the discretion of the OWNER and without recourse by the CONTRACTOR, subject to partial or non-payment. CONTRACTOR shall bear all direct, indirect, and consequential costs attributable to the OWNER’s evaluation of any determination to accept such defective work (such costs to be approved by the OWNER’s Representative as to reasonableness, and to include, but not be limited to, fees and charges of engineers, inspectors, architects, attorneys, laboratories and other professionals). If any such acceptance occurs prior to the OWNER’s Representative's recommendation of final payment, a Change Order will be issued incorporating the

Page 65: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

necessary revisions in the Contract Documents with respect to the Work; and the OWNER shall be entitled to an appropriate decrease in the Contract Price. If the acceptance occurs after such recommendation, an appropriate amount will be paid by the CONTRACTOR to the OWNER. 105.9.3. Inspection Overtime Delete the second first two sentences in the first paragraph and Replace with the following: The CONTRACTOR will be required to reimburse the OWNER or its designated representative for the cost of all inspection overtime which may be necessary for the successful and expeditious prosecution of the work included in this contract. Inspector’s normal working hours are 7:30 a.m. to 11:30 a.m. and 12:30 p.m. to 4:30 p.m., Monday through Friday with the exclusion of Holidays. The CONTRACTOR will reimburse the OWNER for all Inspection overtime outside the Inspector’s normal working hours. To arrange for inspection outside Inspector’s normal working hours, a written request for overtime inspection must be communicated to the OWNER’s Inspector two working days in advance. Work on Sundays and Holidays is prohibited except in the case of emergency and authorized, in writing, by the OWNER’s Representative. Work between the hours of 6:00 P.M. and 7:00 A.M. must be approved by the OWNER’s Representative. Overtime inspection shall be charged portal to portal. There is a two-hour minimum charge for inspection on weekends or Holidays. The CONTRACTOR will be charged a 2-hour minimum overtime charge if the CONTRACTOR schedules inspection on weekends or Holidays but then cancels work without notice to the Public Works Construction Inspector before the inspector shows up to the project. Delete: The last paragraph. Add: Inspection overtime will be reimbursed to the OWNER by the CONTRACTOR at the rate of time-and-one-half plus workman’s compensation, F.I.C.A. and other normal City benefits and any other additional rates paid to the inspector by the City. The CONTRACTOR will be billed monthly by the City for overtime charges. The OWNER will not release final payment or give final acceptance of a project until inspector overtime charges are paid. 106.4. OFF-SITE STORAGE Delete the second paragraph and Replace with: The costs incurred in storage of materials or equipment away from the project site will not be made by the OWNER. All costs incurred shall be the full responsibility of the CONTRACTOR and included in the CONTRACTOR’s bid. 106.5 SAMPLES AND TESTS OF MATERIALS Delete the first paragraph and Replace with: Where called for in the specifications or, in the opinion of the OWNER, tests and retests of materials or completed work are necessary, such tests will be made at the expense of the CONTRACTOR unless otherwise specified. Add at the end of the last paragraph: The CONTRACTOR shall designate and pay a recognized testing laboratory to perform all testing, if any, for this project. Such designation is subject to the approval of the OWNER’s Representative. The hiring of the testing laboratory shall comply with Article 2254.004 of the Texas Governmental Code (Professional Services Procurement Act). The Testing Laboratory must furnish the inspector with one field copy of the test results. A typed paper copy must be mailed to the OWNER’s Representative identified at the Pre-Construction Conference. The OWNER’s Representative may approve the submission of final test reports to the OWNER by electronic means. Collection of potable water samples for bacterial sampling will be accomplished by the CONTRACTOR. The CONTRACTOR must prepare the sample point and assist the City Public Works Construction Inspector in collecting the sample. All work and materials used for the sampling point and taking the samples must conform to the latest version of the American Water Works Association. Delivery of the

Page 66: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

potable water sample to the testing laboratory and testing of the potable water sample will be at the OWNER’s expense. 107.28.5 Failure to Comply, Item (3) Delete item (3) and replace with: (3) terminate the contract for default as provided in Contract Documents. 107.3. INDEMNIFICATION Add the following subsections: 107.3.1 CONTRACTOR’s Responsibility. CONTRACTOR further agrees that it shall at all times exercise reasonable precautions on behalf of, and be solely responsible for, the safety of its officers, agents, employees, subcontractors, licensees, invitees, and other persons, as well as their property, while in the vicinity where the improvements are being made. It is expressly understood and agreed that OWNER shall not be liable or responsible for the negligence of the CONTRACTOR, including but not limited to its officers, agents, employees, subcontractors, licensees, invitees, and other persons. 107.3.2 Premise Defects. Further, OWNER assumes no responsibility or liability for harm, injury, or any damaging events which are directly or indirectly attributable to premise defects, real or alleged, in improvements constructed by CONTRACTOR which may now exist or which may hereafter arise upon the premises, responsibility for any and all such defects being expressly assumed by CONTRACTOR. CONTRACTOR understands and agrees that this indemnity provision shall apply to any and all claims, suits, demands, and/or actions based upon or arising from any such premise defects or conditions, including but not limited to any such claim asserted by or on behalf of CONTRACTOR, including but not limited to its officers, agents, employees, subcontractors, licensees, invitees, and other persons. 107.3.3 Notice of Claim. It is further agreed with respect to the above indemnity that OWNER and CONTRACTOR will provide the other prompt and timely notice of any event covered which in any way, directly or indirectly, consequently or otherwise, affects or might affect the CONTRACTOR or OWNER, and OWNER shall have the right to compromise and defend the same to the extent of its own interests. 107.13 LABOR AND MATERIALS Add the following subsection: 107.13.1. LABOR CLASSIFICATION AND MINIMUM WAGE SCALE In compliance with State Law, the CONTRACTOR is required to pay all employees, and is required to make all subcontractors pay their employees, for the construction of any public work project not less than the general prevailing rate of per diem wages in the locality for work of a similar character as determined by the City. The City, as provided by law, has adopted the prevailing wage rates as determined by the U.S. Department of Labor in accordance with the Federal Davis Bacon Act for this Contract. Attention is called to the fact that the inclusion of a minimum scale of wages to be paid to employees engaged in the work under this Contract does not release the CONTRACTOR from compliance with any Federal or State Wage Law that may be applicable to the project. The CONTRACTOR shall abide by Federal and State Wage and Hour Laws and must not pay less than the wages legally prescribed as set forth therein. In order to verify compliance with Federal or State wage laws and regulations, the CONTRACTOR may be required to submit a weekly certified payroll of all workers on the project listing name, social security number, labor classification, wage rates, hours worked and compensation paid. Under the provisions of the Texas Government Code, Title 10, Subchapter F, Section 2258.023, the CONTRACTOR shall forfeit as a penalty to the City on whose behalf the Contract is made or awarded, Sixty Dollars ($60.00) for each laborer, workman or mechanic employed, for each calendar day or portion thereof that such laborer, workman or mechanic is paid less than the said stipulated rates for any work under the Contract, by him or by any subcontractor under him.

Page 67: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Such wage determinations must be for projects in Dallas County, Texas dated no more than 3 years prior to the date this Contract was advertised for bid. In addition, the CONTRACTOR is required to obtain skilled and unskilled labor used on the work, when qualified, fit and available, first from residents within the City and secondly, from residents of Dallas County, if practical and available. However, the CONTRACTOR may bring his superintendent, foreman, sub-foreman, machine operators and sufficient key men to round his organization. 107.14 EQUAL EMPLOYMENT OPPORTUNITY 107.14.5 Reports Add at the end of the first sentence: “if required by the OWNER.” Add the following subsections: 107.14.6. Protection of Resident Workers: The OWNER actively supports the immigration and Nationality Act (INA), which includes provisions addressing employment eligibility, employment verification, and nondiscrimination. Under the INA, employers may hire only persons who may legally work in the United States (i.e., citizens and nationals of the U.S.) and aliens authorized to work in the U.S. The employer must verify the identity and employment eligibility of anyone to be hired, which includes completing the Employment Eligibility Verification Form (I-9). The CONTRACTOR shall establish appropriate procedures and controls so no services or products under the Contract Documents will be performed or manufactured by any worker who is not legally eligible to perform such services or employment. 107.14.7. Handicapped Discrimination Regulations: The handicapped discrimination regulations mandate equal opportunity and require that outside organizations such as labor unions and contractors who provide services to the local governments must not discriminate against qualified handicapped persons in employment decisions. 107.14.8. Non-Compliance with Equal Employment Opportunity Provisions In the event of the CONTRACTOR's non-compliance with the nondiscrimination clauses of this Contract or with any of the said rules, regulations, or orders, this Contract may be canceled, terminated, or suspended in whole or in part and the CONTRACTOR may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. 107.15 STATE AND LOCAL SALES AND USE TAXES Add at the end of the section: If the CONTRACTOR performs under a separated contract as defined by Rule 3.291 by obtaining the necessary permit or permits from the State Comptroller's office allowing the purchase of materials for incorporation in this project without having to pay the Limited Sales and Use Tax at the time of purchase, the CONTRACTOR shall identify separately from all other charges the total agreed contract price for materials incorporated into the project. Total materials shall include only materials physically incorporated into the project. If the CONTRACTOR operates under a "separated contract," the Purchasing Division will furnish the CONTRACTOR with an exemption certificate for the applicable materials. In order to comply with the requirements of Rule 3.291, as mentioned above, Bidder shall obtain a sales tax permit. It shall be necessary that the Bidder issue resale certificates to suppliers. Sales tax application for a sales tax permit and information regarding resale certificates may be obtained by writing to:

Texas Comptroller of Public Accounts Capitol Station

Austin, Texas 78774

Page 68: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

The CONTRACTOR may also receive information or request sales tax permit applications by calling the State Comptroller's local Mesquite office at (214) 289-3400. Subcontractors are eligible for sales tax exemption if the subcontract is made in such a manner that the charge for materials is separated from all other charges. The procedure described above will effect a satisfactory separation. When subcontracts are handled in this manner, the CONTRACTOR shall issue a resale certificate to the subcontractor, who in turn, must issue a resale certificate to his supplier. 107.17 COMPLIANCE WITH LAWS Add at the end of the section: THE CONTRACTOR SHALL INDEMNIFY AND SAVE HARMLESS THE OWNER AGAINST ANY CLAIMS ARISING FROM THE VIOLATION OF ANY SUCH LAW, ORDINANCES AND REGULATIONS. 107.19 PUBLIC CONVENIENCE AND SAFETY Add the following subsections: 107.19.1. Temporary Water and Sanitary Sewer Service. When existing water or sanitary sewer mains or services have to be taken up or removed, the CONTRACTOR shall, at his own cost and expense, provide and maintain temporary outlets and connections for all private or public water, sanitary sewer and drain connections. The CONTRACTOR shall also take care of all sewage and drainage that will be received from these sanitary sewers and drains; and for this purpose, he shall provide and maintain, at his own expense, adequate pumping facilities and temporary outlets or diversions. The CONTRACTOR, at his own expense, shall construct such piping, troughs, or other necessary structures, and be prepared at all times to dispose of sanitary sewer and drainage received from these temporary connections until such time as the permanent connections are built and in service. The existing water, sanitary sewer and drain connections shall be kept in service and maintained under the Contract, except where specified or ordered to be abandoned by the OWNER’s Representative. All water, sewage or drainage shall be disposed of in a satisfactory manner so that no nuisance is created and the work under construction adequately protected. 107.19.2. Explosives. Explosives shall not be used in the prosecution of this project. Add at the end of the section: In order to document site conditions and assist in resolving claims for construction damage the CONTRACTOR shall take digital pictures and/or digital video recordings of the site before construction. In addition, the CONTRACTOR shall, during the course of construction, periodically record site conditions using digital pictures and/or digital video recordings. The CONTRACTOR shall make these recordings at least monthly or more frequently if the OWNER’s Inspector so orders. Copies of all digital photographs and/or video recordings shall be burned to DVD or other digital media acceptable to the OWNER and provided to the OWNER’s Inspector. Add to end of section the following subsection: 107.20.2.1. Access to Property. The CONTRACTOR shall schedule the work such that inconvenience to the public and adjoining property owner’s shall be at a minimum. Access to all businesses shall be provided at all times during business hours. The CONTRACTOR will schedule work through residential areas in a manner that would expedite construction operations and will restore drive approach access at the end of each working day during execution of the project (except during paving operations of the specific residential drive approach). The CONTRACTOR shall maintain temporary drive approaches to the satisfaction of the OWNER’s Representative. Private drives to residences shall not be closed for more than 10 days at any one time during paving operations.

Page 69: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

The CONTRACTOR will notify the OWNER’s Representative Office one (1) week prior to any street or driveway closure. 107.20.3.6. Payment for Trench Safety and Special Shoring. Delete the first sentence and Replace with: Payment for trench safety shall be by the lineal feet of trench regardless of depth. 107.24.4. Utility Coordination and Protection Delete the first sentence and Replace with: No franchise utility relocations have taken place in preparation for the project, and the location of existing utilities may not be shown on the plans. It is the CONTRACTOR's responsibility to notify utility companies to arrange for exact locations at least 48 hours prior to beginning construction. The CONTRACTOR is fully responsible to coordinate necessary utility relocation with the utility companies and will make all efforts to coordinate necessary relocation of utilities with the utility owner. The OWNER shall not be held responsible by the CONTRACTOR for any delays created by a franchise utility company relocating their facilities. The time of construction given for the project includes all necessary utility work involved with franchise utility companies. The OWNER will make an effort to assist the CONTRACTOR in coordinating relocations before and during the project. Delete: Table 107.24.4.(a) Utility Coordination Replace with: Entity Contact Information Texas One Call system 811 City of Mesquite Water/Sewer Locates

972-216-6278 972-216-6973 972-216-8797

City of Mesquite: Record Drawings

[email protected]

City of Mesquite: Traffic Signal Conduit & Loop Detectors

https://www.cityofmesquite.com/DocumentCenter/View/171

Add to the end of the section the following subsections: 107.24.5. Arrangement and Charge for Water Furnished by the City. Where CONTRACTOR desires to use City water in connection with any construction work, he shall make arrangements with the Mesquite Water Accounting Division for so doing. Where meters are used, the charge for water will be at the regular established rate; where no meters are used, the charge will be as prescribed by ordinance; or, where no ordinance applies, payment shall be made on estimates made by the Mesquite Engineering Division. 107.24.6. Use of Fire Hydrants. No person shall open, turn off, interfere with, attach any pipe or hose to, or connect anything with any fire hydrant, stop valve or stopcock, or tap any water main belonging to the City, unless duly authorized to do so by the Mesquite Utilities Division. 107.24.7. Operation of Existing Valves. The CONTRACTOR is not permitted to operate any valve in the existing City of Mesquite water system. The valves must be operated by City of Mesquite Utility Division employees only. 107.27 RESTORATION OF PROPERTY Add to the end of the section: The CONTRACTOR shall exercise special care to minimize damage to trees, plants, shrubs and irrigation systems along the route of the work. The CONTRACTOR shall notify adjacent property owners before beginning construction operations adjacent to their property of trees, plants and shrubs

Page 70: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

that lie inside the right-of-way or easements lines and within the normal limits of work. The property owners shall be allowed to remove and protect their property, and all trees, plants and shrubs not so protected by the adjacent property owners shall be removed and disposed of by the CONTRACTOR, as directed by the OWNER’s Representative. 107.28.1 Spill Prevention Plan Add to beginning of first sentence: “When required by federal and/or state law,” Add the following section: 107.29 ANTI-KICKBACK ACT For any project funded by a Federal grant, the CONTRACTOR shall comply with the Copeland "Anti-Kickback" Act (18 U.S.C. 874) as supplemented by Department of Labor regulations (29 CFR, Part 3). This Act provides that each contractor or sub grantee shall be prohibited from inducing, by any means, any person employed in the construction, completion or repair of public work or to give up any part of the compensation to which he is otherwise entitled. The City shall report all suspected or reported violations to the grantor agency. 109.1 PAYMENT FOR LABOR AND MATERIAL; NO LIENS Add the following paragraph to this section: The CONTRACTOR is not required to furnish payrolls and records unless this submittal is required as a Special Provision to the Contract. The CONTRACTOR is still required to comply with the minimum wage rates published by the OWNER. 109.2 PAYMENT FOR MATERIALS 109.2.1. Materials On-Hand. Delete the text of subsection and replace with the following: The OWNER will not pay for Materials on Hand unless specified in a Special Provision of the Contract. 109.2.2. Materials Stored Off-Site. Delete existing subsection. Renumber Subsection 109.2.3. Measurement of Quantities to 109.2.2. 109.5.1 MONTHLY ESTIMATE Delete the text of subsection and replace with the following: Contract pay periods will close at the end of business on the 25th day of each month. Between the 25th day and the last day of each month, the OWNER shall make an approximate estimate of the value of work done during the period under the specifications. The City Public Works Construction Inspector shall meet with a representative of the CONTRACTOR on the job site to measure and otherwise determine the quantity of each bid item completed since the last estimate period. In case an agreement cannot be reached, the quantities determined by the City Public Works Construction Inspector shall be used. Payment or partial payment of any item does not constitute final acceptance of the work. The City Public Works Construction Inspector shall prepare a draft monthly estimate for processing by the OWNER for payment. The City Public Works Construction Inspector will forward a copy of this estimate to the CONTRACTOR along with any calculations or sketches used in calculating quantities. The CONTRACTOR is not required to submit an invoice or billing for monthly work completed. Payment shall be made by OWNER about thirty (30) days after draft estimate is prepared. Payment for material on hand will not be paid unless so specified in a Special Provision to this Contract. The percent retained by OWNER shall normally be up to 10 percent at completion, unless otherwise stated. At the midpoint, or at any subsequent time, if OWNER determines that the progress on the Contract is satisfactory in all respects, it may at its discretion cease to retain additional funds until the completion of the project, or until progress ceases to be satisfactory. The OWNER shall make the sole determination in this matter. OWNER shall not be liable for interest on any late or delayed payment caused by any claim, dispute, discrepancy in the quantities, any failure to provide supporting documentation or other information required of the CONTRACTOR by the OWNER or as a condition to payment under the Contract, or due to any payment the OWNER has a right to withhold under the Contract.

Page 71: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

The CONTRACTOR shall furnish to the OWNER such detailed information as OWNER may request to assist in the preparation of monthly estimates. It is understood that the monthly estimates shall be approximate only, and all monthly estimates and partial payments shall be subject to correction in the estimate rendered following the discovery of an error in any previous estimate, and such estimate shall not in any respect be taken as an admission of the OWNER of the amount of work done or of its quality or sufficiency nor as acceptance of the work or the release of the CONTRACTOR of any of its responsibility under the Contract. 109.5.4. Final Payment. Revise the last sentence of the first paragraph to read as follows: The amount of the final estimate, less any sums that have been previously paid, deducted or retained under the provisions of this Contract, shall be paid to the CONTRACTOR within a reasonable period of time (not to exceed 90 days) after final acceptance and the CONTRACTOR has provided to the OWNER: (1) a consent of surety to final payment; (2) the final CONTRACTOR’s Report of SUBCONTRACTOR/Supplier Payment, evidencing that all indebtedness connected with the work and all sums of money due for any labor, materials, apparatus, fixtures or machinery furnished for or used in the performance of the work have been paid or otherwise satisfied, or that the person or persons to whom the same may be respectively due have consented to final payment; (3) such other affidavits, lien waivers and other documentation as the OWNER may reasonably require to protect its interests; and (4) a marked-up set of plans showing all changes, revisions and alterations to the original plans. 109.6 WIRE TRANSFERS Delete entire Section 109.6 and Replace with: The City of Mesquite has chosen the Paymode-X™ service through Bank of America to make electronic payments to contractors, vendors and suppliers. The City of Mesquite recognizes the importance of expediting the payment process to CONTRACTOR’s vendors and suppliers. Our Accounts Payable department utilizes Paymode-X to replace paper checks with electronic payments. We strongly encouraging our vendors and suppliers to enroll in Paymode-X so that future payments are made electronically. Contract the assigned OWNER’s Inspector to receive further information on how to process online enrollment to the Paymode-X electronic payment system. Delete entire ITEM 110. AIR QUALITY REQUIREMENT FOR EQUIPMENT

Page 72: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Page 72 of 77

SPECIAL PROVISIONS These Special Provisions are to be used in conjunction with the North Central Texas Council of Governments Public Works Construction Standards, Fifth Edition, dated November 2017), Division 100 General Provisions, as amended. Should any discrepancies arise, the governing order shall be: Special Provisions, Plans, Technical Specifications, and General Provisions. THE FOLLOWING SPECIAL PROVISIONS HEREBY MODIFY THE North Central Texas Council of Governments Public Works Construction Standards, Fifth Edition, dated November 2017, Division 100 General Provisions. Where reference is made in these specifications to specifications compiled by others, such reference is made for expediency and standardization, and such specifications referred to are hereby made a part of these specifications. SP-1 LIQUIDATED DAMAGES: This project is a 180 calendar day contract. Liquidated damages shall be per the provisions of North Central Texas Council of Governments Public Works Construction Standards, Fifth Edition (November 2017), Division 100 General Provisions, Section 108.8, except for the following:

1. Gross Road: Any work performed in Gross Road shall not close any lanes of traffic for more than 30 cumulative calendar days. If any lane is closed for any duration of time, said closure shall count as one full day of lane closure for the purpose of calculating damages. The contractor shall pay liquidated damages of $2000.00 per day for each day a lane is closed in excess of the allotted 30 calendar days at Gross Road.

2. Cartwright Road: Any work performed in W Cartwright Road shall not close any lanes of traffic for more than 15 cumulative calendar days. If any lane is closed for any duration of time said closure shall count as one full day of lane closure for the purpose of calculating damages. The contractor shall pay liquidated damages in the amount of $2000.00 per day for each day a lane is closed in excess of the allotted 15 calendar days at W. Cartwright Road.

* The 180 calendar days for the contract is inclusive of the 30 and 15 calendar days of lane closures on Cartwright Road and Gross Road.

SP-4 SUBMITTALS: The Contractor shall provide submittals of the following items to the Owner’s Representative at the pre-construction conference: 1. List of Subcontractors and Material Suppliers (including Material’s Testing Laboratory and Surveyor

for construction staking). 2. Submittals for all materials to be incorporated into the project. A submittal is not required for an item

if it is an item is listed on the City of Mesquite Approved Materials list by brand name and model number.

3. Concrete batch designs and paving equipment. 4. Project Schedule. 5. Listing of all testing required by the specifications and plans with frequency requirements. 6. Traffic Control Plan 7. Trench Safety Plan – sealed by a registered engineer. 8. Notarized Affidavit of trained and certified “Competent Person” for Trench Safety Inspections 9. Contractor Contact List with listing of personnel for 24 hour – 7 days a week contact. 10. Other Items as requested by the Owner’s Representative or required by contract documents,

specifications or plans.

Page 73: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

SP-5 CONSTRUCTION SEQUENCE: The Contractor shall prepare a Construction Sequencing Plan which shows staging for the installation of the construction by street or alley segment or other division of the work as requested by the Owner’s Representative and submit it to the Owner’s Representative at the Pre-Construction Conference. This Plan shall include keeping existing water, sanitary sewer or drainage main in service until the adjacent section of new main has been tested and accepted by the Owner. Disruption of water, sanitary sewer or drainage service to existing residences shall be kept to a minimum when services are switched over to new mains. SP-6 DISPOSAL OF TREES AND SHRUBS: The City’s compost facility at 3550 Lawson Road (Mapsco 60A-T) will accept trees and brush from the project under the following terms: Trees that have root balls will not be accepted. All brush must be cut. Tree trunks and limbs with a diameter larger than 18-inches must be cut in lengths no longer than

three-feet. Tree trunks and limbs with a diameter smaller than 18-inches must be cut in lengths no longer than

six-feet. The contractor will be charged by truck or trailer size and volume according to the attached Fee

Schedule. There is an option for monthly billing if the contractor sets up an account with the City with a $100.00 non-refundable deposit.

(1) Compost materials charge. a. Pick-up…………………………………... $ 20.00 b. 10-foot trailer……………………. $ 25.00 c. 12-foot trailer……………………………. $ 30.00 d. 14-foot trailer…………………………. $ 34.00 e. 16-foot trailer……………………………. $ 38.00 f. 18-foot trailer……………………………. $ 42.00 g. 20-foot trailer……………………………. $ 47.00 (2) Chipped loads. a. 10-cubic-yard box truck………………. $ 25.00 b. 20-cubic-yard box truck………………. $ 45.00 c. 30-cubic-yard box truck………………. $ 65.00 (3) Roll-off containers and tract trailers. a. 10-cubic-yard…………………………. $ 36.00 b. 20-cubic-yard………………………. $ 67.00 c. 30-cubic-yard……………………………. $ 98.00 d. 40-cubic-yard……………………………. $129.00 e. 50-cubic-yard……………………………. $160.00 f. 60-cubic-yard……………………………. $191.00

- Need notification one. No separate pay. Must deliver letters about upcoming work.

Page 74: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

TECHNICAL SPECIFICATIONS

Page 75: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

TECHNICAL SPECIFICATIONS

Page 76: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Mesquite Contract No. 2020-020 TECHNICAL SPECIFICATIONS 07/06/2020 TS-2

TABLE OF CONTENTS

SECTION TITLE PAGE NO.

City Technical Specifications………………………………………………………………TS-3

DIVISION 1

100 Measurement and Payment……………………………………………………..TS-4 200 Regulatory Requirements……………………………………………………….TS-13 300 Shop Drawings, Product Data and Samples……………………………………TS-14 400 Trench Safety Design………………………………………………………….. TS-20 500 Confined Space Safety Program……………………………………………… TS-22 600 Clean Up……………………………………………………………………… TS-24

DIVISION 2

1000 Project Site Work. . …………………………………………………………. . TS-26 2000 Wastewater Main Cleaning…………………………………………………… TS-28 3000 Manhole Cleaning ...............................................................................................TS-30 4000 Remove and Dispose Debris…………………………………………………....TS-32 5000 Television Inspection of Wastewater Main ........................................................TS-33 6000 Wastewater Flow Control and Bypass Pumping ................................................TS-35 7000 Rehabilitation of Existing Wastewater Main by CIPP .......................................TS-38 8000 Point Repair ........................................................................................................TS-46 9000 Sanitary Sewer Manhole Rehabilitation (Bench & Invert Only) ........................TS-49 10000 Sanitary Sewer Manhole Construction (Armorock) ...........................................TS-60 11000 Polymer Concrete Structural Manhole Rehabilitation System for Existing .......TS-65 Manholes (Armorock Polymer Inserts) 12000 PVC Wastewater Main .......................................................................................TS-70 13000 Connect to Existing Sanitary Sewer Main ..........................................................TS-73 14000 Excavating, Backfilling, and Compacting for Structures ...................................TS-75 15000 Temporary Access Rock Road W/Filter Fabric – Installation and Removal .....TS-77 16000 Removal of Existing Pavement ...........................................................................TS-79 17000 Reinforced Concrete Pavement, Curb and Gutters and Sidewalks .....................TS-80 18000 Cofferdam, Pier Removal, Drilled Shaft & Pier Cap..........................................TS-87 19000 Hydromulch/Re-Vegetation ................................................................................TS-88 20000 Control Low Strength Materials (CLSM)………………………………..……..TS-90

Page 77: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Mesquite Contract No. 2020-020 TECHNICAL SPECIFICATIONS 07/06/2020 TS-3

CITY TECHNICAL SPECIFICATIONS

All materials and construction methods for this project shall conform with the City of Mesquite City of Mesquite Standard Details, included in these plans and City of Mesquite Engineering Design manual, and North Central Texas Standard Specifications for Public Works Construction (NCTSSPWC) (not included), including all amendments adopted prior to the bid opening, unless there exists a conflict with these Technical Specifications or the project plans and City standard detail sheets, in which case the Technical Specifications, plans and City standard detail sheets shall govern.

DIVISION 1 GENERAL REQUIREMENTS

Page 78: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Mesquite Contract No. 2020-020 TECHNICAL SPECIFICATIONS 07/06/2020 TS-4

SECTION 100

MEASUREMENT AND PAYMENT

1. Bid Item 1, MOBILIZATION This item shall be measured and paid for by lump sum, and shall include all labor, materials, equipment, bonds, insurance, and incidentals required to mobilize to the site to complete the work detailed in the Plans. The value of this item shall not exceed 5% of the total bid amount. Payment for mobilization shall occur when Cleaning of the Sewer Pipe begins.

2. Bid Item 2, STANDARD CLEAN RCP SEWER PIPE This item shall be measured and paid for by linear foot, and shall include all labor, materials, equipment, water, and incidentals to clean the interior of the existing sewer pipeline where cast in place liner will be installed. This work includes cleaning sewer lines to remove solids, roots, soil, sand, pieces of broken pipe, bricks, grease, grit from sewer lines and other debris, thus improving flow and facilitating television inspection for sewer line evaluation. Contractor will be paid once for cleaning prior to the TV inspection. If the pipe has not been cleaned sufficiently for installation of the CIPP then Contractor shall re-clean at his expense.

3. Bid Item 3, MECHANICAL CLEANING D.I. SEWER PIPE This item shall be measured and paid for by linear foot, and shall include all labor, materials, equipment, water, and incidentals to clean the interior of the existing sewer pipeline where cast in place liner will be installed. This work includes cleaning sewer lines to remove solids, roots, soil, sand, pieces of broken pipe, bricks, grease, grit from sewer lines and other debris, thus improving flow and facilitating television inspection for sewer line evaluation. Contractor will be paid once for cleaning prior to the TV inspection. If the pipe has not been cleaned sufficiently for installation of the CIPP then Contractor shall re-clean at his expense.

4. Bid Item 4, CLEAN MANHOLES This item shall be measured and paid for by each, and shall include all labor, equipment, water, and incidentals to clean the interior of the existing sewer manhole where directed by the Owner. This work includes cleaning sewer manholes to remove solids, soil, sand, bricks, grease, grit from manholes and other debris, thus improving flow and facilitating inspection for manhole evaluation.

Page 79: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Mesquite Contract No. 2020-020 TECHNICAL SPECIFICATIONS 07/06/2020 TS-5

5. Bid Item 5, REPAIR EXISTING MANHOLE BASE AND INVERT

This item shall be measured and paid for by each as directed by the Owner, and shall include all labor, materials, equipment, and incidentals to repair manholes base to receive Armorock inserts. Power -wash / clean any loose debris from wall areas. Remove dirt, grease, and debris in bench area to prepare bench surfaces for resurfacing. Remove all debris. Repair any active leaks. Repair and level the bench to prepare for polymer insert installation. Saw cut polymer riser section if necessary to accommodate pipe entry and bench slopes.

6. Bid Item 6, REMOVE AND DISPOSE OF DEBRIS FROM CLEANING

This item shall be measured and paid for by cubic yard, and shall include all labor, materials, equipment, and incidentals to remove and dispose of dry debris produced from cleaning the sewer lines and manholes. This item does not include disposal of liquid or semi-liquid waste produced from cleaning the sewer line. Disposal of debris associated with point repairs, or replacement of manhole covers, or other bid items are not paid for under this bid item. Contractor shall provide an adequate means of measuring debris that is acceptable to the Owner. If debris not associated with the sewer line and manhole cleaning is found mixed with the debris from cleaning that load will not be paid for.

7. Bid Item 7, PRE-LINING TV INSPECTION 45” – 48” This item shall be measured and paid for by linear foot, and shall include all labor, materials, equipment, and incidentals to perform closed circuit television to record the condition of the existing large diameter pipelines and manholes. DVD recording of TV inspection and Television inspection logs are to be reviewed and provided by the contractor. If the line is not sufficiently cleaned for installation of the CIPP, then the contractor shall clean the line again and provide another TV inspection at no additional cost to the Owner.

8. Bid Item 8, POST-LINING TV INSPECTION 36” – 48” This item shall be measured and paid for by linear foot, and shall include all labor, materials, equipment, and incidentals to perform closed circuit television to record the condition of the large diameter pipelines and manholes after the sewer line is lined and services have been connected. DVD recording of TV inspection and Television inspection logs are to be reviewed and provided by the contractor. If the line does not pass inspection, then the contractor shall provide necessary repairs and or reconstruction, and then provide another TV inspection at no additional cost to the Owner.

Page 80: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Mesquite Contract No. 2020-020 TECHNICAL SPECIFICATIONS 07/06/2020 TS-6

9. Bid Item 9, CURED-IN-PLACE PIPE –POLYMER FOR 45” RCSP This item shall be measured and paid for by linear foot all labor, materials, equipment, calculations, and incidentals to rehabilitate the existing gravity sewer lines by the Cured-In-Place-Pipe method, and shall include but is not limited to plugging existing incoming lines and services, bypass piping, water, CIPP installation, and cutting coupons for existing services once CIPP is in place. Any work shown on the plans or described in the specifications that is not included in another bid item shall be included in the cost of this bid item.

10. Bid Item 10, CURED-IN-PLACE PIPE - VINYL-ESTER (VE) RESIN FOR 48” D.I.P.

AND 45” RCSP This item shall be measured and paid for by linear foot all labor, materials, equipment, calculations, and incidentals to rehabilitate the existing gravity sewer lines by the Cured-In-Place-Pipe method, and shall include but is not limited to plugging existing incoming lines and services, bypass piping, water, CIPP installation, and cutting coupons for existing services once CIPP is in place. Any work shown on the plans or described in the specifications that is not included in another bid item shall be included in the cost of this bid item.

11. Bid Item 11, REHABILITATE EXISTING 5’ MANHOLE WITH ARMOROCK POLYMER This item shall be measured and paid for by vertical foot as directed by the Owner, and shall include all labor, materials, equipment, and incidentals to repair manholes. Contractor shall repair the base to build up to the original ID of the manhole (see bid item 5).

12. Bid Item 12, CONSTRUCT 6’ DIAMETER ARMOROCK MANHOLE WITH 8’ BASE OVER EXISTING WASTEWATER LINE. This item shall be measured and paid for by each, and shall include all labor, materials, equipment, and incidentals to construct Armorock manholes.

13. Bid Item 13, REMOVE AND REPLACE MANHOLE CONE, COVER AND FRAME

This item shall be measured and paid for by each, and shall include but is not limited to removal and replacement of the manhole cone, cover, frame, grade rings, sealing wrap and adjustments/leveling of the frame as directed by the Owner. This bid item is intended to be used for manhole covers that are in poor condition and unsuitable for reuse. Manhole rings and cover damaged by the contractor are not paid for through this bid item and shall be replaced by the contractor at no additional cost to the Owner.

Page 81: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Mesquite Contract No. 2020-020 TECHNICAL SPECIFICATIONS 07/06/2020 TS-7

14. Bid Item 14, 45-INCH SEWER POINT REPAIR, UP TO 6 FEET IN LENGTH, ALL DEPTHS, INCLUDING SHORING, SITE RESTORATION TO ORIGINAL OR BETTER CONDITION This item shall be measured and paid for by each, and shall include all calculate ions, labor, materials, equipment, and incidentals to repair the deteriorated gravity sewer lines by open cut, connections to existing pipe at either end of the repair, repair of service connections, embedment, backfill and all other items associated with a point repair. This line item will be paid once for each discrete location where a point repair is directed by the Owner. Pipe used for point repairs may be RCP, PVC or fiberglass however, the inside diameter of the new pipe must match the inside diameter of the existing sewer line.

15. Bid Item 15, 45-INCH POINT REPAIR ADDITIONAL SEWER PIPE (PER CITY

STANDARDS) This item shall be measured and paid for by linear foot, and shall include all labor, materials, equipment, and incidentals for repair of the deteriorated sewer line when additional pipe must be replaced beyond the 6 feet included in Bid Item 16 including embedment, backfill and all other items associated with the point repair. Pipe used for point repairs may be RCP, PVC or fiberglass however, the inside diameter of the new pipe must match the inside diameter of the existing sewer line.

16. Bid Item 16, REMOVE EXISTING 39” RCP SEWER PIPE

This item shall be measured and paid for by linear foot, and shall include all labor, materials, equipment, and incidentals to remove and dispose of sewer pipe. Manhole damaged by the contractor are not paid for through this bid item and shall be replaced by the contractor at no additional cost to the Owner. Contractor to dispose of incidental debris associated with the sewer pipe removal at no additional cost to the Owner.

17. Bid Item 17, REMOVE EXISTING 4’x2’ RCB SEWER PIPE

This item shall be measured and paid for by linear foot, and shall include all labor, materials, equipment, and incidentals to remove and dispose of sewer pipe. Manhole damaged by the contractor are not paid for through this bid item and shall be replaced by the contractor at no additional cost to the Owner. Contractor to dispose of incidental debris associated with the sewer pipe removal at no additional cost to the Owner.

18. Bid Item 18, CONSTRUCT 36” FRP ASTM D3262 SEWER PIPE WITH

EMBEDMENT PER CITY STANDARDS This item shall be measured and paid by linear foot. This item shall include but not limited to furnishing and installing, complete and in place: Excavating, backfilling, compacting, and grading. No differentiation shall be made for rock or depth, dewatering, pipe, joints and fittings, connections, embedment, appurtenances, testing, and removal and disposal of existing pipe and embedment where required.

Page 82: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Mesquite Contract No. 2020-020 TECHNICAL SPECIFICATIONS 07/06/2020 TS-8

19. Bid Item 19, CONNECT 36” FRP SEWER TO EXISTING MANHOLE

This item shall be paid for per each, and shall include all labor, materials, equipment, and incidentals to connect the sewer pipe to the existing manholes. Manhole damaged by the contractor are not paid for through this bid item and shall be replaced by the contractor at no additional cost to the Owner.

20. Bid Item 20, FLOWABLE BACKFILL

This item shall be measured and paid for by cubic yard, and shall include all labor, materials, equipment, and incidentals to the sanitary sewer pipe backfill and compaction. Flowable backfill shall be to the limits shown in the construction plans.

21. Bid Item 21, PAVEMENT REMOVAL AND REPLACEMENT This item shall be measured and paid for by square yard, and shall include all labor, materials, equipment, and incidentals to remove and replace concrete pavement. This work includes but is not limited to sawcutting, removal and hauling of debris, compaction of subgrade, curb & gutter, concrete placement, reinforcing, striping, pavement markers, and quality testing. Pavement removal and replacement shall be to the limits shown in the details where approved by the Owner Pavement replacement required due to damage caused by the contractor or excess excavations shall the repaired at the contractor’s expense.

22. Bid Item 22, BRICK PAVERS REPAIR This item shall be measured and paid for by square yard, and shall include all labor, materials, equipment, and incidentals to remove and replace brick pavers. This work includes but is not limited to sawcutting, removal and hauling of debris, compaction of subgrade, curb & gutter, concrete placement, reinforcing, and quality testing. Brick pavers removal and replacement shall be to the limits shown in the details where approved by the Owner. Brick pavers replacement required due to damage caused by the contractor or excess removal shall the repaired at the contractor’s expense.

23. Bid Item 23, SIDEWALK REPAIR This item shall be measured and paid for by square yard as directed by the Owner, and shall include all labor, materials, removal, equipment, and incidentals to restore the existing sidewalk disturbed by construction. This item shall include but is not be limited to subgrade preparation, compaction, finishing, and disposal of all surplus material.

24. Bid Item 24, DRIVEWAY REPAIR This item shall be measured and paid for by square yard as directed by the Owner, and shall include all labor, materials, removal, equipment, and incidentals to restore existing

Page 83: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Mesquite Contract No. 2020-020 TECHNICAL SPECIFICATIONS 07/06/2020 TS-9

driveways disturbed by construction. This item shall include but is not be limited to subgrade preparation, compaction, finishing, and disposal of all surplus material.

25. Bid Item 25, CURB & GUTTER REPAIR This item shall be measured and paid for by lineal foot as directed by the Owner, and shall include all labor, materials, removal, equipment, and incidentals to restore existing curb & gutter disturbed by construction. This item shall include but is not be limited to subgrade preparation, compaction, finishing, and disposal of all surplus material.

26. Bid Item 26, TRENCH SAFETY This item shall be paid for per linear feet, and shall include producing a trench safety plan and all labor, materials, equipment, and incidentals to provide necessary shoring during the construction of point repairs and sewer gravity line construction. The Trench Safety plan shall be provided by the contractor, and signed and sealed by a registered Texas Professional Engineer.

27. Bid Item 27, FILL WITH GROUT (CONTROLLED LOW STRENGHT MATERIAL) EXISTING ABANDONED 24” SEWER PIPE This item shall be measured and paid for by cubic yard as directed by the Owner, and shall include all labor, materials, removal, flushing/drain sewer pipe, dispose of waste material, equipment, and incidentals to fill grout existing 24” sewer pipe. This item shall include producing a trench safety plan and all labor, materials, equipment, and incidentals to provide necessary shoring during the construction of fill grout sewer gravity line as required. The Trench Safety plan shall be provided by the contractor, and signed and sealed by a registered Texas Professional Engineer. The backfill and compaction shall be per city standards.

28. Bid Item 28, HYDROMULCH/REVEGETATION

This item shall be measured and paid for by square yard as directed by the Owner, and shall include all labor, materials, equipment, and incidentals to restore the existing lawn areas disturbed by construction. This item shall include but is not be limited to subgrade preparation, fertilizing, watering and maintenance.

29. Bid Item 29, TRAFFIC CONTROL PLAN AND EXECUTION

This item shall be paid for by lump sum, and shall include all labor, materials, equipment, and incidentals to comply with the City of Mesquite Traffic Control Guidelines, and the current edition of M.U.T.C.D. for the Traffic Control Plan, and signed and sealed by a registered Texas Professional Engineer. Arrow boards need to be provided if lane closures are required along Gross Road. Contractor shall submit the Traffic Control Plan for approval the City. Payment shall be allowed for 25% of the lump sum price bid in the Proposal upon approval of the plans by

Page 84: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Mesquite Contract No. 2020-020 TECHNICAL SPECIFICATIONS 07/06/2020 TS-10

the City. The remaining 75% of the lump sum price bid in the Proposal shall be paid in equal, monthly installments based on the time remaining to achieve substantial completion. The Contractor shall pay a $2000.00 fine per day for every day the work is over 30 calendar days at Gross Road, or 15 calendar days at W. Cartwright Rd.

30. Bid Item 30, EROSION CONTROL This item shall be paid for by lump sum, and shall include all labor, materials, equipment, and incidentals to comply with the City of Mesquite General Design Standards & standard Details for erosion control, and NCTCOG Standard Specification Item 201 “Temporary Erosion Control, Sedimentation and Water Pollution Prevention and Control.

31. Bid Item 31, 12’ WIDE/6” THICK ROCK ACCESS ROAD/FABRIC -

INSTALLATION AND REMOVAL This item shall be measured and paid for by square yard, and shall include all labor, materials, equipment, and incidentals to provide for a complete and working installation, and shall include road removal after construction and site restoration.

32. Bid Item 32, 6” REINF. CONCRETE DRIVE APPROACH 3600 PSI W/ #4 BAR, 18”

OCEW OVER 12” FLEX BASE This item shall be measured and paid for by square yard, and shall include all labor, materials, equipment, and incidentals to provide for a complete and working installation, and shall include road removal after construction and site restoration if requested by City.

33. Bid Item 33, SANITARY SEWER BY-PASS PUMP & FLOW DIVERSION This item shall be paid for by lump sum, and shall include all labor, materials, equipment, and incidentals to provide adequate sanitary sewer by-pass during the construction of point repairs and rehabilitation of the 45” sanitary sewer main and replacement of the existing 4’x2’ box with a 36” fiberglass pipe.

34. Bid Item 34, REMOVE AND REPLACE EXISTING TREE OR TREE TRIMMING AS REQUIRED This item shall be measured and paid for by each, and shall include all labor, materials, equipment, and incidentals to remove and replace any existing tree as required by installation of CIPP or any tree damaged by construction activities with a tree of similar size and type. Removal of tree must be preapproved by the Owner and trees that must be replaced due to damage caused by negligence of the Contractor shall be replaced at no additional cost to the Owner. This item shall include but not be limited to fertilizing, watering and maintenance.

Page 85: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Mesquite Contract No. 2020-020 TECHNICAL SPECIFICATIONS 07/06/2020 TS-11

35. Bid Item 35. EXISTING IRRIGATION SYSTEM REPAIR ALLOWANCE This pay item shall consist of the repair, replacement and/or modification of any existing irrigation system or system component within the limits of the work area that is damaged or whose function/operation is adversely impacted by the construction of the proposed improvements. All work shall be completed in a manner that is satisfactory to the property owner and the Owner. All existing irrigation systems shall be assumed to be in good condition and fully operational unless the Contractor has inspected, noted and documented some specific damage to a system that exists, prior to starting construction. Contractor may want to contact the property owners prior to construction to determine the limits of all existing irrigation systems, the location of sprinkler heads and other system components and to identify and document any existing damage. All repairs to the irrigation systems should be completed as soon as possible after the damage is discovered. Any damage to existing grass, trees or landscaping resulting from lack of water due to damaged or inoperable irrigation systems shall be the sole responsibility of the Contractor to replace.

Measurement and Payment shall be made on the basis of price bid per lump sum (LS) and shall be total compensation for furnishing all materials, tools, equipment, labor, and any other incidentals necessary to complete the work, including replacing any sod, trees, or landscaping damaged during the course of construction due to the lack of adequate watering or the inability to operate an existing irrigation system resulting from the construction.

36. Bid Item 36, COFFERDAM This item shall be measured and paid for by lump sum. This price is full compensation for all labor, materials, equipment, and incidentals required to construct the cofferdam, dewater, and as necessary remove debris and silts at bottom of creek bed. Bid item shall also include temporary supports, jacks, and associated foundations for temporary support of existing sanitary sewer pipe. Bid item shall also include labor, materials, and equipment required to provide safe access to the project site for the engineer to conduct a hands-on, visual inspection of the aerial crossing broken pier. Contractor will be paid after engineer’s hands-on, visual inspection.

Design and installation of temporary support is at the Contractor’s expense.

37. Bid Item 37, EXISTING PIER REMOVAL This item shall be measured and paid for by lump sum. This price is full compensation for demolition, loading, hauling, disposal, stockpiling, removal of appurtenances, excavation and backfill, equipment, labor, tools and incidentals associated with removal of the existing Pier No. 2.

Page 86: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Mesquite Contract No. 2020-020 TECHNICAL SPECIFICATIONS 07/06/2020 TS-12

38. Bid Item 38, 18” DIAMETER DRILLED SHAFT

This item shall be measured and paid for by the linear foot. Drilled shaft foundation length shall be measured from bottom of the shaft to the bottom of the replacement pier cap. This price is full compensation for excavation; furnishing, placing, and removing casing; furnishing and placing reinforcing steel; pumping; furnishing and placing concrete, including additional concrete required to fill an oversize casing; conducting slump tests; backfilling; disposing of cuttings; construction of temporary earthen work platform for equipment; and materials, tools, equipment, labor, and incidentals.

When the bottom of a drilled shaft is placed at an elevation below plan grade, no direct payment will be made for extra reinforcement placed to support the cage. The extra reinforcement will be considered subsidiary to the price bid per foot of shaft. No extra payment will be made for casings left in place.

No payment will be made for “18” Diameter Drilled Shaft” until the concrete has been placed.

39. Bid Item 39, REPLACEMENT PIER CAP This item shall be measured and paid for by the cubic yard of Class “C” concrete. This price is full compensation for furnishing, hauling, and mixing concrete materials; furnishing, bending, fabricating, splicing, welding and placing the required reinforcement; clips, blocks, metal spaces, ties, wire, or other materials used for fastening reinforcement in place; placing, finishing, and curing concrete; applying ordinary surface finish; furnishing and installing a neoprene pad; furnishing, galvanizing, welding, and installing the anchor bolts, washers, nuts, and steel for the tie-down straps; forms and falsework, equipment, labor, tools, and incidentals.

Design and installation of foundations for falsework is at the Contractor’s expense.

40. Bid Item 40, PIER REPAIR This item shall be measured and paid for by lump sum. This price is full compensation for furnishing, placing, and curing all repair materials; removing concrete; saw-cutting; cleaning reinforcing steel; supplying and installing replacement or supplemental reinforcing steel, drive pins, studs, or expansion bolts; furnishing and installing a neoprene pad; furnishing, galvanizing, and installing anchor bolts, nuts, and washers; and equipment, labor, and incidentals.

END OF SECTION

Page 87: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Mesquite Contract No. 2020-020 TECHNICAL SPECIFICATIONS 07/06/2020 TS-13

SECTION 200

REGULATORY REQUIREMENTS

1.01 LOCAL

Comply with the City of Mesquite and Town of Sunnyvale standards for permits, materials, and workmanship, as a minimum.

1.02 STATE

Comply with OSHA & State regulations and laws related to trench safety, confined space, cranes, traffic control, and other safety regulations related to this construction and applicable TCEQ regulations and laws, as a minimum. The right is reserved by The City to allow all interested parties with a vested interest in the work to have access to the work. If inspections are to be performed by vested interested parties, Contractor shall assist in those inspections. This shall include inspection of work in progress, completed work, material on hand, and material manufactured but not shipped.

1.03 FEDERAL

Comply with, as a minimum:

Department of Labor

Occupational Safety and Health Administration Standards (29 CFR 1926/1910), Latest Edition

Americans with Disabilities Act of 1990

Immigration Reform and Control Act 1986

Environmental Protection Agency

END OF SECTION

Page 88: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Mesquite Contract No. 2020-020 TECHNICAL SPECIFICATIONS 07/06/2020 TS-14

SECTION 300

SHOP DRAWINGS, PRODUCT DATA AND SAMPLES

PART 1 – GENERAL

A. Related Requirements Specified in Other Sections. 1. Division 1 - General Requirements 2. Technical sections requiring submittals.

B. Designate in the construction schedule, or in a separate coordinated schedule, the dates for submission and the dates that reviewed shop drawings, product data and samples will be needed.

C. Shop drawings, product data and samples are not considered a part of Contract Documents.

D. Reproduction Note. The use of reproductions of the contract plans by any contractor, subcontractor, erector, fabricator or material supplier in lieu of preparation of shop drawings will be permitted. However, it will signify his acceptance of all information shown therein as correct, and obligates himself to any job expense, real or implied, arising due to any errors that may occur thereon. In addition, all references to Huitt-Zollars, Inc., and its subconsultants, including all engineer’s seals, are to be removed if these contract drawings are to be used as shop drawings.

1.01 DATA REQUIRED

A. Furnish engineering data covering all materials and equipment in this contract. The data should be prepared and transmitted promptly following execution of the general contract.

B. All data needed to determine the following facts shall be submitted. 1. Conformance to specifications, including: kind, type, size, arrangement,

finishes, and operation of component materials and devices. 2. Conformance to plans, including dimensions, materials, orientation,

appearance, external connections and anchorages, and installation clearances.

3. Specific purpose or design conditions and adequacy to meet same: weights, dynamic loads, supports required, and operating characteristics.

4. Coordination with other work, including items needed by this trade, but furnished by others, and information needed by others to perform their part.

5. In all cases, the Contractor shall clearly mark, on the front of the submittal, the section of the specifications or item that is being referred to.

Page 89: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Mesquite Contract No. 2020-020 TECHNICAL SPECIFICATIONS 07/06/2020 TS-15

C. The manufacturer shall furnish complete and accurate drawings of the equipment, including plan, front, and sectional or side views, base details, schematics, and wiring diagrams. All drawings shall be submitted to the City for review.

D. The manufacturer shall furnish full documentation on all hardware supplied with the system. This will include assembly listings.

E. Each equipment supplier or manufacturer shall furnish the required number of detailed operation and maintenance manuals for each piece of equipment supplied as specified in Paragraph 1.08. Some manufacturers may identify this type of documentation as a Service Manual.

1.02 SHOP DRAWINGS

A. Preparation by a qualified detailer is required.

B. Where necessary for clarity, identify details by reference to sheet and detail numbers, as shown on the Contract Drawings.

C. Include on the drawing all information required for submission or submit transmittal letter containing require information.

D. Submit the number of copies which the Contractor requires, plus required copies to be distributed.

1.03 PRODUCT DATA

A. Modify the manufacturer’s standard schematic drawings to delete or supplement information as applicable.

B. For manufacturer’s catalog sheets, brochures, diagrams, schedules, performance charts, illustrations and other descriptive data: 1. Clearly mark each copy to identify pertinent materials, products or

models. 2. Show dimensions and clearances required. 3. Show performance characteristics and capacities. 4. Show wiring diagrams and controls.

C. Include on the data all information required for submission or submit transmittal letter containing required information.

D. Submit the number of copies which the Contractor requires plus required copies to be distributed.

Page 90: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Mesquite Contract No. 2020-020 TECHNICAL SPECIFICATIONS 07/06/2020 TS-16

1.04 SUBMISSION REQUIREMENTS

A. Accompany submittals with a transmittal letter. Number the submittals consecutively within a section. For example, the first submittal in Section 09345 would be numbered 09345-1. For resubmittals, use the suffix letters A for second submittal, B for the third, etc.

B. Include the following information for each submittal 1. Date and revision dates. 2. Project title and number, Owner. 3. The names of:

a. Consulting Engineer. b. Contractor. c. Subcontractor. d. Supplier. e. Manufacturer.

4. Identification of product or material. 5. Relation to adjacent structure or materials. 6. Field dimensions clearly identified as such. 7. Specification section number. 8. Applicable standards, such as ASTM number or Federal Specification. 9. A blank space on each shop drawing, approximately 5" x 5", for the City’s

stamp. 10. Identification of deviations from Contract Documents 11. Contractor’s stamp, initialed or signed, certifying review of submittal,

verification of field measurements and compliance with Contract Documents. The Contractor’s stamp shall be in green ink.

C. Submit all required shop drawings, product data and samples for a product at one time. Suitably organize and index 8-1/2” x 11”, 11” x 17” and other compatibly sized material. Larger shop drawings may be submitted together either rolled or folded. Include an index.

1.05 RESUBMISSION REQUIREMENTS

A. Revise initial drawings as required and resubmit as specified for initial submittal.

B. Indicated on drawings and changes which have been made, including those requested by the City.

C. Submit new data as required for initial submission.

Page 91: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Mesquite Contract No. 2020-020 TECHNICAL SPECIFICATIONS 07/06/2020 TS-17

1.06 NUMBER OF COPIES REQUIRED

A. For all data which requires review, the Contractor shall submit all of the required number of copies in the original submittal. 1. The minimum number of copies required for review and distribution is:

Owner’s File 2 Contractor’s File 1 Contractor’s Field Copy 1 Supplier’s Copy 1

Engineer’s Copy 1 6 (Total Minimum)

To the above number, up to two additional copies may be added as required by the Contractor.

2, For no review items, such as parts lists and operation or maintenance manuals, the number of copies required for distribution is:

Owner’s File Copies 1 Owner’s Operating Division File 1

Total Copies 2

1.07 ROUTING OF SUBMITTALS

Approved data and routine correspondence should be routed as follows according to type of submittal.

A. Shop Drawings, Product Data and Samples. 1. Supplier to Contractor (through representative if applicable) for

preliminary check. 2. Contractor to Engineer and Owner for review and comment. 3. Engineer and Owner to Contractor. 4. Contractor to Supplier.

B. Work Schedules, Application for Payment, Change Order and Other Submittals 1. Contractor to Engineer and Owner for review and comment. 2. Engineer and Owner to Contractor.

1.08 ADDRESSES FOR COMMUNICATIONS

A. Owner: Christina Hickey, P.E. Infrastructure Asset Manager City of Mesquite 1515 N. Galloway Avenue – Physical Address P. O. Box 850137 – Mailing Address Mesquite, Texas 75185-0137

Page 92: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Mesquite Contract No. 2020-020 TECHNICAL SPECIFICATIONS 07/06/2020 TS-18

Phone: (972) 216-6432

B. Engineer: Guillermo Juarez, P.E. Project Manager Huitt-Zollars, Inc. 1717 McKinney Avenue, Suite 1400 Dallas, Texas 75202-1236 Phone: (214) 871-3311

1.09 PROJECT TRANSMITTAL FORM

Contractor will use the Project Transmittal Form (or a similar form) included for transmitting submittals. Number the submittals consecutively within each section. For resubmittals, use the suffix letters A for Second submittal, B for third, etc.

1.10 PROJECT CLOSEOUT

With the written notice of completion, submit the following items in the proper form as a condition of final acceptance of the work.

A. Project Record Documents. Keep one (1) set of current as-built drawings to be submitted at completion of work as a condition of final acceptance.

B. Guarantees, Warranties and Bonds. Submit as required in the General and Supplementary Conditions and listed in various sections of the specifications.

C. Notarized signed affidavit of Final Payment and Release.

D. Officer's signature on Final Estimate for Payment.

1.11 EXAMPLE TRANSMITTAL FORM

Attach a copy of this form to each copy of the submittal: (See Next Page for Form)

Page 93: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Mesquite Contract No. 2020-020 TECHNICAL SPECIFICATIONS 07/06/2020 TS-19

CITY OF MESQUITE LARGE DIAMETER RCP SANITARY SEWER REHABILITATION BY CURE-IN-PLACE-PIPE (CIPP), PHASE 4

CONTRACT 2020-020 Transmittal No./Submittal No. _______________________________________________ Contractor: ______________________________________________________________ Description of Item: _______________________________________________________ Manufacturer: ____________________________________________________________ Supplier: ________________________________________________________________

Exceptions to Contract Documents: (Yes) or (None) (If yes, list on separate sheet with reasons)

Comments:

CONTRACTOR’S REVIEW STAMP OWNER’S REVIEW STAMP

END OF SECTION

Page 94: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Mesquite Contract No. 2020-020 TECHNICAL SPECIFICATIONS 07/06/2020 TS-20

SECTION 400

TRENCH SAFETY DESIGN

PART 1 – GENERAL

1.01 SECTION INCLUDES

A. All geotechnical, structural or other design considerations necessary for trench safety design.

1.02 REFERENCES

A. Department of Labor criteria and OSHA safety and health standards (29 CFR 1926/1010), and Texas trench safety criteria.

1.03 SYSTEM DESCRIPTION

A. Design Requirements. Design to be signed and sealed by a Registered Texas Professional Engineer. Engineer shall have sufficient professional engineering competence to designate necessary geotechnical investigation, interpret geotechnical information, and formulate structural design.

B. Performance Requirements. Provide for safety of all personnel and the public present in or adjacent to any trench constructed under the scope of this contract.

C. Trench safety design must not require excessive excavation, excessive slopes, or pavement removal along Belt Line Road. Contractor is to protect existing pavement and adjacent structures.

1.04 SUBMITTAL

A. Submit trench safety design to Owner for file.

1.05 QUALITY INSURANCE

A. Engineer to have completed a minimum of 20 trench safety designs in the last two (2) years and have had no trench safety design failures.

B. Regulatory Requirement. Conform to any local, State, and Federal laws, rules, regulations, and ordinances covering design and trench safety designs.

PART 2 – PRODUCTS Not used in this section.

Page 95: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Mesquite Contract No. 2020-020 TECHNICAL SPECIFICATIONS 07/06/2020 TS-21

PART 3 – EXECUTION

3.01 PREPARATION

Prepare and submit trench safety design to the City.

3.02 FIELD QUALITY CONTROL

Inspect the work with sufficient regularity to assure compliance with trench safety design.

END OF SECTION

Page 96: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Mesquite Contract No. 2020-020 TECHNICAL SPECIFICATIONS 07/06/2020 TS-22

SECTION 500

CONFINED SPACE SAFETY PROGRAM

PART 1 – GENERAL

1.01 SECTION INCLUDES

Furnishing, installing, operating, and maintaining procedures, including equipment, materials and personnel for providing safe access and working conditions in confined spaces according to OSHA Regulations.

1.02 REFERENCES

Department of Labor Occupational Safety and Health Standards (29 CFR 1910 “Confined Spaces” and 29 CFR 1926.800 “Tunnels and Shafts”).

1.03 SUBMITTAL

Submit Confined Space Safety Program to City for review.

1.04 QUALITY ASSSURANCE

A. Regulatory Requirement: Conform to any local, State, and Federal laws, rules, regulations, and ordinances covering confined space safety procedures for construction.

B. The City’s review and approval of the program does not relieve the Contractor of the responsibility for maintaining a safe working environment according to the above OSHA Regulations.

PART 2 – PRODUCTS

Not included in this section.

PART 3 – EXECUTION

3.01 PREPARATION

Prepare and submit a Confined Space Safety Program to the City. The program shall include all procedures and steps taken between and during each phase of the construction. The program shall outline required permit program, safe access into shafts and tunnels, proper ventilation, testing for air quality, emergency provisions, illumination, fire prevention and personal protective equipment in accordance with OSHA regulations.

Page 97: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Mesquite Contract No. 2020-020 TECHNICAL SPECIFICATIONS 07/06/2020 TS-23

3.02 FIELD QUALITY CONTROL

Contractor must monitor confined space safety procedures at all times to assure compliance with the Confined Space Safety Program submitted to the City.

END OF SECTION

Page 98: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Mesquite Contract No. 2020-020 TECHNICAL SPECIFICATIONS 07/06/2020 TS-24

SECTION 600

CLEAN UP

PART 1 – GENERAL

A. Finished Grades: 1. Final cleanup and smoothing of any affected areas shall be done by

blading and shall be subject to inspection and approval by the Owner. 2. No extra payment shall be made for finish grading around the “work.”

B. During Construction: 1. During construction of the work, the Contractor shall, at all times, keep

the site of the work and adjacent affected premises free from material, debris, and rubbish, and shall remove same from any portion of the site as directed by the City, if in the opinion of the City, such material, debris, or rubbish constitutes a nuisance or is objectionable.

2. No items of work will be considered complete for payment purposes until required clean-up has been performed.

C. Final Cleanup: 1. At the conclusion of the work, all tools, temporary structures, and

materials belonging to the Contractor shall be promptly removed, and all dirt, rubbish, and other foreign substances shall be disposed of in a manner satisfactory to the City.

2. The Contractor shall thoroughly clean all equipment and materials installed by him and shall deliver over such materials and equipment undamaged in a bright, clean, polished, and new appearing condition.

PART 2 – PRODUCTS (NOT USED)

PART 3 – EXECUTION (NOT USED)

END OF SECTION

Page 99: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Mesquite Contract No. 2020-020 TECHNICAL SPECIFICATIONS 07/06/2020 TS-25

DIVISION 2 SITE WORK

Page 100: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Mesquite Contract No. 2020-020 TECHNICAL SPECIFICATIONS 07/06/2020 TS-26

SECTION 1000

PROJECT SITE WORK

PART 1 – GENERAL

1.01 SECTION INCLUDES

A. Provide site preparation as shown on the drawings and specified herein. Work shall consist of, but is not limited to the following: 1. Protection of all utilities and site improvements including, but not limited to,

storm sewer, sanitary sewer, water, irrigation, petroleum pipelines, television, and electrical and telephone transmission lines. Contractor shall repair at no extra cost to the Owner, any utility damaged during construction. Coordination of such repair shall be coordinated with governing utility.

2. Clearing, grubbing and topsoil stripping of areas for excavation and embankment, and stockpiling of this material in a safe manner so as to prevent contamination and erosion of the material.

3. Protection of all trees and other vegetation as indicated in field by Owner. 4. Replacing any landscaping damaged or disturbed during construction

operations. 5. Gaining construction access to the sewer main including removal of

manhole ring and cover, removal of manhole cone section, etc. and replacement of these same items to City requirements

6. Repairing and/or replacing damaged or disturbed pavement and structures in the work area.

7. Dewatering as required.

PART 2 – PRODUCTS (NOT USED)

PART 3 – EXECUTION

3.01 PROTECTION

A. Locate existing utilities; provide adequate protection and support during construction operations. If uncharted or incorrectly charted piping or other utilities are encountered during earthwork, consult utility company and Owner immediately for directions as to procedure. Cooperate with Owner, and public and private utility companies to keep their services and facilities in operation. Repair damaged utilities to the satisfaction of utility owner.

B. Protect improvements on site and along access route; provide barricades, coverings, or other types of protection as necessary to prevent damage. Restore to original condition improvements damaged by the work.

Page 101: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Mesquite Contract No. 2020-020 TECHNICAL SPECIFICATIONS 07/06/2020 TS-27

C. Protect existing trees and vegetation not designated for removal, against unnecessary cutting, breaking, bruising, smothering by stockpiling excavated materials within drip line, or parking of vehicles within drip line. Provide temporary fences, tree wells, barricades or guards; repair or replace trees and vegetation damaged by construction operations.

3.02 SITE CLEARING

A. Remove trees, brush, grass, weeds, and other vegetation, and obstructions that interfere with proposed construction. All trees to be removed shall be flagged in the field by the Contractor and verified with the Owner, prior to removal.

END OF SECTION

Page 102: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Mesquite Contract No. 2020-020 TECHNICAL SPECIFICATIONS 07/06/2020 TS-28

SECTION 2000

TECHNICAL SPECIFICATION FOR WASTEWATER MAIN CLEANING

PART 1 GENERAL 1.1 Scope of Work

Furnish all the necessary materials, equipment, tools, labor, and associated appurtenances for cleaning the wastewater mains as shown on the drawings and specified herein. Cleaning includes, but not limited to, removing foreign materials from the mains in preparation for television inspection for sewer evaluation.

1.2 Related Work

• Technical Specification for Television Inspection of Wastewater Mains

• Technical Specifications for Rehabilitation of Existing Wastewater Main by Cured-in-Place Pipe (CIPP)

PART 2 PRODUCTS 2.1 Cleaning Equipment

Selection of cleaning equipment and method of cleaning must be based on the condition of the wastewater mains at the time work commences and subject to the Owner's approval. All cleaning equipment and devices shall be operated by experienced personnel. The Owner may require the Contractor to demonstrate the performance capabilities of the proposed cleaning equipment. If the cleaning equipment does not give the desired results required by the Owner, different equipment shall be used to achieve the desired result. More than one type of equipment/attachments may be required at any particular location(s).

PART 3 EXECUTION 3.1 Wastewater Main Cleaning

A. Base selection of the equipment on the conditions of mains at the time work commences. The equipment and methods selected are subject to the Owner’s approval. The equipment must be capable of removing dirt, grease, rocks, sand, and other materials and obstructions from the wastewater mains. The cleaning must remove all materials down to a sound pipe wall.

B. When hydraulic or high-velocity cleaning equipment is used, install a suitable

sand trap, weir, dam or suction device in the downstream manhole so that solids and debris are trapped for removal.

Page 103: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Mesquite Contract No. 2020-020 TECHNICAL SPECIFICATIONS 07/06/2020 TS-29

C. 1. High-pressure water blasting with a minimum of 3,500 psi shall be used to clean all foreign material within the manhole.

2. When grease and oil are present within the manhole, an approved detergent or muratic acid shall be used integrally with the high pressure cleaning water.

3. All materials resulting from the cleaning of the manholes shall be removed prior to application of the cement based coating for base repair/ resurfacing.

4. All loose or defective brick, grout, ledges, steps and protruding ledges shall be removed to provide an even surface prior to install Armorock new polymer manhole riser.

3.2 Final Acceptance

The final inspection of the sewer main cleaning will be either a television inspection, onsite inspection, or a combination of both methods as determined by the Owner. The cleaning must be to the satisfaction of the contractor and the Owner. If inspection shows the cleaning to be insufficient, re-clean and re-inspect the main until cleaning is approved by the Owner.

END OF SECTION

Page 104: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Mesquite Contract No. 2020-020 TECHNICAL SPECIFICATIONS 07/06/2020 TS-30

SECTION 3000

TECHNICAL SPECIFICATION FOR

MANHOLE CLEANING PART 1 GENERAL 1.1 Scope of Work

Furnish all the necessary materials, equipment, tools, labor, and associated appurtenances for cleaning the manholes to be rehabilitated as shown on the drawings and specified herein. Cleaning includes, but not limited to, removing foreign materials from the manholes in preparation for manhole repairs and raven coating.

1.3 Related Work

• Technical Specification for Manhole Repairs.

• Technical Specifications for Raven Coating. PART 2 PRODUCTS 2.1 Cleaning Equipment

Selection of cleaning equipment and method of cleaning must be based on the condition of the manholes at the time work commences and subject to the contractor and the Owner's approval. All cleaning equipment and devices shall be operated by experienced personnel. The Owner may require the Contractor to demonstrate the performance capabilities of the proposed cleaning equipment. If the cleaning equipment does not give the desired results required by the Owner, different equipment shall be used to achieve the desired result. More than one type of equipment/attachments may be required at any particular location(s).

PART 3 EXECUTION 3.1 Wastewater Manhole Cleaning

Base selection of the equipment on the conditions of manholes at the time work commences. The equipment and methods selected are subject to the Owner’s approval. The equipment must be capable of removing dirt, grease, rocks, sand, and other materials and obstructions from the wastewater manholes.

1. High-pressure water blasting with a minimum of 3,500 psi shall be used to

clean all foreign material within the manhole. 2. When grease and oil are present within the manhole, an approved detergent or

muratic acid shall be used integrally with the high pressure cleaning water.

Page 105: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Mesquite Contract No. 2020-020 TECHNICAL SPECIFICATIONS 07/06/2020 TS-31

3. All materials resulting from the cleaning of the manholes shall be removed prior to application of the cement based coating for base repair/ resurfacing.

4. All loose or defective brick, grout, ledges, steps and protruding ledges shall be removed to provide an even surface prior to application of the cement based coating.

5. The floor and interior walls of the manhole shall be thoroughly cleaned and made free of all foreign materials including dirt, grit, roots, grease, sludge and all debris or material that may be attached to the wall or bottom of the manhole.

3.3 Final Acceptance

The final inspection of the manhole cleaning will be onsite inspection, or as determined by the contractor and the Owner. The cleaning must be to the satisfaction of the Owner. If inspection shows the cleaning to be insufficient, re-clean and re-inspect the manhole until cleaning is approved by the Owner.

END OF SECTION

Page 106: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Mesquite Contract No. 2020-020 TECHNICAL SPECIFICATIONS 07/06/2020 TS-32

SECTION 4000

REMOVE AND DISPOSE DEBRIS PART 1 GENERAL

1.1 SECTION INCLUDES

A. Remove and dispose debris from cleaning sewer mains and manholes.

1.2 DEFINITIONS A. Remove and Dispose: Clearing sewer mains of obstructions to allow for

rehabilitation by remove and dispose debris. B. Sewer Lines: Gravity flow pipe lines in the right-of-way which collect sanitary

sewer discharges from commercial or residential service lines and discharge into another sewer line (main or collector), or into a lift station or treatment plant.

PART 2 EXECUTION

3.1 PROTECTION

A. Do not allow soil, sand, debris or runoff to enter sewer system.

3.2 REMOVE AND DISPOSE DEBRIS FROM CLEANING

A. Remote Device: Remove obstructions identified on videotape of a sanitary sewer line segment which could cause a non-uniform CIPP installation or obstruction during installation. Obtain authorization from the Owner for obstruction removal with a remote device before proceeding.

1. To remove other obstructions, use a remote device. Pull or drive the

device from manhole to manhole up to a continuous length of 500 feet using a solid steel mandrel, porcupine, root saw, bucket, robotic cutter or similar device to remove the obstruction. Select a device that is adequately sized to remove the obstruction.

END OF SECTION

Page 107: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Mesquite Contract No. 2020-020 TECHNICAL SPECIFICATIONS 07/06/2020 TS-33

SECTION 5000

TECHNICAL SPECIFICATION FOR TELEVISION (TV) INSPECTION OF WASTEWATER MAINS

PART 1 GENERAL 1.1 Scope of Work

Furnish all the necessary materials, equipment, tools, labor, and associated appurtenances for television inspection of wastewater mains as shown on the drawings and specified herein.

1.2 Purpose and Schedule of Television Inspection: 1.2.1 Pre-Construction Television Inspection:

A pre-construction television inspection shall be performed for all wastewater mains to be rehabilitated. The purpose of this television inspection is to locate or confirm the breaks, obstacles and service connections. In addition, this also verifies if the wastewater mains are properly cleaned in preparation for rehabilitation and identifies areas in the existing main that may require repair. The inspection will be done one manhole section at a time and the flow in the section being inspected will be suitably controlled as specified in the Wastewater Flow Control and Bypass Pumping section of these specifications.

1.2.2 Post Construction Television Inspection:

A post-construction television inspection shall be performed for all wastewater mains including new installation, replacement or rehabilitation. This television inspection shall be performed upon reconnection of all service laterals along with installation or rehabilitation of wastewater main.

PART 2 EQUIPMENT 2.1 Television Camera

The television camera used for the inspection shall be specifically designed and constructed for such inspection. Lighting for the camera shall allow a clear picture of the entire periphery of the pipe above the existing flow. The camera shall be operative in 100% humidity conditions. The camera, television monitor, and other components of the video system shall produce a picture quality to the satisfaction of the Engineer, and if the picture quality is not satisfactory, TV inspection equipment shall be removed. No payment will be made for an unsatisfactory inspection.

Page 108: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Mesquite Contract No. 2020-020 TECHNICAL SPECIFICATIONS 07/06/2020 TS-34

2.2 Communication Equipment When manually operated winches are used to pull the television camera through the main, two-way radio or other suitable means of communication shall be set up between the two manholes of the section being inspected to insure good communications between members of the crew.

PART 3 EXECUTION 3.1 Camera Movement

The camera shall be moved through the main in either direction at a moderate rate, panning for laterals and stopping when necessary to permit proper documentation of the wastewater main's condition. In no case will the television camera be pulled at a speed greater than 30 feet per minute. Manual winches, power winches, TV cable, and powered rewinds or other devices that do not obstruct the camera view or interfere with proper documentation of the wastewater main's conditions shall be used to move the camera through the wastewater main.

3.2 Distance Measurements

The importance of accurate distance measurements is emphasized. Measurement for location of defects shall be above ground by means of a meter device. Marking on the cable or the like, which would require interpolation for depth of manhole will not be allowed. Accuracy of the distance meter shall be checked by use of a walking meter, roll-a-tape, or other suitable device, and the accuracy shall be satisfactory to the Engineer.

3.3 Documentation:

Documentation of the television results shall be as follows: 3.3.1 Television Inspection Logs Printed location records shall be kept by the Contractor and will clearly show the

location in relation to an adjacent manhole of each infiltration point observed during inspection. In addition, other points of significance such as locations of building wastewater mains, unusual conditions, roots, storm sewer connections, broken pipe, presence of scale and corrosion, and other discernible features will be recorded and a copy of such records will be supplied to the Owner in DVD MPG4 format.

END OF SECTION

Page 109: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Mesquite Contract No. 2020-020 TECHNICAL SPECIFICATIONS 07/06/2020 TS-35

SECTION 6000

TECHNICAL SPECIFICATION FOR WASTEWATER FLOW CONTROL AND BYPASS PUMPING

PART 1 GENERAL 1.1 Scope of Work

Furnish all the necessary materials, equipment, tools, labor, and associated appurtenances to control the wastewater flow in conjunction with cleaning, television inspection, point repairs, obstruction removal and other related works. Wastewater flow diversion must not cause flooding or damage to public or private property. The wastewater flow shall be bypassed while plugging the upstream manhole for the section of main being worked in areas to receive cured-in-place, or open cut applications as necessary.

1.2 Related Works

• Technical Specification for Wastewater Main Cleaning

• Technical Specification for Television Inspection of Wastewater Mains

• Technical Specifications for Rehabilitation of Existing Wastewater Main by Cured-in-Place Pipe (CIPP)

PART 2 METHODS OF WASTEWATER FLOW CONTROL The Contractor shall coordinate with the Owner regarding the method of wastewater

flow control to be used. All methods to be utilized must be pre-approved prior to any construction.

2.1 Plugging or Blocking

Plugging or blocking typically includes insertion of a plug into the upstream manhole of the line section being worked. A plug in the downstream manhole also may be required to prevent any backflow.

2.2 Bypassing Pumping Bypass pumping typically includes flow diversion from the upstream manhole to the downstream manhole of the line section being worked.

2.3 Divert Flow

The contractor should request and inspect the existing sewer mains prior to bidding. The Average Dry Weather Flow is approximately 2.98 MGD at GIS MH #5640 (SW Quadrant US 80 Hwy and IH 635 intersection) and 5.14 MGD at GIS MH#1794

Page 110: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Mesquite Contract No. 2020-020 TECHNICAL SPECIFICATIONS 07/06/2020 TS-36

(Paschall Park, North of New Market Road) (City of Mesquite 2011 Master Plan Study).

PART 3 PRODUCTS 3.1 Plugs

The plugs must be so designed that all or any portion of the wastewater can be released.

3.2 Bypass Pumps When total bypassing and pumping are required, the pumps, conduits, and other equipment shall be supplied to divert the flow of wastewater around the line section where construction or rehabilitation work is to be performed. The total bypass system must have sufficient capacity to handle peak average dry weather flow with a 50% redundancy. The Contractor is responsible for furnishing the necessary labor and supervision to set up and operate the pumping and bypassing. If pumping is required on a 24 hour basis, engines with hospital rated noise suppression equipment shall be used.

PART 4 EXECUTION 4.1 Flow Control Precautions

When flow in a wastewater main is plugged, blocked, or bypassed; sufficient precautions shall be taken to protect the wastewater main from damage that might result from wastewater surcharging. Further, precautions shall be taken to insure that wastewater flow control operations do not cause flooding or damage to public or private property being served by the wastewater mains involved. The Contractor is advised to schedule his work in section lengths such that in the event of a rainstorm that might cause an increase in the wastewater flow, the work can be adequately secured, flow diversion stopped and flow resumed back in the existing main, without any damage to the new work.

4.2 Limitations and Constraints

• The flow diversion equipment and facilities must be located such that local traffic, private property access, or any public activities are not interrupted.

• Where diversion piping crosses side streets, alleys, and driveways, provide asphalt ramps and covers over the piping to facilitate any traffic. Provide pedestrian cross-over ramps and walkways where needed or requested by the Owner. Do not open cut streets, alleys, or driveways to bury piping.

• It is the Contractor's responsibility to divert incoming flow from all service connections and laterals. Provide all the necessary materials and equipment to tie this flow into the main diversion system.

Page 111: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Mesquite Contract No. 2020-020 TECHNICAL SPECIFICATIONS 07/06/2020 TS-37

• Flow diversion materials and equipment must be in place and successfully operating for a period of four hours prior to starting any rehabilitation work requiring flow diversion.

• Reduce flow to within the limits required for TV inspection. After the work has been completed, restore flow to normal.

• The Contractor is responsible for keeping pumping engine noise complaints from the citizens to a minimum, sound attenuated pumps will be required. The Owner will terminate all pumping activities if noise control is not adequately addressed.

• The Contractor must monitor the sanitary sewer by-pass at all times during operation to detect possible overflow events.

• The Contractor shall maintain a 24 hour pump watch and monitor weather forecast.

• If the national weather service or local weather service forecast the possibility of heavy rain within 48 hrs. of CIPP installation, the City would have the right to postpone the operation.

END OF SECTION

Page 112: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Mesquite Contract No. 2020-020 TECHNICAL SPECIFICATIONS 07/06/2020 TS-38

SECTION 7000

TECHNICAL SPECIFICATION FOR REHABILITATION OF EXISTING WASTEWATER MAIN

BY CURED IN PLACE PIPE (CIPP) PART 1: GENERAL 1.1 Scope of Work

Furnish all materials, labor, equipment, tools, and required incidentals for providing and installing a flexible tube saturated with a thermosetting, sulfuric acid corrosion resistant, polyester, vinyl ester, or epoxy resin, either inverted or pulled into the existing wastewater main such that when properly cured, extends from one manhole to the next in a continuous, tight-fitting, corrosion resistant, watertight pipe. The liner shall be designed as a full structural replacement for the existing pipeline.

• Inversion Method

Insertion of a resin impregnated tube into the existing wastewater main using an inversion standpipe under a hydrostatic head or air pressure.

1.2 Related Works

• Technical Specification for Wastewater Flow Control and Bypass Pumping

• Technical Specification for Wastewater Main Cleaning

• Technical Specification for Television Inspection of Wastewater Mains PART 2: QUALITY ASSURANCE

2.1 Reference Standards Unless otherwise stated, the latest editions of the following documents are applicable for this specification: ASTM F1216 Standard Practice for Rehabilitation of Existing Pipelines and

Conduits by the Inversion and Curing of a Resin Impregnated Tube ASTM D638 Standard Test Method for Tensile Properties of Plastics ASTM D790 Standard Test Methods for Flexural Properties of Unreinforced and

Reinforced Plastics and Electrical Insulating Materials

Page 113: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Mesquite Contract No. 2020-020 TECHNICAL SPECIFICATIONS 07/06/2020 TS-39

ASTM F1743 Standard Practice for Rehabilitation of Existing Pipelines and

Conduits by Pulled-in-Place Installation of Cured-in-Place Thermosetting Resin Pipe (CIPP)

ASTM D5813 Standard Specification for Cured-in-Place Thermosetting Resin

Sewer Piping Systems ASTM D2990 Standard Test Methods for Tensile, Compressive, and Flexural

Creep and Creep-Rupture of Plastics

2.2 Qualification Requirements 2.2.1 Manufacturer/Installer:

No work by other than the CIPP manufacturer that involves this rehabilitation process will be accepted, unless such installers or companies are certified and licensed by the CIPP manufacturer for such work and are approved by the Owner. In addition, Manufacturer/Installers must meet the following criteria to be deemed commercially acceptable: This information must be submitted with the contractor’s qualifications statement 48 hours after bid opening.

• Must satisfy all insurance, financial, and bonding requirements of the Owner, and must have had at least 5 (five) years active experience in the commercial installation.

• Must successfully installed at least 500,000 feet of the cured-in-place product intended for use on this project in wastewater collection systems in the U.S. with at least 100,000 feet installed in the State of Texas.

• Manufacturer/ Installer’s project manager must have a minimum of 5 years of CIPP installation experience, while under the employment of the Manufacturer/ Installer’s company.

• No Thirty Party wet-out will be allowed unless approved by the Manufacturer and Installer.

2.2.2 Product:

• For a product to be considered commercially proven, a minimum of 20 successful wastewater collection system projects with 30” or larger and 500,000 linear feet shall have been completed in the U.S. with the exact product intended for use on this project and documented to the satisfaction of the Owner to assure commercial viability.

• Both the rehabilitation manufacturing and installation processes shall operate under a quality management system which is third-party certified to ISO 9000 or other recognized third-party certified organization standards. Proof of certification shall be required for approval.

Page 114: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Mesquite Contract No. 2020-020 TECHNICAL SPECIFICATIONS 07/06/2020 TS-40

• Sewer rehabilitation products submitted for approval must provide third party test results supporting the structural performance (short-term and long-term) of the product and such data shall be satisfactory to the Owner. No product will be approved without independent third party testing verification.

2.3 Warranty

• A two-year warranty for the pipe shall be included from the Contractor for all the CIPP work including all repairs, materials, and installation at no additional to the owner.

• Unless otherwise specified, the warranty periods shall begin after the Certificate of Acceptance is issued for the Contract.

2.4 Submittal The Contractor shall furnish all necessary catalogs cut sheets, technical literature, shop drawings and engineering data to address the following documentations:

2.4.1 Material Data:

Type of resin tube material and its physical properties 2.4.2 Process Demonstration

• Submit detailed installation procedures including curing methods, curing temperatures, inversion methods, inversion or pull-in pressures, etc.

• Method of sealing liner at manholes.

2.4.3 Engineering Calculations:

Provide diameter, length, wall thickness and all structural design calculations for each wastewater main segment to be rehabilitated. All design calculations must be sealed by a State of Texas Registered Professional Engineer. The liner shall be designed as a full structural replacement for the existing pipeline.

2.4.4 Testing/Inspection Report

• Copies of certified independent laboratory tests on the proposed resin impregnated tube showing values for short term Flexural Modulus of Elasticity, Flexural Strength, and Tensile Strength. The testing laboratory must be a certified independent facility and not affiliated with the proposed CIPP manufacturer/installer. In addition, submit field test results from one previous CIPP project over the last three years using the same values shown.

2.4.5 References

• Provide three references of projects completed within last five years by the manufacturer in which a wastewater main was successfully rehabilitated using the

Page 115: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Mesquite Contract No. 2020-020 TECHNICAL SPECIFICATIONS 07/06/2020 TS-41

proposed materials. Include contact names, addresses and phone numbers of agencies involved.

2.4.6 ISO Certifications

• Both the manufacturer and installer shall operate under a quality management

system which is third-party certified to ISO 9000 or other recognized third-party certified organization standards. Proof of certification shall be required for approval.

PART 3 PRODUCTS 3.1 Resin

The resin system shall be a corrosion resistant polyester, vinyl ester or epoxy including all required catalysts, initiators that when cured within the tube create a composite that satisfies the requirements of ASTM F1216, Section 5.1 or ASTM F1743, Section 5.2.1 or ASTM D 5813, Sections 5 and 6. The resin shall produce a CIPP that will comply with the structural and chemical resistance requirements of this specification.

3.2 Lining Tube 3.2.1 Inversion Flexible Felt Tube

• A tube consisting of one or more layer of a non-woven felt material meeting the provisions of ASTM F1216, Section 5.1, can be used. The tube coating has to be an impermeable and flexible membrane. The resin must meet ASTM F1216, Section 5.2. Any fiberglass stranded mattes are not acceptable or composite liners are at the discretion of the Engineer.

• Size the tube to the existing wastewater pipe circumference and length between manholes as shown on drawings so it will stretch to fit irregular pipe sections; have sufficient strength to bridge missing pipe sections; and invert smoothly around bends. Allow for circumferential stretching during inversion.

3.2.2 Thickness: Tubes must have a uniform thickness that when compressed at installation pressures

will meet or exceed the design thicknesses. 3.2.3 Material Homogeneity: The tubes must be homogeneous across the entire wall thickness containing no

intermediate or encapsulated elastomeric delamination or dry unsaturated layers. 3.2.4 Color:

CIPP wall coloring after installation must be a white color that can give a clear detail examination with the closed circuit television inspection equipment.

Page 116: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Mesquite Contract No. 2020-020 TECHNICAL SPECIFICATIONS 07/06/2020 TS-42

3.2.5 Seams: Seams in the tube must be stronger than the unseamed felt. Joints must be spirally

formed and sewn with no perpendicular joint to the long axis. 3.2.6 Markings:

The Tube shall be marked for distance at regular intervals along its entire length, not to exceed 5 feet. Such markings shall include the manufacturers name or identifying symbol. The tubes must be manufactured in the USA.

PART 4: STRUCTURAL REQUIREMENTS 4.1 Design Standards:

The CIPP shall be designed as per ASTM F1216, Appendix X.1. The CIPP design shall assume no bonding to the original pipe wall.

4.2 Roughness Coefficient: Resin liner must be smooth and have an average “n” factor of 0.013 or lower. 4.3 Design Parameters:

The resin liner material and thickness must be designed by the manufacturer to meet the following minimum parameters:

• The existing pipe condition is classified as a Fully Deteriorated Gravity Flow

Pipe Condition (ASTM F1216 X 1.2.1). • Resin Impregnated Liner Design Properties:

Minimum Design Flexural Modulus of Elasticity 400,000 psi Minimum Flexural Strength 4,500 psi Design Creep Reduction Factor 50% Design Life 50 years

• Design Factors Enhancement Factor 7.0 Poisson's Ratio 0.3 Ovality 2% Minimum Safety Factor 2.0

Groundwater Depth (above invert of pipe) ½ Soil Depth Soil Modulus 1,000 psi Soil Density 120 pcf Live Load H-20 Highway 4.4 Special Considerations:

Page 117: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Mesquite Contract No. 2020-020 TECHNICAL SPECIFICATIONS 07/06/2020 TS-43

The manufacturer may propose design figures different from those above but they must be included on the Questionnaire and supported with documentation from independent laboratory tests backing the reason for the deviation. The Owner must approve any changes.

PART 5 EXECUTION 5.1.1 Preparatory Procedure

Adhere to the following conditions, unless approved otherwise by the Owner. After reviewing all television inspection videos and reports, but prior to starting any liner inversion process, make a plan of all work activities. All point repairs must be satisfactorily completed, equipment and material mobilized, and the Owner furnished a copy of the impending work schedules for liner installations.

5.1.1 Safety

Carry out operations according to all OSHA and manufacturer's safety requirements, drawing particular attention to those safety requirements involving working with scaffolding and entering confined spaces.

5.2 Installation The manufacturer's written instructions and procedures for installing CIPP submitted as part of “Section 2.4 Submittal” above will be used as a basis of quality control by the Owner.

5.3 Sealing Pipe in Manholes

Cut the liner flush with the existing pipe at the manhole walls. Rework the invert (smoothed and built up) to match the flow line of the new liner pipe. If due to broken or misaligned wastewater pipe at the manhole, the installed pipe fails to make a tight seal, apply a sealant at that point. The sealant must be compatible with materials used in the lining process and approved, in writing, by the Owner.

5.4 Service Connections

• In providing re-connection of existing wastewater services, select (cut) service connection to match existing service diameter of minimum 4”.

• It is the intent of these specifications that all service laterals be re-opened without excavation within 24 hours of beginning the inversion process, utilizing a remotely controlled cutting device, monitored by a CCTV.

• The Contractor shall certify a minimum of two complete functional cutters plus key spare components are on the job site before each installation or are in the immediate area of the jobsite and can be quickly obtained.

• Unless otherwise directed by the Owner or his authorized representative, all laterals will be reinstated with no less than 90% of their original capacity. No additional payment will be made for excavations for the purpose of reopening

Page 118: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Mesquite Contract No. 2020-020 TECHNICAL SPECIFICATIONS 07/06/2020 TS-44

connections and the Contractor will be responsible for all costs and liability associated with such excavation and restoration work.

5.5 Limitation and Constraints

If wet-out is done at the site, confine the operations to one lane of traffic and provide adequate devices and facilities for containing any chemical spills.

5.6 Acceptance 5.6.1 Finish

• The finished pipe must be continuous over the entire length of an inversion run between two manholes and free from significant defects.

• Any defects which will affect, in the foreseeable future, or warranty period, the integrity or strength of the pipe in the opinion of the Owner must be repaired at the Contractor's expense, in a manner agreed upon by the Owner.

5.6.2 Testing of In-Place Material Properties

• Prepare flat plate samples according to ASTM F1216, Section 8.1 for each section of line between manholes. Samples should be taken in an area (at manholes) designated by the Owner. Prepare at least two samples per section between manholes.

• The Owner will collect the samples and have them tested by a laboratory at his

own choosing and expense. Samples will be tested for compliance with the specified liner thickness, flexural strength and flexural modulus of elasticity stated in the approved Calculations.

5.7 Failure to Meet Requirements

• The Owner will view the inspection video tape and determine if all required work is complete. Any deficiencies noted by the Owner must be corrected to his satisfaction.

• Any section failing the water tightness test must be corrected or modified by the Contractor until it passes.

• The Owner will evaluate in-place material tests for each section between manholes and if the test results show the liner does not meet the stated criteria in the approved Calculations, a penalty or deduction from the Contract will be assessed as follows:

C =Bid Item Cost for CIPP per Linear Foot in the Bid Proposal L = Length of Line between Manholes where the deficiencies occurred. All adjustments are cumulative for Modulus, strength and thickness. These results

will apply to all test values which fall between 95% and 100% of the stated

Page 119: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Mesquite Contract No. 2020-020 TECHNICAL SPECIFICATIONS 07/06/2020 TS-45

Calculation value. If the results are below 95% for flexural Modulus and strength, the Contractor must submit a proposal to remedy the problem. The City may accept, at an adjusted price based on the calculated formula, thicknesses less than 95% of minimum stated in the Calculations only if the thickness provided exceeds the calculated modified design thickness (i.e. the thickness required with the actual flexural Modulus of elasticity and actual depth). No credit or extra pay will be given for any test results over the values listed in the Calculations.

The City may accept, at an adjusted price based on the calculated formula. The formula, adjustment factor is added as:

(Actual thickness/Specified thickness) x (Actual flexural strength/Specified flexural strength) x (Actual modulus of elasticity/Specified modulus of elasticity)

5.8 Cleanup

Clean up the entire project area after the work is completed and all testing accepted. Remove and dispose of all excess material and debris not incorporated into the permanent installation.

END OF SECTION

Page 120: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Mesquite Contract No. 2020-020 TECHNICAL SPECIFICATIONS 07/06/2020 TS-46

SECTION 8000

POINT REPAIRS PART 1 GENERAL

1.1 SECTION INCLUDES

A. Repair of sanitary sewer lines by repairing or replacing short lengths of failed

pipe with new pipe.

1.4 DEFINITIONS A. Point Repair: Repair or replace of broken or collapsed gravity sanitary sewer

lines at the point of failure, repair or replace the length of failed pipe with new pipe.

B. Sewer Lines: Gravity flow pipe lines in the right-of-way which collect sanitary

sewer discharges from commercial or residential service lines and discharge into another sewer line (main or collector), or into a lift station or treatment plant.

1.5 SUBMITTALS

A. Submit product data for each pipe product, fitting and jointing material.

1.6 SEQUENCING A. Before rehabilitating a sewer line section between adjacent manholes, complete

point repair. B. Install CIPP in sewer mains. C. Post-installation videotape inspection of sewer mains.

PART 2 PRODUCTS 2.1 FIBERGLASS SEWER PIPE See City GDS for requirements. 2.2 PVC PIPE See City GDS for requirements. 2.4 RCP PIPE

Page 121: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Mesquite Contract No. 2020-020 TECHNICAL SPECIFICATIONS 07/06/2020 TS-47

Conform to ASTM C76. 2.4 JOINTING MATERIALS

A. Use flexible adapters secured with 1/2-inch stainless steel bands, as manufactured

by Fernco, or approved equal. B. Form a concrete collar around each joint using concrete.

PART 3 EXECUTION

3.1 PROTECTION A. Provide barricades, warning lights and signs for excavations created by point

repairs. B. Do not allow soil, sand, debris or runoff to enter sewer system.

3.2 EXCAVATION A. Excavate and backfill trenches in accordance with City GDS. B. Perform work in accordance with OSHA standards. Employ a trench safety

design as required in Section 400 - Trench Safety Design. C. Install and operate necessary dewatering and surface water control measures if

required. D. Remove and lawfully dispose of excess excavated material and debris from the

work site daily.

3.3 TYPICAL SEQUENCE OF POINT REPAIR A. Review pre-television videotape inspection to verify location of sewer line point

repairs. B. After the location of a point repair, excavate the required length for the point

repair. C. Prior to repair or replacing pipe, determine condition of the existing line on both

sides of the point repair by lamping the line at least 10 feet in each direction. Determine whether additional lengths of line (beyond "minimum length" criteria) need replacement. Report need for additional replacement to Owner and obtain authorization before proceeding.

Page 122: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Mesquite Contract No. 2020-020 TECHNICAL SPECIFICATIONS 07/06/2020 TS-48

D. Remove the damaged pipe, repair or replace with new pipe, shaping the bottom of the trench and placing the required pipe bedding so that the grade of the replaced pipe matches the grade of the existing line. Establish proper grade for the pipe being replaced using methods acceptable to the Owner.

E. Connect the new pipe to existing pipe using flexible adapters. If joints cannot be

made watertight using flexible adapters encase in a reinforced concrete collar. F. Backfill the excavation as per City GDS.

END OF SECTION

Page 123: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Mesquite Contract No. 2020-020 TECHNICAL SPECIFICATIONS 07/06/2020 TS-49

SECTION 9000

SANITARY SEWER MANHOLE REHABILITATION (BENCH & INVERT ONLY)

PART 1 – GENERAL

1.01 SECTION INCLUDES

A. This item is for the rehabilitation of sanitary sewer manholes, including cleaning, interior surface repairs and preparing the interior surface for coating(s) and applying the coating(s). It shall also include removal and replacement of the existing manhole frame and cover assembly and any flow control necessary to complete the work.

1.02 SEQUENCE OF WORK

A. The sequence of work for manhole rehabilitation shall be as follows. All work shall be in accordance with the Plan details and these specifications. 1. Prepare work area and workers with appropriate equipment, permits and

procedures for safe entry in compliance with OSHA confined space regulations.

2. Remove existing manhole cone, frame and cover, or cut off exposed manhole frame flush with manhole top (as required). Process of removal shall also include removal of any grade adjustment rings.

3. Install new manhole frame and cover assembly and new grade adjustment rings, if applicable.

4. Prepare/fix manhole bench surface for cementitious liner. 5. Apply cementitious liner to manhole bench. 6. Cure cementitious liner for minimum of 24 hours, or per manufacturer’s

recommendation. 7. Prepare bench surface for epoxy liner. 8. Apply epoxy liner to bench of manhole. 9. Prepare exterior of manhole for heat shrink system, excavating around

manhole as required.

1.03 RELATED SECTION

A. Sanitary Sewer Manhole with Interior Lining (Armorock Polymer Inserts)

1.04 REFERENCES

A. Plan Details.

B. City General Design Standards.

C. Details are intended to be complimentary. Where any conflict exists between details, the priority of documents shall be in the following order: Technical Specifications, Plans, City GDS, and NCTCOG Specifications.

Page 124: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Mesquite Contract No. 2020-020 TECHNICAL SPECIFICATIONS 07/06/2020 TS-50

1.05 SITE CONDITIONS

A. Without excluding other safety considerations, Contractor is advised that the sanitary Wastewater system, existing and proposed, may contain dangerous or deadly concentrations of gases. OSHA confined space procedures shall be used at all times when working in or near mains with flow.

1.06 SUBMITTALS

A. Product Data: 1. Product cut-sheets for castings and appurtenances. 2. Technical data sheet for each product used. 3. Material Safety Data Sheet (MSDS) for each product used. 4. Copies of independent testing performed on the products used indicating the

products meet the requirements as specified herein. 5. Technical data sheet and project specific data for repair materials to be top

coated with the coating products, including application, cure time and surface preparation procedures.

6. Design details for any additional ancillary systems and equipment to be used in site and surface preparation, application and testing.

7. Project specific procedures for preparation of manhole surfaces, notification of variant conditions affecting application of products proposed, application of products, and testing, sampling and inspection methods.

8. Manufacturer certifications for product compatibility for complete coating installation.

B. Contractor Data: 1. Manufacturers shall certify that the Coating Applicator has been trained and

approved in the handling and application of the products to be used. Minimum Applicator qualifications shall be as follows: a. Confined Space Entry Procedures and Permit system with a list of

equipment to be utilized. b. Applicator has been trained and approved in the handling, mixing and

application of the products to be used. c. Equipment to be used for applying the products has been approved and

Applicator personnel have been trained for proper use of the equipment. d. Three years’ experience and five recent references of projects of similar

size and scope indicating successful application on underground concrete masonry substrates of a minimum of 5,000 vf of the proposed coating system.

e. Proof of any federal, state or local permits or licenses necessary for application of the product.

2. Heat shrink system manufacturer shall provide training for Contractor’s employees prior to installation. Submit training documentation.

Page 125: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Mesquite Contract No. 2020-020 TECHNICAL SPECIFICATIONS 07/06/2020 TS-51

C. Warranties: 1. Contractor shall warrant all work against defects in materials and

workmanship for a period of two (2) years, unless otherwise noted, from the date of final acceptance of the projects.

2. Applicator shall, within a reasonable time after receipt of written notice thereof, repair defects in material or workmanship which may develop during said two (2) year period, and any damage to other work caused by such defects or the repairing of same, at their own expense and without cost to the Owner.

D. Testing: Contractor shall submit documentation for all tests required in this specification.

PART 2 – PRODUCTS

2.01 GENERAL

A. All materials shall conform to City GDS unless otherwise specified herein.

B. All materials proposed to repair manholes in preparation for the specified coating and thereby form the substrate for the coating shall be confirmed compatible with the coating by the coating manufacturer.

2.02 DELIVERY, STORAGE AND HANDLING

A. Protective coating materials are to be handled according to their material safety data sheets.

B. Materials shall be kept dry, protected from weather, stored under cover and sealed until ready for use, all in accordance with manufacturer’s specifications.

C. Protective coating materials for epoxy coating are to be stored between 50 degrees Fahrenheit and 90 degrees Fahrenheit. Do not store near flame, heat or strong oxidants.

D. Materials shall arrive at the worksite in manufacturer's original, unopened containers and/or packaging, with product name and manufacturer name clearly labeled.

2.03 CEMENTITIOUS COATING FOR MANHOLE WALLS AND BENCHES

A. All cementitious coating (liner) materials shall be specifically designed for the rehabilitation of manholes and other related wastewater structures. Liner materials shall be cement based, fiber reinforced, shrinkage compensated, and enhanced with chemical admixtures and siliceous aggregates. Liner materials shall be mixed with potable water per manufacturer’s written specifications and applied using equipment specifically designed for either low-pressure spray or centrifugal spin

Page 126: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Mesquite Contract No. 2020-020 TECHNICAL SPECIFICATIONS 07/06/2020 TS-52

casting application of cement mortars. All cement liner materials must be capable of a placement thickness of ½” to 4” in a one pass monolithic application.

B. Cementitious coating materials shall be manufactured from 100% pure calcium aluminate cement and enhanced with high-density chemically stable aggregates. Materials shall contain poly fiber reinforcement and chemical admixtures. Material shall be Quadex Alumiliner, as manufactured by Quadex, Inc. or EMACO R300 CI, by BASF Construction Chemicals, LLC. Applicator shall be certified by the product manufacturer and installation shall conform to manufacturer’s specifications and recommendations.

2.04 EPOXY COATING FOR MANHOLE WALLS, BENCHES, INVERTS, and interior of ring and cover

A. Epoxy coating shall be a 100% solids, solvent-free, amine cured, ultra high-build epoxy.

Material shall be Raven 405, as manufactured by Raven Lining Systems, and 125 Quartz Reinforcing Epoxy (150 mils) by Chesterton, or Polyeurea coating Spectrashield (500 mils) by CCI Spectrum, Inc. Applicator shall be certified by the respective product manufacturer and installation shall conform to manufacturer’s specifications and recommendations.

B. 2.05 MANHOLE FRAME AND COVER ASSEMBLY

A. Manhole castings shall be Bass & Hays Pattern No. 360-24P or approved equal.

B. All hardware used for attachment of manhole frame and cover assembly shall be stainless steel.

PART 3 – EXECUTION

3.01 PREPARATION

A. Contractor's Safety: Without excluding other safety considerations, Contractor is advised that the sanitary sewer system, existing and proposed, may contain dangerous or deadly concentrations of gases. OSHA confined space procedures shall be used at all times when working in or near mains with flow.

B. Ventilation: Ventilate all pipes, manholes, or other potential chambers containing dangerous gases. Contractor shall not place personnel in the pipes, manholes, or other chambers until the air in those spaces is tested and found to be safe. Adequate ventilation shall be maintained while personnel are in said spaces.

C. Manhole rehabilitation shall begin only after completion of the proposed 45” CIPP so as to allow for rehabilitation to be completed in a dry environment. Contractor shall, under all circumstances, provide means and methods for bypass of flow around manholes being rehabilitated.

Page 127: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Mesquite Contract No. 2020-020 TECHNICAL SPECIFICATIONS 07/06/2020 TS-53

D. Applicator shall inspect all surfaces specified to receive a coating prior to surface preparation. Applicator shall notify Owner of any noticeable disparity in the surfaces that may interfere with the proper preparation or application of the repair mortar and coating(s).

E. Prepared surfaces shall be tested after cleaning but prior to application of the coating to ensure compliance with specific pH, moisture content of concrete and laitance requirements, according to manufacturer’s recommendations.

3.02 CEMENTITIOUS COATING FOR MANHOLE WALLS AND BENCHES

A. Sealing Active Leaks: The work consists of hand applying a quick-setting cementitious mix designed to instantly stop running water or seepage in all types of concrete and masonry structures. Active leaks shall be sealed with Quadex Quad-Plug, as manufactured by Quadex, Inc., or approved equal. The applicator shall apply material in accordance with manufacturer’s recommendations and following specifications. 1. The area to be repaired must be clean and free of all debris per the guidelines

set forth in Section 3.02.A Manhole Cleaning and Preparation. 2. Once cleaned, prepare crack or hole by chipping out loose material to a

minimum depth and width of ¾ inch. 3. With gloved hand, place a generous amount of the dry quick-setting

cementitious material to the active leak, with a smooth fast motion, maintaining external pressure for 30 seconds, repeat until leak is stopped.

4. Proper application should not require any special mixing of product or special curing requirements after application.

B. Application of Cementitious Manhole Liner. The necessary equipment and application methods to apply the cementitious based liner materials shall be only as approved by the material manufacturer. 1. Material shall be mixed with water in accordance with manufacturer’s

specifications. Once mixed to proper consistency, the materials shall be pumped via a rotor-stator style progressive cavity pump through a material plaster hose for delivery to the appropriate and / or selected application device.

2. Spray application of the cementitious material. a. Material hose shall be coupled to a low-velocity spray application nozzle.

Pumping of the material shall commence and the mortar shall be atomized by the introduction of air at the nozzle, creating a low-velocity spray pattern for material application.

b. Spraying shall be performed by starting at the intersection of the manhole invert and bench and progressing up the wall to the corbel and chimney areas.

c. Material shall be applied to a specified uniform minimum thickness no less than 1 inch. Material shall be applied to the bench area in such a manner as to provide for proper drainage without ponding.

Page 128: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Mesquite Contract No. 2020-020 TECHNICAL SPECIFICATIONS 07/06/2020 TS-54

d. Applicator shall ensure that material is applied to all areas of the manhole walls, including areas around and behind internal drop structures. Care should be taken to prevent clogging of internal drop structures during application.

3. Centrifugal spin casting application of the cementitious material. a. Material hose shall be coupled to a high speed rotating applicator device.

The rotating casting applicator shall then be positioned within the center of the manhole at either the top of the manhole chimney or the lowest point elevation corresponding to the junction of the manhole bench and walls.

b. The high speed rotating applicator shall then be initialized, and pumping of the material shall commence. As the mortar begins to be centrifugally cast evenly around the interior of the manhole, the rotating applicator head shall be raised and / or lowered at a controlled retrieval speed conducive to providing a uniform material thickness on the manhole walls.

c. Controlled multiple passes are then made until the specified minimum finished thickness is attained. If the procedure is interrupted for any reason, simply arrest the retrieval of the applicator head until flows are recommenced.

d. Material thickness may be verified at any point with a depth gauge and shall be no less than a uniform 1 inch. If additional material is required at any level, the rotating applicator head shall be placed at that level and application shall recommence until that area is thickened.

4. Material shall be applied only when manhole is in a damp state, with no visible water dripping or running over the manhole walls.

5. The low-velocity spray nozzle and the centrifugal spin casting head may be used in conjunction to facilitate uniform application of the mortar material to irregularities in the contour of the manhole walls and bench areas.

6. Troweling of materials shall begin immediately following the spray application. Initial troweling shall be in an upward motion, to compress the material into voids and solidify manhole wall. Precautions should be taken not to overtrowel.

7. Curing will take place once the manhole cover has been replaced. It is important that the manhole cover is replaced no more than 10-20 minutes after troweling is complete to avoid moisture loss in the material due to sunlight and winds.

8. Material shall not be applied during freezing weather conditions. Material shall not be placed when the ambient temperature is 37 degrees Fahrenheit and falling or when the temperature is anticipated to fall below 32 degrees Fahrenheit during 24 hours.

Page 129: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Mesquite Contract No. 2020-020 TECHNICAL SPECIFICATIONS 07/06/2020 TS-55

C. Testing and Inspection: The quality and performance of the material shall be maintained by one or all of the following measures to be determined and specified by the Engineer and Owner. 1. Material Testing.

a. One 2x2 inch sample cube shall be taken for every 50 bags of material used.

b. Samples shall be sprayed from nozzle, identified and sent to an independent testing laboratory for compression strength testing in accordance with ASTM C-109.

3.03 EPOXY COATING FOR MANHOLE WALLS, BENCHES AND INVERTS

A. Examination: 1. Appropriate actions shall be taken by Contractor to comply with local, state

and federal regulatory and other applicable agencies with regard to environment, health and safety during work.

2. Any active flows shall be dammed, plugged or diverted as required to ensure all liquids are maintained below or away from the surfaces to be coated.

3. Temperature of the surface to be coated should be maintained between 40 and 120 degrees Fahrenheit.

4. Specified surfaces should be shielded to avoid exposure of direct sunlight or other intense heat source. Where varying surface temperatures do exist, coating installation should be scheduled when the temperature is falling versus rising.

5. Prior to commencing surface preparation, Contractor shall inspect all surfaces specified to receive the coating and notify Owner, in writing, of any noticeable disparity in the site, structure or surfaces which may interfere with the work, use of materials or procedures as specified herein.

B. Surface Preparation: 1. 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 substrate shall be removed.

2. Concrete and/or mortar damaged by corrosion, chemical attack or other means of degradation shall be removed so that only sound substrate remains.

3. Choice of surface preparation method(s) should be based upon the condition of the structure and concrete or masonry surface, potential contaminants present, access to perform work, and required cleanliness and profile of the prepared surface to receive the coating product(s).

4. Surface preparation method, or combination of methods, that may be used include high pressure water cleaning, high pressure water jetting, abrasive blasting, shotblasting, grinding, scarifying, detergent water cleaning, hot water blasting and others as described in NACE No. 6/SSPC SP-13. Whichever method(s) are used, they shall be performed in a manner that provides a uniform, sound clean neutralized surface suitable for the specified coating product(s).

Page 130: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Mesquite Contract No. 2020-020 TECHNICAL SPECIFICATIONS 07/06/2020 TS-56

5. Infiltration shall be stopped by using a material that is compatible with the repair products and is suitable for topcoating with the coating product(s).

C. Application of Coating Products: 1. Application procedures shall conform to the recommendations of the coating

product(s) manufacturer, including environmental controls, product handling, mixing, application equipment and methods.

2. Application shall not begin until all substrates to which coating shall be applied have fully cured.

3. Spray equipment shall be specifically designed to accurately ratio and apply the coating product(s) and shall be in proper working order.

4. Contractors qualified in accordance with Section 1.04.B of these specifications shall perform all aspects of coating product(s) installation.

5. Prepared surfaces shall be coated by spray application of the coating product(s) described herein to a minimum wet film thickness of 125 mils.

6. Subsequent topcoating or additional coats of the coating product(s) shall occur within the product’s recoat window. Additional surface preparation procedures will be required if this recoat window is exceeded.

7. Coating product(s) shall interface with adjoining construction materials throughout the manhole structure to effectively seal and protect concrete or masonry substrates from infiltration and attack by corrosive elements. Procedures and materials necessary to effect this interface shall be as recommended by the coating product(s) manufacturer.

8. Termination points of the coating product(s) shall be made at the manhole frame. The entire interior of the manhole shall be coated including the invert, internal drop pipe (if present) and other appurtenances. Care should be taken so as not to clog internal drop pipes during application.

9. Sewage flow shall be stopped, bypassed or diverted for application of the coating product(s) to the invert and interface with pipe materials.

D. Testing and Inspection: 1. During application a wet film thickness gauge, meeting ASTM D4414 -

Standard Practice for Measurement of Wet Film Thickness of Organic Coatings by Notched Gages, shall be used. Measurements shall be taken, documented and attested to by Contractor for submission to Owner.

2. Visual inspection shall be made by the Project Engineer and/or Inspector. Any deficiencies in the finished coating shall be marked and repaired according to the procedures set forth herein by Contractor.

3. The municipal sewer system may be returned to full operational service as soon as the final inspection has taken place.

3.04 HEAT SHRINK SYSTEM FOR MANHOLE SURFACES

A. Surface Preparation: 1. The exterior of the manhole shall be brushed by broom or hand wire tools to

remove any loosed cement dust or small rock particles from the surface. Sharp edges or points should also be removed or flattened.

Page 131: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Mesquite Contract No. 2020-020 TECHNICAL SPECIFICATIONS 07/06/2020 TS-57

2. High-pressure water blasting with a minimum of 3,500 psi shall be used to clean all foreign material on the exterior of the manhole.

3. When grease and oil are present on the exterior of the manhole, an approved detergent or muratic acid shall be used integrally with the high pressure cleaning water.

4. All materials resulting from the cleaning of the manholes shall be removed prior to application of the Heat Shrink System.

5. All loose or defective brick, grout, ledges, steps and protruding ledges shall be removed to provide an even surface prior to application of the Heat Shrink System.

6. Preheating is only necessary when ambient temperatures are below 60 degrees Fahrenheit and moisture is apparent on the surface. The function of preheat is primarily to remove excess moisture. In many cases, preheating may not be required.

7. Cleaned surfaces of manhole sections shall not remain overnight or for extended periods under wet or humid conditions prior to the application of the Heat Shrink System.

B. Primer Application: 1. The joint sealing system shall always be applied with the Polyken 1027 or

1039 liquid adhesive primers. 2. The primer shall be thoroughly mixed prior to application. The primer is

applied to the concrete surface with a brush or paint roller to a wet thickness of no less than 2 mils and no greater than 5 mils. Primer container shall remain covered when not in use.

3. The primer shall cover the entire exposed concrete surface and manhole cover frame including the indentations caused by the irregular concrete surface where the sleeve material is to be installed.

4. The primer shall be “dry to touch” prior to the application of the sleeve material. Under no circumstances shall the sleeve be applied over a wet primer surface.

5. The primer shall not be diluted. Primer cans shall remain covered when not in use, to avoid solvent evaporation and contamination.

C. Sleeve Application: 1. Type of application shall be as shown on the Plan details. 2. Measuring and Cutting: For applications encapsulating the manhole frame,

allow 6 inches of sleeve material to extend upward above the manhole cast iron manhole frame (manhole cover frame). This excess material will fold down over the manhole frame during application. Note that cone topped manholes have changing circumferences. Always measure the sleeve cut installation position from the bottom sleeve edge.

3. Remove 8 inches of liner from back of sleeve and attach the edge vertically to the manhole section. Hold edge in place and begin to unroll sleeve along marked line and also remove liner while moving around the manhole top section until the starting edge has been overlapped.

4. Using a small amount of flame, heat the adhesive side of closure and place the 6 inch wide closure strip vertically across the overlapped sleeve edges. Hold

Page 132: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Mesquite Contract No. 2020-020 TECHNICAL SPECIFICATIONS 07/06/2020 TS-58

in place and apply a small amount of heat to the closure while patting it down with a gloved hand. Adjust torch to medium-high output and begin heating the sleeve along the bottom edge, moving in one direction and keeping the torch moving in a continuous up and down motion. Continue heating sleeve towards top edge, watching the sleeve closely, so adhesive edges do not touch.

5. Use roller to move adhesive towards outer sleeve edges and to remove wrinkles or bubbles. Do not cut sleeve to remove wrinkles or bubbles.

6. The embossed sleeve surface informs the applicator that the sleeve is securely attached when the embossment disappears during heating.

7. Do not cut the sleeve while applying over cast iron manhole gussets. Gently fold the heated sleeve around them

8. For complete manhole encapsulation application, begin installation at lowest point applying sleeves upward in layers that overlap the previous sleeve by 2 inches. Vary the vertical placement of the closure strips when starting to avoid stacking.

9. Filler material may be required for step-downs exceeding 1 inch in variation.

D. Inspection: Visually inspect the installed sleeve to make sure that the sleeve is in full contact with the manhole, including cone section, and manhole frame. Also verify that the adhesive flows beyond the sleeve edges and that no cracks or holes exist in the sleeve backing.

E. Excavation and Backfill: 1. Existing manholes shall be excavated around their perimeter to a depth of 6

inches below the lowest point of sleeve application. Care shall be taken so as not to damage the concrete of the existing manhole. Damage to existing manholes during excavation shall be repaired by the Contractor at no additional expense to the Owner.

2. After shrinking is complete, allow the sleeve to cool prior to backfilling. Water quenching of the sleeve is acceptable to facilitate immediate backfilling.

3. To prevent damage to sleeve, backfill material shall contain no sharp stones or large particles. If sharp stones or large particles are present in native backfill, select backfill shall be used to restore the area surrounding the manhole to natural grade. As an alternate to the use of select backfill, the applicator may use an extruded polyethylene mesh or other suitable shield to protect the sleeve.

4. All excavation, backfilling and compaction shall be in accordance with Section 02317 – Excavating, Backfilling and Compacting for Structures.

Page 133: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Mesquite Contract No. 2020-020 TECHNICAL SPECIFICATIONS 07/06/2020 TS-59

3.05 MANHOLE FRAME AND COVER ASSEMBLY

A. Contractor shall remove and dispose of existing manhole frame and cover assembly unless manhole frame is integrally cast into the manhole top. Integrally cast rings shall be left in place, cut off flush to top of manhole and a new assembly shall be installed over them.

B. The area to receive the new manhole frame and cover assembly shall be cleaned of all loose materials and grout.

C. Any structures utilizing grade rings for grade adjustment shall have said rings removed and replaced with concrete grade rings of equal thickness.

D. Install full circle Ram-Nek joint sealant beneath the new manhole frame assembly.

E. New manhole frame and cover assemblies shall be installed with Hilti epoxy set anchors as shown on the plan details. Length of Hilti anchors shall be as needed to account for grade adjustment rings.

3.06 TESTING, SAMPLING AND INSPECTION

A. A recognized independent testing laboratory shall test materials used on the project. The Manufacturer, instead of an independent laboratory, may test project sample specimens, provided the Owner, Engineer, and Manufacturer are in agreement of this testing method prior to project commencement. Specific materials recommended by the Engineer shall then be tested.

B. At the discretion of the Engineer, twenty-five (25) percent of all manholes rehabilitated with a specified coating shall be tested by the contractor and at the contractor’s expense.

C. Acceptable testing methods are identified in the Testing and Inspection section of the respective product execution sections.

D. Manholes to be tested and testing methods to be used will be at the discretion of the Engineer.

E. For every manhole that fails one or more of the specified tests, an additional

manhole will be tested, at the discretion of the Owner. The cost of sampling and testing of the products during placement and the surface to which it is applied shall be born by the Contractor. Other testing required showing conformance with these specifications shall be the responsibility of the Contractor. Certified test reports and certificates, when so directed, shall be submitted in duplicate to the Engineer and to such other agencies or persons the Owner may designate.

END OF SECTION

Page 134: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Mesquite Contract No. 2020-020 TECHNICAL SPECIFICATIONS 07/06/2020 TS-60

SECTION 10000

POLYMER CONCRETE MANHOLE (ARMOROCK)

PART 1 GENERAL

1.01 SCOPE This specification covers polymer concrete manholes intended for use in sanitary sewers, storm sewers and water lines where corrosion resistance is required.

1.02 REFERENCES

ASTM C 478 (most current) Standard Specification for Precast Reinforced Concrete Manhole Sections.

ASTM C 579 (most current) Standard Test Methods for Compressive Strength of Chemical-Resistant Mortars, Grouts, Monolithic, Surfacing, and Polymer Concretes

ASTM C 443 (most current) Standard Specification for Joints for Concrete Pipe and Manholes Using Rubber Gaskets

ASTM C 580 (most current) Standard Test Method for Flexural Strength and Modulus of Elasticity of Chemical-Resistant Mortars, Grouts, Monolithihc Surfacings, and Polymer Concretes

ASTM C 857 (most current) Standard Practice for Minimum Structural Design Loading for Underground Utility Structures.

ACI 350-06 Code Requirements for Environmental Engineering Concrete Structures & Commentary

ACI 440.1R-15 Guide for the Design and Construction of Structural Concrete Reinforced with Fiber-Reinforced Polymer (FRP) Bars

ACI 548.6R-96 Polymer Concrete-Structural Applications State-of-the-Art Report

ASTM D 648 (most current) Test Method for Deflection Temperature of Plastics Under Flexural Load in Edgewise Position.

ASTM D 6783 (most current) Standard Specification for Polymer Concrete Pipe.

ASTM D 2584 (most current) Test Method for Ignition Loss of Cured Reinforced Resins.

ASTM C 923 (most current) Standard Specifications for Resilient Connectors between Concrete Manholes Structures and Pipe.

ASTM C 990 (most current) Standard Specification for Joints for Concrete Pipe, Manholes and Precast Box Sections using Preformed Flexible Joint Sealants

ASTM C 497 (most current) Test Methods for Concrete Pipe, Manhole Sections, or Tile.

Page 135: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Mesquite Contract No. 2020-020 TECHNICAL SPECIFICATIONS 07/06/2020 TS-61

California Greenbook Standard Specifications for Public Works Construction Section 211-2

1.03 SUBMITTALS

A. Conform to bid document requirements

B. Submit manufacturer’s data and details of following items for approval: 1. Shop drawings of manhole sections, base units and construction details, jointing

methods, materials, and dimensions

2. Summary of criteria used in manhole design including, as minimum, material properties, loading criteria, and dimensions assumed. Include certification from manufacturer that polymer concrete manhole design meets or exceeds the load and strength requirements of ASTM C 478 and ASTM C 857, reinforced in accordance with ACI 440.1R-15.

3. Frames, grates, rings, and covers

4. Materials to be used in fabricating pipe drop connections

5. Materials to be used for pipe connections

6. Materials to be used for stubs and stub plugs, if required

7. Proof of independent chemical resistance testing conducted in accordance with the standard specifications for public works construction (California Greenbook) Section 211-2 8. Current ISO 9001:2015 Certification

9. References of 10 previous polymer concrete projects including scope in the last 5 years performed with both owner and contractor for reference and review by owner

C. Submitted sealed drawings by a registered Professional Engineer

PART 2 PRODUCTS

2.01 POLYMER CONCRETE MANHOLES A. Provide polymer concrete manhole sections, monolithic base sections and related

components referencing to ASTM C 478. ASTM C 478 material and manufacturing is allowed compositional and dimensional differences required by a polymer concrete product

B. Provide base riser section with monolithic floors, unless shown otherwise

C. Provide riser sections joined with bell and spigot / ship-lap design seamed with butyl mastic and or rubber gaskets (ASTM C 990) so that on assembly, manhole base, riser and top section make a continuous and uniform manhole structure

D. Construct riser sections for polymer concrete manholes from standard polymer concrete

Page 136: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Mesquite Contract No. 2020-020 TECHNICAL SPECIFICATIONS 07/06/2020 TS-62

manhole sections of the diameter indicated on drawings. Use various lengths of polymer concrete manhole sections in combination to provide correct height with the fewest joints

E. Design wall sections for depth and loading conditions with wall thickness as designed by polymer concrete manufacturer

F. Provide tops to support AASHTO HS-20 loading or loads as required and receiving cast iron frame covers or hatches, as indicated on drawings

2.01-1 DESIGN CRITERIA:

Polymer Concrete Manhole risers, cones, flat lids, grade rings and manhole base sections shall be designed by manufacturer to meet the intent of ASTM C 478 with allowable compositional and sizing differences as designed by the polymer concrete manufacturer.

1. AASHTO HS-20 design or as required loading applied to manhole cover and transition and base slabs

2. Polymer manholes will be designed based upon live and dead load criteria in ASTM C 857 and ACI 350-06

3. Unit soil weight of 120 pcf located above portions of manhole, including base slab projections

4. Internal liquid pressure based on unit weight of 63 pcf

5. Dead load of manhole sections fully supported by polymer concrete manhole base

2.01-2 DESIGN:

Polymer Concrete Manhole risers, cones, flat lids, grade rings and manhole base sections shall be designed by manufacturer to meet loading requirements

of ASTM C 478, ASTM C 857 and ACI 350-06 as modified for polymer concrete manhole design as follows:

1. Polymer Concrete Mix Design shall consist of thermosetting resin, sand, and aggregate. No Portland cement shall be allowed as part of the mix design matrix. All sand and aggregate shall be inert in an acidic environment

2. Reinforcement – Shall use acid resistant reinforcement (FRP Bar) in accordance with ACI 440.1R-06 as applicable for polymer concrete design

3. The wall thickness of polymer concrete structures shall not be less than that prescribed by the manufacturer’s design by less than 95% of stated design thickness

4. Thermosetting Resin - The resin shall have a minimum deflection temperature of 158° F when tested at 264 psi (1.820 mPa) following Test Method D 648. The resin content shall not be less than 7% of the weight of the sample as determined by test method D 2584. Resin selection shall be suitable for applications in the corrosive conditions to which the

Page 137: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Mesquite Contract No. 2020-020 TECHNICAL SPECIFICATIONS 07/06/2020 TS-63

polymer concrete manhole structures will be exposed

5. Each polymer concrete manhole component shall be free of all defects, including indentations, cracks, foreign inclusions and resin starved areas that, due to their nature and degree or extent, detrimentally affect the strength and serviceability of the component part. Cosmetic defect shall not be cause for rejection. The nominal internal diameter of manhole components shall not vary more than 2%. Variations in height of two opposite sides of risers and cones shall not be more the 5/8 inch. The under run in height of a riser or cone shall not be more than ¼ in/ft of height with a maximum of ½ inch in any one section

6. Marking and Identification - Each manhole shall be marked with the following information - Manufacturer’s name or trademark, Manufacturer’s location and Production Date

7. Manhole joints shall be assembled with a bell/spigot or shiplap butyl mastic and/or gasketed joint so that on assembly, manhole base, riser and top section make a continuous and uniform manhole. Joint sealing surfaces shall be free of dents, gouges and other surface irregularities that would affect joint integrity

8. Minimum clearance between wall penetrations and joints shall be per manufacturer’s design

9. Construct invert channels to provide smooth flow transition with minimal disruption of flow at pipe-manhole connections. Invert slope through manhole is as indicated on drawings. All precast base sections to be cast monolithically. Polymer bench and channel are to be constructed with all polymer concrete material. Extended ballast slab requirements for buoyancy concerns can be addressed with cementitious concrete material

10. Provide resilient connectors conforming to requirements of ASTM C 923 or other options as avaliable. All connectors are to be water tight. Install approved resilient connectors at each pipe entering and exiting manholes in accordance with manufacturer’s instructions

2.01-3 QUALITY CONTROL

Facility Quality Control should be maintained by adhearing to ISO 9001:2015 for manufacturing. All fabricators will be ISO 9001:2015 Certifiied. All fabrication will take place in an all polymer concrete fabrication facility. At no time will the polymer concrete fabrication facility share the facility with a cementitious precast product production facility. Fabricator is also to provide references of 10 previous projects in the last 5 years performed with both owner and contractor for reference and the scope and review by owner. Polymer concrete shall be cast in a polymer only facility and shall not be manufactured in a cementitious concrete facility

2.01-4 GROUTING

All materials needed for grouting and patching will be a polyester mortar compound provided by the manufacturer or an approved equal by the manufacturer

2.01-5 MANUFACTURER

1. Armorock LLC, www.armorock.com 702-824-9702

Page 138: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Mesquite Contract No. 2020-020 TECHNICAL SPECIFICATIONS 07/06/2020 TS-64

END OF SECTION

Page 139: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Mesquite Contract No. 2020-020 TECHNICAL SPECIFICATIONS 07/06/2020 TS-65

SECTION 11000

POLYMER CONCRETE STRUCTURAL MANHOLE REHABILITATION SYSTEM FOR EXISTING MANHOLES (ARMOROCK POLYMER INSERTS)

Section 1 – General 1.1 SCOPE

This specification covers structural rehabilitation of structures utilizing corrosion proof polymer concrete precast sections as structural inserts to eliminate corrosion and infiltration and inflow.

1.2 WORK OF THIS SECTION

A. The Work of this section includes providing a structural polymer concrete manhole insert system such that manholes become structurally sound and impervious to ground water, soil, debris, and are resistant to hydrogen sulfide corrosion. Manhole rehabilitation riser sections shall be constructed of precast sections comprised of resin, sand, aggregate, and FRP bar reinforcement.

B. The Contractor is cautioned that sewage will continue to flow through the manholes and by-passing of flows may be required.

C. The Contractor is cautioned that the WORK must be performed under permit required for confined space entry conditions.

D. The Contractor is responsible for the complete installation of the manhole insert system including the removal of all old loose material, any pre-installation surface preparation and any structural manhole insert component.

E. Manholes shall be manufactured in compliance with this specification, as manufactured by Armorock Polymer Concrete or pre-approved equal.

Section 2 – Reference Documents Manhole rehabilitation riser sections shall conform to the following design criteria:

ASTM C 478 (most current) Standard Specification for Precast Reinforced Concrete Manhole Sections

ASTM C 579 (most current) Standard Test Methods for Compressive Strength of Chemical-Resistant Mortars, Grouts, Monolithic, Surfacing, and Polymer Concretes

ASTM C 443 (most current) Standard Specification for Joints for Concrete Pipe and Manholes Using Rubber Gaskets

ASTM C 580 (most current) Standard Test Method for Flexural Strength and Modulus of Elasticity of Chemical-Resistant Mortars, Grouts, Monolithic Surfacings, and Polymer Concretes

ASTM C 857 (most current) Standard Practice for Minimum Structural Design Loading for Underground Utility Structures

ACI 350-06 Code Requirements for Environmental Engineering Concrete Structures & Commentary

ACI 440.1R-15 Guide for the Design and Construction of Structural Concrete Reinforced with Fiber-Reinforced Polymer (FRP) Bars

Page 140: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Mesquite Contract No. 2020-020 TECHNICAL SPECIFICATIONS 07/06/2020 TS-66

ACI 548.6R-96 Polymer Concrete-Structural Applications State-of-the-Art Report

ASTM D 648 (most current) Test Method for Deflection Temperature of Plastics Under Flexural Load in Edgewise Position

ASTM D 6783 (most current) Standard Specification for Polymer Concrete Pipe

ASTM D 2584 (most current) Test Method for Ignition Loss of Cured Reinforced Resins

ASTM C 923 (most current) Standard Specifications for Resilient Connectors between Concrete Manholes Structures and Pipe

ASTM C 990 (most current) Standard Specification for Joints for Concrete Pipe, Manholes and Precast Box Sections using Preformed Flexible Joint Sealants

ASTM C 497 (most current) Test Methods for Concrete Pipe, Manhole Sections, or Tile

California Greenbook Standard Specifications for Public Works Construction Section 211-2

Section 3– Submittals

Conform to bid document requirements

Submit manufacturer’s data and details of following items for approval:

1. Shop drawings of manhole sections, base units and construction details, jointing methods, materials, and dimensions

2. Summary of criteria used in manhole design including, as minimum, material properties, loading criteria, and dimensions assumed. Include certification from manufacturer that polymer concrete manhole design meets or exceeds the load and strength requirements of ASTM C 478 and ASTM C 857, reinforced in accordance with ACI 440.1R-15. Include current ISO 9001:2015 certification

3. Frames, grates, rings, and covers 4. Materials to be used in fabricating pipe drop connections 5. Materials to be used for grade adjustments 6. Materials to be used for bench area finishing 7. Proof of independent Chemical Resistance testing conducted in accordance with the Standard

Specifications for Public Works Construction (California Greenbook) Section 211-2 8. Submitted sealed drawings by a registered Professional Engineer

Section 4 – Product Description

1. Insert system shall contain sufficient structural strength to carry all live, dead and hydrostatic loads for the installation. The original manhole that is being rehabilitated will not be repaired or rehabilitated since the insert system will be capable of providing all necessary structural support.

2. Corrosion proof polymer concrete manhole insert riser, cone sections and related components shall conform to the structural intent of ASTM C – 478. ASTM C – 478 material and manufacturing is allowed compositional and dimensional differences required by a polymer product.

3. Riser sections, eccentric cones and flat lids are provided with flush edge configurations assembled with the appropriate alignment guides and butyl mastic to make a continuous and uniform insert structure manhole.

Page 141: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Mesquite Contract No. 2020-020 TECHNICAL SPECIFICATIONS 07/06/2020 TS-67

4. Polymer concrete structural insert manhole riser, cone, and flat lid sections are to be provided in various lengths in combination to provide correct height with the fewest joints.

5. The polymer concrete structural insert will have a minimum wall thickness of 2” and an outside diameter clearance of 1.5”, assuming the existing structure is intact with original inside diameter. Additional wall thickness may be required for interior dimensions in excess of 60”.

6. Surfacing shell material for invert benches shall be an epoxy provided by the structural insert manufacturer or approved equal material.

Section 4 - Design / Design Criteria

Polymer Concrete Structural Manhole risers, cones, flat lids, grade rings shall be designed by manufacturer to meet the intent of ASTM C 478 with allowable compositional and sizing differences as designed by the polymer concrete manufacturer.

1. AASHTO HS-20 design or as required loading applied to manhole cover and transition and base slabs

2. Polymer manholes will be designed based upon live and dead load criteria in ASTM C 857 and ACI 350-06

3. Reinforcement – Shall use acid resistant reinforcement (FRP Bar) in accordance with ACI 440.1R-06 as applicable for polymer concrete design

4. Polymer Concrete Mix Design shall consist of thermosetting resin, sand, and aggregate. No Portland cement shall be allowed as part of the mix design matrix. All sand and aggregate shall be inert in an acidic environment

Section 5 – Installation Manhole installation should strictly follow the manufactures recommended installation procedures.

1. Excavate the area around the manhole as necessary to provide for removal of existing cone and castings while preventing soil and debris from falling into the manhole.

2. Follow all requirements for safety and ventilation in accordance with all applicable federal, state and local requirements.

3. Provide means, labor and equipment to prevent solid waste contamination during construction activities. If necessary install and operate sewage diversion pumping equipment to maintain sewage flows without backup, overflow or spill.

4. Make repairs necessary to existing manhole in order to receive inserts. Power -wash / clean any loose debris from wall areas. Remove dirt, grease, and debris in bench area to prepare bench surfaces for resurfacing. Remove all debris. Repair any active leaks. Repair and level the bench to prepare for polymer insert installation. Saw cut polymer riser section if necessary to accommodate pipe entry and bench slopes.

5. Depending on invert configuration the bench area should be prepared by building up the bench section with a Portland cement and sand mixture to provide a clean level surface to receive the riser. This build up should allow for a level surface above the existing top of the highest pipe. If pipe inverts are severely staggered the initial polymer sleeve can be modified in the field to accommodate the difference in bench slopes. After grout has set, lower the first riser section, clean and wipe down the polymer riser wall above the bench to allow for application of the epoxy coating.

6. When the new bench configuration is sufficiently dry and clean, a shell coating of epoxy will be built over the bench. The epoxy shell should continue 4”-6” up the polymer riser face to allow for polymer interlinking. No additional surface coating is required as the riser sections are structural and corrosive proof throughout.

Page 142: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Mesquite Contract No. 2020-020 TECHNICAL SPECIFICATIONS 07/06/2020 TS-68

7. All non-booted or flexible coupler pipe entry areas will be grouted by an epoxy patch kit provided by the manufacturer.

8. After the initial bottom seal has cured the additional remaining riser sections and cone shall be installed using the appropriate wall alignment guides, gaskets and/or mastic. The risers will be offloaded and lifted into place with approved manufacturer’s lifting device. No other handling apparatus will be acceptable for handling material.

9. Fill the annular space between old and new structure with a one sack slurry mix / mixed fill, stabilized sand or stone (85% standard proctor) or a backfill material shall be subject to approval by engineer / owner.

10. Install grade rings and frame and cover. Level to grade. Grout where required with the manufacturers grout kit.

11. Finish the remainder of the backfill, remove any deleterious materials and debris from the manhole and replace pavement if required.

12. Upon completion of the installation process the contractor shall remove all surplus materials, protective coverings, accumulated rubbish, and thoroughly clean all surfaces and repair any other installation related damage as required by owner. All external surface areas shall be repaired and returned to its original or required condition. All debris shall be collected and hauled off to a proper disposal site as required by local, state and federal regulations.

Section 6 – Certification / Warranty / Inspection When requested by owner, a certification can be made the basis of acceptance. This will require the material supplier to provide a copy of the appropriate test results that show that the polymer material meets the requirements listed in this specification and for any other qualified specification required by the owner for that particular project at time of bid.

1. Facility Quality Control should be maintained by adhering to ISO 9001:2015 for manufacturing. All manufacturers will be ISO 9001:2008 certified. All fabrication will take place in an all polymer concrete production facility. Manufacturer is also to provide references of 5 previous projects in the last 5 years performed with both owner and contractor for reference and review by owner. Polymer concrete shall be cast in a polymer only facility and shall not be manufactured in a cementitious concrete facility

1. The installing contractor shall demonstrate applicable experience and performance history by submitting references from a minimum of 3 other rehabilitation projects or shall have a minimum of five years’ experience installing standard sanitary sewer manholes and a certification of training from the manufacturer on a structural manhole insert system.

2. The polymer concrete structural insert riser, cone and flat lid sections shall be subject to inspection and approval by the owner or the owner’s engineer representative. At the time of inspection all material will be examined for specification compliance and approved drawings. Any sections damaged after delivery and not deemed repairable by the Manufacturer’s Representative and owner representative - will be removed and replaced at contractor’s expense.

3. Manufacturer shall provide owner with a 50 year corrosion warranty on the structural inserts at close of project with date of installation and other project information clearly shown.

Section 6 – Manufacturer 1. Armorock LLC

www.armorock.com 702-824-9702

Page 143: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Mesquite Contract No. 2020-020 TECHNICAL SPECIFICATIONS 07/06/2020 TS-69

END OF SECTION

Page 144: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Mesquite Contract No. 2020-020 TECHNICAL SPECIFICATIONS 07/06/2020 TS-70

SECTION 12000

PVC WASTEWATER MAIN

PART 1 – GENERAL

1.01 SECTION INCLUDES

A. All material, labor, equipment, tools, and superintendence necessary to furnish and install PVC wastewater main, complete and in place.

1.02 REFERENCES

A. City or Water District Standards.

B. North Central Texas Council of Governments Public Works Construction Standards 2004.

C. Where any conflict exists between the City or Water District Standards and NCTCOG, the City or Water District Standards shall govern.

1.03 SITE CONDITIONS

A. Without excluding other safety considerations, Contractor is advised that the sanitary Wastewater system, existing and proposed, may contain dangerous or deadly concentrations of gases.

1.04 SUBMITTALS

A. Pipe certification.

B. Fitting certification.

PART 2 – PRODUCTS

2.01 MATERIALS

A. PVC GRAVITY WASTEWATER PIPE IN DIAMETERS 4" THROUGH 15". 1. Conform to ASTM D3034. 2. Class shall be SDR 26.

B. PVC GRAVITY WASTEWATER PIPE IN DIAMETERS 18" AND LARGER. 1. Conform to ASTM F679. 2. Unless otherwise shown on the drawings, class shall be PS 46 (Pipe Stiffness in psi)

for earth cover up to 12', and PS 115 for covers from 12' to 20'.

C. PVC PRESSURE-RATED WASTEWATER PIPE. 1. Conform to ASTM D2241 Annex. 2. Unless otherwise shown on the drawings, class shall be SDR 26 and of material

PVC12454, or PVC 12364 such that the pressure rating is 160 psi.

Page 145: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Mesquite Contract No. 2020-020 TECHNICAL SPECIFICATIONS 07/06/2020 TS-71

D. Conform to City Standards for backfill and embedment. If no guidelines are given in the City or Water District Standards, then embedment shall conform to NCTCOG Item 504 OPEN CUT-BACKFILL.

E. Suitable material for subgrade and backfill shall be in accordance with the recommendations of the geotechnical report. If no guidelines are given in the geotechnical report, the material shall be of the nature required to adequately support proposed improvements and meet density and moisture requirements. If unsuitable material is encountered, the unsuitable material shall be removed and replaced with suitable material. Should the unsuitable material exceed two feet in depth, the Contractor shall contact the Owner for evaluation before construction. Earthwork on this project shall be unclassified. There will be no additional compensation for soil conditioning to meet backfill requirements, or removal and import of replacement material. Rock and rubble shall not be used as backfill material.

F. Conform to City Standards for wastewater laterals and cleanouts. If no guidelines are given in the City or Water District Standards, then wastewater laterals and cleanouts shall conform to NCTCOG 502.

PART 3 – EXECUTION

3.01 INSTALLATION

A. Conform to NCTCOG Item 507 OPEN CUT –WASTEWATER CONDUIT INSTALLATION.

B. Conform to NCTCOG Item 503 TRENCHLESS INSTALLATION.

C. Perform excavation to line, grade, and alignment as shown on plans.

D. Trench backfill shall be of sufficient depth to ensure that the work constructed under this Contract and existing adjacent utilities and structures are stabilized for all conditions that may exist and/or arise. Contractor shall not lay more pipe on any single day than trench backfill can be placed and compacted, and/or such that stabilization of the work performed and surrounding existing utilities and structures cannot be achieved.

E. Place trench backfill in level, uniform layers in accordance with the recommendations of the geotechnical report. If no guidelines are given in the geotechnical report then compact backfill to within 95% to 100% of maximum dry density in accordance with ASTM D-698, and each layer shall have a uniform loose thickness of not more than ten (10) inches and/or a maximum compacted thickness of not more than six (6) inches, whichever is less. Dispose of surplus or unusable materials offsite.

F. All backfill to be graded to (±) 0.10 feet.

3.02 TESTING

A. Provide testing in accordance with City Standards. If no guidelines are given in the City or Water District Standards, then testing shall conform to NCTCOG Item 507 OPEN CUT –WASTEWATER CONDUIT INSTALLATION.

Page 146: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Mesquite Contract No. 2020-020 TECHNICAL SPECIFICATIONS 07/06/2020 TS-72

B. Provide density/moisture testing in accordance with the recommendations of the geotechnical report. If no guidelines are given in the geotechnical report, then provide one passing density/moisture test for each lift of backfill for every 300 linear feet for linear work.

END OF SECTION

Page 147: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Mesquite Contract No. 2020-020 TECHNICAL SPECIFICATIONS 07/06/2020 TS-73

SECTION 13000

CONNECT TO EXISTING SANITARY SEWER MAIN

PART 1 – GENERAL

1.01 SECTION INCLUDES

All material, labor, equipment, tools, and superintendence necessary to provide connection to existing sanitary sewer main, complete in place.

1.02 RELATED SECTIONS

A. Section 400 - Trench Safety Design.

B. Section 500 - Confined Space Safety Program.

C. Section 14000 - Excavating, Backfilling, and Compacting for Utilities.

1.03 SITE CONDITIONS.

A. Connection points shall be made in manhole that is currently active.

B. Contractor's Safety. Without excluding other safety considerations, Contractor is advised that the sanitary sewer system, existing and proposed, may contain dangerous or deadly concentrations of gases.

PART 2 – PRODUCTS

2.01 MATERIALS

A. All materials shall conform to TCEQ and City requirements.

B. Boots and fittings shall conform to AWWA and ASTM standards.

C. Pipe shall meet specified requirements for this project.

D. All materials shall be submitted for approval.

PART 3 – EXECUTION

3.01 PREPARATION

A. Ventilation: Ventilate all pipes, manholes, or other potential chambers containing dangerous gases. Contractor shall not place personnel in the pipes, manholes, or other chambers until the air in those spaces is tested and found to be safe. Adequate ventilation shall be maintained while personnel are in said spaces.

B. Bypassing: Provide bypass control of sanitary sewage when necessary.

3.02 INSTALLATION

Page 148: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Mesquite Contract No. 2020-020 TECHNICAL SPECIFICATIONS 07/06/2020 TS-74

A. Fiberglass fittings for pipe sizes greater than 12" shall be fabricated by the pipe supplier.

B. PVC pipe up to 12" shall receive rubber boot sealed with clamps or prefabricated slip-joint fitting.

C. Testing shall conform to City standard details.

END OF SECTION

Page 149: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Mesquite Contract No. 2020-020 TECHNICAL SPECIFICATIONS 07/06/2020 TS-75

SECTION 14000

EXCAVATING, BACKFILLING, AND COMPACTING FOR STRUCTURES

PART 1 – GENERAL

1.01 SECTION INCLUDES

A. All excavating, backfilling, and compacting required for structure work.

1.02 REFERENCES

A. ASTM D-2487 - Unified Soil Classification System.

B. ASTM D-4318 - Liquid Limit, Plastic Limit, and Plasticity Index of Soils Test.

C. ASTM D-1140 - Materials Greater than #200 Sieve.

D. ASTM D-698 - Moisture Density Relations of Soils and Soil Aggregate Mixtures.

E. ASTM D-2922 - Density in Places by Nuclear Methods Shallow Depth Test.

PART 2 – PRODUCTS 2.01 SUBGRADE AND BACKFILL MATERIALS

A. Suitable materials for subgrade and backfill shall be in accordance with the recommendations of the geotechnical report. If no guidelines are given in the geotechnical report, the material shall be of the nature required to adequately support the structure and meet density and moisture requirements as determined by the Owner.

B. Unsuitable soils for subgrade and backfill shall be defined as materials not meeting the conditions above.

PART 3 – EXECUTION

3.01 PREPARATION

A. All areas where structures are to be placed shall be cleared of debris and timber. Disposal shall be off-site. Coordinate tree removal with the Owner.

3.02 INSTALLATION

B. Excavation. 1. Perform excavation to line, grade, and alignment as shown on plans. 2. Compact subgrade in accordance with the recommendations of the geotechnical

report or as directed on the plans as applicable. 3. If unsuitable material is encountered, the unsuitable material shall be removed and

replaced with suitable material. Should the unsuitable material exceed two feet in depth, the Contractor shall contact the Owner for evaluation before construction.

Page 150: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Mesquite Contract No. 2020-020 TECHNICAL SPECIFICATIONS 07/06/2020 TS-76

A. Backfill 1. Timing of Backfill.

a. Backfill for concrete shall be performed as soon as possible, but not earlier than such time as 66% of the minimum 28-day strength of the placed concrete is acquired and no sooner than at least 7 days after concrete placement.

b. Backfill for masonry shall be performed as soon as possible, but not earlier than such time as the mortar reaches 66% of the ultimate strength and no sooner than at least 7 days after concrete placement.

c. Backfill for gabion structures shall be performed as soon as possible. If tie-backs are utilized in the gabion structure, tie-backs shall be placed and successfully tested prior to backfill placement.

2. Place backfill in level, uniform layers in accordance with the recommendations of the geotechnical report. If no guidelines are given in the geotechnical report then each layer shall have a uniform loose thickness of not more than ten (10) inches and/or a maximum compacted thickness of not more than six (6) inches, whichever is less.

3. Prepare each layer of backfill in accordance with the recommendations of the geotechnical report. If no guidelines are given in the geotechnical report, prepare and bring each layer of backfill to within optimum to (+) 5% for clay soils and to within (±) 3% for sands per ASTM 698. Where moisture fails to meet specified limits, rework, recompact, and retest failed areas. a. Should moisture content exceed established maximum moisture content,

Spread, disk, aerate, and/or otherwise cause the moisture content to be reduced to within uniform maximum allowable limits.

b. Should moisture content not reach established minimum moisture content, disk, sprinkle, water, mix, and/or otherwise bring the moisture content to within uniform minimum allowable limits.

4. Compact all backfill in accordance with the recommendations of the geotechnical report. If no guidelines are given in the geotechnical report, then compact all backfill to within 95% to 100% of maximum dry density in accordance with ASTM D-698.

5. Dispose of unusable or surplus material legally offsite.

3.03 ROCK AND RUBBLE

C. Rock and rubble shall not be used for backfill within 4'-0 of any structure.

3.04 FIELD QUALITY CONTROL

A. Provide testing in accordance with the recommendations of the geotechnical report. If no guidelines are given in the geotechnical report, then provide one (1) passing density/moisture test for each lift of backfill per 300 lf for linear projects or one test per lift for cornered structures.

3.05 LINE AND GRADE

A. All subgrade and backfill shall be graded to (±) 0.10 foot of plan grade.

END OF SECTION

Page 151: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Mesquite Contract No. 2020-020 TECHNICAL SPECIFICATIONS 07/06/2020 TS-77

SECTION 15000

TEMPORARY ACCESS ROAD ROCK W/ FILTER FABRIC – INSTALLATION AND REMOVAL

PART 1 – GENERAL

1.01 SECTION INCLUDES This item shall be for the construction of a temporary stabilized 12’ wide/6” thick access road as specified on the plans and remaining in place for the duration of the construction period to facilitate the ingress and egress to the construction site in accordance with all requirements set forth in City of Mesquite Standard Details. Work under this item includes labor and materials associated with the installation and maintenance of the road.

1.02 RELATED SECTIONS

A. City Standard Details.

B. North Central Texas Council of Governments Public Works Construction Standards 2004 (NCTCOG).

PART 2 – PRODUCTS

2.01 MATERIALS

A. Stone material shall consist of 3 to 5-inch minimum coarse aggregate.

B. Geotextile fabric must meet the following minimum criteria:

1. Tensile Strength, ASTM D4632 Test Method for grab breaking load and elongation of geotextiles, 300-lbs.

2. Puncture Strength, ASTM D4833 test method for index puncture resistance of geotextile, geomembranes, and related products, 120-lbs.

3. Mullen Burst Rating, ASTM D3786 Standard test method for hydraulic bursting strength of textile fabrics-diaphragm bursting strength tester method, 600-lbs.

4. Apparent Opening Size, ASTM D4751 Test method for determining apparent opening size of a geotextile, U.S. sieve no. 40 (max.)

PART 3 – EXECUTION

3.01 PREPARATION

Page 152: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Mesquite Contract No. 2020-020 TECHNICAL SPECIFICATIONS 07/06/2020 TS-78

A. The road shall be properly graded and geotextile lay per manufacturer recommendations. Incorporate a drainage swale to prevent run-off from leaving the site.

3.02 INSTALLATION AND REMOVAL

A. The coarse aggregate material shall be placed spread and shape on 6-inch uniform layer. Control dust by sprinkling as directed.

B. The temporary road shall be maintained in a condition that will prevent tracking or flowing of sediment onto paved areas.

C. After construction, Contractor shall verify with City inspector and Parks & Recreation Department prior to removal of temporary access road. Upon City approval to remove the temporary road, the site shall be reestablished to its original condition as directed by the owner.

END OF SECTION

Page 153: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Mesquite Contract No. 2020-020 TECHNICAL SPECIFICATIONS 07/06/2020 TS-79

SECTION 16000

REMOVAL OF EXISTING PAVEMENT

PART 1 – GENERAL

1.01 SECTION INCLUDES This item shall include all labor, equipment and materials necessary to remove and dispose of existing pavement of all types (i.e. driveways, sidewalks, street, etc.) and materials (i.e. asphalt, concrete, etc.) in conformity with the plans and these specifications.

1.02 RELATED SECTIONS

A. City of Mesquite General Design Standard, Typical Pavement Repair over Trench.

B. North Central Texas Council of Governments Public Works Construction Standards 2004 (NCTCOG).

PART 2 – PRODUCTS 2.01 See City GDS for requirements.

PART 3 – EXECUTION

3.01 GENERAL

A. When removing portions of concrete pavement from existing pavement that will remain in

place, Contractor shall delineate the line of removal neatly and accurately with a full-depth saw-cut to facilitate removal without damaging the remaining pavement. Saw-cut shall be considered incidental. Contractor shall ensure the removal methods do not chip or damage surrounding pavement or curb. If any existing concrete beyond the removal limits is damaged or destroyed, it shall be replaced at the Contractor’s entire expense. Removed concrete pavement shall be disposed of off-site by the Contractor.

PART 4 – MEASUREMENT AND PAYMENT

4.01 MEASUREMENT

A. This section shall be measured by each plan view square yard of pavement removed.

Payment shall be full compensation for materials and installation including sawcutting, removal, excavation, haul off and lawful disposal of spoils, and all manipulation, labor, tools, equipment and incidentals necessary to complete the work, all in accordance with the plans and these specifications.

END OF SECTION

Page 154: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Mesquite Contract No. 2020-020 TECHNICAL SPECIFICATIONS 07/06/2020 TS-80

SECTION 17000

REINFORCED CONCRETE PAVEMENT, CURB AND GUTTERS AND SIDEWALKS PART 1 – GENERAL 1.01 DESCRIPTION

A. The work as specified in this section includes all labor, equipment and materials necessary to construct the reinforced concrete pavement of the thickness shown on the plans and in conformity with the plans and these specifications.

1.02 SUBMITTAL A. The Contractor shall submit the proposed concrete mix design for approval and record.

B. Paving equipment

C. Pattern and color for stamped, colored concrete as applicable.

1.03 QUALITY CONTROL

A. General 1. Locations for testing will be determined by the City Public Works Construction

Inspector. B. Testing Requirements, reference Section 10020 Testing Laboratory Services

1. Subgrade / Sub-base a. Moisture content and compaction shall be tested every 300 ft. per lane

2. Concrete During Placement a. At least one test shall be made on fresh concrete each day for each class of

concrete. On large placements, at least one test shall be made on each 150 cubic yards of concrete placed, per class of concrete. Each set of tests shall consist of one (1) slump test, one (1) air entrainment test, one (1) temperature test and three (3) compression test cylinders. 1. One cylinder shall be broken at 7 days and the other two at 28 days or as

instructed by the Public Works Construction Inspector. 2. The Contractor may have additional cylinders taken if desired to determine the

strength of the concrete in addition to a 7-day break and 28-day break. b. Temperature shall be tested throughout the day on each load of concrete

3. Concrete Cores (4” diameter) a. Tested for both thickness and 28-day strength b. Cores shall be taken at a rate of one per every 300 ft. per lane

4. Reinforcement a. Inspected by City Representative for layout prior to placing any concrete

1.04 INSPECTION A. Reinforcing steel must be inspected and approved prior to placement of concrete B. Any subgrade and/or base material testing required must be completed and shown to have

passed requirements of project specifications prior to placement of concrete. 1.05 RELATED SECTIONS

Page 155: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Mesquite Contract No. 2020-020 TECHNICAL SPECIFICATIONS 07/06/2020 TS-81

A. City Standard Details. B. North Central Texas Council of Governments Public Works Construction Standards 2004

(NCTCOG).

PART 2 – MATERIALS AND EQUIPMENT 2.01 GENERAL

A. All materials and requirements for concrete shall conform to the requirements of NCTSSPWC Item 303 “Portland Cement Concrete Pavement” with the exception of items specified herein.

B. Slip Form Paving Machine(s) equipped with external vibrators shall be used for all street pavements. Vibrating screeds will only be allowed for hand finished placement or if authorized by the engineer.

2.02 CONCRETE A. Concrete shall have a 28-day minimum compressive strength of 4,000 psi, containing 6 sacks

of cement per cubic yard minimum, with 1” to 3” slump for machine placement and 3” to 5” slump for hand placement.

B. Fly ash may be substituted for up to 20% of the cement content requirement at 1 to 1.25 cement to fly ash substitution rate.

2.03 REINFORCEMENT A. Reinforcing shall conform to ASTM A 615 and be a minimum grade of 60 ksi per ASTM A

370. Reinforcement may be rejected for failure to meet the following: reinforcement exceeding the allowable variations; reinforcement with a coating of dirt, loose scale, paint, oil, or other foreign substance which would prevent the bonding of the concrete and reinforcement; reinforcement not bent in accordance with the standard details; or twisted bars. Reinforcement shall be stored above the ground surface upon skids, platforms, or other supports, and shall be protected from mechanical injury and surface deterioration caused by exposure to the conditions producing rust.

B. Reinforcement shall conform to Section 20010 Steel Reinforcement. 2.04 JOINTS

A. Joints shall be filled with hot-poured rubber joint sealing compound that conforms to ASTM D 3406 and meets the requirements of NCTSSPWC 303.2.14.1.1.(a) Hot Poured Polymer Sealant Requirements

B. Expansion joint materials shall consist of: 1. Pre-molded asphalt board tested in accordance with ASTM D 545 Test Methods for

Preformed Expansion Joint Fillers for Concrete Construction (Non-extruding and Resilient Types).

2. Redwood shall be prohibited on sidewalks and used on streets only when necessary for constructability

2.05 CURING MATERIALS A. White Curing compound is to be applied, per manufacturer’s recommendations, to all exposed

concrete surfaces (including back-of-curbs) immediately after completion of finishing operations. Clear curing compound shall be used on stained concrete surfaces only. Curing compounds shall be ASTM C-309, Type 2 and shall be per NCTSSPWC Section 303.2.13.1.1. The compound shall be delivered to the jobsite in the manufacturer’s original containers only, which shall be clearly labeled.

2.06 STAMPED CONCRETE A. Pattern and color per plans. City shall be provided mold upon completion of project.

Page 156: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Mesquite Contract No. 2020-020 TECHNICAL SPECIFICATIONS 07/06/2020 TS-82

B. Prepare for approval a 9-sq. ft., 3-in. thick specimen for each color, pattern, and texture required before beginning work

PART 3 – EXECUTION 3.01 GENERAL

A. All requirements for concrete shall conform to the requirements of the current NCTSSPWC Item 303 “Portland Cement Concrete Pavement” with the exception of items specified herein.

3.02 JOINTS A. Joints shall be used where shown on the plans or where directed by the Engineer. The plane

of all joints shall make a right angle with the surface of the pavement. No joint shall have an error in alignment of more than one half (1/2) inch at any point. The concrete along the face of all joints, except dummy joints, shall be thoroughly consolidated by vibration to insure a surface which is free from honeycombing. All joints shall be constructed in accordance with Standard City of Mesquite Joint Details.

3.03 INTEGRAL CURB A. Integral curb shall be constructed along the edge of the pavement as an integral part of the

slab and of the same concrete as the slab. The concrete for the curb shall be deposited not more than thirty (30) minutes after the concrete in the slab.

B. If curb is formed by hand finishing a curb finish mule must be used to ensure a uniform cross-section.

C. Provide finished work with a well-compacted mass and a surface free from voids and honeycomb, in the required shape, line, and grade. Round exposed edges with an edging tool of the radius shown on the plans. Construct joints at locations shown on the plans. Cure for at least 72 hr.

D. Set and maintain a guideline that conforms to alignment data shown on the plans, with an outline that conforms to the details shown on the plans. Ensure that changes in curb grade and alignment do not exceed 1/4 in. between any 2 contacts on a 10-ft. straightedge.

E. Conventionally Formed Concrete. 1. Shape and compact subgrade, foundation, or pavement surface to the line, grade, and

cross-section shown on the plans. Lightly sprinkle subgrade or foundation material immediately before concrete placement.

2. Pour concrete into forms, and strike off with a template 1/4 to 3/8 in. less than the dimensions of the finished curb unless otherwise approved. After initial set, plaster surface with mortar consisting of 1 part hydraulic cement and 2 parts fine aggregate. Brush exposed surfaces to a uniform texture.

3. Place curbs, gutters, and combined curb and gutters in 50-ft. maximum sections unless otherwise approved.

F. Extruded or Slipformed Concrete. 1. Hand-tamp and sprinkle subgrade or foundation material before concrete placement.

Provide clean surfaces for concrete placement. Coat cleaned surfaces, if required, with approved adhesive or coating at the rate of application shown on the plans or as directed. Place concrete with approved self-propelled equipment.

2. The forming tube of the extrusion machine or the form of the slipform machine must be easily adjustable vertically during the forward motion of the machine to provide variable heights necessary to conform to the established gradeline.

3. Attach a pointer or gauge to the machine so that a continual comparison can be made between the extruded or slipform work and the grade guideline. Other methods may be used when approved.

Page 157: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Mesquite Contract No. 2020-020 TECHNICAL SPECIFICATIONS 07/06/2020 TS-83

4. Finish surfaces immediately after extrusion or slipforming. 3.04 REINFORCEMENT

A. Reinforcement shall be placed at locations and spacing shown on the plans, or as directed by the Engineer, and shall be supported above the sub-grade on chairs approved by the Engineer.

B. Placement and work methods shall conform to Section 20010 Steel Reinforcement C. Contractor shall drill dowel holes using approved equipment that will ensure proper depth and

alignment. Dowel holes shall be mechanically drilled at mid-depth of the slab. The holes shall be on alignment, level with the top surface of the slab, with minimal wandering. In some instances, dowel locations may have to be adjusted due to field conditions such as cracks, heavy mesh reinforcement, or other obstructions at the plan location for a dowel hole. After drilling holes, Contractor shall clean out the dowel holes with compressed air at a minimum 125 psi and then brush the holes out. Contractor shall insert the air nozzle to the back of the hole to force out all dust and debris, which might prevent the epoxy from bonding to the concrete. Contractor shall occasionally check the air for oil and moisture contamination from the compressor. To place the anchoring material, Contractor shall use a long nozzle that feeds the material to the back of the hole, assuring that the anchoring material will flow forward along the entire dowel embedment length during insertion. Contractor shall not use any method that attempts to pour or push the anchoring material into the hole. The injection wand on the installation unit shall contain an auger-type mixing spindle that mixes the two-part epoxy. Contractor shall insert dowels by twisting the dowel about one full revolution to evenly distribute the material around the dowel’s circumference. Contractor shall verify that the dowels are installed to the proper insertion depth and to the correct orientation (perpendicular to the vertical face of pavement). A plastic grout-retention disk shall be used to prevent the escape of epoxy. Some anchoring material shall be visible from the sides of the disk after installation to ensure proper amount of epoxy was placed in the hole. Dipping dowels into epoxy and inserting the dowel into the drilled hole is not acceptable.

D. Standard pavement reinforcing steel bar laps are to be 30 bar diameters or 15” per ACI 318, section 12.15, whichever is greater. All bars shall be wired at their intersections and at all laps or splices. All reinforcement necessary for a section of concrete shall be placed and approved by the Owner before any concrete is placed in the section. The pavement reinforcing steel shall be supported on chairs and care shall be exercised to keep all steel in its proper locations. After the reinforcing steel is securely installed above the subgrade, there shall be no loading imposed upon (or walking upon) the bar mats or individual bars before or during the placing or finishing of the concrete. When placed in the work, the reinforcement shall be free from dirt, loose rust, scale, painting, oil, or other foreign material.

3.05 CONCRETE PLACEMENT A. The Contractor shall do all necessary filling, leveling, and fine grading required to bring the

subgrade to the exact grades needed for repair. B. Fill and Level Up: Approved fill and level-up material is crushed concrete Flexible Base per

TXDOT Item No. 247, Grade 1, Type D. Sand may not be used as fill or level-up material under any pavement.

C. The subgrade shall be compacted using City approved vibratory sheep’s foot rollers, or other mechanical compaction equipment approved by the City. The subgrade and all level-up material must be compacted to 95% standard proctor density with a moisture content of 0% to plus 6% of optimum moisture. Moisture level must be maintained by wetting, until placing of concrete. All fill shall have densities taken at the interval and locations determined by the City Public Works Construction Inspector.

D. Subgrade shall be prepared per plans and pass required testing prior to setting forms. E. Placement of Concrete

1. Forms shall be straight, free of warp and kinks, and of a depth equal to the thickness of the finished work. Forms shall be a minimum of 10’ in length for each individual form or of a section satisfactory to the Owner, securely staked to the line and grade, and

Page 158: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Mesquite Contract No. 2020-020 TECHNICAL SPECIFICATIONS 07/06/2020 TS-84

maintained in a true position during the depositing of concrete. Forms shall be of ample strength and shall be provided with adequate devices for secure setting so that when in place they shall withstand the impact and vibration of equipment imposed thereupon without appreciable springing or settlement. Forms shall be thoroughly cleaned and oiled before each use. Forms shall remain in place until the concrete has taken its final set. Removal of forms shall be followed immediately by banking earth against the sides of the slab and wetting it. Care shall be taken in removing forms to prevent spalling or other damage of the concrete. All forms showing a deviation of 1/8” in 10’ from a straight line shall be rejected.

F. Thickness of concrete shall be per plans. G. Hot-Weather Concreting

1. The temperature of concrete as delivered shall not exceed 95 degrees F. Take immediate corrective action or cease concrete production when the concrete temperature exceeds 95 degrees F.

2. If concrete is to be placed before sunrise or after there is sufficient natural light the contractor must provide their own supplemental artificial lighting enough to do work safely and properly and in accordance with the City of Mesquite specifications.

H. Cold-Weather Concreting 1. No concrete shall be placed on a frozen subgrade 2. If the ambient air temperature is less than 40 degrees F and dropping concrete shall not

be placed. 3. If concrete is placed and there is an anticipated low temperature of less than 40 degrees

F within 5 days after placement the concrete must be covered and kept at a temperature of no less than 50 degrees F.

4. In all cases, concrete should not be kept at a temperature of less than 50 degrees F for a period of 5 days’ minimum.

3.06 FINISHING A. Immediately after finishing all concrete surfaces, the surfaces shall be finished to a true, even

surface and the required line, grade, and section with all surface voids filled. Finish all concrete street paving wider than 37’ with a tine finish (1”), perpendicular to traffic flow. Broom curb and gutter parallel to traffic 12” from curb. The edges of slabs and all joints requiring edging shall be carefully tooled with a suitable tool at the time the concrete begins to take its “initial set” and becomes non-workable. Before street pavement will be accepted and reopened, all foreign debris shall be removed and pavement cleaned.

B. Stamped Concrete: Contractor shall apply concrete stamping as shown on the plans. Upon completion, contractor shall provide concrete stamping mats used for construction to City.

3.07 SIDEWALKS A. Shape and compact subgrade, foundation, or pavement surface to the line, grade, and cross-

section shown on the plans. Lightly sprinkle subgrade or foundation material immediately before concrete placement. Hand-tamp and sprinkle foundation when placement is directly on subgrade or foundation materials. Remove and dispose of existing concrete. Provide a clean surface for concrete placement directly on the surface material or pavement.

3.08 Mix and place concrete in accordance with the pertinent Sections. Hand-finishing is allowed for any method of construction. Finish exposed surfaces to a uniform transverse broom finish surface. Curb ramps must include a detectable warning surface and conform to details shown on the plans. Install joints as shown on the plans. Ensure that abrupt changes in sidewalk elevation do not exceed 1/4 in., sidewalk cross slope does not exceed 2%, curb ramp grade does not exceed 8.3%, and flares adjacent to the ramp do not exceed 10% slope. Ensure that the sidewalk depth and reinforcement are not less than the driveway cross-sectional details shown on the plans where a sidewalk crosses a concrete driveway. Provide finished work with a well-compacted mass, a surface free from voids

Page 159: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Mesquite Contract No. 2020-020 TECHNICAL SPECIFICATIONS 07/06/2020 TS-85

and honeycomb, and the required true-to-line shape and grade.

3.09 PROTECTION OF PAVEMENT AND OPENING TO TRAFFIC A. No vehicle traffic shall be permitted on newly paved areas for a minimum of seven days after

placement or until 3000 psi has been achieved. B. Contractor shall protect concrete during curing period. Any damage done to pavement shall

be remedied at contractor’s expense.

3.10 PAVEMENT TOLERANCES A. No concrete pavement with ponded or standing water over 1/8” deep will be accepted. B. Contractor shall measure the transverse and lateral profile of the finished riding surface using

a 10-ft straightedge to measure and evaluate the ride quality of the pavement surfaces. The texture and ride quality of the new pavement should closely match of that of the existing pavement to which it connects. Contractor shall use an approved grinding or other acceptable method to correct localized roughness and surface areas that have more than 1/8-in variation between any 2 contacts on a 10-ft straight edge. This shall be considered incidental to this bid item.

C. Comply with tolerances of ACI 117 and as follows: 1. Elevation: 1/4 inch. 2. Thickness: Plus 3/8 inch, minus 1/4 inch. 3. Surface: Gap below 10-foot- long, unleveled straightedge not to exceed 1/4 inch. 4. Joint Spacing: 3 inches.

3.11 CLEANUP A. After the construction work has been completed, the Contractor shall remove all debris, trash,

excess materials, forms, stakes, etc. from the premises. The site shall be left with a neat appearance. All excavation shall be backfilled, and all excess excavated materials shall be disposed of.

3.12 PENALTY FOR DEFICIENT PAVEMENT THICKNESS AND STRENGTH A. Where the pavement is deficient in strength from that called for by the plans or specifications,

as determined by the proper compressive strength testing, the Contractor is responsible for addition testing to determine the actual strength deficiency.

B. Where the pavement thickness is deficient from that called for by the plans or specifications, as determined by core test set up in the contract, the Contractor is responsible for additional core tests to determine actual limits of deficient pavement thickness. The length of the area of such deficient thickness shall be determined by additional cores at intervals of 10 feet along the length of the pavement in each direction until cores are obtained which are at least plan thickness. The width of such area shall be the entire placement width.

C. Contract payment will be made at an adjusted rate based on the following tables. If area of pavement is deficient in both measurements, then the more stringent payment deduction will be in effect:

Page 160: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Mesquite Contract No. 2020-020 TECHNICAL SPECIFICATIONS 07/06/2020 TS-86

Percent Deficient from Required Strength Percent of Contract Price Allowed

Greater than 0%- Not more than 5% 95% Greater than 5%- Not more than 10% 90% Greater than 10%- Not more than 15% 80%

Deficiency in Thickness Determined By Cores

Percent of Contract Price Allowed

0.00 – 0.20 100% 0.21 – 0.30 80% 0.31 – 0.40 70% 0.41 - .050 60%

D. Any area of pavement found deficient in strength by more than 15% or deficient in thickness by more than 0.50 inches shall be removed and replaced by the Contractor at his entire expense for the width of the street or alley and as directed by the Engineer.

3.13 REMOVAL OF DEFICIENT CONCRETE A. If the above tests indicate that a particular batch of previously placed concrete has less than

the design strength, the Engineer may direct that the defective concrete be removed and replaced.

1. The removal of the defective concrete shall also include the removal of concrete that has obtained the required strength if the Engineer deems this necessary to obtain structural or visible continuity when the concrete is replaced.

2. The removal, and replacement of any defective concrete, shall be made at no additional cost to the Owner. This shall include any formwork required and any reinforcing steel required. The Owner will not accept any additional costs for extra work required because of the failure of placed concrete to meet the minimum requirements.

PART 4 – MEASUREMENT AND PAYMENT

A. Concrete street pavement and sidewalks shall be measured by square yard of reinforced concrete street pavement and sidewalks in place and accepted for the depth specified in the plans. The area of concrete pavement includes the portion of the pavement slab extending beneath the curb. Payment shall be full compensation for concrete paving including reinforcement, joints, joint sealing, forms, base for level up, curing compound, testing, clean-up and for all manipulation, labor, tools, equipment and incidentals necessary to complete the work, all in accordance with the plans and these specifications.

B. Curb or curb and gutter shall be measured by linear foot of curb or curb and gutter in place and accepted. Payment shall be full compensation for concrete paving including reinforcement, joints, joint sealing, forms, base for level up, curing compound, testing, clean-up and for all manipulation, labor, tools, equipment and incidentals necessary to complete the work, all in accordance with the plans and these specifications

END OF SECTION

Page 161: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Mesquite Contract No. 2020-020 TECHNICAL SPECIFICATIONS 07/06/2020 TS-87

SECTION 18000

COFFERDAM, PIER REMOVAL, DRILLED SHAFT & PIER CAP

PART 1 – GENERAL

1.01 SECTION INCLUDES This item shall be for the re-habilitation/restoration of the existing sanitary sewer aerial crossing pier. Work under this item includes labor and materials associated with the re-construction of the pier, pier cap and pier shaft.

1.02 RELATED SECTIONS

A. City Standard Details. B. TxDOT Standard Specifications

• Item 400 – Excavation and Backfill for Structures • Item 416 – Drilled Shaft Foundations • Item 420 – Concrete Structures • Item 421 – Hydraulic Cement Concrete • Item 429 – Concrete Structures Repair • Item 440 – Reinforcement for Concrete • Item 442 – Metal for Structures • Item 445 – Galvanizing • Item 449 – Anchor Bolts

END OF SECTION

Page 162: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Mesquite Contract No. 2020-020 TECHNICAL SPECIFICATIONS 07/06/2020 TS-88

SECTION 19000

RE-VEGETATION PART 1 – GENERAL

1.01 SCOPE OF WORK

A. Contractor shall furnish and planting common Bermuda grass seed to include all material, labor, equipment, tools, and superintendence necessary.

PART 2 – PRODUCTS

2.01 SEED

A. The seed shall be “Cynodon Dactylon” (Common Bermuda Grass). The seed shall be harvested 1-year prior to planting.

B. The seed shall be free of Johnson grass, field bind weed, dodder seed, and other weed seed t the limits allowable under the Federal Seed Act and applicable seed laws.

C. The seed shall not be a mixture.

D. The seed shall be hulled, extra fancy grade, and have a germination and purity that shall produce, after allowance for Federal Seed Act tolerances, a pure live seed content of not less than 85-percent.

PART 3 – EXECUTION

3.01 SUBGRADE PREPARATION

A. Following installation and testing of utilities, Contractor shall grade and smooth areas where seed is to be planted. Large clods, rocks, or other debris shall be removed. The surface shall be loose prior to application. All seeding pertains shall be performed by either “drilling” or “cultipacker” process or approved equal. Seed shall be covered by +1/4” topsoil.

The owner may reject seeded area on the basis of weed population.

3.02 SEEDING

A. Broadcast Seeding shall be in accordance with NCTCOG 202.6.4.2

B. Disced Seeding shall be in accordance with NCTCOG 202.6.4.3

C. Hydraulic Mulch shall be in accordance with NCTCOG 202.6.4.4

3.03 FERTILIZER

A. Fertilizer shall be applied in accordance with NCTCOG 202.4.

Page 163: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Mesquite Contract No. 2020-020 TECHNICAL SPECIFICATIONS 07/06/2020 TS-89

3.04 WATERING

A. Seeded areas shall be thoroughly watered immediately after they are planted.

B. Seeded areas shall be shall be watered as directed by the owner at least twice daily for at least 14-days after seeding in such a manner as to prevent washing of the slopes or dislodgement of the seed.

C. Water shall be applied to the cultivated area until a minimum depth of 6-inces is thoroughly moistened.

D. Contractor shall re-seed washed areas.

E. Contractor shall be responsible for proper watering until final acceptance.

3.05 MAINTENANCE

A. Seeded areas shall be maintained, including watering and mowing, at such time and in a manner and quantity directed by the owner until completion and final acceptance of the project by the owner. At a minimum, the contractor shall maintain the seeded area until each of the following conditions is achieved: vegetation is evenly distributed, without large bar areas, and covers 70% of the seeded area.

3.06 IRRIGATION

A. Any water equipment deemed necessary by the Contractor will be provided by the Contractor. Contractor shall be responsible for the cost of the water.

3.07 PLANTING SEASON

A. The growing season for this project is March 15 to October 15. If the final phase of the project is completed outside of the normal growing season, the growth standard period shall begin on March 15 of the following year. If the full growth standard period cannot be completed prior to October 15, then the remaining number of days for determining growth standards shall commence on March 15 of the following year with the minimum of 30 days being required from March 15. Growth standards will not be evaluated prior to April 15.

END OF SECTION

Page 164: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Mesquite Contract No. 2020-020 TECHNICAL SPECIFICATIONS 07/06/2020 TS-90

SECTION 20000

CONTROLLED LOW STRENGTH MATERIAL (CLSM)

PART 1 - GENERAL

1.1 SECTION INCLUDES A. Controlled low strength material (CLSM) for use in the following: a. Flowable backfill/Grout

1.2 RELATED SECTIONS

A. Measurement and Payment

1.3 REFERENCES

A. City General Design Standards

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.

C. ASTM International (ASTM): 1. C31 - Standard Practice for Making and Curing Concrete Test Specimens in the

Field. 2. C33 - Standard Specification for Concrete Aggregates. 3. C39 - Standard Test Method for Compressive Strength of Cylindrical Concrete

Specimens. 4. C143 - Standard Test Method for Slump of Hydraulic Cement Concrete. 5. C231 - Standard Test Method for Air Content of Freshly Mixed Concrete by the

Pressure Method. 6. C260 - Standard Specification for Air-Entraining Admixtures for Concrete. 7. C618 - Standard Specification for Coal Fly Ash and Raw or Calcined Natural

Pozzolan for Use in Concrete.

1.4 SUBMITTALS A. Submit Controlled Low Strength Material design to the City for review . B. All submittals shall be approved by the City prior to delivery and/or

fabrication for specials. 1.5 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product data B. Sieve analysis

1. Submit sieve analyses of fine and coarse aggregates being used. a. Resubmit at any time there is a significant change in grading of materials.

Page 165: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Mesquite Contract No. 2020-020 TECHNICAL SPECIFICATIONS 07/06/2020 TS-91

2. Mix a. Submit full details, including mix design calculations for mix proposed for use.

C. Trial batch test data 1. Submit data for each test cylinder. 2. Submit data that identifies mix and slump for each test cylinder.

PART 2 - PRODUCTS

2.2 PRODUCT TYPES AND MATERIALS A. Materials

1. Portland cement: Type II low alkali portland cement as specified in City General Design Standards 2. Fly ash: Class F fly ash in accordance with ASTM C618. 3. Water: As specified in Section 03 30 00. 4. Admixture: Air entraining admixture in accordance with ASTM C260. 5. Fine aggregate: Concrete sand (does not need to be in accordance with

ASTM C33). No more than 12 percent of fine aggregate shall pass a No. 200 sieve, and no plastic fines shall be present.

6. Coarse aggregate: Pea gravel no larger than 3/8 inch.

B. Mixes 1. Performance requirements

a. Total calculated air content 1) Not less than 8.0 percent or greater than 12.0 percent.

b. Minimum unconfined compressive strength 1) Not less than 50 psi measured at 28 days.

c. Maximum unconfined compressive strength 1) Not greater than 150 psi measured at 28 days. 2) Limit the long-term strength (90 days) to 200 psi such that material could

be re-excavated with conventional excavation equipment in the future if necessary.

d. Wet density 1) No greater than 132 pounds per cubic foot.

e. Color 1) No coloration required unless noted. 2) Submit dye or other coloration means for approval.

2. Suggested design mix

Material

Weight

Specific Gravity

Absolute Volume Cubic Foot

Cement 30 pounds 3.15 0.15

Fly Ash 300 pounds 2.30 2.09

Water 283 pounds 1.00 4.54

Page 166: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Mesquite Contract No. 2020-020 TECHNICAL SPECIFICATIONS 07/06/2020 TS-92

Coarse Aggregate 1,465 pounds

2.68 8.76

Fine Aggregate 1,465 pounds

2.68 8.76

Admixture 4-6 ounces - 2.70

TOTAL 3,543 pounds

- 27.00

2.4 SOURCE QUALITY CONTROL A. Trial batch

1. After mix design has been accepted by Engineer, have trial batch of the accepted mix design prepared by testing laboratory acceptable to Engineer.

2. Prepare trial batches using specified cementitious materials and aggregates proposed to be used for the Work.

3. Prepare trial batch with sufficient quantity to determine slump, workability, consistency, and to provide sufficient test cylinders.

B. Test cylinders: 1. Prepare test cylinders in accordance with ASTM C31 with the following

exceptions: a. Fill the concrete test cylinders to overflowing and tap sides lightly to settle the

mix. b. Do not rod the concrete mix. c. Strike off the excess material.

2. Place test cylinders in a moist curing room. Exercise caution in moving and transporting the cylinders since they are fragile and will withstand only minimal bumping, banging, or jolting without damage.

3. Do not remove the test cylinder from mold until the cylinder is to be capped and tested.

4. The test cylinders may be capped with standard sulfur compound or neoprene pads: a. Perform the capping carefully to prevent premature fractures. b. Use neoprene pads a minimum of 1/2 inch thick, and 1/2 inch larger in diameter

than the test cylinders. c. Do not perform initial compression test until the cylinders reach a minimum

age of 3 days. C. Compression test 8 test cylinders: Test 4 test cylinders at 3 days and 4 at 28 days in

accordance with ASTM C39 except as modified herein: 1. The compression strength of the 4 test cylinders tested at 28 days shall be equal to

or greater than the minimum required compression strength, but not exceed maximum compression strength.

D. If the trial batch tests do not meet the Specifications for strength or density, revise and resubmit the mix design, and prepare additional trial batch and tests. Repeat until an acceptable trial batch is produced that meets the Specifications. 1. All the trial batches and acceptability of materials shall be paid by the

CONTRACTOR.

Page 167: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Mesquite Contract No. 2020-020 TECHNICAL SPECIFICATIONS 07/06/2020 TS-93

2. After acceptance, do not change the mix design without submitting a new mix design, trial batches, and test information.

E. Determine slump in accordance with ASTM C143 with the following exceptions: 1. Do not rod the concrete material. 2. Place material in slump cone in 1 semi-continuous filling operation, slightly

overfill, tap lightly, strike off, and then measure and record slump.

PART 3 - EXECUTION

Not Used

3.1 INSTALLATION A. Place CLSM by any method which preserves the quality of the material in terms of compressive strength and density:

1. Limit lift heights of CLSM placed against structures and other facilities that could be damaged due to the pressure from the CLSM, to the lesser of 4 feet or the lift height indicated on the Drawings. Do not place another lift of CLSM until the last lift of CLSM has set and gained sufficient strength to prevent lateral load due to the weight of the next lift of CLSM.

2. The basic requirement for placement equipment and placement methods is the maintenance of its fluid properties.

3. Transport and place material so that it flows easily around, beneath, or through walls, pipes, conduits, or other structures.

4. Use a slump of the placed material greater than 9 inches, and sufficient to allow the material to flow freely during placement: a. After trial batch testing and acceptance, maintain slump developed during

testing during construction at all times within ± 1 inch. 5. Use a slump, consistency, workability, flow characteristics, and pumpability (where

required) such that when placed, the material is self-compacting, self-densifying, and has sufficient plasticity that compaction or mechanical vibration is not required.

6. When using as embedment for pipe take appropriate measures to ensure line and grade of pipe.

3.7 FIELD QUALITY CONTROL A. General

1. Make provisions for and furnish all material for the test specimens, and provide manual assistance to assist the Engineer in preparing said specimens.

2. Be responsible for the care of and providing curing condition for the test specimens. B. Tests by the Contractor

1. During the progress of construction, the Contractor will have tests made to determine whether the CLSM, as being produced, complies with the requirements specified hereinbefore. Test cylinders will be made and delivered to the laboratory by the Engineer and the testing expense will be borne by the Contractor.

2. Test cylinders a. Prepare test cylinders in accordance with ASTM C31 with the following

exceptions: 1) Fill the concrete test cylinders to overflowing and tap sides lightly to settle

the mix.

Page 168: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Mesquite Contract No. 2020-020 TECHNICAL SPECIFICATIONS 07/06/2020 TS-94

2) Do not rod the concrete mix. 3) Strike off the excess material.

b. Place the cylinders in a safe location away from the construction activities. Keep the cylinders moist by covering with wet burlap, or equivalent. Do not sprinkle water directly on the cylinders.

c. After 2 days, place the cylinders in a protective container for transport to the laboratory for testing. The concrete test cylinders are fragile and shall be handled carefully. The container may be a box with a Styrofoam or similar lining that will limit the jarring and bumping of the cylinders.

d. Place test cylinders in a moist curing room. Exercise caution in moving and transporting the cylinders since they are fragile and will withstand only minimal bumping, banging, or jolting without damage.

e. Do not remove the test cylinder from mold until the cylinder is to be capped and tested. The test cylinders may be capped with standard sulfur compound or neoprene pads: 1) Perform the capping carefully to prevent premature fractures. 2) Use neoprene pads a minimum of 1/2 inch thick, and 1/2 inch larger in

diameter than the test cylinders. 3) Do not perform initial compression test until the cylinders reach a

minimum age of 3 days. 3. The number of cylinder specimens taken each day shall be determined by the

Inspector. a. Test 1 cylinder at 3 days and 2 at 28 days in accordance with ASTM C39

except as modified herein. b. The compression strength of the cylinders tested at 28 days shall be equal to or

greater than the minimum required compression strength, but not exceed maximum compression strength.

4. The City will test the air content of the CLSM. Test will be made immediately after discharge from the mixer in accordance with ASTM C231.

5. Test the slump of CLSM using a slump cone in accordance with ASTM C143 with the following exceptions: a. Do not rod the concrete material. b. Place material in slump cone in 1 semi-continuous filling operation, slightly

overfill, tap lightly, strike off, and then measure and record slump. 6. If compressive strength of test cylinders does not meet requirements, make

corrections to the mix design to meet the requirements of this specification.

END OF SECTION

Page 169: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Mesquite Contract No. 2020-020 TECHNICAL SPECIFICATIONS 07/06/2020 TS-95

DIVISIONS 3-16 NOT USED

Page 170: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

[Type here]

APPENDIX A

1. OAK BROOK PROJECT (Sanitary Sewer Plan) Sheet #14 Prepared by Espey, Houston & Associates, Inc. Dated May 5 1987 - Rec Index No 581-932

2. OAK BROOK – PHASE 1 (Water & Sewer Plans) Sheet #8 Prepared by Nathan D. Maier Dated December 15 1998 – Rec Index No 890-700 3. ON THE BORDER (Utility Plan) Sheet #C5, Prepared by RLK Engineering, dated December 17 1998

Rec Index No 14310-001-C5

4. PEACHTREE PLAZA (Water & Sanitary Sewer Plan) Sheet #5. Prepared by Espey, Houston & Associates, Inc. Dated September 25 1986 - Rec Index No 612-643

5. SOUTH MESQUITE CREEK (Sanitary Sewer Improvements) Sheet #II-6. Prepared by Nathan D. Maier, Dated September 18 1992 – Rec Index No 581-1064 6. SOUTH MESQUITE CREEK (Sanitary Sewer Improvements) Sheet #II-7. Prepared by Nathan D. Maier, Dated September 18 1992 – Rec Index No 581-1065 7. SOUTH MESQUITE CREEK (Sanitary Sewer Improvements) Sheet #II-8. Prepared by Nathan D. Maier, Dated September 18 1992 – Rec Index No 581-1066 8. SOUTH MESQUITE CREEK (Sanitary Sewer Improvements) Sheet #III-1. Prepared by Nathan D. Maier, Dated November 1 1993 – Rec Index No 581-1109

9. SOUTH MESQUITE CREEK PARALLEL OUTFALL SEWER – Sheet #2, 3, 4, 5, 6, 7, 8, 9, 10, 11 & 12.

Prepared by Hunter Associates, dated June 1976 - Rec Index No 581-618, 581-619, 581-620, 581-621, 581-622, 581-623, 581-624

Page 171: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

APPENDIX B

1. Geotechnical Engineering Report: Sewer Aerial Crossing Rehabilitation, Mesquite, Texas, dated July 15, 2019. Terracon Project No. 94195064. Prepared by Terracon Consultants, Inc.

2. SAM Surveying and Mapping: SUE Quality Level-A Test Hole 1, City of Mesquite 24” RCCP Water, SAM, LLC Project #43253, Dated 6/22/2018

Page 172: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Geotechnical Engineering Report __________________________________________________________________________

Sewer Aerial Crossing Rehabilitation Mesquite, Texas

July 15, 201 Terracon Project No. 94195064

Prepared for:

Huitt-Zolllars, Inc. Dallas, Texas

Prepared by:

Terracon Consultants, Inc. Irving, Texas

Page 173: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

July 15, 2019 Huitt-Zolllars, Inc. 1717 McKinney Ave, Ste 1400 Dallas, Texas 75052

Attn: Mr. John Ho P: (214) 871 1311 E: [email protected]

Re: Geotechnical Engineering Report Sewer Aerial Crossing Rehabilitation South Mesquite Creek Mesquite, Texas Terracon Project No. 94195064

Dear Mr. Ho:

This report presents the findings of our subsurface exploration and laboratory testing and provides geotechnical recommendations for design and construction of the aerial pipe line foundation for the proposed project. This study was performed in general accordance with Terracon Proposal No. P94195064 dated February 12, 2019.

We appreciate the opportunity to be of service to you on this project. If you have any questions concerning this report or if we may be of further service, please contact us.

Sincerely, Terracon Consultants, Inc.

Ali Q. Abdullah, Ph.D., P.E. Tim G. Abrams, P.E. Project Manager Senior Principal

Page 174: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Geotechnical Engineering Report Sewer Aerial Crossing Rehabilitation Mesquite, Texas July 15, 201 Terracon Project No. 94195064

Responsive Resourceful Reliable 2

INTRODUCTIONSITE CONDITIONSPROJECT DESCRIPTIONGEOTECHNICAL CHARACTERIZATIONGEOTECHNICAL OVERVIEWDEEP FOUNDATIONSSEISMIC CONSIDERATIONSGENERAL COMMENTS Note: This report was originally delivered in a web-based format. Orange Bold text in the report indicates a referenced section heading. The PDF version also includes hyperlinks which direct the reader to that section and clicking on the GeoReport logo will bring you back to this page. For more interactive features, please view your project online at client.terracon.com.

ATTACHMENTS

EXPLORATION AND TESTING PROCEDURES SITE LOCATION AND EXPLORATION PLANS EXPLORATION RESULTS SUPPORTING INFORMATION

Note: Refer to each individual Attachment for a listing of contents.

Page 175: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Geotechnical Engineering Report Sewer Aerial Crossing Rehabilitation Mesquite, Texas July 15, 201 Terracon Project No. 94195064

Responsive Resourceful Reliable i

Topic Overview Statement

Project Description

Two aerial sewer pipelines cross over South Mesquite Creek. The foundation support for a 48-inch diameter pipeline has been damaged and needs to be replaced with a new foundation

Geotechnical Characterization

Fat Clay encountered Weak shale encountered Groundwater not encountered

Foundations Drilled shaft foundation.

Seismic Considerations Class C

General Comments This section contains important information about the limitations of this geotechnical engineering report.

1. If the reader is reviewing this report as a pdf, the topics above can be used to access the appropriate section of the report by simply clicking on the topic itself.

2. This summary is for convenience only. It should be used in conjunction with the entire report for design purposes.

Page 176: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Responsive Resourceful Reliable 1

Geotechnical Engineering Report Sewer Aerial Crossing Rehabilitation

South Mesquite Creek Mesquite, Texas

Terracon Project No. 94195064 July 15, 201

This report presents the results of our subsurface exploration and geotechnical engineering services performed for the proposed drilled shaft foundation for a 48-inch diameter sewer aerial crossing pipeline. The pipeline crosses South Mesquite Creek in Mesquite, Texas. The purpose of these services is to provide information and geotechnical engineering recommendations relative to:

Subsurface soil (and rock) conditions Foundation design and construction

Groundwater conditions Seismic site classification per IBC

The geotechnical engineering Scope of Services for this project included one boring to an approximate depth of 40 feet below existing site grades. Maps showing the site and boring locations are shown in the Site Location and Exploration Plan sections, respectively. The results of the laboratory testing performed on samples obtained from the site during the field exploration are included on the boring logs in the Exploration Results section.

The following description of site conditions is derived from our site visit in association with the field exploration and our review of publicly available geologic and topographic maps.

Item Description

Parcel Information The project is located at South Mesquite Creek in Mesquite, Texas.

Approximate Coordinates: 32.7487270°N / -96.6047173°W

Existing Improvements

48 inches and 24-inch diameter sewer mains that cross over South Mesquite Creek appear to be supported by drilled shafts. The west creek bank is protected by gabion baskets and mats at the edge of the creek and the upper portion of the east creek bank is protected by gabion mats.

Current Ground Cover

Moderately to heavily tree cover on the west bank and grass covered east bank.

Geology Ozan Geologic formation.

Page 177: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Geotechnical Engineering Report Sewer Aerial Crossing Rehabilitation Mesquite, Texas July 15, 201 Terracon Project No. 94195064

Responsive Resourceful Reliable 2

Item Description

Project Description The west most foundation support for a 48-inch diameter sanitary sewer line over South Mesquite Creek has been damaged and requires shaft foundation replacement

Pipeline Support Drilled Shaft

Maximum Loads Maximum Applied Load- 20 Kips

Subsurface profile

Conditions encountered at the boring location are indicated on the boring log. The approximate boring location is shown on Exploration Plan section. Borings B-1 was drilled at the east side of the creek due to the site access limitations. The boring log is presented on Exploration Results section. The following table presents the summary of the encountered soils in the boring.

Dark brown to olive brown Clays were present to a depth of about 29 feet. The clays exhibited a plasticity index of 50. The consistency of the clays ranged from stiff to very stiff. Weathered gray shale was present below the clays and extended to the boring termination depth of 40 feet. The top of the shale layer is estimated to be at about El. 394. Shale could be a greater depth in the creek due to past creek channel erosion.

Groundwater Conditions

The boring was advanced using dry auger drilling techniques within the overburden soils, which allows short-term groundwater observations to be made while drilling. Groundwater was not observed in the boring while drilling or at the completion of drilling. Groundwater is expected to be present within the creek channel.

Based on the encountered subsurface conditions, the 48 inch diameter sewer aerial crossing pipeline can be supported on a straight drilled shaft bearing in weathered gray shale. The drill shaft bore may require casing to maintain a dry installation in the weathered shale.

Page 178: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Geotechnical Engineering Report Sewer Aerial Crossing Rehabilitation Mesquite, Texas July 15, 201 Terracon Project No. 94195064

Responsive Resourceful Reliable 3

The General Comments section provides an understanding of the report limitations.

Drilled Shaft Design Parameters

The drilled shafts should be designed in accordance with the recommendations provided in the following table.

Design Parameter Recommendation

Bearing stratum Weathered Gray Shale

Minimum Bearing depth 30 feet below bottom of creek

Allowable bearing pressure 16,000 psf, with factor of safety of 3.0

Allowable Skin Friction 1,600 psf, with factor of safety of 2.0

Minimum shaft diameter 18 inches

Total settlement

70 to 80 percent of the foundation settlement is expected to occur as the shafts are loaded. The total settlement is estimated to range from ½ to 1 percent of the underream diameter.

Differential settlement ½ to ¾ of the total settlement

Drilled Shafts - Lateral Capacity

The drilled shafts may be subject to lateral loads. Parameters for lateral load analysis are provided in the following table -PILE computer program.

Soil Type Clay Soils Weathered Shale

P-Y Model Stiff clay without free water Weak Rock

Depth, feet 2 to 22 feet 22 to 32 feet

Effective Unit Weight (pcf) 63 130

Undrained Cohesion, c (psf) 1,650 -

Strain Factor, 50 0.01 -

Page 179: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Geotechnical Engineering Report Sewer Aerial Crossing Rehabilitation Mesquite, Texas July 15, 201 Terracon Project No. 94195064

Responsive Resourceful Reliable 4

Soil Type Clay Soils Weathered Shale

Initial Modulus of Rock Mass (ksf) N/A 630

Uniaxial Compressive Strength (psf) N/A 9,000

Rock Quality Designation, RQD (%) N/A 100

Krm N/A 0.0004

Soil Induced Uplift Loads

The drilled shaft is not expected to be subjected to soil induced uplift forces due to swelling clays. Accordingly, the drilled shaft does not need to be designed to reduced soil induced uplift forces.

Straight Drilled Shafts Construction Considerations

The construction of all drilled shafts should be observed by experienced geotechnical personnel during construction to confirm: 1) the bearing stratum; 2) the minimum bearing depth; 3) the removal of all cuttings 4) that groundwater seepage, if any, is correctly handled; and 5) that the shafts are within acceptable vertical tolerance. Recommendations for drilled shaft construction are presented in the following table.

Item Recommendation

Installation specification

Time to complete Drilled shaft should be completed in one day. The side wall and base will begin to deteriorate if the hole remains open.

Installation Methods Drilled Shaft should be installed using dry methods.

Groundwater control Seepage was not observed in the borings; however seepage could be encountered during installation of the shaft because the shaft is expected to constructed in the creek channel.

The seismic design requirements for buildings and other structures are based on Seismic Design Category. Site Classification is required to determine the Seismic Design Category for a structure. The Site Classification is based on the upper 100 feet of the site profile defined by a weighted

Page 180: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Geotechnical Engineering Report Sewer Aerial Crossing Rehabilitation Mesquite, Texas July 15, 201 Terracon Project No. 94195064

Responsive Resourceful Reliable 5

average value of either shear wave velocity, standard penetration resistance, or undrained shear strength in accordance with Section 20.4 of ASCE 7 and the International Building Code (IBC).

Based on the soil/bedrock properties encountered at the site and as described on the exploration logs and results, it is our professional opinion that the Seismic Site Classification is C. Subsurface explorations at this site were extended to a maximum depth of 40 feet. The site properties below the boring depth to 100 feet were estimated based on our experience and knowledge of geologic conditions of the general area. Additional deeper borings or geophysical testing may be performed to confirm the conditions below the current boring depth.

Our analysis and opinions are based upon our understanding of the project, the geotechnical conditions in the area, and the data obtained from our site exploration. Natural variations will occur between exploration point locations or due to the modifying effects of construction or weather. The nature and extent of such variations may not become evident until during or after construction. Terracon should be retained as the Geotechnical Engineer, where noted in this report, to provide observation and testing services during pertinent construction phases. If variations appear, we can provide further evaluation and supplemental recommendations. If variations are noted in the absence of our observation and testing services on-site, we should be immediately notified so that we can provide evaluation and supplemental recommendations.

Our Scope of Services does not include either specifically or by implication any environmental or biological (e.g., mold, fungi, bacteria) assessment of the site or identification or prevention of pollutants, hazardous materials or conditions. If the owner is concerned about the potential for such contamination or pollution, other studies should be undertaken.

Our services and any correspondence or collaboration through this system are intended for the sole benefit and exclusive use of our client for specific application to the project discussed and are accomplished in accordance with generally accepted geotechnical engineering practices with no third-party beneficiaries intended. Any third-party access to services or correspondence is solely for information purposes to support the services provided by Terracon to our client. Reliance upon the services and any work product is limited to our client, and is not intended for third parties. Any use or reliance of the provided information by third parties is done solely at their own risk. No warranties, either express or implied, are intended or made.

Site characteristics as provided are for design purposes and not to estimate excavation cost. Any use of our report in that regard is done at the sole risk of the excavating cost estimator as there may be variations on the site that are not apparent in the data that could significantly impact excavation cost. Any parties charged with estimating excavation costs should seek their own site characterization for specific purposes to obtain the specific level of detail necessary for costing. Site safety, and cost estimating including, excavation support, and dewatering

Page 181: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Geotechnical Engineering Report Sewer Aerial Crossing Rehabilitation Mesquite, Texas July 15, 201 Terracon Project No. 94195064

Responsive Resourceful Reliable 6

requirements/design are the responsibility of others. If changes in the nature, design, or location of the project are planned, our conclusions and recommendations shall not be considered valid unless we review the changes and either verify or modify our conclusions in writing.

Page 182: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Responsive Resourceful Reliable

Page 183: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Geotechnical Engineering Report Sewer Aerial Crossing Rehabilitation Mesquite, Texas July 15, 201 Terracon Project No. 94195064

Responsive Resourceful Reliable

Field Exploration

Boring ID Boring Depth (feet) Boring Location

B-1 40 See Exploration Plan

Boring Layout and Elevations: Unless otherwise noted, Terracon personnel provided the boring layout. Coordinates were obtained with a handheld GPS unit (estimated horizontal accuracy of about ±10 feet) and approximate elevations were obtained by Google earth.

Subsurface Exploration Procedures: We advanced the boring with a truck-mounted rotary drill rig using continuous flight augers (solid stem and/or hollow stem, as necessary, depending on soil conditions). Five samples were obtained in the upper 10 feet of each boring and at intervals of 5 feet thereafter. In the thin-walled tube sampling procedure, a thin-walled, seamless steel tube with a sharp cutting edge was pushed hydraulically into the soil to obtain a relatively undisturbed sample. We observed and recorded groundwater levels during drilling and sampling. For safety purposes, all borings were backfilled with auger cuttings after their completion.

The sampling depths, penetration distances, and other sampling information was recorded on the field boring logs. The samples were placed in appropriate containers and taken to our soil laboratory for testing and classification by a Geotechnical Engineer. Our exploration team prepared field boring logs as part of the drilling operations. These field logs included visual classifications of the materials encountered during drilling and our interpretation of the subsurface conditions between samples. Final boring log were prepared from the field log. The final boring log represent the Geotechnical Engineer's interpretation of the field logs and include modifications based on observations and tests of the samples in our laboratory.

Laboratory Testing

The project engineer reviewed the field data and assigned laboratory tests to understand the engineering properties of the various soil and rock strata, as necessary, for this project. Procedural standards noted below are for reference to methodology in general. In some cases, variations to methods were applied because of local practice or professional judgment. Standards noted below include reference to other, related standards. Such references are not necessarily applicable to describe the specific test performed.

ASTM D2216 Standard Test Methods for Laboratory Determination of Water (Moisture) Content of Soil and Rock by Mass

ASTM D4318 Standard Test Methods for Liquid Limit, Plastic Limit, and Plasticity Index of Soils

Page 184: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Geotechnical Engineering Report Sewer Aerial Crossing Rehabilitation Mesquite, Texas July 15, 201 Terracon Project No. 94195064

Responsive Resourceful Reliable

ASTM D2166/D2166M Standard Test Method for Unconfined Compressive Strength of Cohesive Soil

ASTM D7263 Laboratory Determination of Density (Unit Weight) of Soil Specimens

The laboratory testing program often included examination of soil samples by an engineer. Based d and classified the soil samples in accordance

with the Unified Soil Classification System.

Page 185: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Responsive Resourceful Reliable

Page 186: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

SITE LOCATION Sewer Aerial Crossing Rehabilitation Mesquite, Texas July 15, 201 Terracon Project No. 94195064

Note to Preparer: This is a large table with outside borders. Just click inside the table above this text box, then paste your GIS Toolbox image. When paragraph markers are turned on you may notice a line of hidden text above and outside the table please leave that alone. Limit editing to inside the table. The line at the bottom about the general location is a separate table line. You can edit it as desired, but try to keep to a single line of text to avoid reformatting the page.

DIAGRAM IS FOR GENERAL LOCATION ONLY, AND IS NOT INTENDED FOR CONSTRUCTION PURPOSES MAP PROVIDED BY MICROSOFT BING MAPS

SITE

Page 187: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

EXPLORATION PLAN Sewer Aerial Crossing Rehabilitation Mesquite, Texas July 15, 201 Terracon Project No. 94195064

Note to Preparer: This is a large table with outside borders. Just click inside the table above this text box, then paste your GIS Toolbox image. When paragraph markers are turned on you may notice a line of hidden text above and outside the table please leave that alone. Limit editing to inside the table. The line at the bottom about the general location is a separate table line. You can edit it as desired, but try to keep to a single line of text to avoid reformatting the page.

DIAGRAM IS FOR GENERAL LOCATION ONLY, AND IS NOT INTENDED FOR CONSTRUCTION PURPOSES MAP PROVIDED BY MICROSOFT BING MAPS

Page 188: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION
Page 189: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION
Page 190: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION
Page 191: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION
Page 192: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION
Page 193: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

UNIFIED SOIL CLASSIFICATION SYSTEM

Criteria for Assigning Group Symbols and Group Names Using Laboratory Tests Soil Classification

Group Symbol Group Name

Coarse-Grained Soils: More than 50% retained on No. 200 sieve

Gravels: More than 50% of coarse fraction retained on No. 4 sieve

Clean Gravels:

Less than 5% fines

Cu 4 and 1 Cc 3 GW Well-graded gravel

Cu 4 and/or [Cc<1 or Cc>3.0] GP Poorly graded gravel

Gravels with Fines:

More than 12% fines

Fines classify as ML or MH GM Silty gravel

Fines classify as CL or CH GC Clayey gravel

Sands: 50% or more of coarse fraction passes No. 4 sieve

Clean Sands:

Less than 5% fines

Cu 6 and 1 Cc 3 SW Well-graded sand

Cu 6 and/or [Cc<1 or Cc>3.0] SP Poorly graded sand

Sands with Fines:

More than 12% fines

Fines classify as ML or MH SM Silty sand

Fines classify as CL or CH SC Clayey sand

Fine-Grained Soils: 50% or more passes the No. 200 sieve

Silts and Clays: Liquid limit less than 50

Inorganic: PI line J

CL Lean clay

PI ML Silt

Organic: Liquid limit - oven dried

0.75 OL Organic clay

Liquid limit - not dried Organic silt

Silts and Clays: Liquid limit 50 or more

Inorganic: CH Fat clay

MH Elastic Silt

Organic: Liquid limit - oven dried

0.75 OH Organic clay

Liquid limit - not dried Organic silt Highly organic soils: Primarily organic matter, dark in color, and organic odor PT Peat Based on the material passing the 3-inch (75-mm) sieve. If field s

Gravels with 5 to 12% fines require dual symbols: GW-GM well-graded gravel with silt, GW-GC well-graded gravel with clay, GP-GM poorly graded gravel with silt, GP-GC poorly graded gravel with clay. Sands with 5 to 12% fines require dual symbols: SW-SM well-graded sand with silt, SW-SC well-graded sand with clay, SP-SM poorly graded sand with silt, SP-SC poorly graded sand with clay.

Cu = D60/D10 Cc =

6010

2

30

DxD

)(D

If soil contains If fines classify as CL-ML, use dual symbol GC-GM, or SC-SM.

If soil contains 15% gravel If Atterberg limits plot in shaded area, soil is a CL-ML, silty clay.

If soil contains 30% plus No. 200 predominantly sand, add

If soil contains 30% plus No. 200, predominantly gravel, add

PI PI

Page 194: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Test Hole Summary Project Gross Rd 24-in Water Main

SAM, LLC Project # 43253

State Texas City(s) Mesquite Location(s) Peachtree Plaza Client Huitt-Zollars

Test Hole Utility Owner Contact Date Performed Northing EastingGround

ElevationDepth

Top of Facility

Elevation

Surface

ConditionUtility Description

TH 1 Water City of Mesquite Christina Hickey 6/22/2018 6973136.57' 2543997.73' 459.5' 8.6' 450.9' Concrete 24" RCCP Water running Northwest and Southeast

SURVEYING AND MAPPING LLC

7101 ENVOY COURT, DALLAS, TX 752472

PH. 214-631-7888 FAX 214-631-7103

TBPLS FIRM #10064300 / TBPE FIRM # F-1937

Page 195: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

Project: Gross Rd 24-in Water Main Date Performed:

Project Location: MesquiteSurface Material &

Thickness:

Utility Location: Peachtree Plaza Surface Elevation:

Utility Sta./Offset: N/A Surface Condition:

Record Utility: 24" RCCP Water Trench Material:

Utility Owner: City of Mesquite Utility Bedding Material:

Contact: Christina Hickey Utility Found:

Phone/Email: (972) 216-6432 / [email protected] Utility Condition:

Field Crew: James Sobol|Jared McCants Utility Depth (Top):

Field Conditions: Mostly Sunny H104º/L82º      

Control Point 100N 6973059.41'

E 2544053.92'Elev. 462.48'

N 6973136.57'E 2543997.73'Elev. 450.9'

Comments1. SAM, LLC laid out this Test Hole by designating the water line prior to excavation of the utility.

2. No additional utilities were found within trench excavation.

3. All excavation was performed with pneumatic-excavation equipment.

4. The Test Hole was backfilled with excavated material.

5. Utility diameter was unable to be measured. Diameter shown is from best available record information.

Average

8.6'

UTILITY COORDINATES

PROJECT CONTROLCoordinates shown are based on Texas State Plane

NAD 83, North Central Zone, Grid, derived from

GPS observations utilizing the WDS Network.

Average

Sandy Clay

Unknown

24" RCCP Water

SURVEYING AND MAPPING LLC

7101 ENVOY COURT, DALLAS, TX 752472

PH. 214-631-7888 FAX 214-631-7103

TBPLS FIRM #10064300 / TBPE FIRM # F-1937

SUE QUALITY LEVEL– A

TEST HOLE 1

City of Mesquite

24" RCCP Water

8.6' Deep

6/22/2018

SAM, LLC Project # 43253 Client: Huitt-Zollars

Concrete 10" Thick

459.5'

7/25/2018

Page 196: apps.cityofmesquite.comapps.cityofmesquite.com/purchasingweb/documents/... · Page 1 of 77. CONTRACT DOCUMENTS AND SPECIFICATIONS . FOR . 2019 LARGE DIAMETER RCP SANITARY SEWER REHABILITATION

TO THE BIDDER / VENDOR

DID YOU REMEMBER TO?:

• Abide by the General and Special Conditions • Make note of the opening date and time. All bids must be submitted by 2:00 p.m.

Bids received after 2:00 p.m. will not be accepted. • Fill in the unit and extended price on your bid proposal. • Fill in the total amount. • Fill in the alternate bid amounts, if requested. • Fill in the terms, if requested. • Acknowledge receipt of all addendums. • Fill in the delivery time or the calendar days (if applicable). • Fill in the company name, address and phone number. • Sign bid proposal. • Include on the front of your sealed envelope the following information: Company

name, address, bid number, opening date and time. Mailing Address: Physical Address: City of Mesquite City of Mesquite P.O. Box 850137 1515 N. Galloway Mesquite, TX 75185-0137 Mesquite, TX 75149 Purchasing Office 972-216-6201 972-216-6397 Fax