Loading...
HomeMy WebLinkAboutContract 47315 r i' C-ONYRACT W, FORT WORTH r Water Main Extensions, Replacements and Relocations CONTRACT 2015A City Project No. 02701 F'01.rt mom <.. t.er ALW Dep.artment ,..., OFFICIAL RECORD I, h ®. CITY SECRE TARY cT Pay "WORTH, TX s J WA TER DE PAR THENT TEWIi MAIN FATE VSJOIV ,.I PLA.(.7EM NTS& f E'LO(A 7'WAS 11al 'CTNUMBER SY. Cityllroject.No. 0270-7 pr JOHN CARMAN,P.E. DIRECTOR WA TER DEPAR TMEN'T I P[?OVI'W ._., Z� m _ h � APPR VEI)..._ _ __ ....�..,,, TONYS.I d.A�).�.,.ta,u RE, �.°. �,ro���'"���?. .��t�r®�4�'��r'��".'��A��4.�m AIT DEPAR.IVEq"4"T ............... ....._........ ....___ ..^. ..... . ._ ....... _.., ........_.,._w. . ....... _.. .... ... , ,,......... ......._... ........... DA.TE Raft City 0 Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on .11/t7/2015, -Ordinance No. 21976-11-2015 DATE: Tuesday, ove er 17, 2015 REFERENCE NO.: C®27537 LOG NAME: 60MWERR2015A SUBJECT: Authorize Execution of Contract with William J. Schultz Inc. /a Circle C Construction Company, in e Amount of$2,000,000.00 for Water Main Extensions, Replacements Relocations Contract 2015A, Provide for Project Cost and Contingencies fora Project Total in the Amount of 2,36 , 0 . d Adopt Appropriation Or ' ce (ALL COUNCIL DISTRICTS) RECOMMENDATION: It is recommended at the City Council: 1. Authorize the transfer of$2,360,000.00 from e Water Operating Fund to the Water Capital rojects Fund; 2. Adopt the attached Appropriation Or in ce increasing estimated ecei is and appropriations in the Water Capital Projects Fund in e amount o , ; and 3< Authorize the City alter to execute a contract with William Inc. /a Circle C Construction Company, in the amount of$2,000,000.00 or the Water Main Extensions, Replacements elocations Contract 215A.. DISCUSSION: The work to be performed under this contract consists of extending, replacing and/or relocating water mains, services and other pertinent construction required o provide water service to individual customers or developers. This project will have no impact on the future Water Department operating ud et. The bid documents included a stipulation at the total quantities listed may not reflect actual quantities and that the amount budgeted for the projects is $2,000,000.00. Final payments will be made based on actual ea ed quantities. The bid documents also included a stipulation giving the City the option to renew(subject to appropriated fundin )this contract two t° ies under the same terms, conditions and unit prices. The project was advertised on September 3, 2015 and September 10, 2015 in e Fort Worth ®Tele r n October 1, 2015 e following bids were received: B BIDDER AMOUNT TIME William J Schultz, Inc. Circle C November 2015 to Construction Company $2,737,650.00 December 2016 Atkins Brothers Equipment Co., $3,168,800.00 Inc. Upon approval of this Mayor and Council Communication, appropriations for the Water Main Extensions, Replacements and Relocations Contract 2015A will consist of the following: Circle C Construction Company $ 2,000,000.00 Construction Staking, Project Management, Inspection, Material Testing, Design Engineering, Real $ 360,000.00 Property Acquisition, Design Survey and Contingencies �..__ TOTAL $2,360,000.00 M/WBE OFFICE - William J. Schultz, Inc. d/b/a Circle C Construction Company, is in compliance with the City's BDE Ordinance by committing to three percent MBE participation and documenting good faith effort. William J. Shultz, Inc. d/b/a Circle C Construction Company, identified several subcontracting and supplier opportunities. However, the MBE's contacted in the areas identified did not submit the lowest bids. The City's MBE goal on this project is seven percent. This project is located in ALL COUNCIL DISTRICTS. FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that upon approval of the above recommendations and adoption of the attached appropriation ordinance funds will be available in the current capital budget, as appropriated, of the Water Capital Projects Fund. The Fiscal Year 2016 Water Operating Budget includes appropriations of$26,068,353.00 for the purpose of providing pay-as-you-go funding for capital projects. This is the first transfer for Fiscal Year 2016 and the balance will be $23,708,353.00 after approval of this Mayor and Council action for the Water Main Extensions, Replacements and Relocations Contract 2015A Project. FUND IDENTIFIERS (FIDs): TO Department Project Budget Reference# Fund ID Account ID ProgramActivity Year (Chartfield Amount 2) 1&2)59601 0600430 4956001 CO2071 C01580 $2,360,000.00 2) 59601 0600430 5740010 CO2071 C01580 $2,360,000.00 4 FROM Fund Department Account Project PrograActivity Budget Reference# Amount ID ID Year (Chartfield 2) 1)56001 0609020 5900015 2016 $2,360,000.00 3)59601 0600430 5740010 CO2071 C01580 $2,000,000.00 CERTIFICATIONS: Submitted for City Manager's Office by: Jay Chapa (6122) Originating Department Head: John Carman (8246) Additional Information Contact: Adolfo Lopez (7829) ATTACHMENTS 1. 60MWERR2015A 59601 A016R.docx (Public) 2. BudgetJoumalsfor60MWERR2015A.docx (CFW Internal) 3. MWERR2015A Compliance Memo.pdf (CFW Intemal) 4. SAM for Circle C Construction.pdf (CFW Internal) M r tan, WORTH w PROJECT MANUAL "h FOR THE CONSTRUCTION OF „ Water Main Extensions,, Replacements & Relocations Contract 2015A City Project No. 02701 Betsy Price David Cooke Mayor City M! nar, IIN John Carman, P.E. Director, "dater Department September 2015 VA 000000-1 TABLE OF CO1N"t"f,'Y'3'KS Page; of SECTION 00 00 00 2 TABLE OF CONTENTS 3 4 000510 Mayor and Council Communication 5 0005 15 Addenda 6 00 11 13 Invitation to Bidders 7 00 21 13 Instructions to Bidders 8 0035 13 Conflict of Interest Affidavit 9 004100 Bid For y 10 004243 Proposal Form Unit Price 11 004313 Bid 12 004337 Vendor Compliance to State Lave Nonresident Bidder n 13 00 45 11 Bidders Prequalifications 14 00 45 12 Prequ a lifi cation Statement 15 00 45 13 Bidder Prequalification ,application 0 ) 16 004526 Contractor, Compliance with Workers" Compensation Law 17 00 45 40 Minority Business Enterprise Goal 18 004541 Small Business Enterprise Goal POR i9 005243 Agreement 20 0061 13 Performance Bond 21. 0061 14 Payment Bond 22 0061 19 Maintenance Bond 23 006125 Certificate of Insurance 24 007200 General Conditions PAM, 25 007300 Supplementary Conditions 26 27 Division 01 - General Requirements 28 29 01 1100 Summary of Work 30 01 2500 Substitution Procedures 31 01 31 19 Preconstruction Meeting 32 013233 Preconstruction "video 33 013300 Submittals 34 01 35 13 Special Project Procedures 35 014523 Testing and Inspection Services 36 01 5000 Temporary Facilities and Controls 37 01 5526 Street Use Permit and Modifications toTraffic Control 38 01 5713 Storm Water Pollution Prevention Plan 39 016000 Product Requirements 40 016600 Product Storage and Handling Requirements � 41 01 70 00 Mobilization and Remobilization 42 01 7123 Construction Staking and Surrey 43 017423 Cleaning 44 0177 19 Closeout Requirements 45 017823 Operation and Maintenance Data 46 017839 Project Record Documents NA 47 CITY0117 FORT WORTH MWERR.2015A r� gin.➢:'AMDP4RD COltiSTF SC'ION SPECIFICATION D<N(.IAdENTS Oty lPrqject No.02701 MIN 000000-.2 TABLE OF CONTENTS Page 2 of 5 t Technical Specifications which have been modified by the Engineer 2 specifically for this Project; hard copies are included in the Project's Contract 3 Documents 4 5 Division 02 - Existing Conditions 6 7 024114 Utility Removal/Abandonment 8 lfflw, 9 Division 32 - Exterior Improvements to t t 3201 17 Permanent Asphalt Paving Repair wip 12 3201 18 Fernporary Asphalt Paving Repair 13 321123 Flexible Base Courses 14 3231 13 Chain Fences and Gates 15 32 31 26 Wire Fences and Gates 1.6 323129 Wood Fences and Gates P 18 Division 33 - Utilities 19 20 330514 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade 21 33 1113 Concrete Pressure Pipe, Bar-Wrapped, Steel Cylinder Type 22 33 1210 Water Services 1-inch to 2-inch 23 33 1211 Large Water Meters POP 24 33 1225 Connection to Existing Water Mains 2s 33 1230 Combination Air Valve Assemblies for Potable Water Systems 26 33 1240 Fire Hydrants pffll 27 28 Technical Specifications listed below are included for this Project by reference 29 and can be viewed/downloaded from the City"s Huzzsaw site at: wf�} 30 31 pmt se Oint.bUUSaw.com crwn�t ortworthggy esources 020/ 0- 32 %20Construction%20Qocumgnts S ecifificatigmks 33 34 Division 02 - Existing Conditions 35 36 024113 Selective Site Demolition 37 024114 Utility Rernoval/Abandonrnerit 38 0241 15 Paving Removal 39 40 Division 03 - Concrete 4 t 42 033000 Cast.-In-Place Concrete 43 03 34 13 Controlled Low Strength Material (CLSM) 44 033416 Concrete Base Material forTrench Repair 45 03 80 00 Modifications to Existing Concrete Structures 46 47 48 00 CTFY OF FOR'r WORTH MWERR.2015A ON STANDARD CONSTRUCIION SITCAFICATION DOCUMENT's Oty Pmjed No. 02701 awy; TABLE E Q:F d::ON";ICIE°1'^J!ICS �Jy 1 Page 3 of 5 1 Division 31 - Earthwork 2 3 31 1000 ite Clearing 4 31 23 16 Unclassi ed Excavation d' 5 312323 Borrow 312400 Embankments 7 312500 Erosion and Sediment Control YAN 8 31 36 00 Gabions 9 31 37 00 Riprap 10 I 11 Division 32 - Exterior Improvements 12 13 3201 17 Permanent Asphalt Paving Repair 14 3201 18 Temporary Asphalt Paving Repair 15 32 01 29 Concrete Paving Repair 16 32 1123 Flexible Base Courses r� 12 321129 Lime Treated Base Courses 1$ 32 1133 Cement Treated Base Courses ig 321216 Asphalt Paving 20 32 1273 Asphalt Paving Crack Seaiants 21 32 13 13 Concrete Paving 22 32 13 20 Concrete Sidewalks, Driveways and Farrier Free Ramps 23 32 1373 Concrete Paving Joint Sealants 24 32 1416 Brick Unit Paving 25 32 1613 Concrete Curb and Guti.ers and Walley Gutters 26 321723 Pavement Markings 22 32 1725 Curb Address Painting 28 3231 13 Chain Fences and Gates 29 323126 Wire Fences and Gates „ 3o 32 31 29 Wood Fences and Gates 31. 3232 13 Cast•in-Place Concrete Retaining malls 32 3291 19 Topsoil Placement and Finishing of Parkways °001 33 3292 13 Hydro-MUlching, Seeding, and Sodding 34 329343 Trees and Shrubs 3 V01" 36 Division 33 - Utilities 37 38 33 01 30 Sever and Manhole 'l""esting V 39 330131 Closed Circuit Television (CC"I'"V') Inspection o 3303 10 Bypass Purnping of Existing Sewer Systems 41 330410 Joint Bonding and Electrical Isolation 42 330411 Corrosion Control Test Stations 43 330412 MagnesiiUm Anode Cathodic Protection System 44 330430 Temporary Water Services 1010 45 33 04 40 Cleaning and Acceptance Testing of Water Mains 46 33 04 50 Cleaning of Sewer Mains 42 330510 Utility Trench I Xcavation, Embedment, and Oackfill 001 48 33 05 12 Water (Line Lowering d,.;IT OF FORT WORTH MWERR2015A STANDARD R NS"1R UCTI'ON SP°E�CI�F1CAT74Y4 D00.:TMENTS Oily Project INo.02701. 000000-4 TABLE OF COITUENTS Page 4 of 5 1 3305 13 Frame, Cover and Grade Rings 2 3305 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade 3 3305 16 Concrete Water,Vaults 4 3305 17 Concrete Collars 5 330520 Auger Boring 6 33 05 21 Tunnel Liner Plate 7 330522 Steel Casing Pipe 8 330523 Hand Tunneling 9 330524 Installation of Carrier Pipe in Casing or Tunnell Liner Plate w 330526 Utility Markers/Locators 11 33 0530 Location of Existing Utilities 12 33 11 05 Bolts, Nuts, and Gaskets 1.3 33 11 10 Ductile Iron Pipe 14 33 11 11 Ductile Iron Fittings 15 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 1.6 33 11 13 Concrete Pressure Pipe, Bar-Wrapped, Steel Cylinder Type 17 33 11 14 Buried Steel Pipe and Fittings 18 33 12 10 Water Services 1-inch to 2-inch ig 33 12 11 Large Water Meters 20 33 1220 Resilient Seated Gate Valve 21. 33 1221 AWWA Rubber-Seated Butterfly Valves 22 33 1225 Connection to Existing Water Mains 23 33 1230 Combination Air Valve Assemblies for Potable Water Systems 24 33 1240 Fire Hydrants 25 331250 Water Sample Stations 26 33 1260 Standard Blow-off Valve Assembly, 27 3331 12 Cured in Place Pipe (CIPP) 28 3331 13 Fiberglass Reinforced Pipe for Gravity Sanitary Sewers 29 3331 15 High Density Polyethylene (HDPE) Pipe for Sanitary Sewer 3o 33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe M 33 31 21 Polyvinyl Chloride (PVC) Closed Profile Gravity Sanitary Sewer Pipe 32 33 31 22 Sanitary Sewer Slip Lining 33 333123 Sanitary Sewer Pipe Enlargement 34. 333150 Sanitary Sewer Service Connections and Service Line 3,.i 333170 Combination Air Valve for Sanitary Sewer Force Mains 36 3339 10 Cast-in-Place Concrete Manholes 37 33 39 20 Precast Concrete Manholes 38 333930 Fiberglass Manholes 39 333940 Wastewater Access Chamber (WAC) 4o 33 39 60 Epoxy, Liners for Sanitary Sewer Structures 44 3341 10 Reinforced Concrete Storm Sewer Pipe/Culverts 42 3341 11 High Density Polyethylene (HDPE) Pipe for Storm Drain Imp, 43 33 46 00 Subdrainage 44 334601 Slotted Storm Drains 45 334602 Trench Drains 46 33 49 10 Cast, in.-Place Manholes and ]unction Boxes 47 334920 Curb and Drop Inlets 48 33 49 40 Storm Drainage Headwalls and Winigwalls CFFY OF FORT WORTH MWERR2015A STAW)ARD CONSTR UCTION SPEC11 ICATI ON DOCI 11EINTS My Project No.027,01 RM 000000-5 TABLE OF CONTENTS r Page 5 of 5 1 2 Division 34 - Transportation 3 4 3441 10 Traffic Signals ® 5 3441 11 Temporary Traffic Signals 6 3441 13 Removing Traffic Signals 7 3441 15 Rectangular Rapid Flashing Beacon ® s 3441 16 Pedestrian Hybrid Signal 9 34 41 20 Roadway Illumination Assemblies 10 34 41 30 Aluminum Signs 11 3471 13 Traffic Control 12 13 Appendix 14 15 GC-4.01 Availability of Lands 16 GC-4.02 Subsurface and Physical Conditions ® 17 GC-4.04 Underground Facilities 18 GC-4.06 Hazardous Environmental Condition at Site 19 GC-6.06.D Minority and Women Owned Business Enterprise Compliance ® 20 GC-6.07 Wage Rates 21 GC-6.09 Permits and Utilities 22 GC-6.24 Nondiscrimination 23 GR-01 60 00 Product Requirements 24 r 25 END OF SECTION CITY OF FORT WORTH MWERR2015A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02701 Ipp r NV1"rA'r ION TO BIDDERS T Pap �or 2. SECTION 00 11 13 2 INVITATION TO BIDDERS 3 4 RECEIPT OF BIDS 5 Sealed bids for the construction of Water Main Extension, Replacements and Relocations 6 Contract 2015A, City roj® No. 02701 will be received by the City of Fort Worth 7 Purchasing Office: 8 9 City of o Worth 10 Purchasing Division 11 1000 Throckmorton Street 12 Fort Worth, Texas 76102 13 until {1:30 P.M. CST, Thursday, October 1st, 2015.}r and bids will be opened publicly 14 and read aloud at 2000 PM CST in the Council Chambers. 15 16 GENERAL DESCRIPTION OF WORK 17 The major work will generally consist of the following: 6"' .... 16"water mains and water 18 services. 19 20 Bidders slhot,fld Illrn aware tduat die Oty iii°r.µ~.re�rres the urigllht to renew td°iis contract fog,two 21 2j orW yeas, teriirii s/ex, er'idit�.��es of i,�'i 'i�"i i'i��a �µ l.indeirm thyµ s nie terms, cora diitlons, and 22 unit pry :es. 23 24 PREQUALIFICATION �yyiy 25 The improvements included in this project must be performed by a contractor who is 26 pre-qualified by the City at the time of bid opening. The procedures for qualification and 27 pre-qualification are outlined in the Section 00 21 1 ..- INSTRUCTIONS TO BIDDERS. tayu 28 29 DOCUMENT EXAMINATION AND PROCUREMENTS 30 The Bidding and Contract Documents may be examined or obtained on-line by visiting 31 the City of Fort Worth's Purchasing Division website at 32 httpaCJwww.fortworthgov.org ua Ehasin and clucking on the Buzzsaw link to the 33 advertised project folders on the City's Buzzsaw site. The Contract Documents may be O>? 34 downloaded, viewed, and printed by interested contractors and/or suppliers. 35 36 Copies of the Bidding and Contract Documents may be purchased from Worth »>r 37 Water Dept., Design Services 927 Taylor St. Fort Worth Texas 76102 38 39 There is no cost of Bidding and Contract Documents 40 41 CITY'S RIGHT TO ACCEPT OR REJECT BIDS 42 City reserves the right to waive irregularities and to accept or reject bids. J11 43 44 45 46 STANDARD CC'SNSTRUC:I ION SPECIFICATION IX)CIJMI?NTS City Project No.02701 1 Revised July 1,20 Q; 00 11 13-2 KWFAI FION TO BIDDERS Page 2 oft 1 2 3 4 5 INQUIRIES 6 All inquiries relative t® this procurement should be addressed t® the following: 7 Attn: Adolfo Lopez, City of Fort Worth 8 Email: adolfo.lopez@fortworthtexas.gov INN 9 Phone:817-392-7829 io AND/OR i i Attn: Jim Deeter,P.E., City of Fort Worth 12 Email: jim.deeter@fortworthtexas.gov 1.3 Rhone®817-392-7803 ➢4 15 ADVERTISEMENT DATES ,16 September 3, 2015 1.7 September 10, 2015 18 19 END OF SECTION 90, CITY OF FORT WOMM MWERR2015A STANDARD CONSTRAK"TION SPECIFICATION DOCI IM)°NTS Oty PrqjEct No.02701 Revised hily 1,,2011 OV 0021 r3-r INSTRUCTIONS TO BIDDERS Page rof10 1 SECTION 00 2 r S°l RUCT':1C)NS TO BIL)I)f°R 3 4 1. Defined T'er s 5 6 1.1"Terms used in these S7:'RIX.;'HONS TO 13I1)1))1 I, S,which are defined in Section 00 7 7 00®GENERAL C ONDI"HONS, r7 9 1.2.Certain additional terms used in these MS'1'RUC FlONS TO BIDDERS have the 10 meanings indicated below which are applicable to bath the singular and plural thereof, an 1.1 12 L2.1,. Bidder: Any person, firrn, partnership, company,, association, or corporation acting 13 directly through a duly authorized representative, submitting a bid for perf6mlin 14 the work cor°kternplated under the C,ontTact Documents. 15 16 1.2.2. Nonresident Bidder: Any person, firm,partnership, company, association, or ,w 17 corporation acting directly through a duly authorized representative, submitting a 18 bid for perforrning the work contemplated under the Contract:Documents whose 19 principal place of"business is not in the State ofTexas. 20 21 1.2"3. Successful Bidder: The lowest responsible and responsive Bidder to whom City 22 (on the basis of City's evaluation as hereinafter"provided)maloes an award, 23 'ate 24 2. Copies of Bidding Documents 25 26 20:1.Neither°City nor Engineer shall assume any responsibility for errors or n:r.isin:terpretations 'a 27 re�su.lth fro the Bidders use of incomplete sets of Bidding Documents. 28 29 2.2.City and Engineer in nwaaking copies of'Biddin I)ocuments available do so only for the M 30 purpose of obtaining Bids for the Work and do not authorize or confer a license or grant 31 for any other use" 32 33 3. Prequalification of Bidders (Prime Contractors and Subcontractors) 34 35 3.1.All Bidders and their subcontractors are required to be pregualified for the work types 3"'6'7 not 1pre:yraalified (even rfrinadv�it time of Bids received from contractors who e shall not be considered. Preatualifi.cation 38 requirement work.types and documentation are as fotlowrs: 39 rC 1 . 40 3.:fl..l. .l�avrn�.�- Requirements document located.ate 41 ht //j rajLgtjj:riaat.buzz,aq,,qnL/ artwr�rtlt cry escaurGesfO °'��2t1� 42 %20Constrtic tiorr%2O :ociiineikts/(,onti-actorO/'2()Prerxira.�P.MicationfFF"�dV'�.2 ffPavink > ' 43 / Ccrtra. tcr� 0 rculf afirr I l _C_�...%20R:E _ 1FlC II 44 C.)IlF 1t,NT'`%20FOR.�'20PA"W"[C4dC.7%20C�C")I�'.f1 A(,'TO S I I��°"7 ka�alic 4.5 46 3.1.2. Roadway and Pedesfxiarr Lig ti ing --Requ:ircrnent:s document located at; cr"ry or r:oRr"woxr'ri M0(ERR2015A 1v�pPr IL�'PU �STANDARD 4 C�NS'I'R UC�.FTON SPECIFICATION DOC:,°U:NM�EN"J'S City Project Number 02701 gust 21,,20 N 5 0021 13 -2 INS"I'M)CF10NIS TO BIDDERS PWD 2 of 10 h H gtf Apis., PLO& �ginL bIL�.?,'Lklw.cotyilfortNvoilligpv/R.esource-,/02`/`�20-', ..........--........ 2 %2 0Con. ,,-,, ,..,st.ru,ctioii%2ODoctimefits/Contractor"`/`2OPre 'ca qualiii Aion/'TPW�%Mav�in 3 %2 OContractor'l/620Prequal ification%2QRro i/PR tJA.L1FICA1JQN0 QLREQ 4 LJIRIN4rNl"S%201:,'OR%201A.VIN ,(i%.2.....(.).C.O.N..........t.'.R.AC'I'(,)RS.I�) 11" m .lic ...... 5 6 3.13. Water and Sanitary Sewer....Requirements document located at; 7 hLtfp es/02%20- r"o !��t.poi,i.�t.t.buzzsa,w.co i2l,fortword (.Lv/Resq Li 2.t 8 %20Constructi.on%2ODoctiniejit�s/Contractor°/�2OPre ali LiqationfWater`Yo20and%2 ............ Iro an 9 OSanit 20Se1Arer0/o20(onfi-acto&/620LPE-Malificati 112/o _20Fgr if)YSS/620 re 1.0 au 1 L10620requirernents.19L?Vgblic 12 13 3.2.Each Bidder unless currently prequalified,must.be prepared to subunit to City within 14 seven(7)calendar days prior to Bid opennig,the docamentation identified in Section. 00 15 4.5 11, BIDDERS PREQUALI.FICATIONS. 16 17 3.2.L Submission of and/or questions related to prequalification should be addressed to 18 the City contact as provided in Paragraph(i,1. 19 20 21. 3.3.'rbe City reserves the right to require any pro qualified contractor who is the apparent low 22 bidder(s)for,a project to submit such additional information as the City, in its sole 23 discretion in.ay require, in but not I imited to manpower and equipment records, 24 inforniation about key personnel to be assigned to the project, and construction schedule, 25 to assist die City in evaluating and assessing the ability of the apparent low bidder(s)to 26 deliver a quality product and successfully complete proJects for the aniount bid within 27 the stipulated time ftajme. Based upon the City's assessment of the submitted 28 inforniation, a recorrimendation regarding the award of a contract will be made to the 29 City Council, Failure to submit the additiowd inforruation, if requested,may be grounds 30 for rejecting the apparent low bidder as non responsive.Af&cted contractors will be 31 notified in writing of a recoinniendation to the City Council 32 33 3A.In addition to prequalification,additional requ ire tnents for qualification,may be required 34 within various sections of the Contiact Documents. 35 36 3.5.Special qualifications required for this project include the follow.lng: 37 38 4. Examination ®f Bidding and Contract Documents,Other Related Data,and Site yak 39 40 4.1.Befbre subin itting aBid,each Bidder shall: 41 4.2 4A A. Examine mid careffilly study the Contract Documents mid other related data 43 ideritified,in the Bidding 13ocuments(filcluding "technical data"referred to in 44 Piwagraph 4.2.below). No infionnation given by(.1ity or any representative of ttle MKI, 45 City other than that contained in the Contract Documents and offiieially' 46 promulgated addenda fliereto,, shall be binding upon the City, 47 48 4.1.2. Visit the site to become fafffflfiu with and satisky Bidder as to the geneild, local and 49 site conditions that may affect cost,progress, fwirfimnance or Furnishing of tile 50 Work. 51 MIT '11,yr OF FORT WORTH MWERR2015A STAN DAM CONSTRUCTION SPECIFICATION DOCUM.N"J'S My IProJect Number 02701 Revised August 21,2015 00'2113-E I S"1'R:UCTIONS TO BIDDERS Page E of 10 1 4.1.3. Consider federal, .state and local haws and Regulations that may affect cost, 2 progress, perforri„ra:rrce or furnishing of the Work. 4 4..1..4, Be advised, City, in accordance with Title VI of the Civil Rights, pct:of 1.964, 7 Stat° 252,42 U.S.C.. 2000d to 2000d-4 and Title 49, Code ofFed.eral Regulations, 6 Department of Transportation, Subtitle.A., Office of the Secretary,Part 21, 7 Nondiscrimination in Fede°ra.11y-assisted progra:ur.s of the Department of 8 Transportation issued pursuant to such.pct,hereby notifies all bidders that it will 9 affirmatively insure that in y contract entered into pursuant to this adve:rtisement, 10 minority business enterprises will be afforded full opportunity to ,submit bids in l.1 response to this invitation and will not be d.iscritninated against on the grounds of �r 12 race, color, or national origin in consideration of ward. 13 14 4.1.5° Study all: (i)reports of explorations and tests of subsurface conditions at or 15 contiguous to the Site and all drawings of physical conditions relating to existing 16 surEace or,subsurface structures at the Site(except Underground Facilities)that 17 have been identified in the Contract Documents as containing reliable "technical 118 data" and(ii)reports and drawv4igs of Hazardous Environmental Conditions, if y, 19 at the Site that have been identified in the Contract Documents as containing 20 reliable "technical data.” 21 rar 22 4.1.6. Be ad. ised.that the Contract Documents on file with the City shall constitute all of 23 the i:n:fonrnat:ion which the City will furnish.All additional information and data 24 which the City will supply after promulgation of the forma.l.Contract Documents 25 shall be issued in the form of written addenda and shall become part of the Contract 26 Documents just as though such addenda were actually written into the original 27 Contract Documents.No information given by the City other than contained in Mss 28 the Contract Documents and officially promulgated addenda thereto, shall be 29 binding upon the City. 30 ww 31 4J.7., Perform independent research, investigations"tests,borings, and such other means 32 as may be necessary to gain a complete know ledge of the conditions which will be 33 encountered durillg the construction of the pr(Ject. Can request, City may provide 34 each Bidder access to the site to conduct such exarnination.s, investigations, 35 explorat:ior:rs, tests and studies as each Bidder deems necessary for submission of a 36 Bid. Bidder must fill all holes and clean up and restore the site to its former 37 conditions upon completion.of such explorations, investigations,tests andstudies. r 38 39 4.1.8. Detcanine the difficulties of the Work..and all attending circurnstances a:ffecti:ng the 40 cost of doing the Work, time required for its completion, and obtain all information. 41 required to make a proposa:i Bidders shall rely exclusively and solely upon their 42 own estimates, investigation,"r esearc;b,tests, explorations, and.other data which are 43 necessary for full and complete infor°rnation upon which the proposal is to be based. " 44 It is understood that the submission of a proposal.is prima facie evidence that the 45 Bidder has:irnade the investigation, examinations and tests herein required, Clainxs 46 for additional corripcn.sat.ion due to variations between conditions actually 47 encountered in construction and as indicated in the Contract Documents will not be F/0'r 48 allowed. 49 NO CI°ITw'OF FORD WORTI I Cu WER 20 t5A s"A"awlwll:rARD cOIaI'T10 K11TY4.N SPECIFICATION I.rOCUNTrNTS Oty Protect IMu.sm ber 02701 a Revised August 2I,20I 5 00 21 13-4 ENSTRUCTIONS TO BIDDERS Pw,e 4 of 10 1 4.1.9, Promptly 110tify City of all conflicts,errars, ambiguities or discrepancies in or 2 between the Contractl)(..)cuments and such other t-elated docurnents.The Contractor 3 shall not take advantage of any gross error or oinission in the Contract Documents, 4 and the City shall be permitted to make such corrections or interpretations as may 5 be deemed necessary for fulfilhuent of intent of the Contract Documents. 6 7 4.2. Reference is made to Section 00 73 00. Supplemetitary Conditions for identification of: 8 9 42.1. those reports, of explorations and tests of subsurface conditions at or contippious to 10 the site which have been utilized by Ci�y in preparation of the Contract Documents. 11, The logs of Soil Borings, if any, on the plans are for general infonnation only. 12 Neither the City nor the Engineer guarantee that the data shown is representative of 13 conditions which actually exist. 14 1.5 4.12. those drawings of physical conditions in or relating to existing stirtace and 16 subsurtace structures(except:Underground Facilities)which are at or contiguous to 17 the site that have been utilized by City in preparation of the Contract Documents. 18 mw), 19 4.23. copies of such reports and drawings will be made available by City to any Bidder 20 on request, Those reports and dr-aMings may,riot be part of the Contract 21 Documents,but the "technical data"contained therein upon which Bidder is entitled 22 to rely as provided in Paragraph 4002. of the General Conditions has been identified', 23 and established in Paragraph SC 4.02 of the Supplernentaq C(..)nditions. Bidder is 24 responsible for any interpretation or conclusion drawn from any "technical data" or 25 any other data, interpretations, opinions or infimnation. 26 27 4-3.The subrnission of a Bid will constitute an incontrovertible representation by Bidder(i) 28 that Bidder has conip]ied with eveiy requirement of this Paragi raph 4,(ii)that without 29 exception the Bid is premised upon performing and furnishing the Work required by the 30 Contract Docunients and applying the specific me s,methods, tecluiiques, sequences or 31, procedures of construction (if any)that may be shown or indicated or expressly required. RMA 32 by the Contract Docanients,(iii)that Bidder has given City written notice of all 33 conflicts, errors,wnbiguities and discrepancies in the Contract Docuin.ents and the 34 written resolutions thereof by City are acceptable to Bidder, and when said conflicts, 35 etc.,have not been resolved through the interpretations by City as described in 36 Paragnaph 6.,and(iv)that the Contract Documents are generally sufflicient to indicate 37 and convey understanding of all terms and condlillions for perfbrming and ffimishing the 38 Work. 39 40 4.4.The provisions of this paragraph 4,inclusive,do not apply to Asbestos, Polychlorinated 41. bipheny Is(P(,Bs),Petroleuni, HazardolIrs Waste or Radi'oactive Material covered by 42 Paragraph 4,06. of the Gerieral Conditions,unless specifically identified in the Contrad 43 DOCUDIents. 44 45 5. Availability of Lands for Work,Etc. 4.6 NMI (J."ITOF F'ORTWOR.1711 MWERIR2015A STANDMID CONSTRUCrION SPEXAFICATION DO(IJIMENTS CR.y Project IISu mber 02701L of, Rvvised Auglust 21,2015 0021 13-5 INSTRUCTIONS TO BIDDERS Page 5 of 1.0 1 5.1.The lands upon which the Work is to be performed, rights-of-way and easements for 2 access thereto and other lands designated for use by Contractor in performing the or 3 are identified in the Contract Documents. All additional lands and access thereto 4 required for temporary construction facilities, construction equipment or storage of 5 materials and equipment to be incorporated in the Work are to be obtained and paid for 6 by Contractor. Easements for permanent structures or permanent changes in existing 7 facilities are to be obtained and paid for by City unless otherwise provided in the 8 Contract Documents. mmrs 9 10 5.2.Outstanding right-of-way,easements, and/or permits to be acquired by the City are listed 11 in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right- 12 of-way, easements, and/or permits are not obtained,the City reserves the right to cancel 13 the award of contract at any time before the Bidder begins any construction work on the 14 project. 15 16 5.3, The Bidder shall be prepared to commence construction without all executed right-of- 17 way,easements,and/or permits, and shall submit a schedule to the City of how 18 construction will proceed in the other areas of the project that do not require permits '00 19 and/or easements. 20 21 6. Interpretations and Addenda mmou 22 23 6.1.All questions about the meaning or intent of the Bidding Doc Lunents are to be directed to 24 City in writing on or before 2 p.m.,the Monday prior to the Bid opening. Questions 25 received after this day may not be responded to. Interpretations or clarifications 26 considered necessary by City in response to such questions will be issued by Addenda 27 delivered to all parties recorded by City as having received the Bidding Document& 28 Only questions answered by formal written Addenda will be binding. Oral and other 29 interpretations or clarifications will be without legal effect. 30 31 Address questions to-., 32 33 City of Fort Worth 34 1000 Throckmorton Street 35 Fort Worth,TX 76102 36 A Adagio Lopez, Water Department 37 Fax: (817)392-2527 POP 38 Email:Adotfo.Lopez@jortworthtexas.gov 39 Phone: (817)3.92-7829 40 41 42 6.2.Addenda may also be issued to modify the Bidding Documents as deemed advisable by 43 city. TO@ 44 45 6.3.Addenda or clarifications may be posted via Buzzsaw. 46 CITY OF FORT WORTH MWERR2015A STANDARD CONSTRUCTION SPECIFICATION DOCUMr,,.NTs City Project Number 02701 Revised August 21,2015 0021. 13-6 INSTRUMIONS TO BIDDER-S Page 6 of 10 1 6.4.A prebid c(-.)nference may be held at the time and place indicated in.the Advertisement or 2 FNVTTATION TO BIDDERS. Representatives of City will be present to discuss the 3 Project. Bidders are encouraged to attend and participate in the conference. City will 4 transmit to all prospective Bidders of record such Addenda as City considers necessary 5 in response to questions arising at the conference. Oral statements may not be relied OR)" 6 upon and will not be binding or legally effective. 7 8 7. Bid Security 9 10 7.1.Each Bid must be accompanied by Bid Bond made payable to City in an amount of five 11 (5)percent,of Bidder's maximurn Bid price on form attached, issued by a surety meeting 12 the requirements of Paragraphs 5.01 of the General Conditions,, RAN 13 14 7°2.T" e Bid Bond of all Bidders will be retained until the conditions of the Notice of Award 15 have been satisfied. If the Successful Bidder fails to execute and deliver the complete 00R)P 16 Agreement,within 10 days after the Noticq,of Award, City may consider Bidder to be in 17 default,rescind the Notice of Award,and the Bid Bond of that Bidder will be forr-eited, 1.8 Such forfeiture shall be City's exclusive reynedy if Bidder defaults. The Bid Bond of all INPiff, 19 other Bidders whom City believes to have a reasonable chance of receiving the award 20 will be retained by City until final contract execution.. 21 22 8. Contract Times mqgy 23 The number of days within which, or the dates by which, Milestones are to be achieved in 24 accordance with the General Requirements and the Work is to be completed and ready for 25 Final Acceptance is set forth in the Agreement or incorporated therein by reference to the MY 26 attached Bid Form. 27 28 9. Liquidated Damages 29 Provisions for liquidated daniages are set forth in the Agreenaent. 30 31 10. Substitute and "Or-Equal" Items 32 The Com.raCt, if awarded,will be on the basis of materials and equipment described in the 33 Bidding Documents without consideration of possible substitute or"or-equal" items. 34 Wheriever it is indicated or specified in the Bidding Doc eats that a"substitute" or"or 35 equal" item of material or equipment may be furnished or used by Contractor if acceptable to 36 City, application for such acceptance will not be considered by City until after the Effective 37 Date of the Agreement. The procedure for subirnission of any such.application by Contractor 38 and consideration by 'ity is set forth in Para�n,-aphs 6.05A., 6.058. and 6.050. of the General 39 Conditions and is supplemented in Section 0125 00 of the General Reqiiireffient& 40 41 11. Subcontractors,Suppliers and Others 42 CITY OF FORT WORTH MWER.U.015A STANDARD CONS17U.M7110N SPE"CIFICATION DOCUMENTS City Project IMumber 02701 Revised A.upist 2 t,20115 aro 0021 13-7 INSTRIK"I'TONS TO BIDDERS Page C of 10 1 11 1. In accordance with the City's Business Diversity :Enterprise Ordinance into. 200G 2d- 2 12.... 011. (as amended.),the City has goals for the participation.of minority business », 3 and/or small business enterprises in City contracts.A col:)y of the Ordinance can.be 4 obtained from the Office of the City Secrmet.lun°y. The Bidder shall surbrruit the MBE and 5 SBE Utilization Form, SUbcontr°a tor/ ruip l:i r° Utilization Form,Prime Contractor for 6 Waiver:-Form and/or Giood. aith.EffortForm with documentation and/or Joint, VentureForm as appropriate. Une Forrrns including docarr:riie ntati.orn must be received 8 by the City no later than 2;00 P.M. CST,T, on the second.business days after the bid is 9 opening date„ The Bidder.shall obtain.a receipt from the City as evidence the 10 d.oc,rrrrrentation was received. Failure to comply shall reader the bid as rnon- 11. responsive. 12 13 11.2. No Contractor shall be required to e riplcry any Subcontractor, Supplier, other person 14 or or aura ization against whorn Contractor has reasorna.ble obJectio n, 1.5 1.6 12. Bid Form 17 18 1.2.1.. `1 he Bid.Form is included with the Bidding l:yoeta newts; additional copies may be [9 obtained from the City. 20 21 1.2.2. All blanks on the Bid Forrrn must be completed by printing in ink and the Bid Form 22 sig ned in ink. Erasures or alterations shall be initialed in ink by the person signing 23 the Bid Form. A Bid price shall be indicated for each Bpd item, alternative, arr.d unit 24 price item listed therein. In the case of optional alternatives,the words "No Bid," r 25 "No Change,"e",,°" or"Not.Applicable"may be entered, Bidder shall state the prices,, 26 written,,in ink.in both words and numerals,for which the Bidder proposes to do the 27 work contemplated or furnish rnnaterials required. ill prices shall be written legibly. 28 In case of discrepancy between p n.ce in written words and the price in written 29 nuarnera.ls,the price in written words shall.govern. 30 31 12.3. Bids by corporations shall be executed in the corporate name by the president or a 32 vice president or other corporate officer accompanied by evidence of authority to 33 sign. The c,oq.)orate seal shall be affi cd. The cor°paorate address and state of 34 incorporation shall be shown.below the signature. 35 36 12.4. Bids by partnerships shall be executed in.the par°tnraer"str.ip name and signed by a 37 partner,whose title must al:ml:near under the signature acccmInparnied by evidence of W, 38 authority to sign. The official address of the partner ship shall be shown below the 39 Signature. 4® 41 1.2„11. rids by limited liability compnarrnies shall be(sXecurted in. the name of the fir°rrr by a 42 rnernber and accornparnied by evidence of au diorityr to sign. The state offormation.of 43 the firm and the ollicia.l address of the firm shalt be shown. "s 44 45 12.6. Bids by individuals shall show tlr.e Bidder's narn.e and ari`t"icial address. 46 47 12.T Bids by joint ventures shall be execrrt:ed by each joint venturer in.the manner 48 indicated on the Bid Forrnn. The olfic wl address of the joint ventnrrwe shall be shown. 49 50 12.8. A 1.1 names shall be typed or prints d in irrlc below the sr nnatr:rre 9rn 5 t CITY OF r""orYT Wa.1rw°rH MVULRU015A S"r"AN11 R:N:)CONSTMJC"TIOTq Sr'Y.CH,[C7 TI0tr DO(N.TllaD411"S City Project Number 02701. Revised August 2 r,2015 00 21 13-8 INSTRucrjONS'ro 13IDDERS Page 8 of 10 12.9. 'flie Bid shall contain anacknowledgenient of receipt of all Addenda,the numbers of 2 which shall be filled in on the Bid.FDann„ 3 4 12.10. Postal and e-mail addresses and telephone number for communications regarding the 5 Bid shall be shown. 6 7 12.11. Eviden.ce of autliority to conduct bUSiDess as a Nonresident Bidder in the state of 8 Texas shall be provided in accordance with Section 00 43 37­Vendor Compliance ORR 9 to State Law Non Resident Bidder. 1.0 11 13. Submission of Bids 12 Bids shall be submitted on the prescribed Bid:forma.„provided with the Bidding Docurriews, 13 at the tirrie and place indicated in the Advertisement or FNVII'ATT.ON TO BIDDERS, 14 addressed to Purchasing Manager of the City, and shall be enclosed in an opaque sealed 1.5 envelope,marked with the City Project Nwriber,Project title,the name and address of OWN) 16 Bidder, and.accornpanied hy. the Bid security and other required document,,, Ifthe Bid is sent 17 through the mail or other delivery system, the sealed envelope shall be enclosed in a separate 18 envelope with the notation "BID ENCLOSED" on the face of ft. 11115 .1.9 20 14. Modification and Withdrawal of Bids 21 22 1.4.1. Bids addressed to the Purchasing Mwiager and filed with the Purchasing Office 23 cannot be withdrawn prior to the time set for bid opening. A request for withdrawal 24 must be made in writing by an appropriate docurnent duty executed in the manner 25 that a Bid must be executed and delivered to the place where Bids are to be submitted 26 at any time prior to the opening of Bids.After all Bids not requested for withdrawal. 27 are operied and publicly read aloud, the Bids.for which a withdrawal request has been 28 properly filed may, at the option of the City,be returned unopened. WRY, 29 30 14.2. Bidders may inodify their Bid by electronic cotarriunication at any time prior to the 31 time set for the closing of Bid receipt 32 33 15. Opening of Bids 34 Bids will be opened and read aloud ptilfflcly at the place where Bids are to be submitted, An Syr 35 abstract of the arnounts of the base Bids and Major alternates(if any)will be made available 36 to Bidders after the opening of Bids,, 37 38 16. Bids to Remain Subject to Acceptance 39 ill:Bids will remain subject to acceptance for the time period specified for Notice of Award 40 and execution and delivery of a complete Agreenient by Successful Bidder. City may,at 41 City's sole discretion,release any Bid and nullify the Bid security prior to that date. 42 4.3 17. Evaluation of Bids and Award of Conti-act 44 (,,J'J,Yr OF FoRr woRri i MWERR2015A STANDARD CC'ONSTRI X—HON STIE'XIFICATIOIq DO CUMEI T'S 0ty Project Number 02701 Revised Augmst 21,2015 OR" 00 21 13-9 INSIRUCTIONSTO B11)DER low, Page 9 of 10 1 IT 1. City reserves the right to reJect any or all Bids, including without limitation the rights 2 to reject any or all nonconfbmiiing, m)rn.'eSPO11SiVC, Linbalanced or conditional Bids MS 3 and to reject the Bid of any Bidder if City believes that it would not be in the best 4 interest of the Project to make an award to that l3idder,whether because the Bid is 5 not responsive or the Bidder is unqualified or of doubtful financial ability or fails to OM 6 meet any other pertinent standard or criteria established t)y City. City also reserves 7 the right to waive infonnalities not involving price, contract time or changes in the 8 Work with the Successful l3idder. I)iscrepancies between the multiplication of units NO, 9 of Work and unit prices will be resolved in favor of the unit prices,, l3iscrepancies to between the indicated sum of any column of figures and the correct sum thereof will I I be resolved in favor of the correct sum. I"Xserepancies between words and figures lyuut 12 will be resolved in favor of the words. 13 1.4 1T 1.1. Any or all bids will be rejected if City has reason to believe that C011U.Sion.exists 1.5 among the Bidders, Bidder is an interested party to any litigation against City, ayu 16 City or Bidder may have a clairn against the other or be engaged in litigation, 17 Bidder is in arTears on.any existing contract or has defaulted on a previous 18 contract,Bidder has perfornied a.prior contract in an nnsatisfktory manner,or 19 Bidder has uncompleted work which in the judp�nent of the City will prevent or 20 hinder the prompt cornpletion of additional work if warded. 2 1 22 17.2. City may consider the qualifications and experience of Subcontractors, Suppliers, and 23 other persons and organizations proposed for those portions of the Work as to which 24 the identity of Subcontractors, Suppliers, and other persons and organizations must 25 be submitted as provided in the Contract Documents or upon the request of the City. 26 City also may consider the operating costs, maintenance requirements,perforrn.-Mce 27 data and guarantees of major items of materials and equipment proposed for PIP 28 incorporation in the Work.when.such data is required to be subr-nitted prior to the 29 Notice of Award. 30 3 1 173. City may condtict such investie4itions as City deerins necessary to assist in the NARY, 32 evaluation of any Bid and to establish the responsibility, qualifications, and fijuincial 33 ability of Bidders, propc)sed. Subcontraclors, Suppliers and oth.6r persons and 34 organizations to petfonn,and fumish the Work, in accordance with. the Contract 00 35 Documents to City's satistaction within the prescribed time- 36 37 17.4. Contractor shall perform,with his own organ ization,work of a value not Iless than 38 35%of the value embraced on the Contract, unless otherwise approved by the City. 39 40 17.5a If the Contract is to be awarded, it will.be awarded to lowest responsible and 41 responsive Bidder wliose evaluation by City indicates that the award will! he in the 42 best interests of the City. 43 44 17.6. Pursuant to Te�xas Government Code Chap cr 2252.00 1,the City will not award 45 contract to a Nonresident Bidder i.inless the Nonresident Bidder's bid is lower than 46 the lowest bid sulunitted by a responsible'Fexars Bidder by the same amount that a 47 'Texas resident bidder would be requit,ed to underbid a Notiresident Bidder to obtain a, POP 48 coin parables Coj.'jtXaCt in the state in which the rionresident's ptinciparl place of 49 business is located. 50 PIP CITY OF FORT W.M."U'14 1114WERR201.5A STAMAIM C'ONSTRUCTIM,11&PF(JFKA'1['1(A'4 DOCUMETO'S Oty Prqjed IWnb er 02701. )'30, Revised A.ugu st 21,2015 0021 13-10 INSTRUCTIONS TO BIDDFRS Page 10 of 10 i 17.7. A contract is not awarded until formal.City ounc i I authorization.If the Contract is 2 to be awarded, City will award the Contract within 90 days after the day of the Bid 3 opening unless extended in writing. No other act of City or others will constitute 4 acceptance of a Bid. Upon the CODueactor award a Notice of Award will be issued by 5 the City. 6 pit 7 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 8 9 18. Signing of Agreement 10 When City issues a Notice of Award to the Successful Bidder, it will be accompanied.by the I I required number of unsigned counterparLs of the Agreement. Within 14 days thereafter 12 Contractor shall sign and delliver the required number of counterparts of the Agreement to 13 City with the required Bonds, Certificates of Insurance,and all other required documentation, 14 City shall thereafter deliver one ftilly signed counterpart to Contractor., 15 16 17 18 END OF SECTION sw 111P 111"T, CITY OF FORT woRrH MWERIQ015A STANDARD CONSTRUCIION SPE(JFTCATION DOC1YME'114TS City Project Number 02701 Rev�sed.August 21,201.5 O �.G�NFL.1 OF:INIT°R S7 AF:F1DA Rage I of 1 D SECTION 00 35 2 C NFI,,.ICT OF INTEREST AFFIDAVIT 3 Each bidders offerors or respondent (hereinafter also referred to as "you) to a City of Fort Worth (also referred to as"City") procurement are required to complete Conflict of N 6 Interest Questionnaire (the attached CIQ Form) and Local Government Officer Conflicts Disclosure Statement (the attached CIS Form) below pursuant to state law. This affidavit 8 will certify that the 0idder has on file with the City Secretary the required,,documentation OR 9 and is eligible to bid on City or , The referenced forms may be downloaded from the io website links provided below. It u h W,aQLhi °row : . s f rrrRS CIQ, eIf 13 14 l U wwwaethics.state—kj.-, forms 'CIS'. df 95 1 ��, Form is on file with City Secretary 17 18 CIQ Form is being provided to the City Secretary 20 CIS Form is on File with City Secretary 21 22 E] CIsForm is being provided tote City Secretary 3 24 ,a 5 6 BIDDER! 2 o � � „ . .. _.. _= .. y ....._ _ ..._...... ___........ ........_ CcaRTr an 7�a � M ase I�rint) p y C 31 ......... " ......._. .............................v..._.,,,,„ Signature.° ......... ^_ _' ....................® 'N 32 Address 33 __. _._.. ---......_m 35 Cdty/state/zO (Please Print) 36 37 38 END OF SECTION 0..RY OF FORT"wOM f N MWERR2.015A STANDARD CONSTr1U e ION S rP,C.'I'F1C'A1ION R;POCQ.DlM RWf S Uy Prqject No,02701. RevMd March 27„2012 ON 004100 BID FORM � page 1 of SECTION QO41OO BID FORM � TO: The City Manager mh: The Purchasing Department �= 1UUOThmokmurtonStreet � City uf Fort Worth, Texas 78102 FOR: Water Main Extensions, Replacements and Relocations == Contract 2015A � n City Project Nu.: 2701 i. Enter Into Agreement B r The undersigned Bidder proposes and ugmea, if this Bid is accepted, to enter into an Agreement with City in the funn included in the Bidding Documents to perform and furnish all Work ua specified orindicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions � � of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. |n submitting this Bid, Bidder accepts all uf the terms and conditions ufthe INVITATION TO BIDDERS and INSTRUCTIONS TO B|DDERS, including without limitation those dealing with the disposition of Bid Bond. � / 22. Bidder is meam of all costs to provide the required insurance, will du au pending contract asunj. and will ~� provide uvalid insurance certificate meeting all requirements within 14 days of notification of award. � 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and in not submitted in conformity with any ouUuaiv* agreement or rules of any group, eonuoiatiun, organization, or corporation. , 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt,fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes uf this Paragraph: ` a. "corrupt practice"means the ufehng, giving, neo*iving, or soliciting uf any thing of value likely to influence the action ufa public official in the bidding process. � r b. "fraudulent practice"means an intentional misrepresentation of facts made(a)to influence the bidding process to the detriment uf City(b)tu establish Bid prices ak artificial non-competitive levels,ur(c)to deprive City of the benefits of free and open competition. o. ''ooUumivepnactioe'' moannanoh*meorarrangemontbehm*enhmoormoreBiddern.withur without the knowledge ufCity,a purpose ufwhich iotuestablish Bid prices atartificial, non- competitive levels. ' d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property 0o influence their participation in the bidding process or affect the execution ofthe Contract. � K r CITY op FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 2m1onnur 00 41 0000*3 13_00*2*3_0 *3 3700 45 12_0 ns1n_om Proposal vwmbou .xis )3 OVA 004100 BID FORM Page 2 of 3 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. Water Improvements V . Time of Completion r 4.1. The Work will be complete for Final acceptance within 365 days days after the date when the the Contract Time commences to run as provided in Paragraph.2.03 of the General Conditions. r 4.2. Bidder accepts the provisions of the agreement as to liquidated damages in the event of failure to complete the Work{and/or achievement of Milestones)within the times specified in the agreement. sf 5. Attached to this Bid The following docurents are attached to and made a part of this Bid: f a. This Bid Form, Section 00 41 00 b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph r 5.01 of the General Conditions. c. Proposal/ Form,Section 00 42 43 d. Vendor Compliance to State Law Non Resident Bidder„ Section 00 43 37 e. MWBE Forms(optional at time of bid) f.. Prequ._. _. alifition Statement„ Section 00 45 12 .. g. Conflict of Interest affidavit, Section 00 35 13 *If necessary, CIQ or CIS forms are to be provided directly to City Secretary h. any additional documents that may be required by Section 12 of the Instructions to Bidders y"r . Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract. Documents for the following bid amount. In rrr the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in sl'gning this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts.. Total Bid 21 ci.ry.OF FOR r WW o:�iI"i STANDARD CONSTRUCTION SPEC'IFICAI[ION CCC'„UMElN"N"'n"s Il:brm Revised 20/20327 004100 00 43°03_00 42 4300 43 37...00 4512,90 35 13—Bid V-1roposal VVzaftookAs WA AN4 00 41 00 WD FORM Page 3 of 3 . Bid Submittal This Bid is submitted on /,S by the entity named below. Respectfully submitted, Receipt is acknowledged of the Initial following Addenda. mm� g Byo ... Addendum No. 1: ( lrgN Nature ... .............. ._ Addendum No. 2: Addendum No. 1 Addendum No.4: (Pnnted'Name) Company, Z .1111a ,' . 1;/7�1 " c � Corporate Seal: Address: � a M 31pe? nom State of Incorporation'. " " .,5" Email: '., slee 6P C/.,C le. C C° /1-'. s u�irF END OF SECTION N;m4 �m sN rN�Fiu CITY OF FORT V9pfC3RTH STANDARD CON s'rRUC'NON°1 SP1E PCA"W1 NON DOCGCC1Ff:".IN�S 11::brm Revised 2012032'7 00 41 00 00 43 13­00 42 43,,,,00 43 37­00 45 12_00 35 13_IB d ProposaR Workbook.ads Jam, i ITEM BID LIST DESCRIPTION OF ITEMS WITH SPECIFICATIO UNIT TOTAL NO. ITEM NO. QTY. BID PRICES WRITTEN IN WORDS N SECTION NO. PRICE AMOUNT L. 0170.01.02 120 Ea. Work Order Mobilization 01 70 00 a .._.... _ ... , _......._......Dollars and z�°_ Cents 2.. 0170.01.03 40 Ea. Work Order k'wruererwCbflozaton 01 70 00 Aoaflo 00 00 Per f�arWu�� Dollars Pe C3 are w, and . Cents 1 3311.0061 200 Lf„ 4"PVC Water Plpe 33 11 12 29' '00 00 00 r Per Linear IFrzcrt°, .. ..........._...._... ...Dollars and Cents t : _......... ._._._._.......... mm...n V 4. 3311.0161. 600 U. 6°`PVC Water Mpe 33 11 1.2. Per Llnear(Foot: nl� w 0ollars and _Cents 5, 3311„0261 1600 U. 8"PVC Water Pope 331112 Per Linear Foot, . a p� ....�_�..°.. � .......Lar;zlfars and A)61 Cents 6.. 3311.0361 400 Lfe Il.0°`PVC Water.P @lae 331.112 Per Linear Foot: �N Cents _ .... and Ce .. �_.............................°.° 7.. 3311.0461. 400 Lfo 12"PVC mater Pope 33 111.2 � � ' Per e'— .... '� _ ... Dollars and 1� Cents 6. 3311.056:1. 500 U. 1.6"PVC 0905 Water INpe 331,112 $ 1190 Per f_tnear Focit. and, —CenI:s 0 9. 3:31100051 100 U. 4""DIP Water 331110 � � � - 1 Per Linear f°a.oU Dollars and _.,.... ....w., .._ 70 ....— t W3...1 ITEM BID LIST DESCRIPTION OF ITEMS WITH SPECIFICATIO UNIT TOTAL NO. ITEM NO. QTY. BID PRICES WRITTEN IN WORDS N SECTION NO. PRICE AMOUNT 10. 3311. 0151 100 Lf. 6"DIP Water 33 11 10 $ $ W�Q' 47 ej Per Linear 11 ocrU Dollars and Cen is ill 3311.0251 100 Lf. 8"DIP Water 33 11.10 $ 5-7,00. f 0 Per Linear 11 ooL Cents 11 3311,0351 100 Lt 10"DIP Water 331.110 $ $ ?oo Per Linear Foot:, Dollars and Cents 13. 3311.0451. 100 Lf.. 12"DIP Water 33 11 1.0 s 7000 s 7000 Per Linear Foot: Dollars �y......... and n ej Cents ................. o'67 0 14. 3311-0551 100 Lf. :16"DIP Water 33 11 1.0 1 2�2QQ Per Linear(Foot: /,7//7 e Dollars ........... and Cents ........................................................... .................. 15. 3305.2002 100 Lf. 8"Water Carrier Pipe(DI w/SS Casing 33 05 24 epe) Spacers) $ zC 00 Per Linear Foot: Dollars and, /11 Cents 16, 33052003 100 Lf. 1.0"Water Carrier Pipe(DI w/SS Casing 33 05 24 Spacers) $ Per Linear Foot: 4 Dollars arid Cents ow 17, 3305..2004 100 Lf. 1.2"Water Carrier Pipe(DI w/SS Casin g 33 05 24 Per Unear IFooL So, 47;'-, 1)0ars and Cents ...... ..................... NO OR") 90 B-2 PIP, n ITEM BID LIST DESCRIPTION OF ITEMS WITH SPECIFICATIO UNIT TOTAL NO. ITEM NO. QTY- BID PRICES WRITTEN IN WORDS N SECTION NO. PRICE AMOUNT 10. :3305.2005 100 LE .16"°Water Carrier IP'bpe(DI awa/SS Casing 33 05 24 Spacers) � f, 6 Per Linear Foot„ Dobrs and '07 9d, Cants � 19. 3305.1002 100 Lf. 1.0""Casling By Open Curt(Wedded Steed) 33 05 22 Per Unear IPr ot and Cents 20.. 3305.1003 100 Lff. 20°"Casing By Open Cant(Welded SteellI) 330522 �� v Per II_Nnew, Foot. l9P.i � �` � D)0ars .........................................._._.............................................................. and /j 0 Cents ors 21. 3305.1004 100 Lff. 24"C.asin0 By Open Curt(Wo-tiled Steel) 33 05 22 " � Per Unear(Foot: Dollars l a .._ d._._... .. .. ^... ... .. .......C rn9;s OR 21 3305,1005 100 LE 30°"Casting 0y Open Cut(Welded Steel) 33 05 22 Per Linear Foot: r� Dollars and . _. .. �"......_ ............w........Cents 21 3305.1006 100 Lf. 36"Casing By Open Cast(Welded Steed) 33 05 22 o Per II...'On ar IFoot. ^...._ ..._.........0olIllars arnd �w an Cents 24. :3305.1102 100 Lf. 15"Casing By Other Than Open Cast 33 05 22 00 FIR (Welded Steel w/Grm,rt) Per Unear Foot: „, war ar a Poflars nd._ 2, ..._..M..... �. ....Cents 25. 3305.1103 100 ILf. 20"Casing By Other Than Open Cut 33 05 22 (1lrOded Steed w/Grouts � ��`� �.,_� A w. �,. I ° Per Unear(Foot; Dollars and ..... . � ..__ Cents py` B-3 yr ITEM BID LIT DESCRIPTION OF ITEMS WITH SPECIFICATIO UNIT TOTAL NO. ITEM NO. QTY. BID PRICES WRITTEN IN WORDS N SECTION NO. PRICE AMOUNT 20. 3303JA04 100 77 24.nn C sfrn• By Other Than Open Cut 330522 ��.� 0 (Welded Steel wl Grout) /0 Peer Linear Foota IF IfIff,107 01�11e r/ Dollars and /?o Cents 27. 330 na110,a 100 Lf„ 30°"Casing By Other Than Open Cut 33 05 22 A � C2 Per U near Fbot. ......w.....Do¢ oars arid Cents 28. 3305J10E 100 11 f. 3E°"Caskig By Other Than Open Cut 330522 (Welded Steel wl Grout) ... Pier Linear l-oot. �,taAv �. 6 Do liar's arnd v 1 Cents 29. 331.23001. 20 Ea„ 4" I f rte Valve 331,220 �� �� � �/%000 Per t7obrs rnd .. ....w....._ a._. ......................... _.._. _. ....................._. Cents ................................................... ...................................... I' 300 3312.3002 25 Ear. E°"Gat Va�are 33 12 20 Per Each: u t�lrr e 4 L4 o, ^�Io, ° Dollars and_mm....._. "7 ........�........................_...._.Cents u 31. 3312.3003 25 Ea. 8"Gate VMve "3 12. ���20 / � � �����Dollars Per ERli, . "_. ::...._....._ .._..............._.. POP and a Cents :1 33],2 3009 10 Ea. 10"Cate Van ve 33 12 20 IJI EIY'Each: � an'nd 'a C; Cents ._... .._ ,.,..... ....._._.... n° X00 33, 3312'.300�z 10 Ear. 12. Cat Vau�nra� 13 12 20 �.mm.. ----..,.. Per Each� o 4"'' Dollar's and Cerits nr AVON B-4 2, ITEM BID LIST DESCRIPTION OF ITEMS WITH SPECIFICATIO UNIT TOTAL NO. ITEM NO. QTY. BID PRICES WRITTEN IN WORDS N SECTION NO. PRICE AMOUNT >>4 34. 3312,3006 5 Ea. 16"a Gate Valve rya/Vault 33 12 20 $ /z-" e s000 0 Per Each. and _ _.. ..�_..�_�...�.�".w_Cents 35. 5 Ea. 1.6"Gate Valve...Direct Beery LL Per Each. . 'a r Dollars .._....._._...................................................... __ .._ and 0 Cents 3& 3312.3101 5 Ea. 4""Cut4n Gate Valve 331220 IZLO 0 Per Each, x 4 00" Dollars and Cents 0 ggp 37. 33123102 5 Ea. 6°"Cut-in Gate Valve 33 1.2 20 Per Each: and .. 4 ...... Cents 38, 3312.3103- 5 Ea, "°Cut4n Gate Valve 33 12 20 X000 $ A0,000 Per Each; 0 Dollars and ......._...................._._..._.� ......��..... ._..��..��._ Cents u 39. 3.312.3104 5 Ea. 1.0""Cut-4n Gate Valve 331.2 20 � " � 0 Per Each Doflars and..................._........_ _ ................. Cents 06 40. 3312.3105 5 Ea. 12"Cut...M Gate Valve 33 1.2 20 Per Each.' _ r � ..... w__. _.Dollars ......................__._....._...........Cents o 41. 33123106 2 Ea. 1.6""Cut G n Gate Valve rya/Vault 331220 $ /Z000 � Per Each: Dollars ......... _. _ _ .._ . .. and D Cents ......... r _...... . .....pw . 42. 0241"1301 5 Ea" Remove 4"Water Value 02 41 14 12-0 Per Each: t D M Dollars ..... ........ ... ..... ......_n.._m...__.. .......... and 4 Cents E B_5 O)'' ' O ITEM BID LIST DESCRIPTION OF ITEMS WITH SPECIFICATIO UNIT TOTAL NO. ITEM NO. QTY. BID PRICES WRITTEN IN WORDS N SECTION NO. PRICE AMOUNT 41 024:1.1.302 5 Ea. IReirnove S"'Water Valve 02 41.14 ""loo lei Per a acted Doflairs y ima 9) Cents a �....................._W.........._ .. ..............................�u,,,,.... ao 44a 024:1.1.303 5 Ea. Iller nove 8"'Water VaNe 02 41 14 o rl) Per (Each: 4 _m.. OaBCars g ..................Cennts 45. 0241,,1304 5 Ea. Rlamrnnaave^.::11.0''°Water VaBve 02 41 1.4 2 ")o $ ,. Per Each anal ... Cents OR 46. 0241.1305 5 Ea„ Ille move 1.2"'Water VaNe 02 41 14 ;a / Per Each .� .. .. �aongars and . ........................._..._....._.............................._. ........,hands 47n 0241„135:1 .. 2 Ea, Sa�va :16”Water Valve 02.41. 14 $20oo 1 Per Eaa.Hn: " IOa bins arnd Ar 10 Cents nr 4& 3311,0001. 15 Tn, Duct He 9rorn Water Rain s nor/Iflastrannt 33 1111 00 . .Z m, z7 ?�L Ilse r"1"ca n ......Dollars and Cents 49. 33110001. 20 Ea. Hare Hydrant 33 12 40 Per Each ....� 2 . and .T. ..� &:antis 50. 33050101. 20 Vt Rre Hydrant Stern R xtens'uonn 330514 Per Ve rbcal Hoot: dew€Nair�s and _... ..._ ._ Cannes c) 5.1.. 0241.151.0 5 Ea. SaWvage�::lre Hydrant 02411.4 It, $ 113-496" Per IEa& r1 „, 'r4v ^, 1)000ans an �....... ..mm Cents nynlin; 3-0 ITEM BID LIST DESCRIPTION OF ITEMS WITH SPECIFICATIO UNIT TOTAL NO. ITEM NO. QTY. BID PRICES WRITTEN IN WORDS N SECTION NO. PRICE AMOUNT 52. 3312.1002 5 6�. 2"°ComN natbn Alr Valve Assembly for 331230 Water a IPer Each. and.. __ .. .. ............. Dollars Cif 53. 33116002 5 La. 6 Mow Off Va W 331260 7 Per Each: and .. _.. ._...._._......Cents 54. 33114001 1 Ea. 6"x 4"° Tappfing Sfleeve&Valve 331,225 $ 20,00 7 Per Each: / del 0oHars ..�. . _.. ._......._. ........................... Cents 01 C 55. 3312,4002 1 Ea. 6""x 6"I..appiflnn g 9eeve&VaW 33 12 25 j!�oo o Per Each. and Cannes 56. 33114003 1 Ea. "°x 4"T'af phn Sleeve&Valve 331.225 jeovo Per Lacl'n. 7J an _ .__.m..�".... :............._....W..._.....m ..W Cents 57. 3312.4004 1. Ea. 8"'x 6"'1 a f:ph-i f 9eeve&Valve 331.225 Per Each: ... w..... Iwo, _ .........jljooxoxpollo,�e Dollars ._......... an'nd.....................M.............m... �. ...._.._� Cennts 00 S3. 33114005 1 Ea. 31"x 31"Tappinng Sleeve&VMve 331.225 �) �1 Per Each. " Dobrs and .._w n Cents fib 59. 331141.0:1 1. Ea., 10"x 4"TalpIpMg 511eeve&Vsflve 331.2 25 �5 " Per Ea ch: p0w and ""C. " .......... Cents 60., 3312A102 1 Ea. 10"x 6""rappinng Sleeve Valve 331225 z- 7 J Per 6acfn W7w 41-1 .... . _...., and-- Ce nts 6- '7 ITEM BID LIST DESCRIPTION OF ITEMS WITH SPECIFICATIO UNIT TOTAL NO. ITEM NO. QTY_ BID PRICES WRITTEN IN WORDS N SECTION NO. PRICE AMOUNT' 61� 3312.4103 1. Ea„ 10""x 6"TappMg Sleeve&Valve 33 12 25 ` ' Per IEadho; ..'Dollars and /P 10 Cents G1 �1 62. 331.141.04 1 IEa„ 1.0"x 1.01"Tapphng Sleeve&Valve 331225 'a � r r sj2oo yrrlr Per liachO Dollars 61 33114105 1 Ea. 1.2 x Tapp[ng Sleeve&'Valve 331.22..E 3 Per Each 1 k P .,......w.. D61ars Cents CJ r K 331.14106 1. Ea. 1.2"x 6°"Tapr p4ij�6 5Eeeve&Valve 331.225 � � �� a J?boo Per Each aa lra .._.v._. . ............. ._._.................................Cabals IjTiy 653 312.4107 1. Ea„ 1.2"x 6" Tapping 5leeva&Valve 331.225 �"21w7 fs-Lo-21 PP Per Eadh:: l.)0alrs arid 00,7 0 Cents ya 66, 331.2„4108 1 Ea. 1.2”x 1.0A" Taapp°aum Sleeve&Valve 331.225 a� � _.. � '... Per Each f I ," m Dollars an __..�2. a... ......... 1: u'n1 � a 67. 3312.4103 1. Ea„ 1.2"x 1.2" Tapping SIl evea&Valve 331.225 L" _!o Per Eaach° m 10 k�yelj- Dollars PRO and­ _Ca:i nts 68. 3312,4110 1. Ea" 1.6"x 4"" Tapphng 9eeve&Vapve 331.225 _ , o $ 0,0e,in pir, Per Eachn Dollars arid_., Cents MY 0 09 00 69a 3.3'12.x'.11'.1 1. Ea. 16"°x 6"Ta�ap'kig Sleeve&Valve 331.2 2..".� " � � e�1� Per II aaO e a wal ,°,..,. I olaa „ and �...,. 747..... _.� ....,......Carr1's y,,' E1..3 ITEM BID LIST DESCRIPTI'ON OF ITEMS WITH SPECI'FICATIO UNIT TOTAL NO. ITEM NO. QTY. BID PRICES WRITTEN IN WORDS N SECTION NO. PRICE AMOUNT 70„ 3312.41.12 1 Ea. 16"nn S"°Tapping Sleeve&VaNv ro 331.225 �� � � $ Ilyleir Each: Dobirs a rid Cents 71. 33114113 1 Ea„ "" d 1.6 �1.0 TaIC�H'`a"say Slee�r Valve 331.225 � `� a N er Eaachn and _ m......_..._.._._ Cents 00 00 yea 72. 3312m4114 1 Ea. 1.61"x 12"Tapp p n Sleeve&Valve 331.225 alp S-Roo L � Per'1.ach ollars im and ... ........ ___..... Cents �aau�Y 73„ 3312,420:3 1. Ear. 20""x 3""Taxl pfti 9eeve Valve 33:12 2S Paaor E,acln° ........W............................. and ... .........�W. d'„1 enn s a 74. 33114206 1 Ear. 20"x 16"°Tapping Sleeve&VaNe 331.225 L5 oo lPeir — E !n o�� ? _ .. .....Dollars a nd ' Counts ✓a,. 1, Ea. 21."X °"'1"'anl p aa"p S&a* ve&VaBve Peir Each: and ents 76, 33114-209 1 Ea. 24 x 3 1Taa -L-90 „ .��.w... uu n"• Irnl�l,q"n�'�bl��buu&° @Ja�R� 33 1.2 2..:a "..�+ 20 wo Per Eaf.hn .�" .... Dollalrs __....Cents 'mm 00 7T �1 Ea. 2.4 x 16—rapping" Sleeve Valve 33 1.2 2.v 7 331.2.4212 "" � ✓ � .. ".,,^'"�w tea° ' _, Pen' E Fill: Dolla irs and ..._w ._._. ......._._.Ce nts C7 Par 16. 33.1.14303 1 Ea. "" "P III � r °" ��� � �' 0 Per Each� 30 �6 N"aal:�Bann. Sla,�nra� .�aaN�a.. 31 1.2.2.E _.l)olllars and................... ' c .�, .. .. .....,Cer$ts 11,a ITEM BID LIST DESCRIPTION OF ITEMS WITH SPECIFICATIO UNIT TOTAL NO. ITEM NO. QTY. BID PRICES WRITTEN IN WORDS N SECTION NO. PRICE AMOUNT w 79.. 3312,4303 1 Ea. 30"x 12.".lapping Sleeve&Valera 331.225 � Per 11:iachk _ Jr—h r _� ulaallar and 1. ........ .....mm............Cents 0 80. 3312.x311 1 Ea„ 6"x °"..l..app'dr g S"eeve&Vaflve 331.225 �Lno 1- e)' } Per Il::lachR DoHars and..m.mm......_..&..a................ -Cents Nd"^ 0 C� 01.. 3312.4313 1 Ea. 35"x 1.2"..[appn ng.Slee e&Valve 331225 $ a� �2 "200 0 Per li:.:.ache 7� ........0ollars and cents � � m..... _.. n "" .i. M°'Y .i �2. 50 Ea.. 1/4 �6a1a�r l��nla eras Mann �'r µ) °� Per ll::'.ach arnal..........._. .. -... _. ....mm...........m_Cents II 0 0 83, 100 E a 3/4""Copper S r0ce 1-Me ' ,r° d � s^ '00 Per[J n ar Foot and,. lars . .. ....... __ 840 100 &L 3/4"IPrlvala Water 5arv'lcr .�� -• Per l.lrnear 1"oot Doflairs and 1„ ,.. n1w �..w.. IF 00 lily 85„ 50 Na. 3/4"0oraal Water 5air0ce �, Per Il..lrnear Foot a _�.., n Do rnal Dollars .............._.......... Cents M 50 Ea. 1. Water Tal..Ir 10 Main r x'262 Per,Each: l m and . �2,�... _......._........®..—...._m. Ce nts 0 Ivr � 0 07. 100 l 1°0a��r °5�r�l�a l. n� � 5 .. Per U near Fay= IMP �....Dollar. and Cents ............ ........ .. pion. rrr, 5...1.0 ITEM BID LIT DESCRIPTION OF ITEMS WITH SPECIFICATIO UNIT TOTAL NO. ITEM NO. QTY. BID PRICES WRITTEN IN WORDS N SECTION NO. PRICE AMOUNT �h 58. 3312. 004 100 N_f. I"°Prnva te Wa 1er Service 331.210 , Per W_near Foot. 4 O W army ^ m ..._.....m�...._._..... �nbGs 09, 33121002 50 'Ea. 1.V' Bored Water Service 33 1. 1.0 , y Fer N..'Mear,FooL " Oculars and. _ .m............. ....�.R............Cents 0 969. 50 F . 1. 1./2°°Water 7IF'o4n Per Each; ... and Cents r 91. 1.00 1.1/2 Copper Ser uce Una^ Per Unear IFoot:: Doflars ..­ w ..v. _..........................�Cents 63 92„ 3;31.��'�'1.04 n.00 �.�. 11/2"��'uroeata�Water�5�:��voce 331.210 � �n .� "� "" "13 IPer Unear Foot Dotlairs and_ .....� �... ..................... m�m m Cents 93, 33122102 50 N. 1.1./2°°Bored Water Seirv�a°e 33 1.2 1.Q1 Per ksun a r Foot 50 Ea,, 2' Water F"`al,n 10 Mann Per Fa cha Dolhrs an ,.. � &..._._....................... .Cents 95. 1.00 to. 2"°Copper Seirvice IL"ane "9n Per Unea rr Foot aana3 ?....�". .... ........ ...........C #nnls pi C.1 °3�5. ;331v1� 0� 1.00 L�. 2' n✓"a"'dva1e t�faso: a�5�.a°naoca' `33 1.2"�.0 ,. _ �.�d°"� Per 11...6in ar FooL � . DolWs and __......, � ......... Cents adp➢ ON B 11.1 ?7wylVlIV4 ITEM BID LIST DESCRIPTION OF ITEMS WITH SPECIFICATIO UNIT TOTAL NO. ITEM NO. QTY. 2tp BID PRICES WRITTEN IN WORDS N SECTION NO. PRICE AMOUNT 9T 331.12202 50 2 Bored Water Serv, ce 33 12 10 Per Unear Foot: .. Dollars TV and ------ ............._�.. ............-dents 9& 25 Ea. Class A PVC Meter Box(IFUrollsh&Sep) � Per Each, ~- 7�00 410011- Dollars and_... .....__. ........................._.........-- Cents 99, 25 Ea, Oass 0 PVC IMeter Box(Furnish&Set) 0 0 � e Per Each: .� x111 6­1..............DoNNairs and "7 (:en s pwiu __.._..._....�.�...........__......... _..........._.._ 100. 1.0 Ea. LNass C PVC Meter Box(F u.rrMsh&Send 0 Fioti Per Each: ........................... ...��.................... a _........................... Cents 0 101a 2 Ea. 11 alo 1e Service Branch Soo ` Per Each: m... 7 X0,0,V w D611ars and._ _M...� r °'..__ �.Cents 1.02„ 2 Il.w.a. 11/2°"Muffi.uNa:.Service Branch Per Each: anr9. ,s � 1u0more ... ..._._....._.. ................�.cents 101 2 Ea. 2"Multirfle Service Branch � � � �� Soo 0 N„jgw Per Each. Dobrs and�..m............ .. �'... .._. ._.._..w_.... ....m ents r ., 1.04. 5 Ea. Relocate 3/4”Water Meter " $ Per Each: 1 Dolbrs arud mow':�. ..Cents y�1 V B- 12 ITEM BID LIST DESCRIPTION OF ITEMS WITH SPECIFICATIO UNIT TOTAL NO. ITEM NO. QTY. BID PRICES WRITTEN IN WORDS N SECTION NO. PRICE AMOUNT 105. 5 E7. (Relocate,1"`Water Meter $2070 Per Each: Dollars and Cents ...................................................................................... 00 106. 5 IE a. IRelocate 11/2"Water Meter $ dlno Per Each:: vr � I e rlr�l e � Dollars and 'r? 0 Cents 107.. 5 Ea. Relocate 2"Water Meter $,?,_5a 0 0 Per Each: T110 't Dollars and Cents 10& 5 Ea. Sprinkler System Backflow Preventer y 0 Relocation s, Soo $ 1?6-i5)0 Per Each; e �4.64 gr Ir 1-1 Dollars and -Cents 0 1098 3304.0102 1500 Lt 2"Ternporary Water Services 33 04 30 Per Linear Foot. Dollars and Cents 7� 00 00 " . 110. 3312,2801 10 Ea. Meter Vault for 3"Meter 33 12,11. Per Each I e'll e,�*.�l/�vw 6 e Dobrs and" Cents W"M 00 111. 331.2.,2802 10 Ea,, Meter Vault for 4"'Meter 33121.1. Per Eacl,u _&117Z j Dollars and & Cents ............... ............... co o 1.12. 331.12803 10 Ea. Meter Vault for 6"Meter 331.211 Per Each: 1IN, Dollars and Cents 111 33112804 5 Ea. Meter Vault for 8"Me-ter 33 12 11. Per li:.,ach° 1"4evx#4 D0ars .......... and_... Cents gar B 13 ITEM BID LIST DESCRIPTION OF ITEMS WITH SPECIFICATIO UNIT TOTAL NO. ITEM NO. QTY- BID PRICES WRITTEN IN WORDS N SECTION NO. PRICE AMOUNT 100" 114, 3312::2305 5 Meter Vaut'for 10"'meter 3:3121..1P.. J k� ��•� �7G� � Per Each ass _....... In Cents 1'5. 0241w1 02 5 Ea:: Remove Concrete Water Vau t 02 41..1.4 o C) s °O D Per Each: and..............mm..................2.: ........._.v Cirnts "= a 1'� 33.1.2.0002 5 Era:: �PtrSn�r�Sampling Stmmt�n°nn 3� 1.2�50 ��C�m ,D' 6-000 Per Each: 4: s Doflars and _......_. . _Cents 117, 0241.1218 10 Ea. ✓9"-1.2"®Water Abandonr rent Plug 02 41'14 L5 0 s C" 0. Per Eachn �w DoPars and_.� _..... ... 11& 0241.1200 5 Est. 16"Wateir Abandonment Mug 0241.14 i Per Eachn P/ DoIllars _._ and c Cents ON 0 50 Ea. Water r Mai n Il.xtra Depth(>than 1') ' s L50 :: . . Per Lhwar IPrsmnt, and Doltair w Via.___�.. .. ......_Cents o Wr - � : ... �Il20. 3305.01,®9 100 L>i. ..�..mnmal� «m'fe't� 33 0510 1w��.� a.:•_. .�.. °"--• Per[Jn sar IFooL .1&.........................................................................P:Dc.Al urs and or'P cl, Cents 121. 3305:•0 103 5 La. a Xpp"" orumt(gy Excavation of E:xx stem. 33 05 30 1�epm R" 7 w Per Each: -Cents Y�fitf 1.22. 3305,01.03 5 Ea, t1tplor to ..10')Excavation ref Exisbn°n� 330530 �o �� 0 n :0 Per C:ach" and Cents t . B .1.4 Tyr ITEM BID LIST DESCRIPTION OF ITEMS WITH SPECFICATIO UNIT TOTAL NO. ITEM NO. QTY. BID PRICES WRITTEN IN WORDS N SECTION NO. PRICE AMOUNT 121 3305.0103 5 Ea. Exploratory Excavation of Exlsdrig 33 05 30 Utulitues(10'-20`) A 2000 1Zj2Q.0 Per Each: Dollars and 12 6 Cents 124, 3305,0116 25 Cy. Concrete Encasement for UtilVty PlIpes 330510 91" 11120 Per Caulk Yard: 4100 -4)6brs aril _ _ Carets 125„ 3305.0203 100 Cy. lrr'sported Embedment/OackfVll,CLSM 330510 ) 0 0 Peir CuuI*Yard. 0^0 Aw._.._ .m�.,�__._... ".�... fuu?ID and _. _. _Cents 00 126. 3137.0101 10 Sy„ Concrete RrIpirap 31,3700 t Per Square Yard: and Cents 12T 3137.0102 10 Sy.. Large.Stone Mpr«ap,dry 3137 00 Pe it.Sal aua re Y«a rd: 0. ...... .. .. ..1... a�........ ...............Dolllars and '7 Cents u 128. 3137„0103 10 Sy. L..airge.Stone Mprap,5rouated 313700 Per.Saluiare Y«a rd: Dollars Vr and .._.._ Cents 129.. 32910100 100 Sy.. Block.Sod Plamnent 32921.3 $ �° e �•$ 1121,72 a................. ............... Per Square Yard: ••••.....•••• . ''...._.._._..._......_._m.. _Dollars and_ ° Cents d �2 130. 3192,0400 100 Sy. Seeding,l-Vydromulr 31 921.3 aa Per Square Yard. , � ... .. ._._...._.._._.V�a:�ICairs and �12 Z1 Cents 131. 3 201,01.51. 200 Lt'. Asphalt Pvmt Relpalr«Water.Ser0ce 12 01.'17 Per Unear Foot: Dollairs rru3 and......,..._ ,cD _..... w...C'erits MAP B....1..5 >25 ITEM BID LM DESCRIPTION OF ITEMS WITH SPECIFICATIO UNIT TOTAL NO. ITEM NO. QTY. BID PRICES WRITTEN IN WORDS N SECTION NO. PRICE AMOUNT � 132 3201.01.11 500 LE. 4' �rnt Asphalt 9� mt IRe aliir, 320117 �W Per U neair Foot: rw 1„ • �° IO0au°s and_.............. .?...._...................................._Cents r 233. 3201°0122 500 LE 5'Wide Asphalt IRvrrnt N epair, 320117 6 a Per Linear If oot: r '..... � . Dollars and nil 0 Cents 134 320101.13 500 E 6'Wide Asphaft Pvmt Repair, 32 0.1.17 Residential 53" s Z- 7,5-oc? Per U naair N ootu and __. '2�__...... Cents 2350 3201..01.21 500 I.f. 4"Wide Asphalt Pvrent Repa4- AsterW 3201 17 Per U near Foot, m o Dollars :136. 3201,01.22 500 LEu 5"Wide Asiatmit:Pvmt.Repair,AIrtelrlal 52 01.1.7 _ �� d"m Per Uneair Foot: Doflairs . ... asp 1 Cents 137, 3201.022:5 500 LE. 6'Wide Asphalt Pvmt Repair,Arterial 32 01:1.7 e2 � Per U near N:::oo'L 01ms ­ and Cents 138. 3201..01:31. 500 I...E, 4'Wude Asphaft Pvrnt Repair,Vrndu.astrW 32 01.1.2 29 e;7 � 2 5.. 0 1)er Llnneai V::oota p _11:1olllars ��. v 135. 3201,.0112 500 N...E. 5'Wide AsphmaV1°Pvunt ReIpaGu°,MidQAStirGall 32 0:1:12 .......... Pear U neair Foot: �. G a V:1OVVrnr�u rod 1 2 � ........ �.Cents P+C 5..,1.6 lit ITEM BID LIST DESCRIPTION OF ITEMS WITH SPECIFICATIO UNIT TOTAL NO. ITEM NO. QTY. BID PRICES WRITTEN IN WORDS N SECTION NO. PRICE AMOUNT 140. 3201.0133 500 Lf.. 6"Wide Asphalt Pvmt Repair,Industrial 320117 00 '06 0 Per Linear Foote Pm Dollars and jr Cents 141. 3201.0201 500 Sy4 Asphalt Pvmt Repair Beyond Defined 32 01 17 � �,� d_5 Width,Residential � $ Zoo a Per Square Yard„ IDollars and._ ..._.a,�^" ..,_..... M....... "IrC't5 r 1.42. 3201..0202 500 Sy. Asphalt Pvmt Repair Beyond Defined 330117 Width,Arterial � �r " Pleir Square Yard:: I'.... ''- . .. ' Dollars Dollars. and 0 Cents 1.43. 3201.0203 500 Sy. Asphalt Pvmt Repainr Beyond Defined 34 01 1.7 , .N 00 Width,industrial 0_ZZ Per sapuaireYard, Dollars �. _µ... m. _... ., Cents 144.. 3201,0301 100 Sy.. 2"'Extra Width Asphalt Over Exist.Base 320117 Per Square Yard: ,m pro, ' Dollars and __.. ._.._m.._,_ .. ._. ....� r r Cents 145„ 3201.0302 100 Sy. 3" Extra width Asphalt Over Exist.Base 32 01 1.7 1I Per Salu,uaire Yard: e4 Dollars .,. and Cents 146. 3201..030:3 100 Sy. 4" Extra Width Asphalt Over Exist.Fuse 320117 a I m, l D Per Square Yard: o a°l ...,plohars and_ .0....... Cents is •1 147. 3201.0400 100 Lf. remporary asphalt Plaving 1Repair 320118 �� �•� �1w� Per Luna•^.air IFoot„ mm..mm . �._. ...... Dollars... ollars a ...,.--._.. a �.._.__ .Cents O 1�m B..'1.'7 r�Aa ITEM BID LIST DESCRIPTION F ITEMS WITH SPECIFICATIO UNIT TOTAL NO. ITEM NO. QTY. BID PRICES WRITTEN IN WORDS N SECTION NO. PRICE AMOUNT 1487 3211.0211 50 Sy, 6`B Flexible 0ase,Type 13,GR-1 321123 Per Sgua ire Yard: x"`17" _.�____.... Dollars ........ nnc>r and Cenits 149, 3211.0212 50 Sy„ 6"Flexible Base,Type 0,GR-2 32 11 23 20 /470 r Per Square Ward � « Dollars n..._d .._ 'P?4A Cents r (jop 1.50, 3201.0614 300 Sy. Cone Pvmt Repair,Residentiai 320129 Per Square Ward. y _... � ..___. 1)�Cfars ........... and�.,. ..... m..mm. ...................Cents OFF 151.. 3201A0616 300 Sy. Conc Pvmt Repair,Arter°W/lndustrial 320129 416 0 Per Square War& a 16 4, Dollars and /2 b Cenits am " 152. 300 Sy. t„a:unc.Pvmt Over Exist ease, 0 6) Residential 1;?0 !?o o Pe r Sg uua ire Wa rd. �� "r _......_._N.oilair�s and _.__.�wwwwww_.._. Cents a�arm 153, 100 Sy. Cone.Pvmt Over,Exist.Base, �� s AAaerial/lnduustrial "?a jr2 Per Square Ward Dollars and Z7 a Cents i t 1..54. 3214°0300 100 5 y. Brick Pvmt Repair 32 141.6 7 u�...,p Per Square Ward. 7 M,r « l)o1lairs p?u4 an 1 �," dents 155, 3214..0600 100 Sy. Brick Pvmt Repa« r(City Suappked Brick) 321416 00 7 el 00 Per Square Warrd: ............. ._...m _....,Dolllars NAP and... ,. .1 Cents A 00, P..1.8 AMR rra' ITEM BID LIST DESCRIPTION OF ITEMS WITH SPECIFICATIO UNIT TOTAL NO. ITEM NO. QTY- BID PRICES WRITTEN IN WORDS N SECTION NO. PRICE AMOUNT 156. 3216.01..01 500 L.P. Vii°"0om 0urb and Gutter(Replaced) 3716 L1 „ Per Il..lrnegr Foot. -.,,-,,,,—,,-Dollars and Cents 157. 500 Ufr 6"0oric Curb and 0;utter Attached to Conc.Purnt(Replaced) .... � � D or Per l..i near IFaaast: Doila irs roMtr and _. .........Cents 32 16 13 �� � °� 155, 3216.0301 50 Sy. 9""�:a�nc Valley Gutter,Residential �� "zoo 0 Per Squaaire yaird rr "��...� .. Dollars _� ..�..... _..._._ is and 0en......_._....... 159. 321.6.0302 50 Sy.. 11.1"0onc Valley Gutter, 321613 Arterial/Incluaatrial � , a Per Squa ire yard r gd......, ..�.. _C�a3 ra Dollars _._......._.S:errIts 3213.0301 450 St 4 Cornc SHewalk �2 13 20 160. '" Per Square Foot, Dollars lai .......... 161. ,_....v.. ...... _Cents and 161. 32110351 200 Sf. 4"Cornc Sidewalk,Exposed Aggregate 32 13 20 _. . Z­ .. Per Squuaire Foot: _ _........EDollars °,. ... .. .... t" and '116 Cents 162.. 32.13.040.1. 450 Sfn 6"0oncrete Driveway 32 13 20 IV! Per Square i:ooV Dollars and .0 a�� 0ents ._�__.,._ ..... 163. 32.13.0451. 200 St 6"Concrete Driveway,Exposed 32 13 20 � /r' 00 0 Aggregate �Fa rr Per Square IFoast. a Dollars ............................................... and .. �0en is PAR 1�I�ut, �riru 3...1.9 11"Yf ITEM BID LIST DESCRIPTION OF ITEMS WITH SPECIFICATIO UNIT TOTAL NO. ITEM NO. QTY. BID PRICES WRITTEN IN WORDS N SECTION NO. PRICE AMOUNT 333:1.411.2 50 LF 5"'DIP Seaver PNp QR:1 pNc.At Vaahab e 33 11 10 Pear U near Foot: 10 n .... m O A� ...... Cts _...__... .., NN art as r ^n ' 165„ 50 Lf, 61"PVC Sewer Pipe Pe k.Al Vaidaable 00 '00 Per 1.6rneaar FraanD.a DO x"` �� .....IDoNNr s saw 166. 3331A119 50 Lf„ 3"DIP Sewer PIpe(Replc,At Vaair€alNe 33 1.1 10 $ Depth) v Per Une ar�.ooto . 11obrrs and cents i, 1.67, 50 1.L 3°"PVC Sewer Pipe(Replc.At Vaa rNab le �"� 0 Per Uneaar,w'oota VAN 0 8f rs and -zlza � Oaan� as 1% 3331x4205 50 U, 1.0"'DIP Seaar it(Paal{Ic. �t V ar6aable 33 1.1.10 0 Per I...waneaar,D'oot Dollars ..........................................................f:a^.unR. aa� 169., 50 11 E 1.0' PVC Sewer PIIPe(fkepk.At Vaariia Naa � co a 0 Depth) e; "m Peir[,ineair Foot: a and� ........ _.. w.Do llaar�s . .........._..._........_._._Cents 1.70 3331.4212 50 LE 1.2°"MP Seweir(Reek.At Vairialk 33 1.1.1.0 9 C� Per I.i naaaar Foot: a„Pa "� O�Illlaauai a .a 1......_ �":nauna na1 171. 50 11 f, 1.2"PVC Sewer Np (Repk.At Vaa0aable 00 Peir L'neaair(Foot: 1DollNaaits Im and ��� Cents B,.20 ITEM BID LIST DESCRIPTION OF ITEMS WITH SPECIFICATIO UNIT TOTAL NO. ITEM NO. QTY. BID PRICES WRITTEN IN WORDS N SECTION NO. PRICE AMOUNT -7727 33317222 50 Lf. 16"DIP Sewer(RepIc.At Variable 33 1110 $ go , 01 $ Depth) Per Linear Foot: Dollars and Cents 173. 50 Lf. 15" PVC Sewer Pipe(RepIc.At Variable 0 Depth) -2 L9 Per Linear Foot: Dollars and Cents 0 174. 3471.0003 50 Ea. Traffic Control 3471 13 $ $ 000 Per Each: J;Oklela kl n 4,, C% Dollars and Cents 175. 50 Ea. Street Use Permit $ 100.00 $ 5000.00 Per Each: One Hundred Dollars and Cents 7,51 0 TOTAL AMOUNT BID $ B-21 9 00 43 37 Page I of f SECTION 00 43 VENDOR COMPUANCE TO STATE LAW NON RES11DENT I3MIDER Texas Government Code Chapter 2252 was adapted for the award of contracts to nonresident bidders. This larva provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the state of Texas) bid projects for constrXictiona improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the state which the nonresident's principal place of business is located. The appropriate blanks in section A must be filled out by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in section B. A. Nonresident bidders lin the state of our principal place of business„ are required to be percent lower than resident bidders by state Law. A copy of the statute is attached. Nonresident bidders in the state of our principal place of business„ are not require d to under resident bidders. B. The principal place of business of our company or our parent company or majority owner is in the state of Texas. �m Company Name Here By: printed Name Here „E a Address Here Mm. m Address Here or space rl, W/ ,r (,)fie) (Siginatu(g) - .. City, state Zip Code Here Title: Title Here ed'7.0/1110, Date: Z)m. Imp nip M OFFICIAL IMP CITY SECRETARY END OF SECTION FT.WORT111111 TX 410 0TY OF:FORT wan:MRTIr n STANDARD COi'+U 1f'R UC TM SPEG119CA110N ID4TC URAEN"T My Form Revised 20'110627 00 41 0&'U_,..00 43'1300 42 43 43 3"7_.00 45 12_00 3 5 T 3...,INd PraaUxowal worikVxook.As P0 004511-1 BIDDERS PREQUALIFICATIONS Page 1 of 3 SECTION 00 45 11 V3 2 BIDDERS PREQUALIFICATIONS 3 TAW 4 1. Summary. All contractors are required to be prequalified by the City prior to 5 submitting bids. To be eligible to bid the contractor must submit Section 00 45 12, 6 Pre qualificatin Statement for the or type(s)*listed with their Bid. Any contractor 7 or subcontractor who is not pre qualified for the or type(s) listed must submit 8 Section 00 45 13, Bidder Prequalification Application in accordance with the 9 requirements below. Mm 10 11 The pre qualification process will establish a bid limit based on a technical evaluation 12 and financial analysis of the contractor. The information must be submitted seven 1.3 (7) days prior tote to oft opening of bids. For example, a contractor wishing 14 to submit bids on projects to be opened on the 7th of April must file the information 15 by the 31st day of March in order to bid on these projects. In order to expedite and 16 facilitate the approval of a Bidder's Pre qualification Application, the following must 17 accompany the submission. 18 a. A complete set of audited or reviewed financial statements. 19 (1) Classified Balance Sheet 20 (2) Income Statement 21 (3) Statement of Cash Flows 22 (4) Statement of Retained Earnings 23 (5) Notes to the Financial Statements, if any 24 b. A certified copy of the firm's organizational documents (Corporate Charter, 25 Articles of Incorporation, Articles of Organization, Certificate of Formation, 26 LLC Regulations, Certificate of Limited Partnership Agreement). 27 c. A completed Bidder Pre qualification Application. 28 (1) The firm's Texas Taxpayer Identification Number as issued by the 29 Texas Comptroller of Public Accounts. To obtain a Texas Taxpayer 30 Identification number visit the Texas Comptroller of Public Accounts 31 online at the following web address 32 www.window.state.tx.usLtaxpermitI and fill out the application to 33 apply for your Texas tax ID. 34 (2) The firm's e-mail address and fax number. 35 (3) The firm's DUNS number as issued by Dun & Bradstreet. This 36 number is used by the City for required reporting on Federal Aid 37 projects. The DUNS number may be obtained at www.dnb.com. 38 d. Resumes reflecting the construction experience of the principles of the firm 39 for firms submitting their initial prequalification. These resumes should 40 include the size and scope of the or performed. 41 e. Other information as requested byte City. 42 43 44 45 46 20191 CM OF FORT WORTH MWERR2015A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Oty Prqjed No. 02701 TOR)", RevN sed Jury 1,2011 ONR 004511 -2 BIDDERS PREQUALIFICA71ONS IPage 2 of 3 p%g 1 2. Prequallification Requirements 2 a. Financial5tatements. Financial statement submission must be provided in "M 3 accordance with the following: 4 (1) The City requires that the original Financial Statement or a 5 certified copy be submitted for consideration. Vo9q), 6 (2) To be satisfactory, the financial statements must be audited or 7 reviewed by an independent, certified public accounting firm 8 registered and in good standing in any state. Current Texas 9 statues also require that accounting firms performing audits or 10 reviews on business entities within the State of Texas be properly, 11 licensed or registered with the Texas State Board of Public 12 Accountancy. 1.3 (3) The accounting firm should state in the audit report or review 14 whether the contractor is an individual, corporation, or limited 15 liability company. 16 Financial Statements must be presented in U.S. dollars at the 17 current rate of exchange of the Balance Sheet date. 18 (5) The City will not recognize any certified public accountant as 19 independent who is not, in fact, independent. 20 (6) The accountants opinion on the financial statements oft e 21 contracting company should state that the it or review has 22 been conducted in accordance with auditing standards generally 23 accepted in the United States of America. This must be stated in 24 the accounting firm's opinion. It should: (1) express an 25 unqualified opinion, or (2) express a qualified opinion on the 26 statements taken as a whole. 27 (7) The City reserves the right to require a new statement at any 28 time. 29 (8) The financial statement must be prepared as of the last day of 30 any month, not more than one year of and must be on file with 31 the City 16 months thereafter, in accordance with Paragraph 1. 32 (9) The City will determine a contractors bidding capacity for the 33 purposes of awarding contracts. Bidding capacity is determined by 34 multiplying the positive net working capital (working capital = 35 current assets .—current liabilities) by a factor of 10. Only those 36 statements reflecting a positive net working capital position will be 37 considered satisfactory for prequalification purposes, 38 (10) In the case that a bidding date falls within the time a new 39 financial statement is being prepared, the previous statement shall 40 be updated with proper verification. 41 b. Bldder PrequalifIcatibn Application. A Bidder Prequallification Application must 42 be submitted along with audited or reviewed financial statements by firms 43 wishing to be eligible to bid on all classes of construction and maintenance 44 projects. Incomplete Applications will be rejected. 45 (1) In those schedules where there is nothing to report, the notation 46 of"'None"or" /A"should be inserted. CITY OF FORT WORTH MWERR2015A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Gty IPuoject No.02701 Revised July 1, 201.1. 0045 11 -3 BIDDERS PREQUALIFICATIONS Page 3 of 3 1 (2) A minimum of five (5) references of related work must be 2 provided. 3 (3) Submission of an equipment schedule which indicates equipment 4 under the control of the Contractor and which is related to the 5 type of work for which the Contactor is seeking prequalification. 6 The schedule must include the manufacturer, model and general 7 common description of each piece of equipment. Abbreviations or 8 means of describing equipment other than provided above will not 9 be accepted. 10 11 3. Eligibility to Bid 12 a. The City shall be the sole judge as to a contractor's prequalification. 13 b. The City may reject, suspend, or modify any prequalification for failure by the 14 contractor to demonstrate acceptable financial ability or performance. 15 c. The City will issue a letter as to the status of the prequalification approval. 16 d. If a contractor has a valid prequalification letter, the contractor will be eligible 17 to bid the prequalifled work types until the expiration date stated in the 18 letter. 19 20 21 22 23 24 END OF SECTION 25 CITY OF FORT WORTH MWERR2015A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02701 Revised July 1, 2011 004512...A PRE::QUAI.1FICKTION STATEMENT ENT Page I of R. SECTION 00 45 12 PREQUALIFICATION STATEM ENT 3 4 Each Bidder for a City procurement is required to complete the information below by identifying the prequalified contractors and/or subcontractors whoa they intend to 6 utilize for the major work type(s) listed. Major Work Contrar.tor/Su bcontractor Company Prequalificammmtion Name ateo _....._ Water � _LTpjq._ments ...._._.... ................................ ... .............. ......._...... 9 10 The undersigned hereby certifies that the contractors and/'or subcontractors it described in the table above are currently prequalified for the work types listed. BURN BIDDEN: .. 15 ... o.. ..._...... .. ... .......... Il �y .,...._ (Please Print) 1 Sigru aturrr m M :._. �: ._.. ......._ 19 Address City/State/Zipm.. title. Please Print) .._._ m . . _..a �..._. .. 4 Date° ...... . .�" ..�,�;::..... .. ..,..P ..�. .. ...... ....._ m.._w.....mw..... ................................. tyh 25 6 END OF SECTION 27 OFFICIAL CITY S E Y F'T. Wcamw TX C1 r Y OF IFORT WORTH MWE'RFU01 uA 7ANDARD CON..3nB�kUCTION Pq°C`1F EC:A..�..[ON DOCUMENTS C ityy Project INo.,0270 VOW Revi,.-P-d Juiy 1,2011 004526-1 CON rRA(,-.FOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of I SECTION 00 45 26 N LAW 2 cou'l-RACTOR CO NC MPLIAE WITH WORKER'S COMPENSA TIO 3 4 Pursuant to"Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it 5 provides workers compensation inSUrance coverage for all of its employees employed on 6 City Project No., 02035. Contractor further certifies that, pursuant to Texas Labor Code, 7 Section 400.096(b)® as amended, it will provide try City its subcontractor's certificates of 8 compliance with worker's compensation coverage. 9 10 CONTRACTOR: 1.1 4j,-,lb 4.W Xc5l,4"A" 12 CIe c le By: 0 ......... .. . . .......... FPO� 13 EompW�� (P,IeLa;� Print ... 14 15 ...........................................Signature: 00011 16 Address 17 t8 Title: �16/`tqi le.-.r . ......... tt.,?.............................. pi 19 &R/S-tate/Zip (Nease Print) 20 21 MICHEIR S. LANKFORD tary public T S 22 THE STATE OF TEXkl; Notary Public 1 OF E U1) who STATE OF TEXAS 23 NOMWY)D 0 117594" E.P 0�, V Goubw 71 20io 'F� my com,EXP 24 COUNTY OF TAR RANT § 25 26 BEFORE ME, the undersigned authority, on this day personally appeared 27 in known to me to be the person whose name s i st tr, 28 subscribed to the foregoing I s rument, an, acknowledged to me that he/she executed the 29 same as the act and deed of,_,.,._Yi C-e, 1prr ' * for the purposes 30 and consideration therein expressed and in the czpacfty therein stated, 31 32 GIVEN LINDER MI Y HAND AND SEAL OF OFFICE this-13 A.................................-d,-,,y of 201 34 3 to 36 o 37 Notary Public lin and for the Stat f"Texas 38 39 END OF SECTION 40 Of�lflCIAL RECORD CITY SECRETA]RY 11 X f"Te WOR1111"Nj,TX CITY OR FORT WORTH MWERR2015A STANDARD CONSI"RUCTION SPECIFICATION DOCUMENTS 0ty projed No. 02.701 ReAsed,hfly 1.,2011 00 45 40-I Knorky 113t,asinan Enterphse Spedficabons Page I.of 2 SECTION 00 45 40 2 Minority Business Enterprise Specifications 3 APPLICATION OF POLIC'Y 4 If the total dollar value of the contract is greater than $50,000, then a BE stibcontracting goal is 5 applicable. 6 7 POLICY STATE ME NT 8 It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority 9 Business Enteil.irises (M,BE) in the procurement of all goods and services. All requirements and 10 regulations stated in.the("'ity's current Business Diversity f7nteq)rise Ordinance apply to this bid. 11 i.2 MBE PROJECT GOALS 13 The City's MBE goal on this project is.7% of the total bid value of the contract.(Besse hid alydies to Parks uuyw 14 and 15 i.6 Note: If both NME and SBE subcontracting goals are established for this project, then an Offeror r 17 must submit both a MBE Utilization Form and a S Utilization or to be deemed responsive. 18 19 COMPLIANCE TO BID SPECtIfICATIONS 20 On City coWracts $50,000 or more where a MBE subcontracting goal is applied, Offerors are required to 2 1 comply with the intent,of the City's Business Diversity f7titeq)fise Ordinance by one of the followin& 22 1. Meet or exceed the above stated MBE goal through NME subcontracting participation,or puv 23 2. Meet or exceed the above stated NME goal through NOE Joint Venture participation,or 24 3® Good Faith Effort documentation,or; 25 4. Prime Waiver documentatiom, 26 27 SUBMITTAL OF REQUIRED DOCUMENTATION 28 The applicable documents "in'ust' be received by die Purchasing Division, widiin. the foltowing tines 29 allocated, in order for the entire bid to be considered responsive to the ecification.s. . euC) h 'P 9ya n. 30 e 31 V 32 33 L Subcontractor Utilization Form, if received no later flian.Z-00 p.m.., on the second City business goal is met or exceeded: day after the bid opening date, exclusive of the bid opening PRO date. ........ 2. Good Faith Effort and received no later than 2:00 p.m.., on the second City business Subcontractor tAilization For m, if day after the bid opening date, exclusive of the bid opening ruuiticiputiori is Less tluaii stated d tate gL).q� ................ate............................................................... ................... .................... 3. Good it Effort and received no later than 2-00 p.m., on the second City business Subcontractor Utilization Form, if no day after the bid opening date, exclusive of the bid opening A!. �ation: date. .......................................................... . ................11........................................................................... ...........—.1.1-................................................................................................................................................................. 4. Prime Contractor Waiver Form, received ri.o later than 2-00 p.rn., on the second City. business ifyou. will perforni all day after the bid opening date, exclusive of the bid opening c,ontraqin&/sua)lie r work: date. . ...... .............................. ........................... .................. ........................ ........................................ 01 34 CTTY OF FORT WORTH MWERR2015A STANDARD CONSTRUMON SPECH"ICATION DOCUMENTS Oty Pro ect Number 02701 ReAsed June 9,2015 ssm 004540-,2 Knodty Ilishe ss Eriterprise Spedfirabons Page 2 of 2 Il —-——--------------------- 5. Joint Venture Form, if goal is met. received no later than 2:00 p.m..,, on the second City business or exceeded. day after the, bid opening date, exclusive of the bid opening date. .. ........... ................ ............................ ..................... 2 FAILURE TO COMI�LY WITH THE CITY'S BUSINESS DIVERSITY ENTERPRISE ORDINANCE 3 WILL RESULT IN THE BID BEING CONSIDERED NON-RESONSIVF TO SPECIFICATIONS. 4 FAILURE TO SUBMIT THE REQUIRED MBE DOCUMENTATION WELL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE.A SECOND FAILURE WILL RESULT IN THE OFFEROR 5 BEING DISQUALIFIED FOR A PERIOD OF ONE YEAR.T14REE FAILURES IN A FIVE YEAR PERIOD WILL RESULT IN A DISQUALIFICArrON PERIOD OF THREE YEARS. 6 Any Questions,Please Contact The M/WBE Office at(817)212-2674. 8 END OF SECTION 9 10 CITY OF FORT WORTH MWERR2015A STANDARD CONSMUCTION SPECIFICATION DOCUMENTS City Purpled Number 02701 a Revised.hirie 9, 201.5 'IMF, M21' CITY SEMETAW CONTRACT 52 43 - 1 Agreement Page I of 4 1 SECTION 00 52 43 2 AGREEMENT 3 THIS AGREEMENT, authorized on NOV 17 2015 is made by and between the City of 4 Forth Worth, a Texas home rule municipality, acting by and through its duly authorized City 5 ManagerC,City"),and.__JtilliAm_j_,,__$Ch.!I.I..tZ.,.,,.Inc. dba Circle C Construct'jon Cgppany 6 authorized to do business in Texas, acting by and through its duly authorized representative, 7 ("Contractor"), 8 City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 9 follows: io Article 1. WORK ii Contractor shall complete all Work as specified or indicated in the Contract Documents for 12 the Project identified herein. OUR 13 Article 2. PROJECT 14 The project for which the Work under the Contract Documents may be the whole or only a 191% i.5 part is generally described as follows: 16 Water Main EAtenslons&gplagL ments and Relogatlons Contract 2015A Iffol 17 jQtyPro'eCtno. 02701, TPHIIDDENO. 18 Article 3. CONTRACT TIME 19 3.1 Time is of the essence. 20 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract 21 Documents are of the essence to this Contract, 22 3.2 Final Acceptance., 23 The Work will be complete for Final Acceptance within ,36`5 days after the date when 24 the Contract Time commences to run as provided in Paragraph 2.03 of the General 25 Conditions. 26 3.3 Liquidated damages 27 Contractor recognizes that time is of the essence of this Agreement and that City will 28 suffer financial loss if the Work is not completed within the times specified in 29 Paragraph 3.2 above, plus any extension thereof allowed in accordance with Article 30 12 of the General Conditions. The Contractor also recognizes the delays, expense 31 and difficulties involved in proving in a legal proceeding the actual loss suffered by rpm, 32 the City if the Work is not completed on time. Accordingly, instead of requiring any 33 such proof , Contractor agrees that as liquidated damages for delay (but not as a 34 penalty), Contractor shall pay City One Hundred Dollars ($ -ILD.QO ) for each day that 35 expires after the time specified in Paragraph 12 for Final Acceptance until the City NOR 36 issues the Final Letter of Acceptance, 37 ti....... 38 OFFICIAL 39 '' 40 CITY SECRETARY 41 FT. WOR'r", Tx r CITY OF FORT WORTH MWERR.2015A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City lProject No.0270:1 Revised August:1.7"20:12 005243-1. Agreement Page 2 of 4 42 Article 4. CONTRACT PRICE 43 City agrees to pay Contractor for performance of the Work in accordance with the Contract 44 Documents an amount in current funds of two miffi6n _Doflars ($__2 QQQ DaD. 45 Article S. CONTRACT DOCUMENTS 4.6 5.1 CONTENTS: 47 A. The Contract Documents which comprise the entire agreement between City and 48 Contractor concerning the Work consist of the following: 49 1. 'This Agreement, 50 2. Attachments to this Agreement:: 51 a. Bid For 100 52 1) Proposal Form 0 53 2) Vendor Compliance to State Law Non-Resident Bidder 54 3) Prequalffilcabon Statement 55 4) State and Federal documents (project spey.-Mc-) MR, 56 b. Current Prevailing Wage Rate Table 57 c., Insurance ACORD Form(s) 58 d. Payment Bond MIN, 59 e. Performance Bond 60 f. Maintenance and 61 g. Power of Attorney,foi the Bonds map 62 h. Worker's Compensation Affidavit 63 L MBE and/or SBE Commitment Form 64 3. General Conditions., 65 4. Supplementary Conditions. 66 .5. Specifications specifically made a part of the Contract Documents by 67 attachment or® if not attached, as incorporated by reference and described in 68 the Table of Contents of the Project's Contract. Documents. 69 6. Drawings. mn 70 7. Addenda. 71 8. Documentation submitted by Contractor, prior to Notice of Award. '72 9. The following which may be delivered or issued after the Effective Date of the 73 Agreement and, if issued, become an incorporated part of the Contract 74 Documents: 75 a. Notice to Proceed. 76 b. Field Orders. 77 c. Change Orders,,, 78 d. Letter of Final Ac"Ceptance. 79 MMN 80 CM OF IFOR MORTH MWERR201.5A STANDARD CONs'rRUC7101N SPECIFICA,.TION DOCUMEN 113 City Project,No.02701 MW Revised August 1.7, 201.2 005243--3 Agmement Page 3 of 4 81 Article 6. INDEMNIFICATION 82 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at 83 its own expense, the city, its officers, servants and employees, from and 84 against any and all claims arising out of, or alleged to arise out of, the work 85 and services to be performed by the contractor, its officers, agents, 86 employees, subcontractors, licenses or invitees under this contract. This 87 indemnification provision is specifically intended to operate and be effective 88 even if it is alleged or proven that all or some of the damages being sought 89 were caused, in whole or in part. by any acts omission or negligence_ of ft he 90 city. This indemnity provision is intended to include, without limitation, 91 indemnity for costs, expenses and legal fees incurred by the city in 92 defending against such claims and causes of actions. 93 94 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own 95 expense, the city, its officers, servants and employees, from and against any 96 and all loss, damage or destruction of property of the city, arising out of, or 97 alleged to arise out of, the work and services to be performed by the 98 contractor, its officers, agents, employees, subcontractors, licensees or 99 invitees under this contract. This indemnification E)rovision is spggjfiojW 'JAM" i0o intended to operate and be effective even if it is alleged or pLQven that all or 101 some gf the damages being sought were caused, in whole or in Dart, 12y any 102 acts omission or negligence of the city. 1.03 1.04 Article 7. MISCELLANEOUS 1.05 lu1 Terms. 11.06 Terrors used in this Agreement which are defined in Article I of the General Conditions 1.07 will have the meanings indicated in the General Conditions. 108 72 Assignment of Contract. 109 This Agreement, including all of the Contract Documents may not The assigned by the 110 Contractor without the advanced express wrill.'en consent of the City. i[1..1 73 Successors and Assigns. 11.2 City and Contractor each binds itself, its partners, successors, assigns and legal 113 representatives to the other party hereto, in respect to all covenants, agreements and 114 obligations contained in the Contract Docuffrents. 1..15 7.4 Severability. 116 Any provision or part of the Contract Docurnent s held to The unconstitutional, void or 1117 unenforceable by a court. of competent ,jurisdiction shall The deemed stricken, and all 1118 remaining provisions shall continue to Ibe valid and binding upon CM and 1,19 COMPWTOR. 120 '7.5 Governing Law and Venue, 121. This Agreement, including all of the Contract. Documents is performaL)le in the State of 122 Texas,, Venue shall be Tarrant. County, Texas, oii the United States Distri ct Court for 123 the Northern District of Texas, Fort Worth Division. OF FORT WORTf I MWERR2015A ST'AM,*kL)coiNsi-Rucrimi SPEC1FJcA'n0N DOCUMENES 0 Prqject.No, 02.701 AR Revised August 1.7,20.12 005"243-4 Agr,, merit Page 4 of 4 124 7.6 Other Provisions. 125 The Contractor agrees to pay at least minimum wage per hour for all I or as the 126 same is classified, promulgated and t out byte City, a coy of which is attached 1.2'7 hereto n a a a hereof the same as if i were copied verbatim herein. A 12 e7 authority to Sign. 129 Contractor shall attach evidence of authority to sin Agreement, if other than duly P 130 authorized signatory of the Contractor, 131 ,M 132 IN WITNESS WHEREOF, City and Contractor have executed this agreement in multiple 133 counterparts, 134 135 This Agreement is effective as of the last date signed by the Parties CEffective Date`). 136 Contractor' . ch tz � City of Worth.---Inc In a ..�.�___ .. �� _Yom...... �.... �o, .�.�- Circle C Construction Company ,,wb. ��gna ass istant CityIMF, tures � �� � a� ' P-te Id Teres ._. _ al � 5. S iced attest:. _... IF (Printed Marne) Mary et, � AD�a (Seal) Title: Vice-President Address: 4032 �_.... .w_ .. .. ..... _ ..... __....__..__. ...... ._. �,,,. . __._...._...... __w . . Date: .._ Cit State�°7ip: Fort iori �X 7 14C a rove s to FO and Legality: _ , .. . .......u_�.... _ Date Douglas W. Black Assistant City attorney 137 J,m 1.38 139 APPROVAL RECOMMENDED: 140 r.. .....�- tl c 14.2 ". `.............. `. _.. . 143 Jolm Carman, P.E. � 144 f-11 145 Water t , ant- CITY SECRETARY TX 146 r CITY of FORT WORTH MWERR2015A weir STANDARD CONSTRUCTION SPECIFICKFION DOCUMENTS Cn Project No,02701 Revised August 1.7,2012 Bondin g for Bond Nom INC606806 was verif"iied on 11/19/2015 with Lisa Ayers @ Merchants Bonding Company 1-8W­678-8171, 00611.3 ­1 PERFORMANCE BOND Rage 1,of 2 SECTION 00 61 13 2 PERFORMANCE BOND Fond No. TX6066 fd 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 William J. Schultz, Inc. dba That we, ,Cir(,-Ie i ..... u ! "....._................................................__ _ known as 9 "Principal"herein and m Merchants. Bonding Com art (Mutuial )... � ....._" a corporate 10 surety(SUreties, if more than one) duly authorized to do business in the State of_Texas, known as I I. "Surety"herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a 12 municipal corporation created pursuant to the laws of Texas, known as"City," herein, in the penal 13 sum of,, *Two M 11 ion and o/100********* *** .�._. . ...,_.._. ..,.__.......... ..._ . ....._. ... .._..... _...... c�11aP°s J4 ($__!2J00,000 11 ....... la ul oney of the Unite States, to e aid in Fort Worth, rr 15 Tarrant County,Texas for the payment of which sum well and truly to be made, we bind 16 Ourselves, our heirs, executors adrMnistirators, successors and assigns,jointly and .severally, 17 firrnly by these presents. 18 WHEREAS, the Principal has entered into a certain written contract with the City �. awarded the_..._._.........day of._........ ...� . y .. .._.......... mm... .......� � !..__�. � which Cor7tr°ads is hereby referred to and 20 made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment: 21 labor and other accessories defined by law, in the prosecution of the VWorkf including any Change 22 Orders, as provided for in said Contract,designated as 23 Water Main Fxtensiba.T, Replacen7 &, and Relbcalibii,5, Conttact 20.15A --Gity Project fro. 0270.1 24. NOW,THEREFORE, the condition of this obligation is such that if the said Principal shall 26 faithfully perform it obligations under the Contract and shall in all respects duly and faithfully 26 perform the Work, including Change Orders, under the Contract, according to the plans, �r 27 specifications, and contract docurnents-therein refeu°red to, and as well during any period of 28 extension of the Contract that may be granted on the part of the City, then this obligation shall 29 be and become null and void, otherwise to remain in full force and effect. 30 PROVI©E® FURTHER, that if any legal action be filed on thus Bond, venue shall lie in 1 Tarrant County,Texas or the United States District Court for the Northern District of Texas, Fort 2 Worth Division. OFFICIAL. RE CITY SECRFIAIXY I CITY Off=FORT WORTH F111.1' ' 1'°1 , TX MWIl=RR2015A �� 3TAND G 1NJS1'U(.r...�ON SPECIr�''I(ATTON DOCUMENTS ���.�,,,m � � �,o,�. � ..�. City Project Nay.02�70t 00 6113­2 PERFORMANCE BOND Page 2 of 2 .Il This bond is made and executed in compliance with the provisions of Chapter 2253 of 2 the Texas Government Code, as amended, and all liabilities on this bond shall be determined in 3 accordance with the provisions of said statue. 4 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this 5 instrument by duly authorized agents and officers on this the.......................�day of 6 ................................. 20 15, 7 PRINCIPAL: 8 9 tr Minn j CDm ny 10 a a- 11, BY:: 12 SW�gnat.-Ure 13 ATTEST: 14 15 X_()ftW Teresa S. Skelly, Vice-President .... ............. ....... 16 (Pbncipa i) Secretary Name and Ti le 17 Michele S. Lankford 18 Address� P. 0. Box 40328 ..... ...... .................... ..................... 19 U0........... 20 21 22 Witness as to PrhdpM 23 SURETY: 24 25 r rtd.in Co an .. teal 26 27 28 Signatrare 29 30 sr�rn Fact 31 Name and Tide 32 6700 ...Westown Parkway 33 Address� .................................. 34 We _ -7754 (000,0, .... -50266 35 OR 36 X 0/ 40410. ........... 37 Witness as to Surety 'Iblephone Number: 1-800-678-8171 .........................._....................................... 38 John A. Miller 39 40 41 *Note,. If signed by an officer of the Surety Company, there must be on file a certified 42 extract from the by laws showing that this person has authority to sign such 43 obligation,, If Surety's physical address is different from its mailing address, PAN#, 44 of must be provided. The date of the bond shall not be prior to the date the 45 Contract is awarded. 46 ................. ............ OFFICIAL RECORD 1� CITY SEA R11`11111ARY III FT. WOR''rilif ,111i,x C11 Y OF FORT WORTH MWERR2015A STANDARD CONSTRIJUION SPECIFICATION DOCUMENTS city Project No.02701 Revised JUY 1.,201.1 Ow MERCHANTS� y;Y BONDING POWER OF ATTORNEY Know All Persons By These Presents,that MERCHANTS BONGING COMPANY(MUTUAL)and MERCHANTS NA°I"IONAL BONDING, f INC.,both being corporations of the State of Iowa(herein collectively called the"Companies)do hereby make,constitute and appoint, individually, John A Miller; John R Stockton; Sheryl A Klutt V their true and lawful Attorney(s)-in-Fact,to make,execute,seal and deliver on behalf of the Companies,as Surety,bonds,undertakings and other wriften obligations in the nature thereof,subject to the limitation that any such instrument shall not exceed the amount of: TEN MILLION($10,000,000.00)DOLLARS This Po W r-of-Attorney is granted and is signed and sealed by facsimile under and by authority of the following By-Laws adopted by the Board of Directors of Merchants Bonding Company(Mutual)on April 20,2011 and adopted by the Board of Directors of Merchants National Bonding,Inc.,on October 24,2011. rlr -rhe President,Secretary,Treasurer,or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys-in-Fact,and to authorize them to execute on behalf of the Company,and attach the seal of the Company thereto,bonds and undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof.' 'The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of r T Attorney or Certification thereof authorizing the execution and delivery of any bond,undertaking,recognizance„or other suretyship obligations of the Company,and such signature and seal when so used shall have the same force and effect as though manually fix In connection with obligations in favor of the Florida Department of Transportation only,It is agreed that the power and authority hereby given to the Attorney-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation.It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or Its assignee„shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only,it is agreed that the power and authority hereby given to the Attorney-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner- Department of Highways of the Commonwealth of Kentucky at least thirty(30)days prior to the modification or revocation. In Witness Whereof,the Companies have caused this instrument to be signed and sealed this 15th day of August 2015 40 't...... MERCHANTS BONDING COMPANY �v*`�`` ���(�f�•�( ��%� .'��1��G° ©!1��•� MERCHANTS NATIONAL BONDING,�INCTIJAL) ,�p�'•. +� • % tam° \: • ®rte. �' -o- ,,; x04 r = 1933 STATE.OF IOWA ®"�sd.�atl/t®Aa`lem8®b0�`d\\\\ r�®°Y/*®••.b$®®®W®�+4 We COUNTY OF Dallas ss. President On this 15th day of August 2015 ,before me appeared Larry Taylor,to me personally known,who being by me sworn did say that he is President of the MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL.BONDING,INC.;and that the seals affixed to the foregoing instrument are the Corporate seals of the Companies,and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. �r*rA4a, WENDY(MOODY L�ru Commission Number 784654 My Commission Expires o- W June 20 2017 Wotary Pub! Punhy� a (Expiration of notary's commission does not invalidate this instrument) I,William Warner,Jr,,Secretary of the MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies„ which is still In full force and effect and has not been amended or revoked. f In Witness Whereof,I have hereunto set my hand and affixed the seal of the Companies on this day of 2 01 ®�%.- --, - .� Secret, 0 • � •t: 1933 . tea. • - r ' - FICA ' (°f • •'; * 0 ' F00lNlbblhA,\eM •••••••• "Iu' Illm a ' POA 0014(6/15) u t TX 006114 - 1. PAYMENT BOND Page f.(.,)f 2 t SECTION 00 6114 2 PAYMENT BOND 3 Bond No. TX6666 OF 4 THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: G COUNTY OF TARRANT § William J. Schultz, Inc, dba PIP, 8 That we, Q c l _ o s't u m0r1m Lpg1 . "..._._..__ _ known as 9 "Principal" herein, and IT. 1 , mm__Bondi nrnr� .. a� m�a "� .... _..._....__, ._._._._. _..� a 10 corporate surety (sureties), duly authorized to do business in the State of Teas, known as ul I. "Surety" herein (whether one or rnore), are held and fin-nly bound unto the City of Fort Worth, a 12 municipal corporation created pursuant to the laws of the State of Texas, known as "City" herein, 1.3 in the penal sure of _... _*Two._..._...Million...and ....... ......................__�.........�... � l?ollars 14 ( . ,QQQ L0Pq.!_00..* J, lawful money of the United States, to be paid in Fort Worth, ,'Op 13 Tarrant County,Texas, for the payment of which sum well and truly be made, we bind ourselves, 1E our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these 100 17 presents. f$ WHEREAS, Principal has entered into a certain written Contract with City, awarded the iP day of _. ..... . .. _°" i ...., 2 ,�,m11 which Contract is hereby referred to and 20 made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment" 2 i. labor and other accessories as defined by law, in the prosecution of the Work as provided for in 22 said Contract and designated as 23 Water Main Fvtenr5ior7s Pkeplacemen&and ReJocation.5 C017tract 2015A —City City Proje No. D2701 24 NOW, THEREFORE, "'FOIE CCND-IT ION OF THIS OBlIGATION is such that if Principal 25 shall pay all monies owing to any (and all) payment bond beneficiary (as defined in Chapter 2253 2E of the Texas Government Code, as amended) in the prosecution of the Work under the Contract, 27 then this obligation shall be and become null and void; otherwise to rernain in full force and 28 effect„ 29 This bond its made and executed in compliance with the provisions of ChalAer 2253 of 30 the Texas Government Code, as amended, and all liabilities on this bond shall be determined in 3�1. accordance with the provislons of said statute, .„ 32 0171CIAIii, RECORD S ?J ECRETARY CITY OF FORT WORTH MwERR.2015A " U City IFro`ect no,02701. ea . )L SC � C�r� �f rf : f4. � ReAsed:Duly 1,201:1 MR 00 6:111 1.4-2 PAYMENT BOND Page 2 of 2 t IN WITNESS WHEREOF, the Princlipal and Surety have each SIGNED and SEALED this ui instrument by duly auathor°iized agents and officers on this the day of r 15 4 r! PRINCIPAL: William.m1......Jr..._Schultz, Inc. dba ._C,rcl C Construction Cq a .. n ATTES1 BY: Signature Teresa S. 51011 Vice-President Y_ W ......._ (Principal) Secretary Name and Title Michele S. Lankford Address; P. 0. Box 40328 F 75140............ .... ..........__ ..... w ..... ..........................__..............................................._.. .._. . m Witness as to Principal . r SURETY- Merchants B din Corgi .any..........(Mutrural ) 1 AT ST': BY: .... Sig rare ..._. . y..._--_. ..... .. ... ._........ ..__......_. ...___._ Shery1 ...A..�_. tut ,,,,. �qrn! , min-Fact Suret ) Secre Name acrd 'Title Address 5700 estown Parkway t O -7754 e lolnesl 5266 _....._..........a ._.. .... _-__-__ mm....... .........._.�....w_�__...�........__. .. Witness as to Surety John A. Miller -r lel ahon Number: 1-800-678® 171 5 Notes If signed by an officer of the Surety, there must be on file a certified extract from the bylaws showing that this person has authority to sign such obligation. If Surety's physical 8 address is different from its mailing address, both must be provided. P �a 1.0 The date of the bored shall not be prior to the date the Contract is awarded. END OF SECTION 1 OFFICIAL' ' E 1.2 CITY Ems ET N,rw FT, WORT111111 1 C.M. OF FORT WORTH 11WERR201SA r S..r..ANDAP.D CONSTRUC71FION SPl.CIFI TTON DOCUMRarN"N..S City Project ino.02701 Revised]eery 1., 201.1. MERCHANTS TS BONDING POWER OF ATTORNEY Know All Persons By These Presents,that MERCHANTS BONDING COMPANY(MIJTUAI...)and MERCHANTS NATIONAL BONDING, INC.,both being corporations of the State of Iowa(herein collectively called the"Companies')do hereby make,constitute and appoint, individually, Jon A Mfiler# John R Stockton� Sher) A Klutts their true and lawful Attomey(s)-in-Pact^to make,execute,seal and deliver on behalf of the Companies,as Surety,bonds,undertakings and other written obligations in the nature thereof,subject to the limitation that any such instrument shall not exceed the amount of. N MILLION($1.0,000,000®00)DOLLARS Jn This Power-of-Attorney is ranted and is signed and sealed b facsimile under and b author of the following -Laws adopted b the Y g' g Y Y authority 9 Y p Y Board of Directors of Merchants Bonding Company(Mutual)on April 23,2011 and adopted by the Board of Directors of Merchants National Bonding,Inc.„on October 24„2011, mrr "The President,Secretary,Treasurer,or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys-iin'-Pact,and to authorize them to execute on behalf of the Company„and attach the seal of the Company thereto,bonds and undertakings,recognizances„contracts of indemnity and other writings obligatory in the nature thereof," 'The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of TIM Attorney or°Certification thereof authorizing the execution and delivery of any bond,undertaking,r• o'gnizanc,ea or other suretyship obligations of the Company,and such signature and seal when so used shall have the same force and effect as though manually fix In connection with obligations in favor of the Florida Department of Transportation only,it is agreed that the power and authority hereby given to the Attorney-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and PON construction contracts required by the State of Florida Department of Transportation.If is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee,shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only,it is agreed that the power and authority hereby given PO to the Affomey-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Cornmissioner- De artment of Highways of the Commonwealth of Kentucky at least thirty(30)days prior to the modification or revocation. In Witness Whereof,the Companies have caused this instrument to be signed and sealed this 15th day of August 2015 plaaaBNly \\Ia a ....... MERCHANTS BONDING COMPANY r° `• � ���l � �� � �' ,° .#*,1AG Cp: • MENCHANTS NATIONAL q C) 1933 1933 - By sk 1U STATE OF IOWA •�r�®earaoaraaatMt�'Y`a ®®•®••••®• COUNTY OF Dallas ss. President On this 15th day of August 2015 ,before me appeared Larry Taylor,tome personally known,who being by me sworn did say that he is President of the MERCHANTS BONDING COMPANY(MUTUAL.)and MERCHANTS NATIONAL BONDING,INC.;and that the seals affixed to the foregoing instrument are the Corporate seals of the Companies„and that the said instrument was signed and sealed in behalf of the r Companies by authority of their respective Boards of Directors. aV,�IA4d, WENDY WOODY a««« Corrinrission Number 784654 My Commission Expires « r r * .lone 20. 2017 Notary Pubt, , unfy;Iowa (Expiration of notary's commission does not Invalidate!this Instrument) I,William Warner,Jr.,Secretary of the MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL.BONDING„INC., do hereby certify that the above and foregoing is a true and correct copy of the POW'EP-(OF-ATTORNEY executed by said Companies„ which is still in full force and effect and has not been amended or revoked. AN In Witness Whereof„I have hereunto set my hand and affixed the seal of the Companies on this day of 2015 �: • Sectary 1933 ` ,.�. ......�,,, car �as� .......... � . `•• K;N,° OFFICIAL MAI D ®®a�®'^r®eenmserteaNAb\\\a® ••®•®®••� a 0014( /15) m Tuw SECIMARY kr FT11w lu INII ; 0061 19­1 MAINTENANCE BOND Page Y of 3 �. SECTION 00 61 19 2 MAINTENANCE BOND Bond No. T ,0606 06 4 THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT o 7 William J. Schultz, lno® dba 8 That we... . .Circle...._. . .n. � .ruct--ton..... . .°�. _:"� ....... .. ......_.......... ..........._.__....... ...._ known as "Principal"herein and Merchants din Company,....(Mutual) _..m_.__....m.� a corporate surety - low- 1,0 (suret:ies, if more than one) duly authorized to do business in the State of Texas, known as t.t. "Surety"herein (whether one or more), are held and firrnly bound unto the City of Fort Worth, a 1.2 municipal corporation created pursuant to the laws of the State of I exas, known as"Oty" herein,. 13 in the sum ref *Two Million and No/100 ***********,* Dollars ( ..IT,._.....,. 4 w ........), lawful money of the United ,States, to be paid in (Port Worth, 15 Tarrant County, Texas, for payment of which sum well and truly be made unto the City and its 1.6 successors, we bind ourselves, our heirs„ executors, administrators, successors and assigns, 17 jointly and severally, fh-mly by these presents. 18 �i 19 WHEREAS, the principal has entered into a certain written contract with the City awarded C the day of.........................__.....,, 10IV 1 7 2 15 ._ _ ...� �... , which Contract is hereby 21 referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all 22 materials, equipment labor and other accessories as defined by law, in the prosecution of the 23 Work, including any Work resulting from a duly authorized Change Order(collectively herein, the P"t "Work") as provided for in said contract and designated as 25 Water Main Extension5 plare177onts and l - fa in Contract 201, A - Qty Proje.Ctr N0, 02701 27 and OF 28 29 WHEREAS, (Principal binds itself to use such materials and to so construct the Work in �1 0 accordance with the puns, specifications and Contract Docurients that the Mork is and will 31 remain free from defects in materials or workmanship for and during the period of two (2) years after the date of Final Acceptance of the Work by the City CC'Maintenance Period"); and :3 To :34 WHEREAS, principal binds itself to relmir°or i econstrud the Work in whole or in part upon :35 receiving notice from the City of the need therefore at any time within the Maintenance (Period. OFFIC �!?ECORD MY OF FORT*wORTu-r Y R A D9�RD O ,mBciriON SPECIFICATION DOCUMEN"T"S I'll ��� Clty roject Noe 02701 I r r MAINTENANCE BOND Page 2 of 3 I NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy any defective Work., for which timely notice was provided by City, to a completion satisfactory to 3 the City, then this obligation shall become null and void; otherwise to remain in full force and IV 4, effect. 5 6 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely 7 noticed defective Work, it is agreed that the City may cause any and all such defective Work to 8 be repaired and/or reconstructed with all associated costs thereof being borne by the Principal 9 and the Surety under this Maintenance bond; and 10 u 11 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 1.2 Tarrant County, Texas or the united States District Court for the Northern District of Texas, Fort 1j' 13 Worth Division; and 14 „o 15 PROVIDED FURTHER, that this obligation shall be continuous in nature and successive 16 recoveries may be had hereon for successive breaches. 1.7 18 1.9 FF T SE , r CITY OF FORT WORTH MWERR2.1I5A D CONSTRUCTION SPECIFICATION a()CU11�EN rS Qity Project No.02701 Revi sed Au 00 61 19-3 MAIN rENANCE BOND Page 3 of 3 1 IN WITNESS WHEREOF,the Principal and the Surety have each SIGNED and SEALED this instrument by -s on Wsthe day of, 17115 2 duly authorized agents and officeu . ........ 3 .................................. 2Q..1 . PIP 4 5 PFUNCIPAL: 6 William J. Schultz, Inc. dba POP( 7 8 9 BY, 10 Signature II ATTEST: 12 13 X ....... LQ-4r\ Teresa S. Skeljj,,,_yj ce-Presi dent 14 (Pdncil.')ai)Secretary Name and Title 15 Michele S. Lankford 032 ox P. 0. 16 Addrpssaddress; B 48 ................................ 17 18 19 20 Witness as to Principal 21 SURETY: 22 23 Mencha ill tual ) 24 Mom 25 By., 26 Signature 27 OF 28 29 Xrl"E-51"", Name and"Title 30 Westown Parkway 31 Address. ......................... .............. OFF 32 (Sure Secretary es Mo.ines, !,&,..........59266-7754 33 34 X d'. 35 Witness as to Surety "Telephone Number: 1-800-678-8171 .....................—.—.......................... SIX 36 John A. Miller 37 *Note: If signed by an officer of the Surety Company,there must be on file a cert fled extract from the 38 by-laws showing that this person has authority to sign such obligation. IT Surety's physical 39 address is different from its rnaihng aftess, both roust be proMed. The date of the bond shafll 40 not be prior tothe date the Contract is awarded. 41 FIR .............. 0"'ICIAL R �JCORD E '01 CITY SECRITARy, FT. W01R711 TX 711V TX C1W OF FORT WORTH MWERR2015A STANDARD CONSMUCHON SPEC11"ICATION DOCUMENTS Cfty iPrra,jert No.0270:1 ReAsed,]Oy J.,2011 ''may BONDING POWER OF ATTORNEY Know All Persons By These Presents,that MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL-BONDING, RPM INC.,both being corporations of the State of Iowa(herein collectively called the"'Companies")do hereby make,constitute and appoint, individually„ John A Miller; John R Stockton-, Sheryl A Klutt their true and lawful Attomey(s)-in-Fact„to make,execute,seal and deliver on behalf of the Companies„as Surety,bonds,undertakings and other written obligations in the nature thereof,subject to the limitation that any such instrument shall not exceed the amount of. yu TEN MILLION($1.0,000,000.00)DOLLARS This Power-of-Attorney is granted and is signed and sealed by facsimile under and by authority of the following By-Laws adopted by the Board of Directors of Merchants Bonding Company(Mutual)on April 23,2011 and adopted by the Board of Directors of Merchants National Bonding,Inc.,on October 24.2011., roi "The President,Secretary,Treasurer„or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Aftorneys-in-Fact,and to authorize them to execute on behalf of the Company,and attach the seal of the Company therele,bonds and undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond,undertaking,recognizance,or other suretyship obligations of the Company,and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only,it is agreed that the power and authority hereby given to the Attorney-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and Ow construction contracts required by the State of Florida Department of Transportation.It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee,shall not relieve this surety company of any of its obligations under its bond. In connection with obligations In favor of the Kentucky Department of Highways only,It is agreed that the power and authority hereby given to the Attorney-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner- Department of Highways of the Commonvmalth of Kentucky at least thirty(30)days prior to the modification or revocation. In Witness Whereof,the Companies have caused this instrument to be signed and sealed this 15th day of August 2015 •rtltWdraetl o�' •• • • (MUTUAL) � ��NO Cve ` MERCHANTS NATIONAL -0_ AIR •tl'�: •:pAw' d • �= zoo 1933 r BY •b • • r®e r•I bb •• •p �•a"�^•tlr 14 STATE OF IOWA ti�ffrri.fwNSbb°"b* a•••••..• COUNTY OF Dallas ss. President On this 15th day of August 2015 before me appeared Larry Taylor,to me personally known,who being by me sworn did say that he is President of the MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL,BONDING„INC.;and that the seals affixed to the foregoing instrument are the Corporate seals of the Companies„and that the said"instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. 0'"A4 WENDY WOODY OR Commission Number 73405E ®'" A My Commission Expires + <r June 20 2017 'YtMary F'u6/r , urPty,/owe Tyur (Expiration rY" commission d at invalidate thi u t nt) I,William gamer,Jr.,Secretary of the MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-A°T-fi ORNI''.=Y executed by said Companies„ which is still in full force and effect and has not been amended or revoked. In Witness Whereof,I have hereunto set my hand and affixed the seal of the Companies on this day of 2015 b#0110U-44(®bbbabtl �®fir o®®`�G 5Cq**•• • • ` ,o 5S P b«` 1 ': • _o® Secretary '•A°y/�am 1933 ' 01��VICIAL RECORD a�®• rm • f ••�N.•��rw o. ••• CI+�°"�'+errrraafbttwb b®bbd •rM•®®®®•• SECRETARY PA 0014(6/1 ) W MII WORTH, TX 9ry MERCRANTS`V�, BONDING COMPANY,. MERCHANTSBONDING COMPANY WURJAL) - MERCHANTS NATIONAL BONDING, INC 10. lk.)x 14498 , DES MOINES, IOWA 50306-3498 ° (800)678-8171 (515)243-3854 FAX Please send all notices of claim on this bond to: Merchants Bonding Company (Mutual)/Merchants National Bonding, Inc. IMP P.O. Box 14498 Des Moines, Iowa 50306-3498 (515) 243-8171 (800) 678-8171 Physical Address: 6700 Westown Parkway, West Des Moines, Iowa 50266 SUP 0073 TX(2/15) Td1Yl'yl- Is =DATE(MWNDDIYYYY) A ERTIFICA LI/� ILITY INSURANCE 5 1 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, T OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. l(y119' IMPORTANTw If the certificate holder is an ADDITIONAL INSURED, the policy(les) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsoment(s). PRODUCER NAME Wendt? Van Orden S Insurance Agency PHONE ... E_ ... (972)771 4071 nT2b t AtDu.E ".. ._. .... ...- _ ..... 16P Fml. 2255 a Road Ste. 333 EMAIL �avanearden @leandsins m cc ADDRESS ... ..,_..... INSURER 5.� ..... .._ — ..".. P. O° ® 2°f°f .............. ...... 1 ImAFc�RDlNOCOVERAOE _ _ NAIL ,m,u1,X Rockwall TX 75057 � INSURERA.Onited Fire & r'asuxalt Ccamm aann�r 13021 .......,,_..._ _..- .._. .._..... .. ............ _"__."". ." _m, _ _. ... . . .... ..._ __._._.. INSURED INSURERB•Travelers_zop_Cas CO of Amer 25674 m -- .._ ._.. --- William J Schultz, Inc. , INSURERC.Texa.s Mutual Insurance Co, 22945 a Circle C Construction Company INSURERD:Federal In. _ ..... )�0 500 W. Trammell Ave. INSURER E. Everman TIC 76140 INSURERF. COVERAGES CERTIFICATE NUMBERo15/16 Std. rr/ Equipment REVISION NUMBER: INP, THIS IS TO CERTIFY ntA'T THE POLICIES OF" INSURANCE LISTED BELOW HAVE BEEN ISSUED'1O THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, TI IE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT 1-0 AI.L THE TERMS, EIB;CLUSIONIS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR —_ _._.._,..._.. ......._..."__. . ........., _...._._.P1C.U'tY UBR __...m,.._0dLICY EFF' I'O IC`9'E-7tP ,......., ............... ......... ......_._. ..,.....,._... .__...... LTR TYPE OF INSURANCE POLICY NUMBER MMfDD/YYYY' MMlDDf YYVY LIMITS f X COMMERCIAL GENERAL LIABILITY I;:ACN-V OCOI.Vk'tRE,N(.:E � 1,000,000 CLAWSWADE 1C REM . _. ,. fJC;�,l.uu'e rHFf MG S(F a c�rur�r,u�y. 10-- 000.. B.s::16434 8/m�.2/IEm'D15 8/7..2/207..5 MEE)E:�:XIP(Any one luw so�( 1 5,000 ....... ,....._._...�._. .............. ....._.... ......__ ---.. .....— . ...... CG7208 8/:13--. Al 4 WOS PERSONAL 8 ADV IIJJURY,__. .E'..._ 1.,000,000.... QPC14'LFa¢:sC,k°tECIAT E:I.IIVll"P'APPP.tlk"'•'.4'rilPILIR, CG2037 '7/04- Al CC HP OPS � GEVEtAL AC IE:mA8 E $ 2,000,000 I'II POLCY�X.,.�I 0... I.oc ._...., JI"e:"I' PRODUCTS E 2,000,000 ----- . ... OTHER: Llnvoiited Jralhsft a IPcAll.utlmuin T 100,000 h I..._.."_.-..,. .....- � . .a.V ..r.:_kD.1.._......A N M.,A0._U..F .I.M...i_'T....... ........ .........0..._0,..,.00 B LIABILITY 0 . 0 A X ��Y AU"') p t I YI UURY(Ih1eq person) 3 .......... . eAIJ7uEE nClEQIIEC 85 31.6434 8/1.2/20...0 8/12/2016 WXNLYNJURY(For madent) E AUT"ll AU OS ...... _..... ....... ..._ I"L I°IIIREDAUJ"OS N"' '7EJ .' .0 a/k.e Al k4B AU1ImS mrrnwr E 1,000,000 UMBRELLA LAB X OCCUR EACH OCCURRENCE S 1.0.00Awl EXCESS LAB CLAWS-MADE ZUR-411A. 1.428-"➢.,»...-NE' 8/12/2015 8/12/201,6 AGGREGATE ..... $ 5 000 Q10��J B .......__. _. ..... ....... iii DEED X I.REIENTlON$ 10,000 �' $ WORKERS COMPENSATbON X PAR 0 1"Ik- ANDEMPLOYERS LIABILITY - ATUJ...6 Fmk .... ............ ............. ANY PROPRIETOWPARINEIVEXECUTglE Y!N NIA 0001,18;3570 IS/..2/202.5 8/1"2/2015 E:,. .._ ..._ C (Mandatary lay NH) 5ECd2Q1'.3048 5/L4 ... 6Et7B L.9_ DISEASE' 1 A EMPLOYE 2 1 000 r 000 if yaa,desanlbst auredwur _.... .. .._ .. ...,... ...... ... . ....— ..._ DE:',SI RIPTBON OF OPERA rlONS below I I E.L.DISEASE POLICY LIMIT $ 11000,000 O Contractor's Equipment 06706289 8/12/2015 8/12/2075 LeasedPRentedEquuVP Fla'heirn $500,000 i)lyp DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101,Addldonal Remarks Schedule,may be attached If more space Is nulred) Projects Water Main Extensions, Replacements and Relocations CONTRACT 2015A w,l) City Project No. 02701 See above listing of additional insured and waiver of subrogation endorsement forms. �0 CERTIFICATE HOLDER CANCELLATION ` .... SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE kaF Fug THE EXPIRATION DATE THEREOF, NOTICE ILL BE DELIVERED IN 1000 Throck m.ortoxa Stree I� ACCORDANCE WITH THE POLICY PROVISIONS. City of :Fort Worth w Fort Worth, TX 76102 � uro ��� RETAI'M I AUTHORIZED REPRESENTATIVE m� 1 (W) l 1i Clazy Tllur+niil(.us<:roAA/O4"0L'EN mm° ... .. � ... C 1988-20144 ACORD CORPORATION. All rights reserved. ACORD 25(2014101) The ACORD name and logo are registered marks of ACORD I S025 m mXfMR CG 72 08 0215 TEXAS -EXTENDED ULTRA LIABILITY ENDORSEMENT COMMERCIAL GENERAL LIABILITY EXTENSION ENDORSEMENT SUMMARY OF COVERAGES This is a summary of the various additional coverages and coverage modifications provided by this endorsement. No coverage is provided by this summary. Extended Property Damage Expanded Fire Legal Liability to include Explosion„ Lightning and Sprinkler Leakage Coverage for non-owned watercraft is extended to 51 feet in length Property Carnage-Borrowed Equipment ° Property Damage Liability- Elevators Coverage D-Voluntary Property Damage Coverage$5"000 Occurrence with a $10,000 Aggregate Coverage E , Care, Custody and Control property Damage Coverage $25,000 Occurrence with a $100,000 Aggregate°° Deductible Coverage F Electronic Data Liability Coverage-$50,000 *Coverage G- Product Recall Expense$25„000 Each ll Limit with a $50,000 Aggregate­­$1,000 Deductible " Coverage Water Damage Legal Liability am $25,000 Coverage I-Designated Operations Covered by a Consolidated (Wrap-Up) Insurance Program-Lirnited Coverage Increase in Supplementary Paymentsv Bail Bonds to$1,000 Increase in Supplementary Payments, Loss of Earnings to 0 For newly formed or acquired organizations-extend the reporting requirement to 180 days Broadened Named Insured Automatic Additional Insured - Owners, Lessees or Contractors - Automatic Status When Required in Construction Agreement With You Contractors Blanket Additional Insured...Limited Products-Completed Operations Coverage hart Automatic Additional Insured-Vendors Automatic Additional Insured,„Lessor of Leased Equipment Automatic Status When Requited in Lease Agreement With You *Automatic Additional Insured-Managers or Lessor of Premises *Additional Insured- Engineers,Architects or Surveyors Not Engaged by the Named Insured Additional Insured-State or Governmental Agency or Subdivision or PolifieW Subdivision-Permits or Authorizations Additional Insured- Consolidated Insurance Progranrr rap-Up) Off-Premises Operations Only Owners, Lessees or Contractors Automatic Status When Required in Construction Agreement With You Additional Insured-Employee Injury to Another Employee Automatically included-Aggregate Limits of Insurance. (per location) Automatically included-Aggregate Limits of Insurance (per project) Knowledge of occurrence - Knowledge of an *occurrence', "claim or suit* by your agent„ servant or employee shall not in itself constitute knowledge of the named insured unless an officer of the named insured has received such notice from e agent„ servant or employee. Blanket Waiver of Subrogation Liberalization Condition "u Unintentional failure to disclose all hazards. If you unintentionally fail to disclose any hazards existing at the inception date of your policy, we will not deny coverage under this Coverage Form because of such failure. However, this provision does not our light to collect additional premium or exercise our right of cancellation or non-renewal. "Insured Contract" redefined for Limited Railroad Contractual LiaNllity Mobile equipment to include snow removal, road maintenance and street cleaning equipment less than 1,000 ins GVW Bodily Injury Redefined �» REFER TO THE ACTUAL ENDORSEMENT FOLLOWING ON PAGES 2 THROUGH 14 FOR CHANGES AFFECTING YOUR INSURANCE PROTECTION CG 72 08 02 15 Includes copyrighted material of Insurance Services Office,, Inc., with its permission. Page I of 14 CG 72 08 02 16 THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY. TEXAS - EXTENDED ULTRA LIABILITY PLUS ENDORSEMENT FIF This endorsement,modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SECTION I - COVERAGES A. The following changes,are made at COVERAGE A-BODILY INJURY AND PROPERTY DAMAGE LIABILITY 1. Extended Property Damage At 2. Exclusions exclusion a. Expected or Intended Injury is replaced with the following: 'Bodity injury"or'property damage" expected or intended from the standpoint of the insure(f This exclusion does not apply to "bodily injury' or"property damage" resulting from the use of reasonable force to protect persons or property., 2. Expanded Fire Legal Liability At 2. Exclusions the last paragraph Is deleted and replaced by the following- Exclusions c® through n. do not apply to damage by fire, explosion, lightning, smoke resulting from such fire, explosion, or lightning o r s prinkler leakagie to premises while rented to you or temporarily occupied! by you with peffnission of this owner. A separate limit of insurance applies to this coverage as described in SECTION III - LIMITS OF INSURANCE. 3. Non-Owned Watercraft At 2. Exclusions exclusion g.Aircraft,Auto Or Watercraft(2)(a)is deleted and replaced by the following- (a) Less than 51 feet long-, 4. Property Damage—Borrowed Equipment At 2. Exclusions the following is added to paragraph(4)of exclusion j. Damage To Property: This exclusion does not apply to"'property damage"to borrowed equipment while at a jobsite and while not in used to perform operations.The most we will pay four"property darnage'to any one piece of borrowed equipment under this coverage is $25,000 per occurrence. The insurance afforded under this provision is excess over any valid and collectible property insurance (inckiding deductible) available to the insured, whether primary, excess, contingent or on any other basis. 5. Property Damage Liability—Elevators At 2. Exclusions the following is added to paragraphs(3),(4) and (6)of exclusion Damage To Property: This lop, exclusion does not apply to "property damage" resulting from the use of elevators,, However, any insurance provided for such 'property damage" is excess over any valid and collectible property insurance (including deductible)available to the insured, whether primary, excess, loonfingent or on any other basis. IRV, B. The following coverages are added: 'I. COVERAGE D-VOLUNTARY PROPERTY DAMAGE COVERAGE Mv, Troperty damage"to property of other's caused by the insured, a. While in your possession, or ® Arising out of your work". NMI Coverage applies at the request of the insured, whether or not the insured is legally obligated to pay. For the purposes of this Voluntary Property Damage Coverage only: Exclusion j. Damage to Property Is deleted and replaced by the following: IMP CG 72 08 02 15 Includes copyrighted material of Insuranc*Services Office, Inc., with its perm ssiorr. Page 2 of 14 .................. ..................— y 72 08 02 15 Damage to Property 4Property damage"to: (1) Property held by the insured for° servicing, repair, storage or sale at premises you own, rent, le operate or . P rty transported by or damage caused by any'automobile", "watercraft" or"aircraft*you own, hire or le Property you own, rent, lease, borrow or use. The amount we will pay is limited as described below iin SECTION III-LIMITS OF INSURANCE For the purposes of this Voluntary Property Carnage Coverage, our right and duty to defend ends when we have paid the Limit of Liability or the Aggregate Limit for this coverage. ® COVERAGE -CARE,CUSTODY AND CONTROL PROPERTY DAMAGE COVERAGE For the purpose of this Care,Custody and Control Property Damage Coverage only: . Item( of Exclusion I does not apply, The amount we will pay is firnited as described below iru SECTION III -LIMITS OF INSURANCE For the purposes of this Cam, Custody and Control Property Damage Coverage, our right and to defend ends when we have paid the Limit of Liability or the Aggregate Limit for this coverage. 3. COVERAGE F-ELECTRONIC DATA LIABILITY COVERAGE r . For the purposes of this Electronic Data Liability Coverage ordy: a. Exclusion p. of Coverage —Bodily Injury And Property Damage Liability in Section I Coverages is replaced the following: . Exclusions This insurance does not apply too ® Electronic Data Darnages arising out of the loss of, loss of use of, damage to„ corniption of, inability to access„ or inability to manipulate'electronic data'that does not result from physical injury to tangible property. However,this exclusion does not apply to liability for damages because of'bodily injury" ® "Property Damage"means: (1) Physical Injury to tangible propeoly, including all resulting loss of use of that pmpedy.All such loss of use yi shall be deemed to occur at the time of the physical injury that caused it;or Loss of use of tangible property that is not physically injured. All such loss of use shall be deemed to occur at the time of the'o rren .that caused itl or Loss of, loss of use of, damage toy corrupfion of„ inability to access or inability to properly manipulate electronic data' resulting from physical injury to tangible property. All such loss of electronic data"shall be deerned to occur at the time of the occurrence"that caused it. For the purposes of this Electronic Data Liability Coverage, Oelectronic a"is not tangible property. The amount we will pay is limited as described low in SECTION III-LIMITS OF INSURANCE 4. COVERAGE -PRODUCT RECALL EXPENSE o e Insuring Agreement (1) We will pay g of"produce recall expense"you incur as a result of a "product recall"you initiate during the coverage period. ,y i We will only pay for"product recall e pen ° arising out of your a s" which have been physically relinquished to others. "rhe amount we will pay is limited as described below in SECTION III-LIMITS OF INSURANCE CG 72 08 02 15 Includes copyrighted material of Insurance Services Oif ice, lino.„with its permission. Page 3 of 14 CG 72 08 02 15 ® Exclusions This insurance does not apply to"product recall expense"arising out of: (1) Any fact, circumstance or situation which existed at the inception date of the policy and wbich you were aware of,or could reasonably have foreseen that would have resulted in a"product re ll". (2) Deterioration, decomposition or transformation of a chemical nature, except, if caused by an error in the manufacture,design, procm. ,s,ing, storage, or transportation of your product", (3) The vAthdrawal of similar products or batches that are not defective, when a defect in another product or batch has been found. (4) Acts, errors or omissions of any of your employees, done with prior knowledge of any of your offi cers or directors,, (5) Inherent vicm, meaning a natural condition of property,that causes it to deteriorate or become damaged. (6) 'Bodily Injury"or'Property Damage",, 00 (7) Failure of our producl"to accorni.Aish its intended purpose, including any breach of warranty of fitness, quality, efficacy or efficAency, whether written or implied, (8) Loss of reputation, customer faith or approval, or any costs incurred to regain customer market, or any IN other consequential damages, (9) Legal fees or expenses. (10) Damages claimed for any loss, cost or expense incurred by you or others for the to of use of 4your product". (11) *Product recall expense" arising from the "product recall*of any of your products' for which coverage is excluded by endorsement, (12) Any*product recall"initiated due to the expiration of the designated shelf life of your product",,, S. COVERAGE H-WATER DAMAGE LEGAL LIABILITY The Insurance provided under Coverage H (Seclion 1) applies to'property damage" arising out of water damage to premises that are both rented to and occupied by you. The Limit under this coverage shall not be in addition to the Damage To Premises Rented To You Limit. The amount we will pay is limited as described below in SECTION III-LIMITS OF INSURANCE. ® COVERAGE I — DESIGNATED OPERATIONS COVERED BY A CONSOLIDATED (WRAP-UP) INSURANCE PROGRAM The following exclusion is added to Paragraph 2. Exclusions of SECTION I —COVERAGES COVERAGE A - BODILY INJURY AND PROPERTY DAMAGE LIABILITY r. This insurance does not apply to "bodily injury," or 'property damage" arising out of either your ongoing operations or operations included within the "products-completed operations hazard" for any 'consolidated (Wrap-up)insurance program" which has been provided by the prime contractor/project manager or owner of the construction project in which you are involved, This exclusion applies whether or not a consolidated (Wrap-up) insurance prolgram: a. Provides coverage identical t o t hat provided by this Coverage Part; or b. Has limits adequate to cover all claims, This exclusion does not apply if a "consolidated (Wrap-up) insurance program" covering your operations has been cancelled, nob-renewed or othemAse no longer applies for reasons other than exhaustion of all available limits, whether such limits are available on a primary, excess or on any other basis, You must advise us of such cancellation, nonrenewal oir termination as soon as practicable. For purposes of this exclusion a 'consolidated (wrap-up) insurance program" is a program providing insurance coverage to all parties for expasures involved with a particular (typically major) construction projecl, CG 72 08 0215 Includes copyrighted material of Insurance,Services Office, Inc., with its permission, Page 4 of 14 ........I I I I................ CG 72 08 02 16 1. "Bodily injury", 'pro'perly damage" or"personal and advertising injury"'' arising out of the rendering of„ or rr' the failure to render, any professional architectural, engineering or surveying services, includin g: an The preparing, approving, or failing to prepare or approve„ maps, shop drawings, opinions, reports, surveys, field orders„ chiange orders or drawings and specifications, or m Supervisory, ins' c ion, architectural or engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing In the supervision, hire, employment, training or monitoring of others by that Insured, if the "occurrence" which n caused the "bodily injury" or property damage°", or the offense which caused the "personal and advertising injury", involved the rendering of or the failure to render any p'rofess'ional architectural, engineering or surveying services. 2.n� "Bodily injury"or"'property damage*occurring after: a. I work, includin'g materials or equipment. furnished in connection with such work, on the project (other,than service, maintenance or repairs)to be performed by or on behalf of the additional insured(s)at the location of the covered operations has en completed,,, or ® That rtion of*'your " otA of which the injury or damage arises has been put to its intended use by any perm or organization other than another contractor or subcontractor engaged! in performing operations for a principal as a part of the same projects. Additional Insured—Limited Products Completed Operations Coverage ® Any person(s) or organization(s), but only with respect to your liability for "bodily injury" or "property MW damage" which may imputed to that person(s) or organizations) directly arising out of dyour performed for that additional insured and included in the "pfoducts-completed operations hazard" is an insureds Ho ver: gar, O The insurance afforded to such additional insureds only applies to the extent permitted by la (2) If coverage provided to the additional insured is required by a contract or agreement., the insurance afforded to such additional insured will not be broader than that r you ui contract or VV agreement to provide for such additional insured, (3) Coverage will cease five years from the completion of'your work*if: timefra a is not stipulated in the written contract or written reementy or timeframe longer than 5 years is stipulated in the written contract or written agreement. However if a lesser timeframe is stipulated in the written contract or written agreement then that time frame will prevaiL. Owl b. With respect to the insurance afforded to any additional insured under this endorsement, the following additional exclusionary language shall apply- This insurance s not apply to 'badly injury" or "property damage" arising out of the rendering of, or the ,Am failure to render,any professional architecture, engineering or surveying services, including: (1) The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change e o e or drawings and specifications; or °mgr (2) Supervisory, inspection, architectural or engineering activities. Tm Additional Insured -Vendors a. Any person(s) or o ani .ation( ) (referred to throughout this additional coverage as vendo , but only with AM, respect to "bodily inijur'y' or "property damage", which may be imputed to that pe o n(s�) or organic ions) arising out of°"your products" shown with the Schedule which are distributed or sold in the regular course of the vendors business is an insured, yu y Ito' verb (1) The insurance afforded to such vendor only applies to the extent perrnitted by law, an ( If coverage provided to the vendor is required by a contract or agreement„the insurance afforded to such vendor will not be broader than that which you are required by the contract or agreement to provide for such vendor. CG 72 08 02 15 Includes copyrighted material of Insurance Services Office, Inc., with its r ion. Page 6 of 1 ., 02 15 h, With respect to the insurance afforded to these vendors„the following additional exclusions apply: ( ) This insurance afforded the vendor does not apply to: 'Bodily injury" or 'property dam e" for which the vendor is obligated to pay damages by reason of the assumption of liability in a contrary or agreement° This exclusion does not apply to liability for damages that the vendor would have in the absence of the contract or reernenty Any express n�anty unauthorized by you„ (c) Any physical or chemical change in the product e intentionally by the vendor', (d) Repackaging, except when unpacked solely for the purpose of inspection, demonstration, testing, or the substitution of parts under instructions from the manufacturer, and then repackaged in the original container. ) Any failure to snake such ins olionsu adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business„ in connection with the distribution or sale of products, u, ( Demonstration, installation, servicing or repair operations, except such operations performed at the vendors premises in connection with the sale of the pmduuct,. ( ) Products i , after distribution or sale by you„ have been labeled or relabeled or used as container, d or ingredient of any other thing or substance by or for the vendor. "Bodily Injury" or"property damage" arising out of the sole negligence of the vendor for its acts or omissions or those of its employees or anyone else acting on its behalf. However, this exclusion does not apply to: 1. The exceptions contained in Sub-paragraphs d.or C; or ii® Such inspections„ adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business„ in connection with the distribution or sale of the products. This insurance does not apply to any insured person or organization„ from o you have acquired such Boa products, or any ingredients part or container,entering into, accompanying or containing such products. 8, Additional Insured — Lessor of Leased Equipment — Automatic Status When Required in Lease Agree rut With You . Any n(s) or organization(s) from whom you lease equipment when you and such n(s) or organization(s) have agreed in writing in a contract or agreement that such person(s) or organization(s) be added as an additional insured on your policy. Such person(s) or organization(s) is an insured only with respect to your, liability for *bodily injury", "property damage" or "personal and advertising injury" directly arising out of the maintenance, operation or use of equipment leased to you„ which may be imputed to such person or organization as the lessor of equipment.. However,the insurance afforded to such additional insured: ( Only applies to the extent permitted by lawn and I (2) Will not be broader than that which you are required by the contract or agreement to provide for such additional insured. " A person's or organization®s status as an additional insured under this endorsement ends when their contract or agreement with you for such leased equipment.ends. ® With respect to the insurance afforded to these additional insureds, this insurance does not apply to any Noccurren ce"which takes place after the equipment lease expires. 9. Additional Insured—Managers or Lessors of Premises a. Any person(s)or organization(s), but only with respect to liability arising out of the ownership, maintenance or use of that rt of the premises leased to you and subject to the following additional exclusions: CG 72 08 02 15 Includes copyrighted material of Insurance Services Office, Inc with its permission. Page 7of14 *7803.5790-a 1111111 lull I M I CG 72 08 02 15 This insurance does not apply to, ) Any'occurrence"which takes place after you cease to be a tenant in that premises. (2) Structural alterations„ new construction or demolition operations performed by or on behalf of the person(s)or organization(s) afforded coverage by this additional coverage.. However- (1) °The insurance afforded to such additional insured only applies to the extent permitted by law, and Nrj If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured `ll not be broader than that which you are ui the contract or agreement to provide for such additional insured. . Additional Insured-Engineers,Architects Surveyors Engaged Named Insured MY ® Any architects„ engineers or surveyors who are not engaged by you are insureds, but only with respect to liability for"bodily injury" or"property damage" or'personal and advertising injury" which may imputed to that architect„ engineer or surveyor arising out of: (1) Your acts or ornissions„ or ) Your acts or omissions of those awing on your behalf, in the performance of your ongoing operations performed by you or on your behalf. But only if such architects„ engineers or surveyors, while not engaged by you, are ntractuually required to be added as an additional insured to your policy, However,the insurance afforded to such additional insured; (1) Only applies to the extent permitted by law; and Will not be broader than that which you are required by the contract or agreement to provide for such tn, additional insured. b. With respect to the insurance afforded to these additional insureds,the following additional exclusion applies; This insurance does not apply to "bodily injury"', property damage" or "personal and advertising injury" arising out of the rendering of or failure to render any professional services, including, (1) The preparing, approving, or failing to prepare or approve, maps, drawings, opinions, reports, surveys, change orders, designs or specifications; or r�HnU»v Supervisory, inspection or engineering services, This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "ou nce" which caused the 'bodily injuury' or "property damage", or the offense which caused the personal and advertising injury", involved the rendering of or the failure to render any professional)services. ,, Additional Insured - State or Governmental Agency or Subdivision or Political Subdivision Permits or Authorizations Any state or governmental agency or subdivision or political subdivision is an insured, subject tote following provisions-, a. is insurance applies only with respect to operations performed by you or on your behalf for which the state or governmental agency or subdivision or political subdivision has issued a permit or authorization. However POOR ( ) The insurance afforded to such additional insured only applies to the extent permitted by law, and If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. AM I CG 72 08 02 15 Includes copyrighted material of insurance Services Office, inc.,with its pennission. Page 8 of CG 72 08 02 1 . This insurance does not apply to: ) "Bodily injury", "property damage"' or "'personal and advertising injury" arising out of operations performed for the federai government, state or municipality„ or "Bodily injury"or"property dais e" included within the" duc cornplleted operations hazard". 12. Additional Insured Consolidated Insurance Program (Wrap-Up) -Premises Operations n I -Owners, Lessees or Contractors ® Any persons or organizations for whom you are performing operations, for which you have elected to seek T c overage under a Consolidated insurance Program, when you and such or organization have agreed r in writing in a contract or agreement that such person or organization be added as an additional insured on your policy is an insured Such person or organization is an additional insured only with respect to your liability which may be imputed to that person or organization directly arising out of your ongoing operations performed for that person or organization at a premises other than any project or location that is designated as covered under a Consolidated Insurance Program, A person's or organization's status as an insured under this endorsement ends when your operations for that insured are mnpiet . b. With respect to the insurance afforded to these additional insureds, the following additional exclusion applies. This insurance does not apply too 'Bodily injury"'" "property damage', or 'personal and advertising, injury" arising out of the rendering of" or failure to render,any professional architectural,engineering or surveying services, including: (1) The preparing, approving„ or failing to prepare or approve, maps, shop drawings, opinions, reports„ surveys, field orders„ change orders or drawings and specifications-, and Supervisory, inspection 13. Additional Insured-Employee Injury Another Employee With respect to your'ernployees"who occupy positions which are supervisory in nature; Paragraph 2.a.(1)of SECTION II—WHO IS A(NAMED INSURED is amended to read: a. "Bodily injury`or"personal and advertising injury" 1 To you, to your partners or members if you are a partnership or joint venture), or to your members if you are a limited liability company); For which there is any obligation to share damages with or,repay someone else who must pay damages because of the injury described in paragraph O above,; or (3) Arising out of his or her providing or failing to provide professional healthcare services.. Paragraph 3.a. is deleted. For the purpose of this Itern 12 only® a position is deemed to be supervisory in nature if that person performs principle work which is substantially different from that of his or her subordinates and has authority to hire" direct„discipfine or discharge. t, SECTION III - LIMITS OF INSURANCE A. The i following Items are deleted and replaced by the following: . The General Aggregate(Limit is the most `ll pay for the sum of'. a. Medical expenses under Coverage CW b. Damages under Coverage A. except damages because of "bodily injury" or "property damage" inducled in the"products-completed operations hazard""� and c. Damages under Coverage 8; and d. Darnages under Coverage H. CG 72 08 02 15 Includes copyrighted material of Insurance Services Office, Inca with its permission.. Page 9 of 1 CG 72 08 02 15 3. The Products Completed Operations Aggregate Limit is the most we will pay under Coverage A for damages Ur�ur use of "bodily, Jnjtiry" and "property damage" included in the "products-completed operations hazard" and Coverage G. ® Subject to S. above, the Damage to Premises Rented to You Limit is them we will pay under Coverage A for damages because of"property damage"to any one premises, while rented to you, or, in the case of damage by fi re, explosion, lighitning, smoke resulting frorn such fire, explosion, or lightning or sprinkler leakage while rented to you or temporarily occupied by you with permission of the owner. B. The following are added: ® Subject to Paragraph 5. of SECTION III - LIMITS OF INSURANCE $25,000 is the most we will pay under Coverage H for Water Damage Legal Liability. jqr 9. Coverage G -Product Recall Expense Aggregate Limit$50,000 off Each Product Recall Limit$25,000 a. The Aggregate Limit shown above is the most we will pay for the sum of all "product recall expense" you incur as a result of all"product recalls"you initiate during the endorsement period. b. The Each Product Recall Limit shown above is the most we will pay, subject to the Aggregate and $1,000 deductible, for "product recall expense" you incur for any one "product recall® you initiate during the endorsement period. We will only pay for the amount of Product, Recall Expenses which are in excess of the deductible amount. The deductible applies separately to each Product Recall. The limits of insurance will not be reduced by the amount of this deductible. We may, or will if required by law, pay all or any part of any deductible amount. Upon notice of our payment of a deductible amount, you shall promptly reimburse us for the part of the deductible amount we paid. ® Aggregate Limits of Insurance(Per Location) The General Aggregate Limit applies separately to each of your "locations" owned by or rented to you or temporarily occupied by you with the permission of the owner. "Location" means premises involving the same or connecting lots, or premises whose connection is interrupted only by a street, roadway, waterway or right-of-way of a railroad. 11. Aggregate Limits of Insurance(Per Project) The General Aggregate Limit applies separately to each of your projects away from premises owned by or rented low, to you. ® With respects to the insurance afforded to additional insureds afforded coverage by items S thmugh 13 of SECTION 11-WHO IS AN INSURED above, the following is added'. 9m, The most we will pay on behalf of the additional insured is the amount of insurance", a. R. uired by the contract or agreement; IRM b. Available under the appfi cable Limits of Insurance shown in the Declarations," Whichever is less. This endorsement all not increase the applicable Limits of Insurance shown in the Declarations. PAR 13. Subject to S. of SECTION III -LIMITS OF INSURANCE, a $5,000 "occurrence." limit and a $10,000 "aggregate" limit is the most we will pay under Coverage A for darriages because of "property damage" covered under Coverage D..E Voluntary Property Damage Coverage. For the purposes of this Voluntary Property Damage Coverage, our right and duty to defend ends when we have paid the Limit of Liability or the Aggregate Limit for this coverage. CG 72 08 02 15 Includes copyrighted material of Insurance Services Office, Inc., with its perrnission. Page 10 of 14 CG 72 08 0215 14. Subject t0 S. of SECTION III — LIMITS OF INSURANCE, a $25,000 "oc irrence" limit and a $100,000 aggregate" limit is the most we will pay under Coverage .,Care, Custody and Control Coverage regardless of the number of. . Insureds; ® Claims made or"suits"brought.„or c. Persons or organizations making claims or bringing *suits', Deductible,, Our obligation to pay damages on your behalf applies onty to the amount of damages in excess of This deductible applies to all darmages because of "property damage as the result of any one ''occurrencade" regardless of the number of persons or organizations who sustain damages because of that'occurrence",, „y We may pay any part or all of the deductible amount to effect settlement, of any claim or "sus" and upon notification of the action taken, you shall promptly reimburse us for such part of the deductible amount as has I been paid by us, �WF As respects this coverage "Aggregate" is the maximum amount we will pay for all covered "o c un',en s"during one policy period. For the purposes of this Cam, Custody and Control property Damage Coverage, our right and duty to ?� defend ends when we have i Limit it Liability or the Aggregate Limit for this coverage, , l 15. Subject to 5. of SECTION III LIMITS ITS INSURANCE, the most we will pay for 'property damage* under Coverage F ® Electronic Data Liability Coverage for loss of electronic data" is $50,000 Wthout regard to the number of'occurrences", SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS The following conditions are amended: 1. Knowledge of Occurrence . Condition 2., Items a . and b. are deleted and replaced by the following, (1) Duties In The Event Of Occurrence, Offense,Claim Or Suit ( ) You must see to it that we are notified as soon as practicable of an"occurrencew or an offense which may result in a claim, Knowledge of an "occurrence" by your agent, servant or employee shall not in itself constitute Icnowtedge of the named insured unless an officer of the named insured has received l such notice from the agent,servant or employee, To the extent po.wtde, notice should include; L blow,when and where the"occurrence"took place; ii. The names and addresses of any injured persons and witnesses, and iii® The nature and location of any injury or damage arising out of the wo u nce"or offense ,, (b) If a claim is made or"suit"is brought against any insured, you must-- L Immediately record the serif cs of the claim or ot"and the date received:an ii. Notify us as soon as practicable,, You must see to it that we receive written notice of the claim or"suit"as soon as practicable, Know edge of a claim or "suit" by your agent, servant or employee shall not in itself constitute knowledge of the named insured unless an officer of the named insured has received such notice from the agent, servant or employee. 2. Where Broad armed Insured is added in SECTION II INSURED of this endorsement, Condition 4.Other Insurance b. Excess Insurance(1).(a)is replaced by the following: (a) Any of the other insurance, whether primary, excess, contingent or can any other basis,that is mailable to an insured lely by reason of ownership by you of more than 50 percent of the voting stock, and not withstanding any other language In any other policy. This provision does not apply to a policy written to apply specifically in excess of this policy. r„ CG 72 08 0215 Includes copyrighted material of Insurance,Servicks Office, Inc., with its perrnission. Page 11 of 14 CG 72 08 02 16 B. The following are added: 1. Condition(5)of 2.c. (5) Upon our request, replace or repair the property covered under Voluntary Property Damage Coverage at your actual cost, excluding profit or overhead, 10. Blanket Waiver Of Subrogation We waive any right of recovery we may have against any person or organization because of payments we make for ftiry or damage arising out of: premises owned or occ;upied by or rented or loaned to you, ongoing operations, perforrned by you or on your behalf, done under a contract with that person or oeganization, "your work', or 'your products". We waive this right where you have agreed to do so as pad of a written co Tact executed by you before the 'bodily injury" or 'property damage" occurs or the 'personal in,iuly' or 'advertising injury"offense is committed, 11® Liberalization If a revision to this Coverage Part, which would provide more coverage with no additional premium becomes effective during the policy period in the state designated for the first Named Insured shown in the Declarations, your policy will automatically provide this additional coverage on the effective date of the revision. 12. Unintentional Failure to Disclose All Hazards as on our reliance, on your representations as to existing hazards, if you unintentionally should fail to disclose all such hazards at the inception date of your policy, we will not deny coverage under this Coverage Part because of such failure. However-, this provision does not affect our right to collect additional premium or exercise our right of canceflation or non-renewal. ® The following conditions are added in regard to Coverage G -Product Recall Expense In event of a mproduct recall", you must a. See to it that we are notified as soon as practicable of a "product recall"'. Tot extent lbie® notice should include how, when and where the"product recall"took place and estimated "product recall expense"'. b. Take all reasonable steps to minimize"product,recall expense" This will not increase the limits of insurance. ORO c. If requested, permit, us to question you under oath at such times as may be reasonably required about any matter relating to this insurance or your claim, including your books and records, Your answers must be signed. pp, d. Permit us to inspect and obtain other information proving the loss. You must send us a signed, swom statement of loss containing the information we request to investigate the claim. You must do this within 60 days after our request. WRY e. Cooperate with us in the investigation or settlement of any claim. f. Assist us upon our request, in the enforcement of any rights against any person or organization which may be liable to you because of loss to which this insurance applies. NO g. Claims Handling (1) Within 15 days after we receive written notice of claim, we will* (a) Acknowledge receipt of the claim. If we do not acknowledge receipt of the claim in writirg, we will NOW keep a record of the date, method and content of the acknowledgment; (b) Begin any investigation of the claim; and (c) Request a signedh swom proof of loss, specify the information you must provide and supply you with fAm the necessary forms. We may request more inforr nation at a later date, if during the investigation of the claim such additional information is ner&%sary,, (2) We will notify you in writing as to whether: ON (a) The claim or part of the clairn vAll be paid: (b) The claim or part of the claim has been denied, and inform you of the reasons for denial; 110 (c) More information Is necessary' or (d) We need additional firne to reach a decision. If we need additional Rime, we will, inform you of the reasons for such need. OR CG 72 08 02 15 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 12 of 14 ..........................I... CG 72 08 02 16 (3) We will provide notification, as descri p in(2)(a)through (2)(d)above„ within. (a) 15 business days after we receive the signed, swom proof of loss and all information we requested; or ( ) 30 days after we receive the signed" swom proof of loss and all 'information we requested, if we have reason to believe the loss resulted from arson. If we have notified you that we need additional time to reach a decision„ we must then either approve or deny the claim within 45 days of such notice, ® We will pay for covered loss or damage within 5 business days after: (1) We have notified you that payment of the claim or part of the claim will be made and have reached agreement with y on the amount of loss; or rau" l award has been made.. p, However,if payment of the claim or part of the claim is conditioned on your compliance with any of the term of this policy" we wiU make payment within 5 business days after the date you have complied with such terms. L Catastrophe Claims If a claim results from ether related catastrophe or a major natural disaster',the claim handling and claim paymentt deadlines described in a. and ve are extended for an additional 15 days. Catastrophe or Major Natural Disaster means a weather related event which is: 1 Declared a disaster under the'Texas Disaster Act of 1975; or ( ) Determined to be a catastruphe by the State Board of Insurance. The to "business day", as used in this endorsement, means a day other than Saturday, Sunday or holiday recognized by the state of Texas. '! le. We will issue loss payment to the fib Named Insured shown in the Declarations and any mortgagee or loss payee as designated. r_ 14. Limited Railroad Contractual Liability The folk vwing conditions are applicable only to coverage afforded by reason of the redefining of an "insured contract"in the DEFINITIONS section of this endorsement: ® Railroad Protective Uability coverage provided by ISO form CG 0035 with minimum limits of$2,000,000 per occurrence,and ,000,000 general aggregate limit must be in place for the entire duration of any project. b. Any amendment to the Other Insurance condition of form CG 0035 alters the primacy of the coverage or which impairs:our right to contribution will rescind any coverage afforded by the redefined "insured contract' h language. c. For the purposes of the Other Insurance condition of form CG 0035 you, the named insured„ will be deemed to be the designated retractor. SECTION V- DEFINITIONS A. At item 12. Mobile Equipment the wording at f.(1)is delleted and replaced by the following, C(l)Equipment designed primarily for„ Snow removal-, 1 (b) Road maintenance, but not construction or resurfacing-, or (c) Street cleaning; r, except for such vehicles that have a gross vehicle weight less than 1,000 lbs which are not designed for highway B. Item 3."bodily injury"is deleted and replaced with the following; 3. 'Bodily injury" means physical injury„ sickness or disease sustained by a person. This includes mental anguish, `r mental injury, shock,fright or death that results from such physical injury, sickness or disease. C. Items 9. "Insured Contract"c. is deleted and replaced with the follovwinga cro Any easement or license agreement' D. Item ."Insured Contract"f.(1) is deleted E. The following definitions are added for this endorsement only- 23. "Electronic " means inforrrnation„ facts or programs stored as or on„ created or used ono or transmitted to or from compluter software, including systerns and applications software, hard or floppy disks, CIS-R BI " tape drives„ cells, data processing devices or any other media which are used h electronically controlled equipment, a;< CG 72 08 02 15 Includes copyrighted material of Insurance, Services Office, Inc.,with its permission. Page 13 of 1 1 IN 111111 lilt fill 1111111111 I W�D�yI CG 72 08 02 15 24. Product call" means a vAthdrawal or removal fronm the market of"your product" based on the determination 'PIP by you or any regulatory or governmental agency tlhat, as "Me use or consumption of "your product" has caused or vAll cause actual or alleged '"bodily injuryy" or "property damage"',- and R . Such determination requires you to recover possession or control of *your product" from any distributor, purchaser or user, to repair or replace "your produuct":11 but only If "'your product" is unfit for use or consumption, or is hazardous as a result of: Ua 11} An error or omission by an insured in the design, manufacturing, processing, labeling, storage, or transportation of"your product"„ or ( ) Actual or alleged Intentional, malicious or mongful alteration or contamination of "your product" by ,mom someone other than you. 25. "Product recall expense" means reasonable and necessary expenses for: a. Telephone, radio and television communication and pdrited advertisements,, including stationery" envelopes and postage, ® Transporting recalled products from any purchaser"distributor or user,to locations designated by you. c. Remuneration, id to your employees for overtime„ as well as remuneration paid to additional employees or independent contractors you hire. . Transportation and accommodation expense incurred by your employees. ® Rental expense incurred for temporary locations used to store recalled prodticts. Expense incurred to property dispose,of recalled products, Including packaging that cannot be reused. g. Transportation expenses incurred to replace recalled pr' ucts. . Repairing, redistributing or replacing covered recalled products with lure products or substitutes" not to exceed your original cost of manufacturing, prooessing, acquisition and/or distribution. These expenses must be incurred as a result of a"product recall". i 00 lo - !fair JRR CO 72 08 02 15 Includes copyrighted material of insurance Services Office, Inc.,with its permission. Page 14 of 1 PI POLICY NUMBER, 85316434 COMMERCIAL GENERAL LIABILITY '. CG 20 10 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ CAREFULLY. ADDITIONAL IN E D - OWNERS, LESSEES O CONTRACTORS SCHEDULED PERSON OR I ORGANIZATION p This endorsement modifies insurance provided under the following" COMMERCIAL GENERAL LIABILITY COVERAGE SCHEDULE Name Of Additional Insured Person(s) Or Organr7aution Location[ f Co�eered C� rautione {_�_.__�.,. ,...�......... ANY PERSON OR ORGANIZATION TEA WHOM LOCATIONS DESIGNATED AND YOU HAVE AGREED TO NAME s DDI- DESCRIBED IN THE ABOVE I N L INSURED BY WRITTEN CONTRACT MENTIONED WRITTEN CONTRACT OR AGREEMENT I THE CONTRACT OR OR AGREENENT AGREEMENT Is EXECUTED PRIOR TO LOS Information required fired ter complete this Schedule„if not shown above„ will be shown in the Declarations. U . .. ........... . A. Section It Is An Insured is amended to S. With respect to the insurance afforded to these incluade as an additional insured the persons) or additional insureds„ the following additional organization(s)) shown in the Schedule, but only exclusions apply: with respect to liability for"bodily injury"', "properly This insurance does not apply to "bodily Injury"or damage" or "personal and advertising in(urr " "property darnage"occurring after; caused, in whole or in part,by: N 1� All work, including materials, parts or 1m r ac or issionsm or equipment furnished in connection with such 2. The acts or omissions of those acting on your work, on the project (other than service„ behalf, -maintenance or repairs) to be performed by or N . in the performance of your ongoing operations for on behalf of the additional insuu (s) at the the additional insured(s) at the location(s) location of the covered operations has been designated above. cornpleted�or However- , That portion of "your " out of which the injury or damage arises has been pot to its 1® The insurance afforded to such additional intended use any person or organization insured only applies to the extent permitted by other than another contractor or subcontractor law; and engaged in performing operations for a 2m If coverage provided to the additional insured is principal as a part of the same protect.. required by a contract or agr. .rnentw the insurance afforded to such additional l insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured, ay�. CG 20 10 0413 0 Insurance Services Office„ In(,,,,2012 Page 1 of 2 fob W C. With respect to the insurance afforded to these 2. Available under the applicable L,irnits of additional insureds, the following is added to Insurance shown in the Declaradons; Section III—Umits Of Insurance: whichever is less. If coverage provided to the additional it is "T"his endorsement shall not increase the required by a contract or agreernent, the most we applicable Limits of Insurance shown in the will pay on behalf of the additional insured is the Declarations. arnount of Insurance- 1. Required by the cordract or agreernent,or MOM WO, NN IOW Page 2 of 2 0 Insurance Seiviices Office, Inc.,2012 CG 20 1 0 04 13 PUU POLICY NUMBER- 85 3.16434 COMMERCIAL GENERAL LIABILITY CG 20 37 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLET'ED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) OrOrganization's, Location And Description Of Completed Operations ANY PERSON OR ORGANIZATION TO WHOM LOCATrONS DESIGNATED AND YOU HAVE AGREED TO NAME AS ADDI- DESCRIBED IN THE ABOVE TIONAL INSURED BY WRITTEN CONTRACT MENTIONED WRITTEN CONTRACT OR AGREEMENT IF THE CONTRACT OR OR AGREENENT AGREEMENT IS EXECUTED PRIOR TO LOSS �.L Information Tguired to complete this Schedule, if not shown above, will be shown in the Declarations- PREMIUM 11.500 A. Section 11 —Who Is An Insured is amiended to B. With respect to the insurance afforded to these include as an additional insured the person(s) or additional insureds, the following is added to organization(s) shown in the Schedule, but only Section III—Limits Of Insurance: with respect to liability for "h illy initify or If coverage provided to the additional insured is "property damage"caused, in whole or in part, by required by a contract or agreement, the most we -your work- at the location designated and Wil pay on be half of the additional insured is the described in the Schedule of this endorsement amount of Insurance: perforrned for that additional insured and 1. Required by the contract or agreement; or included in the "products -completed operations 2. Available under the applicable Limits of hazard". Insurance shown in the Decliarations-, However- 1. The insurance afforded to such additional additional whichever is less. insured only applies to ftwe extent permitted This endorsement shall not increase the applicable by law, and Limits of Insurance shown in the Declarations. 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured, CG 20 37 04 13 0 Insurance Services Offi ce, Inc., 2012 Page I of 1 *54015550* J , 'fop COMMERCIAL GENE AL LIABILITY CG 20 01 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY OTHER - INSURANCE CONDITION This endorsement modifies insurance provided under the following,,, COMMERCIAL GENERAL IJABILITY COVERAGE RARE" PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART The following Is added to the Other Insurance ( ) Your have agreed in writing in a contract or Condition and supersedes any provision to the agreement that this insurance would contrary: primary and would not seek contribulion v l rn any other insurance available to the Rri�an��ry ora +� trtbartory Iru�rarart�a additional insured, Insurance Is primary to and will not oadditional seek contribution from any other insurance available to an additional insured under your policy provided that: (1) The additional insured is a Blamed Insured Jim under such other insuranc% and R u ) CG n 0 01 04 13 0 Mskirance Sewices Office, Inc,2012 Page 1 of 1 COMMERCIAL GENERAL LIABIUTY POLICY NUMBER: 85316434 CG 02 05 12 04 17 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TEXAS CHANGES - AMENDMENT OF CANCELLATION PROVISIONS OR COVERAGE CHANGE This endorsement modifies insurance provided under the follovAnq COMMERCIAL GENERAL LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART POLLUT*N LIABILITY COVERAGE PART PRODUCT WITHDRAWAL COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABtLITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART oil In the event of cancellation or material change that reduces or restricts the insurance afforded by this Coverage Part, we agree to mail prior written notice of cancellation or material change to, SCHEDULE 1. Name: ANY PERSON OR ORGANIZATION THAT YOU AGREE T __PROVIDE 30DNOC BY 1-Wd—dress: -"-i-RINT"—OR—AGREEMEN-T---'SCHEDULE IS ON FILE WITH CONPANY N u m—be r o IF dais-—a d-v-a,n-c-e..... ................... • ..............-................ ........................ ........... Info atlon requ, ired to m co e this Schedule, if not shown above,will be shown in the Declarations. 2_1A . ............... f CG 02 05 12 04 0 ISO Properties, Inc.,2003 Page I of I *52015530* CA 71 09 01 06 THIS ENDORSEMENT CHANGES THE POLICY., PLEASE READ IT CAREFULLY. BUSINESS AUTO ULTRA ENDORSEMENT This endorsement modifies Insurance provided under tl'm following: BUSINESS AUTO COVERAGE FOR COVERAGE INDEX Description Page TEMPORARY SUBSTITUTE AUTO PHYSICAL DAMAGE BROAD FORM INSURED 1 EMPLOYEES ASINSUREDS ADDITIONAL INSURED STATUS BY CONTRACT, AGREEMENT OR PERMIT 2 I AMENDED FELLOW EMPLOYEE EXCLUSION 2 TOWING AND LABOR 2 PHYSICAL DAMAGE ADDITIONAL TRANSPORTATION EXPENSE COVERAGE EXTRA EXPENSE ®THEFT RENTAL REIMBURSEMENT AND ADDITIONAL TRANSPORTATION EXPENSE PERSONAL EFFECTS COVERAGE 4 AUDIO, VISUAL AND DATA ELECTRONIC EQUIPMENT COVERAGE 4 AIRBAG ACCIDENTAL DISCHARGE 4 AUTO LOAN/LEASE TOTAL LOSS PROTECTION ENDORSEMENT 4 GLASS REPAIR — DEDUCTIBLE AMENDMENT 5 J AMENDED DUTIES IN THE EVENT OF ACCIDENT, CLAIM, SUIT OR LOSS 5 WAIVER OF SUBROGATION REQUIRED BY CONTRACT UNINTENTIONAL FAILURE TO DISCLOSE 5 HIRED, LEASED, RENTED OR BORROWED AUTO PHYSICAL DAMAGE 5 EXTENDED CANCELLATION CONDITION r The COVERAGE INDEX set forth above is informational only and grants no coverage, Terms set forth In (Bold Italics) are likewise for 'information only and by themselves shall be deemed to grant no coverage. POR A. TEMPORARY SUBSTITUTE AUTO PHYSICAL B. BROADENED LIABILITY COVERAGES DAMAGE SECTION II — LIABILITY COVERAGE in Paragraph A. SECTION I--COVERED AUTOS, paragraph C. Certain Coverage at 1,, Who Is An Insured is amended to NO Trailers, Mobile Equipment and Temporary include the following: Substitute Autos is amended by adding the following at the end of the existing language: Goad Form Insured) ,y»0y If Physical Damage Coverage is provided under this d. Any legally incorporated subsidiary in which you Coverage form for an auto" you own, the Physical own more than 50% of the voting stock on the Damage coverages provided for that owned "auto" are effective date of the Coverage Form. However, the Ow extended to any 'auto" you do not own while used with Named Insured does not include any subsidiary, that the permission of its owner as a temporary substitute for is an "insured" under any other automobile policy or the covered "auto" you own that is out of service would be an "insured" under such a policy but because of its breakdown, repair, servicing„ "floss", or for its termination or the exhaustion of its Limit rM destruction, of Insurance, CA 71 09 01 06 Includes Copyrighted material of Insurance Services Office, IInc., with its permission, Page 1 of 6 N CA 71 09 01 06 0 e. Any organization that is acquired or formed by you, C. AMENDED FELLOW EMPLOYEE EXCLUSION during the term of this policy and over which you maintain majority ownership. However, the Named Only with respect to your "employees" who occupy Insured does not include any newly formed or positions which are supervisory in nature, SECTION 11. acquired organization'. LIABILITY B. Exclusion 5. Fellow Employee is ON (1) That is a joint venture or partnersl"iip, repiaced by: (2) That is an 'insured" under any other policy, 5. Fellow Employee (3) That has exhausted its Limit of Insurance under "Bodily Injury", any other policy, or (a) To you, or your partners or members (if you are a partnership or joint venture)® or to your (4) 180 days or more after its acquisition or members (if you are a limited liability formation by you, unless you have given us company); notice of the acquisition or formation. Coverage does not apply to "bodily injury" or (b) To your "executive officers" and directors (if property damage" that results from an accident that you are an organization other than a occurred before you formed or acquired the partnership, joint venture, or limited liability organization, company) but only with respect to performance of their duties as your officers or directors; (Employee as Insureds) f. Any employee of yours while acting in the course of (c) For which there is an obligation to share your business or your personal affairs while using a damages with or repay someone else who covered "auto" you do not own, hire or borrow. must pay damages because of the injury described in paragraph a and b above; or (Additional Insured Status by Contract, Agreement (d) Arising out of his or her providing or failing or Permit) to provide professional health care services. g. Any person or organization whom you are reqUired For purposes of this endorsement, a position is deemed to add as an additional insured on this policy under to be supervisory in nature if that person performs a written contract or agreernent; but the written principle work which is substantially different from that contract or agreement must be: of his or her subordinates and has authority to hire, (1) Currently in effect or becorning effective during transfer, direct, discipline or discharge, the term of this policy; and D. BROADENED PHYSICAL DAMAGE COVERAGES (2) Executed prior to the 'bodily injury" or "property damage". SECTION III — PHYSICAL DAMAGE COVERAGE The additional insured status will apply only with respect The is amended as follows: to your liability for 'bodily Injury" or "property damage" (TOWING AND LABOR) which may be imputed to that person(s) or 2. Towing and Labor organization(s) directly arising out of the ownership, maintenance or use of the covered "autos" at the We will pay towing and labor costs incurred, up to the location(s) designated, if any. limits shown below, each time a covered 'auto" Coverage provided by this endorsement will not exceed classified and rated as a private passenger type, 'light the limits of liability required by the written contract or truck" or"medium truck" is disabled: written agreement even if the limits of liability stated in (a) For private passenger type vehicles or"light the policy exceed those limits. This endorsement shall trucks" we will pay up to $75 per not increase the limits stated in Section II. C. Limits of disablement, 'Light trucks" have a gross Insurance. vehicle weight (GVVV) of 10,000 pounds or OWN For any covered "auto" you own this Coverage Form less. provides primary coverage. CA 71 09 01 06 Includes Copyrighted material of Insurance Services Offi ce, Inc., with its permission. Page 2 of 6 vu ilk CA 71 9 01 06 ( ) For "medium trucks" we will pay up to $150 ( ) We will pay only for expenses incurred) per disablement. "Medium trucks" have a during the policy period and beginning 24 OR gross vehicle weight. (GV of 10"001 ilhs. hours after the "loss" and ending„ regardless to 20,000 pounds, of the policy's expiration„ with the lesser of the following number of days: However, the labor must be performed at the place of (a) The number of days reasonably 31 disablement, required to repair or replace the covered (PHYSICAL DAMAGE ADDITIONAL "auto." if "loss" is caused by theft, this TRANSPORTATION EXPENSE COVERAGE) number of days is added to the number of days it takes to locate the covered 4. Coverage Extensions "auto" and return it to you, or . Transportation Expense is amended to ( ) 30 days. provide the following limits: ( ) Our payment is limited to the lesser of the We will pay up to $50 per day to a maximum of following amounts: $1,000. All other terms and provisions of this O Necessary and actual expenses section remain applicable, incurred; or (EXTRA EXPENSE® THEFT) ( ) $35 per day. The following language is added to 4. Coverage (c) This coverage does not apply while Extensions: there are spare or reserve autos" fT c. Theft Recovery Expense available to you for your operations. ( ) if "loss" results from the total theft of a if you have purchased Comprehensive covered "auto" of the private passenger- Coverage on an auto" that is stolen, we will pay or light truck type, we will pay under this WI the expense of returning that stolen auto to you. coverage only that amount of your The limit for this coverage extension is$5,000. rental reimbursement expense which its not already provided for under the (RENTAL REIMBURSEMENT AND ADDITIONAL SECTION III — PHYSICAL DAMAGE TRANSPORTATION EXPENSE) COVERAGE, A. Coverages 4. d. Rental Reimbursement Coverage Extensions, a. Transportation Expenses. We will provide Rental Reimbursement and Additional Expense coverage only for those (PERSONAL EFFECTS COVERAGE) Physical Damage coverages for which a e. Personal Effects premium is shown in the Declarations or if you have purchased Comprehensive schedule pages. Coverage applies only to a Coverage on this policy for an "auto" you own covered 66auto" of the private passenger or light and that "auto" is stolen, we will pay, without truck (10,000 I s, or less gross vehicle weight) application of a deductible, up to $500 for r type for which Physical Damage coverages Personal Effects stolen with the "auto". The apply, insurance provided) under this provision is We will pay for auto rental expense and the excess over any other collectible insurance. For expense incurred by you because of "loss" this coverage extension, Personal Effects to remove and transfer your materials and means tangible property that is worn or carried equipment from a covered "auto" to a by an "insured", Personal Effects does not covered', „auto." Payment applies in addition include tools, jewelry, guns, musical to the otherwise applicable coverage you instruments„ money, or securities. have on a covered "auto." No deductible applies to this coverage, r CA 71 09 01 06 Includes Copyrigl'ited material of lnsurance Services Office, IInc.., with its permission Pa of 6 NNW SO CA 71 09 01 06 (AUDIO, VISUAL AND DATA ELECTRONIC (4) With respect to this coverage, the most we EQUIPMENT COVERAGE) will pay for all "loss" of audio, visual or data eiectronic equipment and any accessories (Deletion of Audio Visual Equipment Exclusion) used with this equipment as a result of any one 'accident" is the lesser of f. Audio, Visual and Data Electronic Equipment Coverage. (a) The actual cash value of the damaged qh or stolen property as of the time of the We will pay for "loss" to any electronic "loss"; equipment that receives or transmits audio, (b) "rhe cost of repairing or replacing the visual or data signals and that is not designed damaged or stolen property with other solely for the reproduction of sound. This property of like kind and quality; or coverage applies only if the equipment is $1,000; permanently installed in a covered "auto" at the minus a deductible of$100. time of the 'loss' or the equipment is removable from a housing unit which is permanently An adjustment for depreciation and physical installed in a covered "auto" at the time of the condition will be made in determining actual 'loss", and such equipment is designed to be solely operated by use of the power from the cash value at the time of loss. If a repair or 11auto's" electrical system„ in or upon the replacement results in better than like kind covered "auto." or quality, we will not pay for the amount of the betterment. (1) We will pay with respect to a covered "auto" If there is other coverage provided for audio, for "loss" to any accessories used with the visual and data electronic equipment, the electronic equipment described above, coverage provided herein is excess over any However, this does not include tapes, other collectible insurance. records or discs. (2) In addition to the exclusions that apply to (AIRBAG ACCIDENTAL DISCHARGE) Physical Damage Coverage with exception D. SECTION III - PHYSICAL DAMAGE COVERAGE, of the exclusion relating to audio, visual and B. Exclusions is amended as follows: data electronic equipment, the foliowing exclusions also apply: The following language is added to Exclusion 3.-, (3) We will not pay for any electronic If you have purchased Comprehensive or Collision equipment or accessories used with such Coverage under this policy, this exclusion does not electronic equipment that are: apply to mechanical breakdown relating to the accidental discharge of an air bag. This coverage (a) Necessary for the normal operation of the covered "auto" for the monitoring of applies only to a covered auto you own and is the covered "auto's" operating system„ excess of any other collectible insurance or warranty,, No deductible applies to this coverage, or (b) Both: E. AUTO LOAN/LEASE TOTAL LOSS PROTECTION An integral part of the same unit SECTION III - PHYSICAL DAMAGE COVERAGE - C. housing any sound reproducing Limit of Insurance is amended by adding the following equipment designed solely for the language: reproducing of sound if the sound reproducing equipment is permanently 4. In the event of a total "loss" to a covered 'auto" installed in the covered "auto"„ and shown in the Schedule pages, subject, at the time of Permanently installed In the opening of the 'lloss" to a loan or lease, we will pay any unpaid the dash or nsole normally used by amount due on the lease or loan fora covered co "auto" less: the manufacturer for the installation of a radio. ON CA 71 09 01 06 Includes Copyrighted rnateriaI of Insurance Services Office, inc,, with its permission. Page 4 of 6 01", "M CA 71 09 01 06 a. The amount paid under the Physical Damage (4) Your members, managers or insurance r Coverage Section of the policy; and manager, if you are a limited liability b. Any: company; or (1) Overdue lease / loan payments at the time (5) Your officials, trustees, board members or of the "loss"; insurance manager, if you are a not-for-profit organization. (2) Financial penalties imposed under a lease G. WAIVER OF SUBROGATION REQUIRED BY for excessive use, abnormal wear and tear or high mileage; CONTRACT (3) Security deposits not returned by the lessor; Under SECTION IV, BUSINESS AUTO CONDITIONS, A. Loss Conditions 5. Transfer (4) Costs for extended warranties, Credit Life of Rights of Recovery Against Others to Us Insurance, Health, Accident or Disability the following language is added: Insurance purchased with the loan or lease; However, we waive any rights of recovery we may and have against the person or organization with whom (5) Carry-over balances from previous loans or you have agreed in writing in a contract, agreement leases. or permit, to provide insurance such as is afforded under the policy to which this endorsement is (GLASS REPAIR — DEDUCTIBLE AMENDMENT) attached. This provision does not apply unless the written contract or written agreement has been Under D., Deductible is amended by adding the executed, or permit has been issued, prior to the following: "bodily injury" or"property damage." Any deductible shown in the Declarations as H. UNINTENTIONAL FAILURE TO DISCLOSE applicable to the covered "auto" will not apply to glass breakage if the damaged glass is repaired, Under SECTION IV — BUSINESS AUTO rather than replaced. CONDITIONS, Subsection B. General Conditions , F. AMENDED DUTIES IN THE EVENT OF the following is added to 2. Concealment, ACCIDENT, CLAIM, SUIT OR LOSS Misrepresentation Or Fraud: Your unintentional error in disclosing, or failing to Under SECTION IV — BUSINESS AUTO CONDITIONS, disclose, any material fact existing at the effective Subsection A., Loss Conditions , the following is date of this Coverage Form, or during the policy added to paragraph 2. Duties In The Event of period in connection with any additional hazards, will Accident, Suit or Loss: not prejudice your rights under this Coverage Form. d. Knowledge of any "accident," "claim," "suit" or I. HIRED, LEASED, RENTED OR BORROWED AUTO PHYSICAL DAMAGE "loss" will be deemed knowledge by you when notice of such "accident," "claim," "suit" or "loss" Under SECTION IV — BUSINESS AUTO CONDITIONS has been received by: B. General Conditions 5. Other Insurance (1) You, if you are an individual; Paragraph 5.b. is replaced by the following: (2) Any partner or insurance manager if you are b. (1) For "Comprehensive" and "Collision" Auto a partnership; Physical Damage provided by this endorsement, ®` the following are deemed to be covered "autos" (3) An executive officer or insurance manager, you own: if you are a corporation; (a) Any Covered "auto" you lease, hire, rent or ® borrow; and CA 71 09 01 06 Includes Copyrighted material of Insurance Services Office, Inc., with its permission. Page 5 of 6 CA 71 09 01 06 (b) Any Covered "auto" hired or rented by your (3) This Hired Auto Physical Damage coverage is "employee" under a contract in that excess over any other collectible insurance. ® individual "employee's" name, with your permission, while performing duties related (4) Definitions For This Section to the conduct of your business. (a) Comprehensive Coverage: from any cause However, any "auto" that is leased, hired, rented or except the covered "auto's" collision with borrowed with a driver is not a covered "auto" another object or the covered "auto's' overturn. We will pay glass breakage, "loss' (2) Limit of Insurance For This Section caused by hitting a bird or animal and, "loss" The most we will pay for any one "loss" is the caused by falling objects or missiles. lesser of the following: (b) Collision Coverage: caused by the covered "auto's" collision with another object or by (a) $50,000 per accident, or the covered "auto's' overturn. (b) actual cash value at the time of loss, or J. EXTENDED CANCELLATION CONDITION (c) cost of repair. A. Under CANCELLATION, of the COMMON POLICY CONDITIONS form, item 2.b. is replaced by the minus a $500 deductible. An adjustment for following: ® depreciation and physical condition will be made in determining actual cash value in the event of b. 60 days before the effective date of cancellation a total loss. No deductible applies to "loss" if we cancel for any other reason caused by fire or lightning. r r r CA 71 09 01 06 Includes Copyrighted material of Insurance Services Office, Inc., with its permission. Page 6 of 6 85316434 POLICY NUMBER: COMMERCIAL AUTO CA 713312 10 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TEXAS CANCELLATION PROVISION OR COVERAGE CHANGE ENDORSEMENT 'This endorsement modifies insurance provided under the following'. poo BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement,the provisions of the Coverage Form apply unless - ifi ed by the endorsement, This endorsement changes the policy effective on the inception date of the policy unless another date is indi- cated below. Endorsement Effective- Countersigned By'. pJ Named Insured- I (Authorized SCHEDULE Number of Days'Notice 30 Name Of Person Or Organization ANY PERSON OR ORGANIZATION THAT YOU AGREE TO PROVIDE 30 C BY A WRITTEN CONTRACT OR AGREEMENT-SCHEDULE IS ON FILE WITH COMPANY If this policy is canceled or materially changed to reduce or restrict coverage, we will mail notice of cancellation or change tot person or organization named in the Schedule. We vAll give the number of day's notice indi- cated in the Schedule, CA 71 33 12 10 0 ISO Properties, Inc., 2003 Page I of I Includes copyrighted material of Insurance Services Office, Inc., with its permission. *3'7015380* 0001 v r WORKERS'COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY TexasmutuA InSUrAIMCCRIPUY WC 42 03 04 B ......................... ................ ------------------------............ 'TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsernent applies only to the insurance pmvided by the policy because Texas is shown in Item 3.A. of the Information Page. e We have the right to recover our payments fr(xn anyone liable for an iinjuvy covered by this policy. We will not enf orc our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirecIly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule Schedule 1, Specific Waiver Name of person or organization X Blanket Waiver Any person or organization for whom the Named Insured has agreed by wriften contract to fu mish this waiver, 2. Operstions'd ALL TEXAS OPERATIONS 3. Premium Tbe premiurn Gharge for this endorsement shall be AD- percent of the prerniurn developed on payroll in connection v4th work perforrned for the above person(s)or organization(s)arising out of the operations described. 4.Advance Premium INCLUDED, SEE INFORMATION PAGE. fql "TT*widorsenw*du ngm ft Ixfty to wNch R is adwl*W eftKiwe on the inceptgon date of the pok.y unless a different date�indcated be4ow. ("imp folWMng"attarNng c4ame need be compMed on$y when ftft endorsement is issuedsuirieqgent to preparatkm of the,poficy) 71-ft enda erd,eff ectWe on at 12:01 AM,standwd fire as forms a part of you PokyNo. TSF-0001193570 20150812 of:the'rexasMutuallvist,Ar,mineeCori°tpally ls axed tai WILLIAM J SCHULTZ INC DBA: CIRCLE C CONSTRUCTION COMPANY Endorsement No. Prernium$ N Carder Code 29939 Autlior'i"z"e'd""R"eprosenitative WC4203048(ED.6.01-2014) PIP' IINSURED'S COPY OUSER B-11-2015 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT NON cny c)F FoRr wcmai i STANDARD ✓ONSIRUC110114 SPEC➢ ✓ATION DOCUNEWFS Revision:Decmixx2l.,2012 MIR G CONDITIONS uUim, CONSTR.I UCTIO CONTRACT �!�JUYr TABLE OF CONTENTS iA9iSy�y. Page Article I Definitions and Terminol.ogy ............................u,,..,............. 1.01 Defin.ed'fearns....... .................... .............. ."_.............. . ....,............,..........,,,....,................... ..,.,1 1.02 ........,...... .......,,.......... ........,.,.............................6 ��y1u Article 2-­P reliminary Matters,...,.,. 2.01 Copies ofI)ocun e ts......T.................................... a..,.........,........,. .....,...,....,......,..,...........,...,..7 2.02 C.;crnnn.ence:rnent of Contract I inie;Notice to Proceed................... »�yn 2.03 Starting the Warp...,,......o........................................... .................................................................. 2,04 Be-fore re Starting;Construction--,.............. ......,,.,.,,....»,...........,,.m,...................,................,........ 2.05 Preccnw . ction.Conference ,.....,.. .............. ............ ................................ .,. 2.06 Public Meeting—...........—..............— ........... ........__........................................ .....................- 2.07 Initial Acceptance of Schedulm,...... ..... ......... ......... 8 A.Tticle 3 ....Contract Documents: Intent,Amending, Reuse.... .................................... 3.01 Intent.......................................... ........................,..,,...................,........................................,,............. 3.02 Reference Standards................ ........................... ..........,...............,.......................9 3.03 Reporting and Resolving i.sen°elnnnncies... ...........m..,...... ..,....... ,.,. ..... .4........................m.,,.........9 3.04 Amendi ng and Supple nen:t:i:n ;Contract Documents............,... .... , 3.05 Reuse of Docinnrxennts..............................................n.....,...........,....,..,,.............,....,,.,, ....,,.,,,.....10 qr 3.06 Electronic Data__................. .. ............................,, ,,.,.........,. ...............II Article 4® -Availability of Lands; Subsurface and Physical C onditionn:s;Hazardous Enviro unental Conditions;Reference Points.............. .. .................... .....,..,..,.,,,.. M..,....,..................tt.. ........,,,........1'1. 4.01 Availability of Lands ..................................................................................................................1'1 4.02 Subsurface and.Physical C onnditionns 4.03 Differing Subsurl°ace or Physical. Conditions................. 4.04 Underground Facilities ....,....... ............ 13 4.05 Rel'erenc;e Paints .....................................................®......,....,........,..... ,.........,..,n...,......,.,...,,,,.., .14 4.06 Hazardous Eanvircnnnnental.Condition at Site,............ .................. ....... ..........................14 Article 5 Bonds and insurance 5.01. Licensed.Sureties and Insurers........ ................ .. ...........................,..,.,.................,.................. 16 5.02 Perfarmance, Payment,Payment, arid Maintenance anntenance Bonds- 4.,,.,. ..........................___.......................... 5.03 Certificates of nsm— nce._. ................,,..........,,.......,........,, ..................,.....................,.......,,.....16 � 5.04 Contractor's Iris uran.ce..m........®.,...., ..,,,®.u......... ..,, ..................................................................... 1 5.05 Acceptance of Bonds and Insurance; Option to Replace ............................... ...........,...Pow..........19 Article 6 Contractor's Responsibilities............. 6.01 Supervision and Supernnteen:ndence..................... .. .................................................... ................ 1.9 CYTY 0IF FORT WOaRTH STANDARD C ONSI n.K.n."10N`rn'FX,'1T"S WY"n(::N DOCUMENTS ARM!, Revision::rAx= '211,2an:n2 �1�19 6.02 Labor; ...«.....,.«..« .,.....««..................m.m.« .....,..,w4,,..« on° :u.n°n �lcau�:n:rs 20 6.03 Services, Materials, and 1^,q ui m nt......,«.......,...1-111--............ ........... . -..........,.,,,...............20 6.04 project Sclned.tde ....... ........«..«..................,,.................,«...,, ,m.....,.............«,....... .,....,,,...211 sv 6.05 Stibstit tes and"Or-Equa:Is................ ,w.....................,.........----.........,.,,.......................................21 6.06 Cwonnc ming Subcontractors, SUl) luexs,and Otln.exs,,..,.....«,...«..m.«...«..,...,.,.«.,.«.u...«...,.«««.««.,««.,.....24 6.07 Wage Rates,............. ......--........... ....... ................................-..........................................25 6.0$ Patent Fees and Ro fdties 6.09 Vie. . 'ts and Utnlnties....... «..... .....................«..........«.......................,,,.«.««.,.«..«..........,....................«27 6.10 Laws and Regulations.....«««.«...,,.........,.......... ......�, ................-......... .................27 6.11 Taxes 6.12 Use of Site and Other Areas.......w... . .........u,........ . .. .,.. ...... ....a,........... 2$ 6.1.3 Record Doc n,ents.................... ...... .........,.«..29 PRO, 6.14 Safety and Protection.... ...........«...«................,„a................. ....,.w .......,.......,..,.,«....«,...,,................29 6.15 Safety Representative--,........ ....................... ................ ...............,.,,..,....,........«........,..., 30 6.16 Hazard Cornmuni cation Programs ..........«.«««....................«.«.....,...........«......................................30 1 6.17 Emergencies and/ r.Rec tifrc,. t'.ion.«....................«...............«,,. ...«..,....«.....«.«........«.......................30 6.1$ Suzbmittalls.ro....a.........a..................................................««..,....,.,,,..ww„.«.«.,.«.,.,.,...............-.............«.31. 6.19 Continuing the Work...................................... .. ..............«, a„%ro,..,............,.. . «,.. � .. .. . . 2 6.20 Contractor's General Warranty and Gua rantee....«.................... « ......... .. ,-.. ..32 6.21 Indemnification ...... ......,...,..-.....--........«.««............. .....,,.,....,,,,.....«,,..P.,..,«.,,...W..,..,,.,...,..........µ..33 6.22 Delegation,of Professional Design Servic:es ..............a.................a,,n, .....«µ«..--.34 6.23 Right to Audit;..-. -.--. ,,,m.m .,.,,. ,.»...... ,.,.,.a...v.........................«..,...........,, ,.....a................«,.........34 6.24 Nondiscrimination........ ..... 35 Article 7_,..Other Work at the Site«.................................................... ... 7.01 Related ork at Site.............................«««.............................................................................,,.....35 7.02 Coordination---...,..... ...,.,...........«.......«.................--.............«........«....«....................................36 Article $....._City's Responsibilities.....a««...w,...,.....®................. ............«..,,,.,,«.,..,..,,.........«.««,,. «....,,,., ,««.........,«36 8.01 Conarnurs catioxns to Contractor.............««..... .....,... $.02 Furrnis,h Data......... a .....,.« $.03 Pay Wbeun.Due ««....... ...........«......«........, -......v..................,...,, ,,,,. .,....a,....a.,.....,.,,«.............«.......36 $.04 lands and Easements, Reports and "1:"est ...................................................................................«36 $.05 Change Otrders.................,....................,.........w...........................................................................,..........36 $.06 Inspections, Tests,and A pProvals«.......«..............N....................°,...............«« ........,.........«,...«36 y $.07 Urn.itatio s on City's Responsibilities .................... $.0$ Undisclosed Hazardous Envirounn nexn:tal Cotiditionn...................«...............................................«37 $.09 Compliance.with Sudet:)r Progre'U1 ....«..,,«..n....«. ...................... ®..,,.,.., ................«...n,,.,... . .......... .37 O Article 9....-. City's (�lnseui-vatioxn Status Duri.rig C:onst�r ictioiii............... « , ..........,....... .,..,..,... ................,..,.,.. 37 9.01 City's : rolect Represeuntati ve ................................................u.,,... ..«............................................ 37 MW9.02 Visits to Site ..................... ...............................«,,....,,...,..,««....... 9.03 Aldhorized Variations in Work......1..1.. .......... 9.04 Rejecting Detective Work.......««. ................ ........... ,,..,....««................................3$ 10 9.05 Determinations for Work Per.Conned.....,...«...........................«......«........ ...«.............................«.«3$ 9.06 Decisions on Reclanirerxnennts of Contract 1. ocaun.n e nts and.Acceptability of Work.....................3$ cTIT OF u:Oun.°u°vvoRTH 001)), STANDAR D CON Tir;RU CUtON s'o-WEO C� °rw ION DOD ME:r�U Revision:Dazinixv21,2012 Article 10— in the Wor.k. jlxtra Work......,^,,,_~,,,,,,_,,............_~,~,,~,_,,`~,,_,~~,,,,,,,,,,~_~,~,�� 10.01 Aut]uirized Changes in the Work............ .....-..-........^-...._...-....__.~...,,._.^,~,,,,~,,__,,~,,_,,_,,3 8 � 10.02 Unauthorized Chariges in the Work--, ......................__~^........~.~_.~~,,-.~....39 10.03 Execution of Cbmige OMrders..........................^................_'^~-__.,......~~.^.,-.~~^..,.,.,._,,,,_^,,,~,,^,,,3� -� 10/4 Extra Work....................,..^^^..-~^``-^^~--^`--`^^^'^-``^'`-~`^`~~^`` ~-~-^^^~^`^~-`^39 � 10.05 Notificgtionto Sni�,etyr.._...__.__^^^.........~..'.~^--__',-^.....~_^.....~..~~_~~^^..^........ ..^.,~_~..._~._,�� 10.06 Contract Claims Process-.-----^..... ..............._-_-_-....-~~.. ......~..,~.-^^^^......-..............._.__...40 � Article 1.1. —Cost of the Wo rk.; Unit Price Wo rk.; 11 lans Q uanti ty Mew,s urem erit.-,..,_...,..^ ...~4 1 11.01 Cost of the Work ................~........... ~---............ ......... ,,_.^~ ~..~,,,,,, ,,_,__~^,�,,~_,,,,,,~~,,,,~�� -� � 1.1]02 Ajlo wan ce s.....,.....,..... ....... _.........,..........................^.^^^^.^_.......,....~..~._,,......~._~,,.,,~.,._,,,_, .........^'43 11.03 Unit Price Work.-...........~.~.-.~. ..........___~-.~ ...............................-,......... 44 11.04 Plans ..~~..,~.~~.-.-...~_...,~,~....~.,,,~,_~_~_,~_~~~,,_,�..,,,_~,^~,~,,,�,,,~,,�� � ~_-��~ �� � Article 12—Change of Contract Price; Change ofCanbDact,rime......,....................................~-,..~.........._......46 12.01 of Contract Price^~.^..._~.........._.........~,^..^.^^~^^..^^-`^^'`'^`^`~^~^~^``^``—^^^^^^^^^~^~-^^^`^^-~``—^'46 � 1.2.02 Change of Contract .....~~__.__-~-__-~^~^^~^^^^^^^`^^-^-`^--^~^^^~-^^``^~^^^^~^^^—~47 ' 12.03 Delays.. ........... ..,~.......,............. ........~. ...--.47 Arficl e 1.3—'rests and ; Correction,Removal or Accep1mice of Dekctive Work......................48 " 13^01 Notice of Defiewct8 ......~...........................~..,~.~...~..............................-_^.............,...~.........~.-..,........-48 13]02 Access t0 ..................._.___-................... ..,.........~..,..._......~.,..-.-.-.�� � 1.3]03 'rests and Inspections..................- ...... ......... ....... .~.........48 ° 13.04 UDCOVelillg Work^^-^....-_.-.....~....~~~..~.._~_...._,__ ... .... ...............~............ .......... _....... ......4g 1.3/05Cit��Km���x����l��I�,_,.,,^_,,,,^,,,~,,~~__,_~.,,,~,_,^,,,,,,,,,,_,_,,,,,,,,,,,^_,,,__,,,~,___.,,,,_~.,,�g � ~ ~ ~ � 13.06Carrection.or Removal of Def�ctive Work...---........................... ....----- ................_-...-....5 0 13.07 CorrectiOD.Period.,~ ........-.............~.......-_.........,_.^...^.._-...,...^-~~_.. ................... .~.~_.....---_-,5 0 13.08 Accqptance of'Defective Woxk.....—..^^^. ......----......................... 51 � 13.09 City May ConectDefective Work-.........-........ ............. ~~.-.__-_-....,....^.-^^^...... .-.~,..`-..'.^_...-~.�� Article 14—P to Contractor and CompletiOD,,^_..-..-.....--.....................................-.................. ,......,..52 � 14.01 Schedule ..........._.^~..__-.^^.....^~.......-^..~..........~........,,...^52 14]02 Progress Paynients..........-..__.,..-.. ......... .._.,.............~..- .......... ................... ...52 14J03 (.onb,,,acNor"s Warmtyr of'"Fitle........................ ._. .................... -..~.-^~..^.......,~~~......_-......-.._�� � 14.04 Partial Utilization.................................-. ........................_~,.---.............. ,._,..,..._--,. ............55 14.05 Final hispection_~... ._-..~~~_.....~......~...~~.~.~....~..�� 14.06 Final ...��.�.���..����.����.....����...`.�� � . � 1.4.07 FinAt 56 1.4^08 Final Compli.etion Delayed and Partial Retainage Release ...........,-............... ........,................�� 14.09 Wai v e[0f'Claims..............~~~-...........-~~~..,~._.....--..~ ............ ..............-..................... ....,~,57 � Article 15—Suspension of Work..aOd Termination.......... ................~.-............... .. .................,,,~,_.,-._.,,,,,,^,57 1.5.01 K�ty���r K� ��J�� ������ for Cause......,._._-_..-^......._....~~~_~~-_~...~...,..._,__,_~~.~,,,,,,,,,,,,,.,58 15.03 CitrMay7'eu2%ina1e For Convenience.....-..,....,~.-.................................-......... .-.-~,.._~.....~_�A Article 16-11spute Resol UtiOD .............. ....... ..~........... ..._.^,.^,.~........_.--. .......................__._____,^_61 16.01 Methods and Pmced0res.................---................ ..............................,..~~^...........-..~,.~.-,.......~`'61, MY OF FORT WORTH STAMARD(.,()Ns,ntucrmi8PECITCADION|DOCUMENTS Revision,Ikam1m,21,2012 � � � Article 17—Miscellaneous-------------------------.----------------..b2 � 17.01 Giving Notice..............................................................................................................................62 17.02 Computation of Times................................................................................................................62 ]7.03 Cumulative Remedies.................................................................................................................62 ' l7.04 Survival of Obligations-------------------------------------63 17.05 Headings-----------------------------.----.----------'d3 � , � � � � � � � � � � � � � � CITY OF FORT WORTH � STANDARD CONSTRUCTION SPECIFcATmmoOCuMENr Revision:Decanter2l,2012 General Conditions P4ye I of 03 vml, ,kRTICLE 1®DEFINITIONS AND TERMINOLOGY 1.01. Defined 7"�rms Mg, A. Mierever used in these General Conditioris or in other Contract Doeunients, the terms listed below have the niewiings indicated which are applicable to both the singular and plural. thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or wdtten in italics, but not always, Wien used in a context consistent with the definition of a fisted-defined terra, the terin shall have a nleaning as defined below whethell." capitalized or italicized. or otherwise. In addition to to specifically definedl, to With initial. capital letters in the Contract Documents include references to identified articles and paragraphs, yulUN and the titles of other documents or fonns. 1. Ad&nda-- -Wntten or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the proposed.Contract Documents. 2. Agreement­-Uie written instrinnent which is evidence of the agreement betweeri City and Contractor covering the Work. 3. Applicationfior Payment- 'Ihe form. acceptable to City, which. :is to be used by Contractor during the course of the Work inreq'Uest�-ig progress or final payments and which is to be accomparAed by such.supportirig documentation as is required by the Contract Documents, 4. Asbestos -Any material that contitins more than one percent asbestos and is ftiable or is releasing asbestos fibers into the air above cutTer-ft action levels established by the '[.,Jr)jted States Occupational Safety and Health Admirristration. 5. .inn; r d - A uthorization by the City Council for the City to enter into an A,g seen nenll. 6. Bid Me offer or proposal of a Bidder subtnitted on. the 'prescribed form setting forth the prices for the Work to be performed. 7. Bids -!,Me hidividual or entity who submits a Bid directly to City. 8. Bidding, Documents-­The Bid(fi ng ReqUirements and the proposed Contract Documents (including all Addenda), 9. Bidding Requirements -The advertisement or hivilation to Bid, Iristructions to Bidders, Bid security of acceptable f6rin,if ar.i.y, and the Bid Form.with any stipplements, 1O. Business Day A business day is defined as a day that the City conducts normal business, I generally 'Monday through 1!riday, ex(xpt for federal or state holidays observed by the City. I L Bmzsaw .- City's on-line:,electronic docuntent managenient and collaboration systern, 12. (.,'alendar Day- A day consisting of 24 hours rneasured from midnight to the next midnight, Cr[T OF FORTWORTI I STANDARD CC7N STRUC710N SPECJFCAIION DOCUMLTITS RevWorr Deg"nW21,Ion: MIAMI UU72 iml-I General Conditions Page 2 of 63 09 U., Change Or,,Ier- -A document, which is prqpared and appro'%,ed by tbe City, whieb is signed by Contractor and City and authorizes an addition, deletion, or revision in the Work or an MIN adjustment in die Contract Price or the Conty-actTime, issued on or after the Effective .Date of the Agreement. 14. Ci�y- - The City of Fort Worth, Temaq, a hoine-rLde municipal corporation, authorized and chartered under the 're as State Statutes, acting by its goven-ting body through its City M.=4),er, his designee, or agents authojized under his behalf, each of which is required by Charter to per,fomi specific duties with responsibility for final enforcement of the contTacts involving the City of Fort Worth is by Charter vested. in the City Manager and is the entity with whom Contractor has entered into the AgreemeiA and for whom the Work is to be perfimned., 15. C ity Attorney- 'fhe officially qppointed City Attorney of the City of Fort Worth, I exas, or his duly authorized represenWive. 16. City Gquncil .- The duly elected and qualified governing body of the City of Fort Worth., Texas. IT City Manager - The officially appointed and autliorized. CityMmager of the City of Fort Wortli,1"exas, or his duly authorized representati ve. 18. OmIract Claim. -A dei�nand or, assertion by City or Contractor seeking an adjusunent of 090 Contract Price or Contract Tkne, or both, or other relief with respect to the terms of the ("ontract. A demand.f6r rnoney or services by a third party is not a Contract Claim. 19. Contract The entire and integrated witten docunient between the City and Contractor c(,mweming, the Work. The Contract con.Wins the Agreenient and all Contract Documents and supersedes prior negotiations, representations, or agreen-ients, whether written or oral. 20. Contract Documents Those it erns so desigrilated in t1w Agreei.,nent. All items listed in the AgyreeTTICIlt are Contract Documents. Appi-oved Submittals, other Contractor subrifittals, and the reports and drawings of'subsurface and physical conditions are not Contract Domn.ents. 21., Contracl Price—The nioneys payable by City to Contractor for con-lPletion of the Work. in. accordance with the Contmct Docwnents as started in tine; tp-cement (sub ect to the J provi sio ns o fParapjaph 11.03 in. the case of'Urdit Price W'orl(). Jr 22. Contract Time -'The number of days or the dates stated in the Agreenient to: (i) achieve Milestones, if any and(ii) con-iplete the Work so that it is ready fear Final Acceptance. 23. Contraclor. -'.rhe individual or entity withwhom City h,-.ts entered into the Agreement. 24. Cost qj'the Work—See Paragraph. 11.01 of these Gen rid Cojaditions for defutition.. OWN C ITY OF RATWORTH op STANDAM)CONSTIi a TCTION SPECWCATIGN DOCI M1,14"I'S Revision:Ekxxintm'21,2012 UU 12 UU-I General Conditions Page 3 of 63 25. Damag ge (71aims A. demand for money or services arising from the Pro ect or Site from a third party,City or Contractor exclusive of a Contract Claim, 260 Dqy or day . . day,unless o1herwise defined, shall mean a Calendar Day. 27. Director qf Aviation -- The officially appointed Director of the Aviation Department of the City of Fort Worth,Texas, or his duly appointed representative, assistant, or agents. 28. Direcior qf Parks� and (.."..ommunit Services -- The officially appointed Director of the Parks ROW, and Community Services Department of the City of Fort Worth, 'I"exas, or his duly appointed representative, assistant, orageats, 29. Director of Planning and Development The officially appointed Director of the Plarinmg and Development, Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 30. Director ()J' Transj.7orlation Public Works, The officially appointed Director of the h-ansportation Public Works Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant-,,or agents. 31. Director of Water Del.7arbnent - The officially appointed Director of the Water Department Hwy of the City of Fort Wortb, J.'exas,or his duly appointed representative, assistant or agents, 32. .Dr-avvings-­-That part of the Contract, Docinnents lrrepared or approved by En der which graphically shows the scope, extent, and character of the Work to be perfori-ned by Contractor. Submittals are not Drawings as so defined. 33. E' date indicated in the Agreement on which it becomes .j jective Date of the Agreement effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 34. Engineer - -The licensed professional engineer or engineering f= registered in the State of Teas performing professional services for the City. 35—Extra Work -- Additional work made necessary by changes or alterations of the Contract Do(,-,uments or of quantities or for other reasons for which no prices are provided. in the PIT, Contract Documents. Extra work shall be part of the Work. 36. Field Order A.written order issued by City which requires changes in the Work but which does not in.Volve a change in the Contract Price, Contract Time, or the intent of the Enghieer. Field Orders are paid from Field Order Allowances incorporated into the Contract by funded work type at the time of award. 37—Final Acceptance — The written. notice given by the City to the Contractor that the Work specified.in the Con.tract Documents has been completed to the satisfaction of the City. MYOFFORTWOWrIl STAM)ARD C0NLSTRU(,rK)N SPECIFCATION DOCUMFNTS Revision:Drwnber2l,2012 M11 R UU 12 U0- General Conditions Pag(,-:4 of 63 38. Final Inspection Inspection carried out by the City to verff � that the Contractor has completed. the Work, and each and every part orappurtemince tliereof' fully, eiitirely, and in stn conformance with the Contract Documents. 394 General Requirements—Sections of Division 1 of the Contract Docurnents. 40. Ho-ardous Environnienial (7ondition- rhe presence at the Site of Asbestos, PCBs, Petrolean"J, Hazardous "Iaste:, Radioactive Material, or other materials in such cluantities or low, cire-unisuinces that mayr pi.esent a substantktl dwiger to persorLs or propefty exposed thereto. 41- Hazardous Waste --1" a2ardous to is detimed as army solid to listed as hazardous or VOW possesses one or more I-urzardous charactelistics as deflrled in the federal waste regulations, as amended from.time to thee. M011 42. Laws and Regulations—Any and all applical3le: laws, rules, regulations, ordinances, codes, and orders of arly and all governmental bodies, agencies, authorities, arid courts having jurisdiction. T", 43. Liens Chzug ,,c s, security interests:, or encumbrances upon Project Oands, real property, or personal property. 101 44. M�jrorftem - An. Item ofwarl.<.included in the Contract Documents that has a total cost ec,lCual to ®r greater than 5%of the original Contract.Price or$25,000 wilichever is less. 45. Milestone A principal event specified in the Contract Documents relating to an intennediate Contract'rime,priar to Final Acceptance of the Work. 46. Notice of'AlVard- --The iwitten notice by City to the Success-ful Bidder stating that upon timely comptiance by the Successftil Bidder with the conditions precedent listed therein, City I" M.11 sign and deliver the Agreement. 47. Notice to 1roceed . :A written iiatice giver)by City to Contractor fi xing the date oil which the ?" Contract 'ritne vJ11 commence to run, and on m4tich Contractor shall. ..start to perform the Work specified in Contract Docutnerds. 48. 1'C&---P0JYCh1r0rinated biphenyls. 49. Pelroleuin --Petroleum, includhig crude oil or any fraction thereof which is liquid at stwidard conditiorls of temperature and p-ressure (60 dejpm (Ts F" ha:°c:rah.eit and X14.7 POUnds per square inch absolute), sucli &s oil, petrolcurn, fuel oil, oil sludge, oil refuse, gwsoline, kerosene:, and oil mixed witti other non-Ilazardous Waste and crude oils. 50-111ans-See definition of Dra-wi ngs. NO CITY OF FORTWORTI I MAN S YANDARD CONSTRU(710N SPECIP1,A]ION DOCUINE,1,lTS Ekxvrg"-2r,20112 General Conditions Page 5 of 51. Project Schedule- A schedule, prepared and maintained by Contractor, in accordance with the General Requireinents, describing the sequence and duration of the activities compnising the Contractor's plan to acconiplish the Work.within the Contract'nim.e. 52. P rqject Tlie WorIc to be performed wrider the Contract Docurnents. 53. I't-oject Rc,I)rc,,,Yentaiivt,,--.rhe authorized representative of the City who will be msign ed to the Site. 540 Public Meeting An announced rneeting conducted by the City to facilitate pliblic pai-ticipation and to assist the public in gaining an it fiormed view of the Project. 55, Radioactive Material_.......Source, special nuclear, or byproduct m,atedial as defitned. by the Ato ic Ehergy.Act of 1954(42 U Section 2011 et seq.) as wnerided from time t®time. IN 56. Regular Working Mum - Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Morl&y thru Friday (excluding legal holidays). 57. Sa#zples-Physical exa...pl.es of materials, equipment, or work.mainlihip that are representative of some porfi(.m of the Work. and which establish the standards by which such perrtioni f the Work.will be.judged. 58. Schedule of Subinittals--A schedule, prepared and maintained by Contractor, of required subi-nittals and the time requirements to support scheduled perforniance of related construction activities. 594 Schedule of Values- A schedule, j3repawd and maintained by Contractor, allocating portions of the Contract ftice to various portions of the Wofk and used as the basis for, reviewing Contractor's Appli cations for Payment. PIN 60. Site—Lands ®r areas indicated in the Contract Documents as being fiarnished by City upon wM.ch the Work. is to be per-fimned, including, rights-of-way, permits,, and easements for, access thereto, and such other, lands ffirnished. by City which are designated for, the use of joqg Contractor, 61. Sped ficalioo,zs 2,111at part of the Conti-ad Docun.ients consisting of w.n.tten requirernenLS for materials, equiprnent, systenrLs, standards and workintinst-rip as applied to the Work-, and certain adrninistTative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if n®t attached, may be incorporated by reference as indicated in the Table of(onlerrts (Division 00 00 00) of each Pnrject. 62. Subcontractor---An individual or entity having a direct contract with Contractor or with any other Subcontractor for the perfonnance of a part of the Work at the Site. myu (XrY OF FOIn-WORTH STANDARD CONSTRUCTION SPECIFCAT10114 DOCUMENI'S Rewisim DeAxnka-21,20 12 UU72 UU­u General Conditions Paf 6 of'63 63. a5ubniitlah- All drawings, diagrams, illustTations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and subinitted by Contractor to illustrate some portion,of tb.e Work. 64. �5ucressfid.&(Ider- ­The Bidder subinitting the lowest and most responsive Bid to whoill. City rsw makes an Award. 65. 5uperintendent The r resenuitive of the Corid-actor who is available at all times and able to receive instructions from the C.ity and to act for the Conb-aztor, 66. ,5111?Plemenla)�),, C' ciitirrns -.71bat part of the Contmct DoCLUTIelItS which w'nrends or supplements these General Conditions, 67. Supplier—A mantifiricturer, fabricator, supplier, distributor, matcrialnian, or vendor having a wo direct contract with Contractor or witti. any Subcontractor to furnish matenials or equiPment to be mcorporated in the Work- by Contractor or Subcontractor. 68. Uncleaground Facilities- ­A11 underground pipelines, conduits, ducts, cables, wires, nianlioles, vaults, Links, tunnels, or other such facilities or attaclin'lents, and any encaseinents containing such J'acilities, including but not limited to, those that, convey electricity, gases, steam, liq:uid petroleutya products, tole pbone or other co., ntraications, cable television, water, wastewater, storm water, other liquids or cbemicals, or traffic or other control systems. MOT 69. is Price Woric See Nil-agraph. 11.03 of these General Conditions for definition.. 70. Weekeml- Wi.,wk-ing, Hours . f ff,�?urs beginning at 9:00 am. and endii'ig at 5:00 p.m., Saturday, NNW Stinday or legal holiday, as ap proved in advance by the City. 71. Work The entire construction or the various separartely identifiable parts dkereof required to imp be provided under the Contract Docunients. Worl.i. includes and is the result of perfomiing or providing all lal-)or, services, and documentation riecessary to produce such construction including any Change Order or Field Order, and furnishing, iristalling, and inewporating all matefials and equipmetitinto such construction, all as required by the Contract Documei.its. 72. Working Dqy A working day is det-ined as a day, n ot n ClUdillg Sahirdays, Suridays, or legal holidays authorized by the City for contract purposes, in. which weather or od-Wr conditions not under the control of the ontractot will Permit the perfortruince of the principal unit of Work, underway for a continuous period of not less than.7 hours between.7 a.m. and 6P.m. 1.02 R!rminology A. 'llie words and temis discussed in.11aragraph 1.02.13 through E are not defined but, when used in the Bidding Requirements or Conbuct Documents, bave the indicated meaning. B. Intent()J'(7ertain, Rrms orllijectives.' CITY OF FORT WORTI I STANDARD C0NSTR.U(71()N SPECH-VATIC)kI DOCUMENTS R.evision:DxvnbcM,2012 UU72 U0- General Conditions Page'7 of 63 MAT 1, The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of like effect or import to authorize an exercise of judgment by City. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an action.or determination of City as to the Work. It is intended that such exercise of professional J udgmen t, action, or determination will be solely to evaluate, in general, the Work .for compliance with the information in. the Contract Docuinents and with the design concept of the Project as a finictioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). C. Deftctive.- 1. The word "defective," when rriodifying, the word "Work," refers to or that is urisatisfactory, faulty, or deficient in that it: a° does not cotil-orm to the Contract Documents; or b. does not meet the requirements of any applicable inspection, ref-erence standard, test, or approval referred to in the Contract Documents; or c° has been damaged prior to Citay's written.acceptance. foram" D. Furnish Install, Perjbrrn, 1rovide. 11111M��, 1. The word "Funrish" or the word "Install." or the word "Perform" or the word "Provide" or the word "Stipply," or any combination or sirnfilar directive or usage thereof, shall mean furnishing and incoq)orating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Wofk, indicated, unless specifically liTnited in the context used. E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction indusfT�., or trade meming are used in the Contract Docunnents in MRS accordance with such recognized meaning. ARYICLE 2—PRELIMINARY MATTERS 2.01 Copies of'Documents City shall l'umish to Contractor one (1) ofiginal executed copy and one (1) electronic copy of the Contract DoCUrnents, and four (4) additional copies of the Drawit.igs. Additiorial copies will be furnished upon request at the cost of reproduction. ROW 2402 Commencetnent of("Ontract fine; Notice to 1'roceed .1 The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within 14 days after the Effective Date of the Agreement. MY OF FORT WORTH STANEARD CONSTRUC11014 SPEUMMIGN DOCUNENTS Revisiom r ¢ c 21,20 12 UU72 w-I General Conditions Page 8 of 63 2.03 9arting, the Work Contractor shall start to perform the Work on the date when the Contract Time commences to run. No Work shall be done at the Site prior to the date on.which the Contract Time commences t® run. 2.04 Before&arting Construction Baseline Schedules: Submit in accordance with the Contract Documents, and prior to starting the Work. 2.05 Preconstruction fe Coqrence before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Coritract Docurnents. 2.06 Public Afeeling Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. 2.07 Inifial Acceptance qf&hedules No progress payment, shall be made to Contractor until acceptable schedules are subirutted to City in accordance with the Schedule Specification as provided in the Contract Documents. AK11CLE 3®CONTRACT DOCUMENTS: INTENT,AMENDING,REUSE OPM 3.01 Intent A. The Contract Documents are comph.nnentary; what is required by one is as binding as if required by all. B. It is the intent of the Coninact Documents to (Jescribe a flu'lictiojially complete prQject (or part thereol.) to be constructed in accordance with the Conti-act Docwnerits. Any labor, documentation, services, materials, or equipment; that reasonably'may be inferred from the Contract Documents or from prevailing custoni or trade usage as being reqUired to produce the uy indicated result will be provided wbether or not specifically called for', at no additional cost to City. C. Clarifications and interpretations of the Contract Docatnents shall be issued by City. D. The Specifications fications may vary in form, forrriat and style. Some Specification. sections may be written in varying degrees of streamlined or declarative style and some sections may be relatively narrative by comparison. Omission of such words and phrases as "the Contractor shall," "in, con.fortnity with," "as shown," or "as specified" are intentional in streamlined uv sections. Oinitted words and phrases shall be supplied, by inkrence. Similar types of provislous may appear in various parts of a section, or articles within a part del)ending on the form at of the CITY OF FOR"F WO RTH SIANDARD CONSTRUCTDN SPECIF"CATION DOCUMENTS Revis�om Dxxxnber2l,2012 UU/Z UO-I OR General Condidow Page 9 of 63 section. The Contractor shall not take advantage of any variation. of ft)rrn, fivrnat or style in. making,Contract Chfin.i.s. E. The cross referencing of specification sections under the subparagraph headbag "Related Sections include but are not necessarily limited to." and elsewhere within. each Specification OR)% section is provided as an and and convenience to the Contractor. 'Me Contractor shall not rely on the cross referencing provided. and shall be responsible to coord.mate the entire Worlu trader the Contract Documents and provide a complete project whether or not the cross referencing is prOVided in.each section or whether or not the cross referencing is cornplete. 3.02 Reference 51andards A. Standards, Specifications, Codes, L.aws, and Regulations L Reference to standards, sPecifications, ni-inuals, or codes of any technical society, organization, or xss(xiation, or to Laws or Regulations, whether sucli reference be specific or by implication, shall mean the stwidard, specific2tion, rnanual, code, or Laws or Reg ,!ulafioris in effect at the time of opening, of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision. of any such' standard, specification, manual, or code, or any ins-tniction. of a Supplier, shall be effective to cliaDge the duties or responsibilities of City, Contractor, or any of their subconlrwtors, consultants, agents, or employees, from those set forth in the Ciantract Docurnents. No such provision or instruction, shall be effective to assign to City, or any of its officers, directors, rrienibers, partners, employees, agents, cowulLants, or subcontractors, any duty or authority to supervise or direct the performance of the Work. or any duty or authoffly to undertake responsibility inconsistent with the provisiotis of the Contract Docannents, 3.03 Reporting!and Resolving-Disc-repancies MOM A. Reporting Discrepancies: I. Contractor's Review qj'("Onlract Docungents eforte &arting Work: ref' re undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures theivin against all applicable field measurements and conditions. Contractor shall promptly rep(�)rt in writing to City any conflict, error, ambiguity, or discrepancy which Contractor discovers, or has actiml knowledge of', and shall obtain a written interpretation or clarification from City before proceeding with any Work af eted tliereby. 2. Contraetors Review qj'Contraw Documena During Petfi)rrnance of Work: If, during the performance of the Work., Contractor discovers array condlict, error, anibiguity, or discrepancy within the Contract Documents, or between the Contract Docurnents and (a) any applicable Law or Regulation , (b) any standard, specification, inanxia➢., or code, or(c) any instruction of any Supplier, then Contractor shall promptly report it to City in writing. Contractor shall not proceed with the Wark, affected Iliereby (except in an etriergency as required by Paragraph mqxw,) MY OF FORT WOR 111 ST A M)ARD(X)NSTRUCTIGN SlIECIFCKHM4 D(CA TMENP Owifir ReAsion:DeceanW2 L 20 r 2 UU/111 00�..i Genera�Conditions Pagre,10 of 63 6.17.A.) tuitil an amendment or supplement to the (I"ontract Doetiments has been issued by one of the meth.ods indicated in Paragraph 3.04. 3. Contractor shall not be liable to City for fi-dlure to report any conflict, error, anibiguity, or discrepancy in the Contract Docurnents unless C otif.ractor had actual knowledge thereof, poo B. Resolving Dks,c•pa nciesl- Fxcept as may be otherwise s P ecifically stated in the Contract Documents, the provisions of the Contract, Docwnentsshall take precedence in resolvhig any conflict, error, ambiguity, or discrepancy between the provisions of tyre Contract Documents and the provisions of any standard, specification, manual, or the instruction of any Supplier (whether or not specifically incorporated. by reference in C ontr the ad Docun'lents). 2. In case of discrepancies, fi gured diniens ions shall govern over scaled dimensions, Plans shall govern over Specifications, Suppletnentaxy Conditionsshall govemi over General (Iondi-fions and Specifications, and quantities shown on the Plans, shall govem over those shown in the awe proposal. 3.04 Ainei7diii,,gand,"ul3 pletneiiiiii Conti-actDocutneiiil,v A. The Contract Documents may be amended to provide, for Witions, deletions, and revisions in the Work or to modify the te=and conditions thereof by a Change Order. B. The requirements of the Contract Docutnents may be supplemented, and mirior variations and deviations in. the Work not involving a chwige in Contract Price or Contract Thne, may be ?IMP awhorized,by one or more of the following ways: 1. A Field Ot-der; 2. City's review of a Submittal (subject to the prm6sions of'Par,.M, aph 6.18.(); or 3. C'ity'svaitten. i.i.'i.l[erf)ret4ttion car ci.aiificatiOD. 3.05 Reuse ofDocuments A. ContTactor and any SubcOntractor or Supplier shall not: I have or acquire any title to or caw ners]-dj) rights in any of the Dra)Ar4igs, Specifications, or other documents (or copies of any thereof) prepared by or beanng the se,-A. of Engftieer, including electronic media editions; or -Is, or copies thereof on extensions of 2. reuse any such Drmvings, Spe(ificatioms, other docinnen the Prqject or any other project without written consent of City and spec is written verification or adaptation by Elngineei% CITY OF FORTWORTI 1, S"rA NDARD CONSTR UICTION SPECI RAI ION DOCIRVU-Tfl'S Revisim lkminbex2l,2012 General Conditians P4!e I I of 63 B. The prohibitions of thins Paragraph 3.05 will survive final pays ent, or termination[ of the Contract, Noffiing berein shall preclude Contractor from retaining copies of the Contract Documents f.br record.p ?oses. 3.06 El clronic°.eats A. Unless otherwise stated in the Surpplennentary» Conndili.ons, the data fu mished by City or Engineer to Contnnctor, or by Contractor to City or Engineer, that may be relied upon are limited to the printed. copies included. in the Contract Documents (also known as hard copies) and other Spec:i.ficatiorn.s referenced and located on the City's .B u7 sa r site. files in electronic, media format of text, data, graptiics, or other ty»laes are ibrn,islned only for the convenience of the receiving party. Any conclusion or :for ati(,:rn obtained or derived from such electronic files will be at the user's sole risk. If there is a discrepara.cy» betweer'n the electronic Iles and the hard copies,the hard copies govern. B. When transferring docinnernts in electronic media format„ the trwisf6rring party makes no representations as to long ter.m compatibility, asability, or readability.lit y of docna entYs resulting from the use of software appl.icafiona packages, orwrating s st:eru s, or computer hardware � di Beri ng from those used by the data's creator. "HC LF, 4- AVAHABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; »»P� HAZARDOUS ENVIRONMENTAL CONDITIONS; ICETEJaNC.E MINTS 4°01 Availability o `.1';cands° A. City shall furnish the Site, City shall notify C:'on:tractorm of any erncnurn.brannaces or restrictions not of general application.but specifically related to use of the Site wifli which Contractor must comply m m performing the Work. City will obtain. in a timely manner and .pay for ea.sen°nents for pnernuanent Structures or perna:nanerat changes es in.existing facilities, inY 1. The City has obtained or anticipates acquisition of armed/or access to ri ht­­o wa , and/or easerne nts. Any outstanding ri l ut o f-way and/or easennneunt;s are anticipated to be acquired in accordance with the schedule set .forth in the Supplementary Conditions. "11ae 11roject: Schedule subiTutted by the Contractor in accordance with the Contract :Docu.anrnent;s Must consider any onutstarndirn right-of-Way, anal/or easements. . The City has or anticipates renn.ovirn and/or relocating utilities, and obstrarcti.ouns to the Site. Any outstanding removal or relocation of utilities or obstructions is anticipated in accordarnce with the schedule set forth in the Sn.upplernnentary Conditions. The project Schednul.e submitted by tlne Contn°wor in accordance with. die Contract Documents must consider any outstanding utilities or obstruct ions to be removed,a jnust:ed, ara.d/or:°r h)catecl by others. B. Upon reasonable written request, City shall furnish.Contractor with a current statern.ent ofr°ecord legal title and legal desc ruption.of the lands upon which.-die Work is to be perfon ned. S' ATAM.RDCONSTRUCTION ro➢'ECRa^Q:;ATr ah DOCUMENTS iUU RRmisiom Ekimho 21,,2012 U0,12 UU-U General Conditions Papa 12 of 63 POP, C. Contractor shall provide tbr all additional lands and access thereto that may be required for, construction facilities or,storage of materials an.d equiprilent, 4.02 Subsu� ice and Physical C c nditions A. Reports and Drem,ingi%- The SUP letiietitar3(Cori(lit,iot.-isideiitjf'y: P 1. those reports .bra w: to City of explorations and tests of subsurface conditions at or M cmitiguous to the Site; and 2. those (h-awings knovai to City of physiud conditions relating to eXriStjtjg surface or subsurfke stnictures at the Site(except UridergroLmd lFacilifies). B. Limited Reliance by Cnitractor on T' chnical Data A uthorized: Contractor may rely upon the accuracy of the "teefu&al data" contained in such reports and drawings, but such reports and drawings are not Contract Docurnents. Such -technical da&' is identified in the Supplementary Conditions. Contractor, rrucq not make any Contract Claim against City, or any of their officers, directors,inembers,partners,efl�,.iployees:, agents, consLdtants, or subcontractors with respect to: L the completeness of such reports and drawings for Contractor's purpo ses, UIClUding, but not lirruted to, any aspects of die means, niethods, techniquies, sequences, and procedures of construction. to be employ°ed by Contractor, and safety precaut.iorts and progrmns incident thereto; or 2w other data, interpretatiorus, opinions, and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawnfirom any "technical data" or any such. other data, interpretations,, opiiiions, or i nfoiTuation 4.03 Dff fi,rin Subsurface or Physical C on dition1v 9 A. Notice: If Contractor believes that any subsurf.ace or physical conidition that is uncovered. or revealed either: 1. is of such a nature as to establish that any "teclud.cal'. data" on wbich Contractor is entitled to rely as provided.in Pzuagraph 4.02 is juatenally inaccurate; or 2a is of such a nature as to requifiv a change in the Contract [)ocumenLS; or -its, or 3. differs irnatei'ially from that show'i or indicated in.the Contract Doclu-ner 1, 4. is of an unusual nattwe, and differs niaterially frorn conditions ordinarily encountered and generally recogiized as inherent in work of the character provided fbr in the Contract Docrunents; aM Cu" Y OF FOR IWORII I STAIRDARI)CONSTRIK-7f Uq SPE1'C1FGV1`KN,1 I)OCUMENTS Rcvisiow r:'kx=M 21,2012 UU rZ W-I General Conditions Page 13(A'63 Rm% then Contractor shalt, prompdy after becoming aware thereof and before further disturbing the subsurfac.e or physical conditions or performing any Work, in, connection therewith (except in an einergency,asrequixed by Paragraph 6.1.7.A),notify City in writing about such condition. B. Possible Price and Time Aqjustmenls Contractor shall not be entitled to any ax1ji.vibnent in the Contract Price or Cont racct Time if: 1. Contractor knew of the existence of such conditions at the time Contractor made a final commitnient to City with respect to Contract Price and Contract Time by the submission of a Bid or beconiing bound under a negotiated contract; or 2. the existence of such condition could remonably have been discovered or revealed as a result of the examination of the Contract Documents or the Site; or 3. Contractor failed to give the written notice as required by Paragraph 4.03.A. 4.04 Undvrg?-ound Ricififies A. S'hown or Indicated- The inforniation and data shown,or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on. infiorniation and data furnished to City or �°angineer by the owners of such Undergroinid Facilities, including City, or by others. (J less it is otherwise expressly provided in the Supplementary Conditions: ON 1. City and Engineer shall not be responsible R)r the accuracy or completeness of any such infon-nation or data provided by others;and MN 2. the cost of all of the fiAlowing will be included in the Contract Price, and Contractor shall have fidl responsibility for: ao reviewing and checking all such information.and data; M111 b. locating all Underpjound Facilities sbown or indicated.in the CoribuctDocurnent.,,,,; c. coordination and adjustment of the Work with the owners of such Undergrotuid 11"acilifies, including City, during consirti(lion; and d. the sa,fbty and protection of all such Underground Facilities and repairing any damage tliereto resulting from the Wof.k. B. of A~or lhdicated: MOT, 1. If an Underground Facility which conflicts voth the Work is uncovered or revealed at or contigLious to the Site which was not shown or inus .cated, r d reasonable a,CC1U,-a,C)r iD. the Confiact Documents Contractor liall, promptly after becoming aware thereof`and before further disturbing conditions affected thereby or perforraing any 1107MY, CTrY OF FORT WORTH STANDARD CONSTRUCHON SPECEFCATION DOCUMENT'S Revision:De=kr21,2012 gl General Conditions Page 14 of'63 'Plow Work in connection theremritli (excel)t in an eniergency as required. by 1?aragraph 6.17A), identify, the owner of such I JndergrinUid Facility and give notice to that owner and to City. City will review the discovered Underground Facility and deternaiM, the extent, if any, to which a change may be required. in the Clotitract: Docimawits to reflect and docurnent the consequences of the existence or location. of the Underground Facility. Contractor shall be responsible:for the satbty and protection of such discovered 1,,Jnderg -wility. ,round F,c NO 2. If City concludes that a changein the Contract Docim3ents is required, a Cbange 0j.der may be issued to reflect and do(,Unient such consequences. 3. Verification of existiing utilities, StrUCtUres, and service lines shall irwlude notification. of all anies a riiiiii1mvp of 48 hours in advance of construction including exj:)1oratory utility, com P, excavation if iiecessai,-y, 4.05 Rio�rence Points A.. City shall provide engineering surveys to establish retbreiiee points for construction., wl-&h in. Gly"s judgnaent are necessary to errable Contractor to proceed with the Work. City will pi.-ovide construction stakes or other custornary method of mark-hig to establish line and grades for roadway and utility constniction, cents rfiries and benchniarks for bridgework, Contractor shall iygrrw protect and preserve the esuiblislied reference 1.-iDijits and property nionw-rents, and shall make no changes or relocations. Contractor shall report to City whenever any reference poil.it or propertY monument is lost or destroyed or requires relocation because of necessary changes in grades or locations. 1 h City shall be re.sponsible for the reptaceinert or relocation of reference points or property monurnents not c uelessly or willfidly, destroyed by the Contractor. The Contractor shall nofi6r City in advance and with sufficient time to avoid delays. B. Whenever, in the opinion of the City, any relierence point or nionunient has been carelessly or willfully destroyed, disturbed, or removed by the Coritractor or any of Ids employees, the fall rrr cost for replacing such points plus 25% will be d"larged. aganiist the Contractor, and the full arnount-will be deducted from y ment de th e ContT Ictor. 4.06 Hazardous En vironmental Condition at Site A, Reporls and Driztlings.- The Supplemcni,ary Conditions identify those reports and draNNings known to City j.Clafing to Hazardous Erivir oninental. Conditions that have been iderltifired at the Site. B. Lirnited.Reliance by (,"arum-actor on Technical Data, AzahorizeeL, Contractor may rely upon the accuracy of the "technical data" contained in. such reports and drawings, but such reports and drawings are not Cotitract Docuinents. Such "tech.nical data7' is identified in the Supplementary Conditions. Contractorrilay riot make any Contract (1aini against City, or any of t1leir officers, directors,inernbers,partners, ernployees, agents,consultants, or subcontractors with respect to: 1, the completeness of such reports and drarwings for Contractor's purposes, including, but not limited to, any aspects of the means, rnethods, techiliques, seqitences and 1,')rocedures of Corr CITY OF FORT WORTH SFANDAM.)CONSTIR UCTION SPECH•CATION oa;rC r us,rnr1;d.0 S Revision:Deawnba 21,2012 U0,12 UU-I 11101j" General Conditions Page 15 of 63 construction to be employed by Contractor and safety precautions and programs incident thereto; or I other data, interpretations, opinions and information contained in such reports or shovAi or indicated in.such drawings; or MR) 3 any Contractor interl.,wetation of or conclusion drawn from any "technical datai" or any such other data, inteq.)retations, opinions orijiforination.. wjy C. Contractor shall not be responsible for any Ihaardous Environmental Condition uncovered or revealed at the Site whieb was not shown or indicated in DravAngs or Specificatioms or identified in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for a Hazardous Environmental Conditiorl created. with any materials brought to the Site by Contractor, Subcontractors, Suppliers, or anyorie else for whom Contractor is responsible. AM� D. If Contractor encouliters a Hazardous I-arivironmental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition., Contractor shall "M, inunediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with such condition and in any area affected tbere:by (except in an emergency as required by Paragraph 6.17A); and (iii) notif u ,y City (and proi rptly thereafter con-firin such notice in writing). City may consider the necessity to retain. a qualif.,iied expert to evaluate such condition or take corrective action, if any. E. Contractor shall not be required to resume Work in connection with such condition or in any affected area until after City has obtained any req*ed Permits related thereto and delivered written notice to Contractor: (i) specifying that such condition and any affected area is or has been rendered suitable for the resumption of Work; or (ii) specifying any special conditions under which such Work may be resurned. .F. If after receipt of such vAitten Dotice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special. conditions, then City may order the portion of the Work that is in the area affected by such condition to be deleted from the Wark.. City may have such deleted. portion of the Work performed by City's own fin-ces or others. G. To the fillest extent permitted by Laws and Regulations, Contractor shall indemni fy and hold Mgt, harmless C; 4y and against all clainis, costs, losses, and damages (including but not limited to alb ees and charges of engineers, archiu,!cls, attorneys, and other pr(,,?Ps,5ionids and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous E'nWron.mental Condition created by Contractor or by anyone for whom Comiractor is responsible, Nothir�g in this Parragrajoh 11.06,G shall obligate Contractor to indemnifj� any individual or entityjrom and (Against the consequences of that individuals or entity's own neglig,ence, n 'rhe provisiorts of Paragraphs 4.0 2, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition, uncovered or revealed at the Site. CI.T.'Y OF FORT WORITI S17ANI)2nRD CONSTRUCTION SPEU FCATION ISO EMNIINTS Revision:Dukwalxx 211,:201? Cienend Conditions Page 16 of'63 ARTICLE 5®BONDS AND INSURANCE 5,01 License&5zv-eties and hv�zirers All bonds and insurance required by the ("oritract Documents to be purchased and maintained I.-,)y- Contractor shall be obtruined from surety or inSLWdnce conapai'�es that are duly licensed or authorized in the State of Tex Ls to issue borlds or irtsurance policies for the Urnits and coverages so reqwred. Such suxely and fi.ist:irance conapanies shall also ineet such additional requirements and qualificatiolls as may be provided in the Supplenientaq Conditions. 5.02 Per;lbr&iance, Ilq),qnent, and Alaintenance B'onds A. Con(Tactorshall furiiish perlonnarice and payment bonds, in accordance 14ith Tex&s Govemmelft Code Chapter 2253 or successor statute, each in. an ainount equal to the Contract Price as oy security for the f ithfid perfbrn'lance and payment of all of Contractor's obligabions under the Contract Documents. .B. Contractor shall furnish maintenance bonds in an an.wUnt equal to the Corltract Price as security to pr(tect the City against any defects in any pordon of the Work- described in the Contract J)ocurnents, Maintenance bonds shall remain. in eact for two (2) years after the date of Final ON Acceptr,a nee by the City. C. All. [)()nds shall be in the form. presciiibed by the Contract Documents except, as, provided uN otherwise by Laws or Regulatioj_JS, and shall be executed I)y such sureties as are named in the list of"Coirnpanies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Coinpanies" as publiskd in Circular 570 (arn.ended) by the Tinancial OPP/ Management Service, Surety Bond Branch, I.J.S. Depart.111ent of the Treasury. All bonds signed 1::)y an agrent or attorney-err-fact mwt '1:)e accompanied 'by a. sealed and dated power of attOmey which shall show that it is effective on the date the agent or attorfiey-in-fiact signed each bond. D. If the surety on any bond fitimished by Contractor is declared banhnipt or Ilecorries insolvent or its right to do business is tenninated in the State of Texas or it ceases to meet the requirements of Paragraph 5.02k, C'ontractor -,hall promptly notify City and shall, �6.hi.n 30 days after the event giving rise to such notill.c.alion, provide another bond and surety, both of which shall comply with the requirernents of Para Trap jis 5.01 and 5.02.C. 5.03 Certificales of'Insurance ContTactor shall deliver to City, with copies to each additional insured and loss payee identified in the Sup leynentary Conditions, certificates of irtsurmice (and other evidence of insurance requested _P by City or any other additional iwsure(,f;)i which CA)ntractor is reqt1il"Cd tea PL117chase and inaintahi. L 1.1e certificate of insurance .s.liall document the City, and all identitied entities nanlred in the Supplernent-ary Conditions as "Additional Insured" on all liability policies. MY OF FORTWORTH STANDARD IOD4 SPECIFCATION1 DOCUMENTS Rev�sion:D=,ntxr2l,20�2 General Clondifions Page 17(if 63 2. The Contractor's general, liability insurance shall include a, "per project" or "per location", endorsernent,which shall be identified in.the certificate of insurance provided t®the City. vy 3. The cer6ticate shall be signed by an agent authorized. to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier narnes as listed in the current.A° Best Property&Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of 00 Temts., Except for workers" cornpertsadoi.4 all insurers must have a minimuin rating of A.-: VII in the current A. M. Best Key Rath�ig Guide or have reasonably equivalent fi-naticial strength and solvency to the satisfiiction of Risk ML anagernent. If the rating is below that mjq, required, written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of surbrogation against-, the Engineer (if applicable), and each additional insured identi.tied in the Supplementary Conditions 6. Failure of the City to deniand such. certificates or other evidence of full compliance with the insurance reqtiilrenaents or failUre of the City to identil'y a deficiency from evidence that is provided shall not be construed &s a waiver of Contractor's obligation to maintain. such lines of insurance coverage. 7. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the p6mary coverage. 8. Unless otherwise stated, all required insurance shall be va•lten on the "occurrence basis". If coverage is underwritten on a clairns-made basis, the retroactive date shall be coincident with FIR* or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is clairns-made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract-Doc uineats or for the warranty period, whichever is longer. Aja annual certificate of insurance submitted to the City shall evidence such insurance coverage. 9. Policies shall have no exclwsiotis by endorsements, which, neither trullify or ain.end, the required.lines of coverage, nor decreme the Urnits of said coverage wiless, such endorsements are approved.in writing by the City. In the event a Contract has been bid or executed and the exclusions are detennined to be iinacceptable or the City desires additional insurance coverage, and the City desires the corftrator/engineet- to obtain such coverage, the contract price shall.be a. justed by the cost of the premium,for such additional coverage plus 10%. 10. Any self-insured retention. (SIR), in. excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In MY OF FORT WORTH STANDARD CONSTRUCIIJON Revision:DumTkxr21,2012 UU72 UU_1 General Cr ndftions Page 18 of 63 lieu of traditional insurwice, alternative coverage maintained dirough insurance pools or risk WW retention groups,must also be approved by City. I L Any deductible iii excess of$5,000.00, for any -policy that does not provide coverage on a first-dollar basis, must be acceptable to and approved by the City. 12. City, at its sole discretioti, reserves the right to review the irtsurance requirements and to make reasonable adjustments to insurance coverage's and their limits when deemed pow necessary and prudent by the City based upon changes inn statutory law, court decision or the claims history of the industry as well as of the contractin&Y party to the City. The City shall IMP be required to provide prior notice of 90 days, and the irmirance adjustments shall be incorporated into the Work by Change Order. IMP 11. City shall be entitled, upon written request and without: expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or rnodifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the (.,ontract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underNmiter on any such policies. 14. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 5.04 Contraclor's,Insurance A. Workers Conq?ensation and EtnjVoyers' Liability, Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as ainended), and rainitrium limits for Employers' Liability as is appropriate for the Work I)eing performed and as will provide protection from claims set fortli. below which may anse out of or result from (.7ontractor's performance of the Work and Contractor's other i�)bligations under the Contract "Docurnents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to pertbrin any of the Work, or by anyone for whose acts any of them may be liable, 1a clainis under workers' c(.)mpensation, disability benefits, and other similar employee benefit acts; I claims for dwriages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. ON B. Cominercial General LiabililjA Coverage shall include but not be Iiinited to covering liability (bodily injury or propert,y darnage) arisin p g from: retniscs/operations, independent contractors, products/cornpleted. operations, personzd injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprebensive as the current Insurance Services Office (.SO) policy. 17his insurance shall apply as priniajy insurmace with respect to any other CYFY OF FORTWORT11 STANDARD CONSTRU4 7100 SPEVIFCATION DOCIUFMF�11�17S Revision:Ekwanlrr 2 4 2012 UU U.,UU-I General Conditions Page 19 of 6�3 sir .insurance or sel.14nsurarice programs afforded to the City. The Conimercial General Liability policy, shall have no exclusions by endorsements that would alter of indfify premisesloperations, products/cornpleted operations, contractual, personal injury, or advertising, irij ,jury, which are Wyk normally contained with the policy,unless the City approves such exclusions in writing. For construction. projects that present a substantial completed operation exposure, the City may require the contractor to maintain cornpleted operatioms coverage for a minimum of no less than three (3) years following the completion of the prqject (if identified in the Supplementary Conditions). C. 4utoinobile .Liabilily, A corrunercial business auto I')ol,icy shall provide coverage on "any auto", defined as autos ow ned, hired and non-owned mid provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by any-one for whose acts any of them may be liable. D. Railroad.Protective Liabilil,Y. If any of the work or any warranty work is within the limits of . .railroad right-of-way, the Contractor shall coinl")ly with the reqUirernents identified in the Supplernentary Coriditions. E. Notification qf Policy Cancellation. Contractor shall finniediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been Procured. There shall be no time credit for days not worked purst-writ to this section. 5.05 Avcvptance qlTonds and Insurance,, Opfion toRep lac e MR If City has any ob, ection to the coverage afforded by or other visions of the bonds or insurance J Pro required to be purchased and maintained.by the Contractor in accordarice with Article 5 on the is of non-CODfOrniance with the Contract Documents, the City shall so notify the Contractor in writing mdthin 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional inf6rination hi respect of insurance provided as the City may reasonably request, If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the City shall notify the Contractor in Wfiting of such failure prior to the start of the Work, or of such failure to rriainfain prior to any change in the required coverage. AKHCLE 6—CONTRACTOR'S RESPONS1.131LITHKS 6.01 Sulwrvision and"5ulperinlendence A. Contractor shall supervise, inspect, and direct the Work. competently and efficiently, devoting such attention.thereto and applying such skills and e pertise as may be necessary to perforni the Work in accordance with the Contract Documents. Contractor shall be solely responsible :for the means,methods,techniques, sequences, and pl.-ocedures of construction. MY OF FoR:r woRn4 STANDARD CONSTRUC71ON SITCAP"CATION DOCUMENTS rNu Revisim:Deccmtvr2l,2012 U)vv U0,121 UU-V. Genial Conditions Page 20 of 63 B.s At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, . Superintendent will be Contractor's relv?resenntatiw at the Site d shall have ace, to City. � Sunea~nnnten°ade nt who shall not be re l'.a�ced without written notice authority Ityo�p act ry utl".lo'&A.t�" to alst ®AS behalf of Contractor. All count-nu;urdcati.oPn given to or received from the Superintenn.dennt shall be binding on Contractor. C Contractor shall notify the C ity 24 hours Iaraor to moving e during the sequence of construction, 6.02 Labor,. Working Hours A. Contractor shall provide competent, suitably qualified personnel to penWl4rin°P cornstruuctionl as required by the Connt.:ract. Documents. Contractor shall at all. times I:n ainta.irn good discipline and order at the Site. B. 1,° cept as otherwise rc qu.ia°ed. for the safety or protection of persons or the Work or property at the Site or adjacent thereto„ and except as otherwise stated in the Contract Docr.a.nients, all Work at the Site shall. be performed during Regular Working flours. Contractor will not permit the per.lornnnannce of Work beyond Regular Working Hours or for Weekei.-idr Working Hours without City's written. consent (w rich will not be uPu°easonnala:ly withheld). Written request (by letter or electronic conuunu:un icat:ioo)to perform Work: 1. for beyond Regular Working flours request must be made by noon at least two (2) Business Days para.or 2. for Weekend Working:flours request must be made by noon of the preceding Thursday ° for legal holidays :request must be made by noon two Business Days prior to the legal. holiday. 6.03 Services, M6terials, and E�,quipnient O A. Unless otherwise specified in the Contract Docunruaennas,, Contractor shall. provide and assume full responsibility for all services, nraatcria:ls, equipment, labor,transportation, construction equipmernt. and machinery, tools, appliances, fuel., power, light, heat, telephone, water, sanitary facilities, u temporary facilities, and all other facilities and incidentals rnecessary, for the pert"onnaunnce, Contractor required testing, stmt-up, and completion of the Work. B. All materials and equuip:u:nent incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract :Doc u .ennts. All special warranties and guarantees required by the Specl.f'i.centtanns shall expressly run to the benefit '? of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source,kind, and quality of materials and equuipnlent. CITY OF l ORT wwrORT1l !rte sn'ANDAPD CONSTRUCTION sPTUn°CAIKIN DO MJMfP'NI's Revision:n.7xanl"21.,,2012 U0/"I UU-I W11 G yeneral Conditions Page 21 of 63 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned., and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Docim.nerits. D. All items of standard equipment to be incorporated into the Work shall be the latest model at the time of bid, unless otherv6se specified., 6.04 PrqjeclSchedule A. Contractor shall adhere to the Project Schedule established. in accordance with Paragraph 2.07 and the General Requirements as it may be adjusted from.time to time as provided below. 1u Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.07 and the General Requirements) proposed adjustments in the Project Schedule that will not result an changing the Contract Time. Such adjustments will comply with any provisions of the Gerieral Requirements applicable thereto. 2° Contractor shall submit to City a monthly Project Schedule with a monthly progress payment for the duration of the Contract.in accordance with.the schedule specification 0132 16. 3. Proposed. ac�justrnents in the Project, Schedule that will change the Conti-act Time shall be submitted in accordance with the requirernerrbs of Article 12. Adjustments in Contract Time may only be made by a Change Order, 6.05 Substitutes and "Or-Equals A.. Whenever an item of material or equipment is specified or described in the Contract Documents by usi trig the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Urdess the specification or description contains or is foltowed by words reading that no like, equivalent, or "or-equal" item. or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. 1. "Or-.Equal" ftems., If in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no charige m related Work will be required, it may be considered by City as an "'or-equal" item,, in which case review and al proval of the proposed item may, in City's sole discretion, be accomplisiled witliout cornpliance with some or all of the requirements for approval of proposed substitute itents. For the purposes of this Paragraph 6.05.A.1, a proposed item of SAM, material. or equipment will be considered functionally equal to an item So n,,U'nCdr if_. a. the City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strengtli, and design characteristics; CITY OF FORT WOU11 STANDARD CONSTRUCHON SJ1EC1f,'0%:r1()N DOCUME',NITS Revisiom Decraiw21,2012 U➢5 General Conditions nditioanis Page 22 of 63 rye it will reliably perform at least equally well the function and achieve the results imposed any the design concept of the completed Project as a f urnctiornirn whole; and 3) it has a provern record of perf.brrnnailee and availability vaila'.lnil:ity ofresponnsive sen(ice;, and lie Contractor certifies,ghat,if alGnpro ed and incorporated into the Works 1) there will be no increase in cost to the City or increase in Contract Time; and 2) it will corntorrnu substantially tial.ly to the detailed requirements of the item named in the Contract Documents. 2. 'iubst tine 1`temy. hs as if in City's sole discretion an item of rnnaterial or equuipmernt proposed by Corn:tract:or does not quality as "or-equal" item .der Nt ra rapin 6.05.A.1, it may he submitted as a proposed substitute item. u� fin° Contractor shall submit su ffici.ernl intbrmation as provided below to allow City to deter°nninne if the item of.material or equ.ripnwnnennt proposed is essenntial:ly equivalent to that vrw named and an acceptable substitute tuste therefor. Requests for review of proposed substitute items of material or equipment will not The accepted by City from anyone other than Contractor. IMMI cm Contractor shall make written aappl:icatiorn.to City for review of a proposed substitute item of material or equipment that Contractor sees to furnish or use. T°he application shall us corunlnly with Section 0125 00 and- 1) shall certify that the proposed substitute item will: ]MVP a) perform adequately the tun:rncti.orrs and achieve the results called for by the general. desire.; b) be similar in substance to that specified-, . c) be suited to the same use as that slneci.lr.ecl; d 2) will state: u a) the extent, if any, to which the use of the proposed substitute item will pr audic:e Contractor's aebienrerrnennt of final. cornnpletio:rn on time; b) whether use of the proposed sur stituute item in the Work . swill require a charn e i.rn. y of the Corntract Documents (or in the l,nn°ovisiorr.s of any other direct contract with City for other work on the Project) to adapt the desi.gn, to the proposed. Substitute itea n CITY oll^r"ORT Woru.n°r n STANDARD(,o °airCC!'C Ir'R)N SPECIFCAT ION DOCUMENTS Revision:FXxvidw2n.,,2012 U0,12 ou-1, AN General Conditions Pape 23 of 6.3 MONT c) whether inemporafion, or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 1MR, 3) will ide.i.itify: a) all variations of the proposed substitute item from that specified; WIT), b) available engineeritig, sales,maintenanee, repair, and replaeemwnt senices; and 4) shall Colltflinr an itemized estimate of all costs or credits that will result directly or indirectly from u-se of such substitute item, including costs o redesign. and Darena, e Claims of other cojitractors atbected 1by any resulting chwige. B. Substinde C onstruction a '' Ihody or Proceduray,- If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Docinn.ents, Contractor may fumish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall subinit sufflicient infonnation to afloW City, in City's sole discretion,, to deterimile that the substitute, proposed is equivalent to that expressly FAR, called far by the Contract Documents. Contractor shall make written pip Irk" to City fbr review in the same maimer as those provided in Paragraph 6.05A.2. MWA, C. (.7ity's EmIuavion.- City will be allowed a, reasonable time within which to evaluate each proposal or submitUd made pursumt to Payagraphs 6.05A. and 6.05.13. City may require, ("'ontractor to Furnish additional data about the proposed substitute. City will be the sole Lund e of w/g, acceptability. No "or-equal" or substitute will be ordered, installed or Ufili2ed until City's review is complete, which will The evidenced by a Change Order in the case of a substitute and an accepted Submittal for an"or equal."City will advise Contractor in writing of its determinatio'n. D. �??ecied Guarantee.- City may require Contracntour to ffirnish at Contraelror"s expense a special per far mance guarwitee, warrwity, or other surety with respect to any substitute., Contractor shall ippg!", i.ndemnif y and hold harmless City and aqyone elhwctiv or indirectly employet) by them ftom and against any and all clairns, damages, losses and expemes (including attorneys fees) arising out of the use () sulstxt tec materials or equipment E. Citys Cost Reimbursement: City will record ("ity's costs in evaluating a substitute proposed or submitled, by Conlractor pursumit to Paragraphs 6.05.A.2 and 6.0 5,13. Whether or 110t, CityL approves a substitute so proposed. or subirfitted by' Contuctor, Contractor may be requi-red to reimburse City .for evaluating each such proposed substitute. Cortuactor rnay also be required to reimburse City for the charges for making changes in the Contract Documents (or :i n the proNrisions of any other direct coriffact with City) resulting from the acceptance of each proposed substitute. F. Contra clm,'s.&Tenye: Contractor diall provide all data.in support of any proposed substih.11te or 44or-equal" at Contractor's expense. MY OF FOR.TWORIT I SIrANDARD CONSIRI�CTION S11EC1FCA'MN DOCURVMuTUS Reviisiow Dwrdm 21,201112 UU'/Y'UU-I General Conditions Pape 24 of 63 G. City &bstitule Reitnbursement� Costs (savb.igs or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Change Order. H. TimeExtensions�:No additional time will be granted for substitutions. 6.06 (7oncerning 5ubconlraclors, &r hers wlier,�, and 01 A. C'orilractor shall perfiorni with his own orgmd.zation, work of a value not less than 35x® of the .1 value embraced on the Cot-Aract, unless otherwise approved by the City. B. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, against whorn City may have reasonable objectiOn. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to .ffirnish or perform any of the Work against '"rhoin Contractor has reasonable objection. (excluding those acceptable to City as indicated in.paragyaph 6.06.Q. C. The City may from time to time requir.e the use of certain Subcontractors, SLJp]')1ie1-S, or other individuals or entities on the project, and will l3rovide such. requirements in the Supplementary Conditions. D. Buyiness Diversity E'verprise Ordinance Ownpliance, It is City policy to ensure the full and equitable participation by Minority and Small Business Enterprises (MBE,)(SBE) in the procurement of goods and services on a contractual basis. If the ("I ontract E)ocurnents provide for a NME and/or SEE goal, Contractor:is required to comply with the intent of the City's Business Diversity Ordinance (as arnended.)by the following: 1. Contractor sluill, upon. request by the City, provide complete and accurate information regarding actual work 1.)erforrned by a MBE and/or SBE on the Contract and payment theref.br. 2. Contractor will not make additions, delctions, or substitutions of accepted MBE vnithout \witten. consent of the City. Any unjustified change or deletion shall be a material breach. of Contract and may result in debarment in accol.-dance with the pnicedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or exaniination of any books, records, or files in. the possession of the Contractor that will substwitiate the actual or ped'onned by an MBE and/or SSE. Material misrepresentation of any nature may be grounds for termination of the Contract in accordance with Paragraph 15,02.A. Any such misrepresentation may be grounds for disquaJification of Contractor to bid on ffiture contracts with the City for a period of not less than three years. E. Contractor shall be fully responsible to City for all acts arid ornissions of the Subcontractors, Suppliers, and other individuals or entities pertby- mi np, or fun.'r skiing any of the Work just as Contractor is responsible for Contractor's own acts and on-tissions. Nollfing in the Contract Docurnerits: M'Y OF;FORT WOR.'.1711 SIANDARD C(NSTRUCTION SFF'1CT1,'CATFON DOCUMEN'rs Revision:1)wunbei fir,7012 ou"r2l UU-H. Vot General Conditions usury Page 25 of63 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between. City and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual. or entity, except as may otherwise be required by Laws and Regulations. F. Contractor shall be solely responsible for schedulin.g and coordinatit-ig the Work of Subcontractors, Suppliers, and other individuals or entities peribrni.iDg or furnishing any of the Work under a direct or indirect contract with Contractor. G. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work.shall comniunicate with City through Contractor. mmoj�, H. All Work perf6ri-ned. for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between. Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable to and conditions of the Contract Azy,�, Documents for the benefit of City, 6.07 Wage Rates A. Duty to pay Prevailing Wage Rates, The Contractor shall coniply with all requirements of Chapter 2258, Texas Governnic.nt Code (as atnended), including the payluent of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 22,58® Such prevailing wage rates are included in these Contract Documents. .B. Penaltyfor Violation, A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each woiker employed for each 114MR, calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to off et its administrative costs,pursuant to Texas C: overnmen:t.Code 2258.023. C. Complaints of Violations, and (.7ity Deterinination of Good Cause. On receipt of inform.ation, includhig a complaint by a worker, concerning an alleged ViolItiroll of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial deterjuirnation, before the 31st day after the date the City receives the information, as to whether good cause exists to believe that the Violation occurred. Tbe City shall notify in wnting the Contractor or Subcontractor and any affected worker of its initial.determination. UP013the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the ("ity shall retain the full aniounts claimed by the claimant or Claiina:jjtS as the MXM difference between wages paid and wages due under the prevailing wage rates, such aniounts being subtracted from successive progress payrnetils pending a final detcrinitlartion. of the violation, MY OF FORT WORMI STANDARD CONSTRI X,`HON SPE",(.11CATION DOCIMENIS I2evisiom Ekrxnkxm 211,2012 UU 12(R)-I General Conditions Page 26 of 63 D. Arbitration Required if Violation Not Resolved An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the I Ith day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained The Contractor and each Subcontractor shall, for a period of three (3) years followmig the date of acceptance of the work, maintain records that show (1) the name and occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and (ii) the actual per them wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts andJor shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 6.08 Patent Fees and Royalties A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product, or device is specified in the Contract Documents for use in the performance of the Work and if, to the actual knowledge of City, its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by City in the Contract Documents. Failure of the City to disclose such information does not relieve the Contractor from its obligations to pay for the use of said fees or royalties to others. B. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City,from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement Of patent rights or copyrights incident to the use in the performance of the Work or resulting from CITY OF FORT WORTH STANDARD CONSTRUCTION SPECfFCATION DOCUMENTS Revision:December2l,2012 W 12 QU 11 11M Generil Conditions Pagc 27 of 63 the incotywation in the, Work of any invention, (Jesign, jwwcess� product, or device not specifled in the Coodract Docianents. 6.09 Permits and Utilities A. Coo-aractor obtained peimils and ficenses. Contractor shall obtain and pay for all comstruction pennits and lice sr s except those provided for in. the Supplementary Conditions or Contract Documents, City shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charg fees necessary for the prosecution. .,es and inspection f of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreernenf, except tfbr Inc n.mts provided. by the City as specified in 6.09.13. City shall pay all charges of utility owners for connections for providing pernianent service to the wyt work. B. City obtained permits and liceaves. City will obtain and pay for all permits and licenses as provided for in the Supplementary Conditions or Contract Documents. It will be the Conixactor's responsibility to c,%, Ty out the pt-ovisions of the petrnit, If the Contractor initiates changes to the Contract and the City approves the clianges, the Contractor is responsible for obtaining clearances and coordinating with the appropriate regulatory agency. The City will not refinhurse the Contractor for any cost associated with these requirements of any City acquired permit. The fol io"ing are petinits the City M11 obtdin if required 1. Texws Department of'Franspoilation Pernlits 2. I.J.S. Anny Corps of EDgineers, Pern.nis 3. Texas Con-unission on Environi.,i!iental Qtiality Pennits 4. Railroad Company Pennits C. Outstanding perinity and licenses. The City anticipates acquisition of and/or access to pennits and licenses. Any outsimidjaig pennits and. licenses are anticipated to be acq.uired. in accordance with the schedule set for th. in. the Supplementary Conditions. 'Me Project Sche duple submitted by the Con(jactor in accordance with the Contract, Docurnents must consider any outstanding permits and licenses. 6.10 Laws and I?ev gulatiomy A. Contractor shall pive all notices required. by and shall comply with all Laws and Regulations applicable to the performance of the Work. Exce t where otherwise expressly required by 1) applicable Laws and Regulations, the City shall not be responsible fbr monitoring Cor Aractor's M compliance with any Laws or Regulations. B. If Conlxarctor performs any Work knowing or having reason to kn. s that it is contrw-y to .La ws or Regulatimis, Con.bractor shall bear all claims, costs, losses, and darMages (including but not limited to all tfees and charges of engin.ecrs, architects, attorneys, and other pratessionals and all Poop" Cf YY OF FOU WORTH STANDARD C(MIRI K-710N SPECTFCATIGN DOCUMENTS MM� Revision:Dmxmlw2l,20�2 UU72 M--I General Conditions Page 28 of 63 court or arbitration or other dispute resolution costs) arising out of or relating to such Work. Ilowever, it shall. not be Contractor's responsibility to rnake certtin, that the Specifications mid Drawings arein accordance wida Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragrapb,3.02. C. Chw)ges in Laws or Regulations not known at the time of opening of Bids having an of-'fect on the cost or time of peribi-niance of the Work :may be the subject of an adjustment in Contract Price or Contract Time, 6.11 Taxes A. On a contract awarded by the City, an organization which. qualifies for exemption pursuant to Texas Tax Code, Subchapter H, Sections 151.301.....335 (as wneiaded), the Contractor may purchase, rent or lezise all matetials, supplies and equipmerlt used or consuined in the perforniance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's Ruling .007. Any such exemption certificate issued to the Contractor in.lieu of the tax shall be SUbject to and shall comply witl.,.t the Provision of State CoinpLrol ter's Ruling .011, and any othe:r, applicable tulings perwining to the I I exas"I'ax Code, Su bcbapter H. IP B. 're &s Tax penri,its and in-lbrination.may be obtained frorn: 1. Con ptroller of public Accounts Sales Tax Division Capitol Station Austin., TX 78711; or 2. 1IitL,tj)'//IAFNVW.Wil.'Idow.sta:te,tx.us/l,-iixirtfo/t"axfi)rms/93 R)rm.s.btrid 6.12 Use of,5ite and Other Areas A. Limitation on Uye qf'Site and Other Avas.- iuyw 1. ('ontractor shafl. confine construction.eqtnprnent, the storage of mateTials and equipment, and the operations of workers to the Site and other areas pennitted by Laws and Regulatio.ris, and shall not unreasonably encumber the Site and other areas with corLstruction eq1tipment or other rnatefials or equirnne-rit, Contractor shall assume full responsibility for any darriage to any such 1mid or area, or to the owner or occupant thereof, or of any adjacent land or areas residting fiorm t1te perforn�jan.ce of th-e Work. I At, wiy firne when, in the Of the City, the COT)rtractor laws obstructed or closed. or is carying on ol.vrafions in a portion of a street, ri,O.Yt.-of-way, or easetnent �!renter thmm. is necessary for proper execution of th.e W'Orli, the City many require the Contractor to Inush the section on wlaich operations are in propp-ess be we work. is conimenced. on any additional area of the Site. o CUY 01F FCATWORTH STANDARI)CON�SITI JCFKRq SPECIFCAT1014 DCrIumiNrs Revisjoat[Avunka 21,2012 U0 U UQ-I Mel General Conditions Page 29 of 63 3.' Should. any lama Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to .Paragraph 6.21, Contractor shall indemnffi and hold harmless City,ftwin, and againvt all claims, costs, lossys, and daynages arising out of or relating to any claim or action, legal or equitable, brought by arVI such owner or occupant aAairr t City. B. Remo ml cif .Debris During Pertbrnumce I' the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Reinoval and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regidations. C. Mte Maintenance Cleaning,- 24 hours after written, notice is given to the Contractor that the clean-up on the job site is proceeding in a manner urisatisfactory to the City, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action. as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electrome communication), and the costs of such direct action, plus 25 % of such costs, shall be deducted from the nioni.es due or to become due to the Contractor. MI D. Final Site Cleaning: Prior to Final Acceptatice of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion. of the Work Contractor shall remove from.the Site all tools, appliances, construction. equipment and machinery, and surplus materials and shall restore to original condition. or better all property disturbed by the Work. E. .loading S`Imictw-es. Contractor shall not load nor pen it any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will end anger it. 6.13 Record I)ocunients A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda,, Change Orders, Field Orders, and wfittenhiterpretations and clarifications in good order and annotated to show changes made during construction. These record. doCUments together with all approved Samples and a counterpart of all accepted Submittals will be available to City for reference,, 'Upon completion of the Work, these record docuinents, any operation and maintenatice in,-.Muats, and Submittals will be delivered. to City rior to Final his ection. Contiactor shall include .P P accurate locatiorus for buried and imbedded items. 6.1.4 Sq/ete and Protection A. Contractor shall. be solely responsible for initiating, maintaining and superNising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the perf6rinance of their work, nor for coiripliance with applicabte safety Laws and Regulations, Contractor shall CITY OF FORT WO.W17H, STANDARD C0NS'JRUI7rK)]q SPECIFCATION DOCUMENTS Revision,Dm3yaber21,2012 UU 12 UU-I General Conditions Page 30 of 63 take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal,relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 6.14.A.2 or 6.14.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 6.15 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. 6.16 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 6.17 Emergencies andlor Rectification A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give City prompt written notice if Contractor believes that any significant CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:De=ber2l,2012 UUTZ W-I General Conditions Page 31 of 63 changes in the Work or variations from the Contract Documents have been.caused thereby or are required as a,result thereof-' If City deterniines; that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Change Order may be issued. B. Should the Contractor fail to respond. to a request fr® the City to rectify any discrepancies, wad omissions, or correction necessary to conforni with the requirements of the Contract Documents, the City shall give the Contractor wrateD. notice that such work, or changes are to be perfb.n-red. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action. to correct the condition. In the event the Contractor does not take positive steps to ftdfill this written request, or does not show just cause for not tak ing the proper action, within 24 hours:, the City may take such reniedj l action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, fro m. any funds due or become due the Contractor on the Protect. 6.18 Submiltals A. Contractor shall submit required Subr.ruttals to City for review and acceptance in accordance with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be identified as City may require. 1. Submit number of copies specified in the General.Requirements. 2. Data shoval, on the Submittals will be complete with respect to quantities, dinnensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by paragraph 6.18.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in contbrinity with the Contract ")0 Documents unless otherwise required by City. 4, When. Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on. the Drawings and Specitications. 5. For-Infon-nation.-OtAy submittals upon which the City is not expected to conduct, review or take responsive action may be so identified in the Contract Docunrient& 6. Submit required number of Samples specified in the Speci F]cations. 7. Clearly identify each &ui.lple as to material, Supplier, pertnient,data such as catalog nun-i.bers:, the use for wifich intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 6.18.C. Mot" 14"T CITY OF FORF woRrH STANDARE)coNs'rRUC"HON SPE"CIFCATION DOC'UMENTS of'o, Revision-Dmunbey2l,2032 OU'l Z UR) General Conditions Page 32 of 63 B. M4sere a Submittal is required by the Contract Doemnents or the Schedide of Submittals, any related Work performed prior t® City"s review and acceptanct of the pertinent submittal will be at the sole expei.'ise and responsibility of Contractor. C. City's Review: 1. City will prmdde firaely review of recli,dred Subinittals in. accordance with the Schedule of Subl,nittals acceptable to Gry. City"s review and accepUmce will be only to deten.,nine if the M items covered by the subrnitlaJs will, after iiistLfflafiori or incorpoiration in the Work, conform to the infannation, given in the Contract lJocuments and be compatible with the design concept of the completed project &s a furictioning whole as indicated by the Contract 0J)" Doctunents. 2. t'-,'iry's review and acceptance will not extend to ryiearu4, methods, techniq'ues, sequerices, or OF procedures of construction (except where a particular means, method, technique, sequence, or procedure of constni'dion is specil'ically and expressly called :for by the Contract Documents) or to szd6ty precautions or programs incident thereto. The review and acceptvace Ifflo of a separate item as such. will not indicate applAwal of die assembly in whiel'i the itern functions. MR, 3. City's review and acceptance shall not relieve Cc ntractor from responsibi lily for any variation from the requirenients of the Contract Docuni.ents unless Contractor has complied. with. the requirements of Section 01 33 00 and City has given vylitterr acceptarice of each IMP such variation by specilic written notation d-tereof incoiVorated in or accomlia.T.iying the Submittal. City's review and acceptance shall not relieve Contractror from responsibility for complying with the requirements of the Contract Dom enents. MMIM 6.19 ConlinuinA ,! the or IMM Except as otherwise provided, ontractordiall carry on the Work and adhere to the project Schedule during all disputes or disagreements %Vjth City. No Work shall be delayed or postponed pending resolution of any disputes or disagreernents, "(.,,ept as City and Contractor may oflierwise agree in Writing. 6.20 Contractor's General Warrano and Guarantee arj A. Contractor warrants and guarantees to City that all Work will be in accordance 'With the Contract Documen:Ls and wdl not be del,ective. City and its officers, (firectors, members, partners, ppw eir,)ployees, agents, considtants, and subcontxactors shall be entitled. to rely on representation Of Contractor's waiTaray and guvantee. r—I B. Conlractor's wan-ality and Vuarw'ttee hervu-1drer excludes defects or(kmnage caused by: L abuse, modification, or iniiProper maintenance or operation by persons other than Contractor, Subcontractors, Sup 'pliers, ar -my other individual or entity for whom. Corlixactor is responsible; or C'MY OF FORTWORTH ppa STAbDARD CONSTRUMION SPECAYCATION DOCUMLNII'S i Revision-Ek=Ax-j 21:,2012 U0,12 GNU­I ry General Conditions Page 33 of'63 2u noiTna.l.wear and tear under normal usage. C. Conixactor's obligation. to pejl'onn and con3plete the Work in accordance with the Conts.a.d. Docturients, shall be absolute. None of the following will constitute an acceptance of or that is not in accordance with the ContTact.Documents or a release of ConlTactor's obligation to perfonal. the Workin accordance with the Contract Documents: svn L observations b n t y; 2. recommendation or payrnent by City of any progress or final payment; 3. the issuance of a c(--,-rtiflcEite of Final. Acceptwice by City or any payn.ient related Iliereto by City; 4. use or occupancy of the Work or any part,theireof by City; WO 5. any review and acceptimce of a Submittal by City; AIRR? 6. arq inspection,test or approval by others;or 7. any correction,of defective Work by(-.Nty. jmp D. The Contractor shall remedy any defects or da,nmiges in the Work and pay for any dwnage to other work or property resulting flier eft orn which shall appear within. a period of two (2) years from the date of Final Acceptance of -the Work U11less a longer period is specified and shall flu-nish a good and sufficient niaintenarice bond, complying witt.i. the requirements of Article 5.02.11. The City will give notice of observed defects with reasonable promptriess, ORO 6.21. Indemnification A. Contractor covenants and agrees to indemnity, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and an claims arising out of, or alleged to arise out of, the or and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. 1 E 9 ESILMILD IQ UELRAIL AM BE LEFLULYL LM, JJE 11 IS AjjjLULJ2 UR I!RQUN THAT ALL, QR �QMLI Q11 11K RAMAULS HLINQ SQUiLIT MIRE LALS02, IN AU011 QR Vi EARL By AN! ALL QMbSIM QR MULMULL Of THL C.111. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal MRIM! fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnif( and hold harmless, at its own expense, the "I City, its officers, servants and employees, from and against any and an loss, damage, or destruction of property of the City, arising out�of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, QMT licensees or invitees under this Contract. 'j'W _0jjLM1SL11LA11QN EHQVISMN_L± (IT OF FOR'.I'WORTH SIANDARD CONSTM n�ON STIECTCATION DOCUMENTS Remisim lk=nba-21,2012 UU'02 CCU-V General Conditions agave 34 of 63 Chs !W V fi} Y' { OR a ANY ALT', QMISSIQN OR MUIGULL QE THE CITY. 6.22 Delegation o ' ' xv°icrrz r °sf Se r�ra;e�aa A. Contractor will riot the reqLfted to provide, puofe°ssiona l clesi nn sery ices unless such services are lnecificadly required rui:red ley the Contract :Docuurner:is for a poi i.o n of the Work. or unless such services are required to carry out Contractor's responsibilities for construction reams, methods, techtd.qp.es, sequences and procedures. MOPY B. If professional desip:n services or certifications by a desi ri prof�ssiornuaf related to systems, materials or equipment are specifically required of Contractor by the C;tloratr°act D ocanrraents, City OR will specify all per f.annnuan:uce and design criteri a that srel services ust satisC y° Contractor shall cause suuch services or certifications to be provided by a properly licensed professional, whose signature d seal shall a pp ear or all drawings, c dca"latiaras, specifications, certifications, and Submittals prepa"rred by such professional. Submittals related tc°a the ork.designed or cel titled by such professional, if prepared by others, shall hear such professional's writtera al:nproval When submitted to City. C. City shall be entitled to rely gpon the adequacy, accuracy and completeness of the services, certifications or approvals perl'on:aed. by such design lrr:°aafess on als provided City, has specified. y" to C:''ontractor p::aerf"on°rrn.rance and design criteria that such services must satis:f ° D. Pursuant to this Paragraph 6,22, City's review and accepntarnace of design calculations and design d:raa"ira s will be only for the l:i.mited purpose of checking liar conformance with per f" rnaance and design criteria given andthe designs concept expressed in the Contract Documents. City's review d acceptaance of Sul)rrnaitta°als (except desipira calculations and design drawings) will be only for the purpose stated in Paragraph 6.l ADC::. 6.23 Righl toeludit W The Contractor a. gees that the City shall, until the expiration of three ( ) years after final payment under this Contract, have access to and the rt lat to examine and photocopy any directly pertinent looks, clocanrnnnerats, papers, and records of die Contractor involving txaarnsactio ns relatirn ; to this Contract, Contractor ux trees that the City shall have access during Regular Work.hig Hours to all necessary Contractor facilities and shall be Provided adequate and appropriate work space raa�� i order to conduct audits in. currant:l:iaaa.ce .u.e pro i.�sio:n:.s of this parau raup�la.. Die City shall. give Contractor reasonable advance notice of intended audits. B. Contractor fUrther aag ees to hichrd.e in.all its subcontracts p°rereannder a provision to the effect that the subcontractor agrees that the City u ha:ll., nnuratil the expiration of three (2) years after Fi nal payrraerat under this Contract, have access to and the rirgbt to examine and photocopy an.y directly pertinent loc uncnts, papers, andr � Subcontractor, involving transac;°irr to the subcontract, d urherthatCity ha➢lhve access Rep World.rig Hours to all CM,OF[FORT WORTH a STANDARD COIINS a°niCUC a")`a0IN sPU'CTF(;' T aC)'Bar d YC"B WIa'aIar'S RrMsiow Dewxn 2),2C)n2 General Conditions Pap 35 of 63 Subcontractor facilities, and shall be provided adequate and approptiate work space in order to conduct audits in compliance with the provisions of this Paragraph.. The City shall give Subcontractor reasonable advance notice of intended axidits. C. Contractor and Subcontractor agree to pbotocolly such. documents as may be requested by the City. 'Me City agrees to reimburse Contractor for the cost of the co des as follows at the rate published in.the Texas Administrative Code in effect as of the time copying is perfomiled. 6.24. Nondiscrimination amp, A. 1he City is responsible for operating, Ptib.l.i.c 'l.rEtrisl,rortati.on Programs and irnplenienting transit- related projects, which are funded in .part with Federal financial assistance awarded by the U.S. i0q, Departi-nent of Transportalion and the Federal Transit Administration (FFA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. 'Title V1, Civil Rights Act qJ'1964 ay ainerukd,- Contractor shall comply with the requirements of the Act and the Regulations as further defined in the SupplemenLiry Conditions for any project receiving Fedenil assistarlice., AWRCLE 7—OTHER WORK AT THE SITE 7.01 Related Work at Site A. City- may perfonn other work related to the ProJect at the Site with City"s employees, or other City contractors, or througli other direct contracts lberef6r, or have other work performed by utility owners. If such other work is not noted in. the Contract Documents, then written. notice thereof will be given to Contractor prior to starting an.y such other work; and B. Contractor shall afford each over contra(lor who is a party to such a direct contract, each ritility owner, and City, if City is perforining other work. with City's ern],11ayees or other. City contractors, proper and safe access to the Site, proAride a reasonable opportumity for the lift introduction and storage of materials and equipinent and the execution of such other wor,k, arld properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patebing of the Work that may be required to property, connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutffi.ig, excavating, or therwise alteiinly such wor ; provided, however, that k Contractor rnay cut or alter others' work with the wriften consent of City and the others whose work will be aMeted. MiNg C. If the Proper exectition or restilts ofaiRy:past of ContTactor's Work..depends upon work.perfonned by others under this Article 7, Contractor shall inspect such. other work and promptly report to City in )wifing any delays, defects, or deficiencies in such other work that render it unawtilable or urisuitable for the proper execution and results of Contractor's Work. Contractor'sflailure to so report will constiftite an acceptance of such offier work as fit and proper for integration. with Contractor's Work except for latent defects in the work..provided by others. CTIT OF FORT WORT11 S •ANI)ARD C()NSTRU(71Vl()N SPECIFCAU(M LK)CUMENTS Revision:Domidw2l,20J2 U0/2 UU-I General Conditions Page 36 of 63 7.02 Coordination A. If City intends to contract with others for the performance of other work on the Project at the Site,the following will be set forth in Supplementary Conditions: 1. the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; 2. the specific matters to be covered by such authority and responsibility will be itemized; and 3. the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the Supplementary Conditions, City shall have authority for such coordination. ARTICLE 8—CITY'S RESPONSIBILITIES 8.01 Communications to Contractor Except as otherwise provided in the Supplementary Conditions, City shall issue all communications to Contractor. 8.02 Furnish Data City shall timely furnish the data required under the Contract Documents. 8.03 Pay When Due City shall make payments to Contractor in accordance with Article 14. 8.04 Lands and Easements; Reports and Tests City's duties with respect to providing lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City's identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at or contiguous to the Site that have been utilized by City in preparing the Contract Documents. 8.05 Change Orders City shall execute Change Orders in accordance with Paragraph 10.03. 8.06 -Inspections, Tests, and Approvals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 13.03. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Decernber2l,2012 (A)'12 LK)-L OR Gemend Conditions Page 37 of 63 8.07 Limitations on A The City shall not supervise, direct, or have control or alithority over, nor be responsible for, Contractor's means, methods, techoiques, sequences, or procedures of corm ruction, or the safety precautions and I'irograrns incident thereto, or for any faiture of Contractor to comply with Laws and Regidations applicable to the perfoInnance of the Work. City, will not be responsible for P, (',',ontr-dctor's failure to perforin the Work in accordance with the C14�)ntract Docurn.ents. B. City will notify the(,onlyactor of applicable safety p1mis pursuant to Paragraph 6.14. mo% 8.08 [bidisclosezi Hazar(lous Environnietital Clon(lition City's responsibility with respect to an Undisclosed HazardoiLs Environmental Condition is set forth in Paragrapjt 4.06. 8.09 Compliance with Safqy.Pro grain While at the Site, City's employees and representatives shall cornply with the sJlecifi-c applircable requirements of Contractor's safety prograrns of which City has been infomied pursuant to Paragraph 6.14, ARTICLE 9®cr ry,s OBSERVATION STATUS DURING CONSTRUCTION 9.01 City's Pr qject Rqyp,-esentafive City will provide one or more Project Representative(s) durnig the construction period, The duties and responsibilities and. the limitations of aulhojity of City's representative d: ng construefion are set forth in the COutract Document& The Project Representative(s) will. be as provided in the Supplernentm-y Cotiditions. 9.02 Visits to Site A. City's Prcject Representative will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in. order to observe the progress that has been made and the quality of the various aspects of Coi-Axactor's executed Work. Based on infomiation obtained during such visits and observatiorLs, City's project Representative will detennine, in general, if the Work is proceeding in wcordance with the Contract Docurnients. City's Project Representative will .not be required to make exhaustive or, continuous inspe✓fions on the Site to cbeck the qwdity or quaritity of the Work, Citys Project Representative's efflorts will be directed toward providing City a p,-eater dep-ee of confidence that the completed Work will.cordbrm.generally to the Contract Docurnerihs, B. City's 11'roject Representative's visits and observations are subject to all the limitations on authority and respon sibility in the Contract Documents including those set forth in Paragraph 8.07. "Roil CITY OF FOR'F WOME K'AM)ARD CONSIRUC110N SPF MFCAHON D00 IMENTS Revisiorr Ekmdxx 21,2012 MY2 UU- I General Conditions Page 38 of 63 9.03 Authorized Variations in Work City's Prqject .Representative may auth.orize minor variations in the Work from the requirernents of the Contract Documents which do not involve an adjustinent in the Contract Price or the Contract Time and are compatible with the design concept of the completed. Project as afiLinctiordrig, whole as indicated by the Contract Documents. These may be 'accomplished by a Field Order and will be binding on City and also on Contractor, who shall perfiorm the Work involved Promptly. 9.04 Rejecting Dqpctive Work City will have authority to reject Work which City'sl?rqject Representative believes to be defective, or will not produce a completed. Pr(�)Ject that co.al'on-ris to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a fiwactioning whole as indicated by the Contract Docurnent's. City will have authority to conduct special inspection or testing of the Work as provided in Article 13, whether or not the Work i.s fabricated, installed, or completed. 9.05 Deterininations.for Work Pe�fbrnied Contractor will determine the actual quantities and classifications of Work.perfornied. City's Project representative will review with Coi-Axactor the preliminary detet'rnittations on such matters bel-ore rendering a written recommendation. City's written decisiori will be 1" al (except as modified to reflect changed factual conditions or more accurate dal A). ura 9.06 Decisions, on Requirements,of Contract Documents and A cce.ptabifiryqf Work A.. City will be the initial. interpreter of the requireirients of the Contract Docuirients and judge of the acceptability of the Work thereunder. VpM 'B. City will render a written decision.on any issue referred. C. City's written decision on the issue referred will be final and binding on the Contractor, subject to the provisions of Paragraph 1.0.06. ARTICLE 10—CRANGES IN THE WOIUC; C]"JAIMS; EXTRA WORK 10°01 A uthorized Clhanizes in the Work A.. Without invalidating;the Contract and.without riotice to any surety, City may, at any tim.e or from time to time, order Extra Work. Upon notice of such Extra Work-, Contractor shall promptly proceed with the Work involved which will be perlbrined under the applicable conditions of the Contract Documents (except as odierwise specifically provided). Extra Work- shall be memorialized by a Change Order which may or may not precede an.order of Extra work. B. For rninor chariges of Work. not reclijifing changes to Contract Time or Contract price, a Field Order may be issued by the City. MY OF FORT WORTH STANDARI)CONSTRIX110N SPE'CIFICATION D00 RVIE'NIS Revision:I'mantm-21,2012 UU7Z UU.1 1 "JI General Conditions Pqge 39 of 63 10.02 Unauthorized Changes in the Work Contractor shall not be entitled to an increase in the Contract Price or an extension of tile ContTact Time with respect to any work perfonned that is not required. by the Contract Documents as aniended, modified, or supplemented as provided, in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6017. 10.03 Execufion oj'(7hange Orders A. City and Contractor shall execute appjopriate Change Orders covering: I. charm es in. the Work. which are: (i) ordered by City ptirsuant to Paragraph 10.01A, (ii) reqtu�ared because of acceptance of def ctive Work under Paragraph 13.08 or City's correction, of de.fective Work under Paragraph 13.0 9,or(iii) agreed to by the parties; 2w changes in the Cotitract Price or Contract Time which are agreed to by the parties, including any undisputed sum orarnount of time f6r Work achwly perfblined. 10.04 Extra or A. Should a difference arise as to what does or does not constitute Extra Work, or as to the paynient thereof, and the City insists upon its perfbnnance, the Contractor shall proceed with the work after inalwig written request for written. orders and shall keep accurate account of the actual reasonable cost thereof Contract Clairtis regarding Extra ork shall be made pursuant to Paragraph 10,06. B. The Contractor shall firmsh the City such installation records of all deviations from the odginal, Contract Documents as may be necessary to enable the City to prepare for pen-nanent record. a corrected set of pfims showing the actual instdAlation.. C. The cornpetisation agreed upon for Extra Work whether or,not initiated by a Change Order shall be a ffill, complete and final payrnent for, all costs Contractor incurs as a result or relating to the eliange or Extra Work, whether said costs are known, unknown, foreseen. or urribreseen at that sm�, time, including without limitation, any costs for delay, extended overhead, ripple or impact cost., or any other effect on chaDged or unchanged.wor.k as a result of the change or Extra Work. qmjy) 1.0.05 Not�ficafion to Surely if the provisions of any bond require: notice to be g4ven to a suivty of any 6ange affecting the general. scope of die Work or the provisioris of tlie Contract Docurnents (includijag, lbut not limited to, Contract Price or CojAract Tirne), the giving of arly such notice will. be Contractor's responsibility.. 'Me amount of'eadIl applicable bond will be adj�usled by die Contractor to reflect the IM, effect of any such change. IMM ,rly()F FORT WORTH STANI)AR D CONSTIM JCMN SPECrF.CWFION DOCUMFN,rs Rtwision:Dxrnitrz2l,2012 Goner al Conditions Page 40 of 63 10.06 Conlract Cl Tars Process, A. Cify',Y Decision Required: All Contract Chdins, except those waived pursuant to Paragraph 14.09, shall be referred to the City for decision, A. decision by City shall be required as a condition precedent to any exercise by Contractor of any rights or remedies he may otherwise have under the Contract Documents or by Laws and Reguhitions in respect of such Contract Claims, B. Mticel- L Written noti.ce stating the general nature of each. Contract Claim. shall be delivered. by then Contractor to City no later than. 15 days after the start of the event giving arise Ihereto. The responsibi lily to substantiate a Contract Claim shall rest with the party making the Contract Claii.n. 2. Notice of the ainount or extent of the Contract Claim, 'with supporting data shall be delivered to the City on or befbre 45 days frorri.the start of the event giving rise thereto (unless the City allows additional time for C'oritractor to submit additional or more accurate data in.support of such Contract Gains.)® 'c e shall I A Contract laim, for an. adjustment in. Contract I-In h be prepared in accordance with the provisions of Paragrapli 1.2.0 1. 4. A Contract Ch rn for an adjusl'men,t in Coiltract Time shall be prepared in accordance with. the provisions of Para rajah 12.02. 1 5. Each Contract Clah-n shall be accornpanied by Conttactor's written staternent that the adjusiment claimed is the entire adjustrnent to which the Contractor believes it is entitled as a result of said event. 6. The City shall submit any response to the Contractor withfia 30 (jays after reecipt. of the claitnant!'s last subn1ittal (unless Contractallows additional time). C. City's Action: City will review each Contract Claim and, within 30 day's after receipt of the last submitud of the Contractor, if any,take one of the followingactions in writing: L deny the Contract Claim in whole or in part; 2. approve the Contract,Claim; or 'ontrad Claini if, in th.e City's 3. notify the Contractor that the City i�,., iuiabte to resolve the C sole discretion, it would be inal)propriate for the City to do so. For purposes of ffirlher resolution of the Conti'act Claim, such notice shall be deemed a denial.. OTY OF FORT WORIE. Opp, STATOMIU)C'ONSTRUCTION SPECR.ATION DOCUIVENTS RcvLsiorr.D=rnbrj 2 1,2012 U0 12 ou-I 19MI, General Conditions Page 41 of 63 wfj,J D. City's written action. under Paragraph, 10.06,,0; will be fmal and binding, unless City or Contractor invoke the dispute resolution.procedure set forth in Article 16 within 30 days of such action or denial. E. No Contract Claim for an adjusti.-nent in. Contract Price or Contract Time will be valid if not submitted in accord. ce with this Paragraph 10.06. ARTICLE 11—COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS QU`ANTM ME�ASUREMENT 1.1..01 Cost of the Work A. Costs .lncludetk The to Cost of the Work means the sum of all costs, except those excluded in Paragraph 11.01.° , -necessarily incurred and paid by Contractor in the proper performance of the Work. When the value of any Work covered by a Change Order, the costs to be reimbursed to Contractor will be only those additional or incremental costs required because of the change in the Work. Such costs shall not include any of the costs itemized in Paragraph 11.01. B, and shall include but not be limned to the fbilowing items: 1. Payroll costs for ernployees in the direct employ of Contractor in. the performance of the Work under schedules of job classif]cations agreed upon by City and Contractor. Such employees shall include, without litnitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include; a. salaries with a 55%maricup, or b. salaries and wages plus the cost of fhnge benefits, which shall include social. security contributiows, unemplOyMent, excise, and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of Regul.ar Working Hours, Weekend. Working 1-lours, or legal. holidays, shall be included in the above to the extent authorized by City. 2. Cost of all materials and ecperip nient furnislied and incorporated in the Work, including costs ming of transportation and storage thereof, and Suppliers' field services reqLdred in connection therewith. mg)g 3. Rentals of all construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City, and the costs of tau'.Lsportation., loading, urdoading, asseinbly, dismanth-ng, and removal thereof All such costs shall be in accordance with the terms of said rental argreernents. The rental of any such equipi'rient, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. MY OF soar I' STANDARD CONSTRUC71"10N SPIMFCATION DOCUMENTS Revisiom DkoemW 21,2012 UU/200-1 General Conditions Page 42 of 63 4. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If required by City, Contractor shall obtain competitive bids from subcontractors acceptable to City and Contractor and shall deliver such bids to City, who will then determine, which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same manner as Contractor's Cost of the Work and fee as provided in this Paragraph 11.01. 5. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work. 6. Supplemental costs including the following: VA a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost, less market value, of such items used but not consumed which remain the property of Contractor. c. Sales, consumer, use, and other similar taxes related to the Work, and for which Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and Regulations. d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. e. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by Contractor in connection with the performance of the Work, provided such losses and damages have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of City. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of dete ning Contractor's fee. £ The cost of utilities, fuel, and sanitary facilities at the Site. g. Minor expenses such as telegrams, long distance telephone calls, telephone and communication services at the Site, express and courier services, and similar petty cash items in connection with the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 UU 12(A)-I ANN, GenerW Condibow Page,43 of 63 h. The costs of premiurms for all bOrlds and iii.surwice Contractor is required by the Contract Document's to.Pw-chase and mainUain. rru B. Costs Excluded: The term Cost of the Work shall not include any of the following items: I.® Payroll. costs and other compensation of Contractor's officers, executives, principals (of yjsl/r partflerships and sole proprietorships), gerwrtd managers, safety managers, engineers, architects, esfiniators, attorneys, auditors, accowitants, purchasing and conb-acthig agents, expediters, timekeepers, clerks, and other persoimel enr0oyed by Contractor, Whether at the Site or in Contractor's priincipal or branch of for general administration of the Work and not specifically included in the ae,,,reed 'upon schedule of job classifications referred to in. Pa a. I1.01. .I or specifically covered by Paragraph 1.LOLAA, all of which. are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Cori tractor's principal and branch offices other than Contractor's office at the Site. 3. Any part of Contractor's c4pital expenses, including interest on Contractor's capital. employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the negligence of Contractor, any Subcontractor,, or anyone directly or indirectly errs loved. by �my of them or for wbose acts any of theta may be liable, including but not limited to, the con.-ection of defective Work, &SPOSall, of materials or e ,rripm.ent vwonfly supplied, and making good any darriage to Property. 5. Other overbead or general exilCrise costs of any k.hid. C. Contractor's Fee.° When 0 the Work is perfbmied on the basis of cost-plus, Contractor's fee shall be determined as set forth. in the A. reement. Wlieri the value (A'any Work covered by a (','baage Order for an adjustment in Contract Price is deten-nined on the basis of Cost of the Work,Contractor's fee shall be determined as set forth in Para�raph 12.0l.C. D. Docwnentafion: Whenever the Cost of the Work for any purpose is to be detennined pursuant to Paragraphs ILOLA and 11.01.13, Contractor will establisli and maintain. records thereof in accordance with generally accepted accounting practices and stibnaiit in a form wceptable to City an itenrized cost breakdown together with supporting data. 11.02 Allowances A. d; ec�fied' Allowance.- It is utiderstood that Corifiactor has included in the Contract Price all allowances so narn-ed in the Contract Documents find shall cause the Work. so covered to be perfimried for sudit s and by sucti persons or entities as inay be acceptable to City. yfu B. Pre-bidAflowances: 1. Contractor agrees that: CITY OF FORT WOR.Ti I STANDAM)CONSTRUCHON SPECIFCATION DOCUMENTS Revision:DwinixT2112012 (MY2 V)-I General Conditions P,,,q.,Yc 44 of 63 OP as the pre-bid allowances include the cost to Contractor of materials and,equipment req�uired by the Alo wances to be delivered at the Site, and all applicable taxes; and b. Contractor's costs for wiloading and handlijig on the Site, labor, inst,-diation, overhead, profill, and other expenses contemplated for the pre-bid allowances have been included in the allowarices, and no demand. :for additional payment on account of any of the f.bregoing will be valid. M, C. Confingenc ,v 411oivance: Contractor agrees that a contingency allowance, if ark y, is for the sole use of City., D. Prior to final payment, an approlniale Change Order will be issued to rellect actual announts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted, 11.03 U nit.Pricer Work A. Miere the Contract Docurrients provide that all or part of the Work is to be Unit Price Work., initially die Contract Price will be deemed to includefior all Llnit Price Work anarnount equal to the sum of the urdt price for each separately identified item of Umt Price Work times the o estimated quantity of each.item as indicated irn the A g-eement. B. The estimated quantifies of iterr.is of Unit Price Work. are not guaranteed and. are solely for the I purpose of comparison of Bids and deten.nining art initial Conttad 11hee. Determinations of the actual quantities and classi fications of t fnit Price Work.,pertornied by Contractor will be made by City subject to the provisions of flaragn-aph.9.015° C. Each unit price will be deemed to include an amiss unt considered by Coaractor to be adequate to cover Contractor's overhead and profit for each separately identified itern. Work.described in the (7ontract Documents, or reasonably inferred as recitfired for a fianctionally complete installation, but riot, identified in die listing of unit yvice items shall be considered incidental to urn t price work listed and the cost of incidental work.included.as part of the unit price. D. City may make an ku�justn.'Ient in the Contract Price in accordwice with. Paragraph 12.01 if- D.Yr itern of Unit Price Work pert6rrned by Contractor differs materially and 1. the qumfity of a sip ..).iifi cantly :bairn. die estimated quwitity of such itern indicated in the Ageement; and 2. there i.s no carr'eSP()rJ(Jri11g ao:justrnerit with respect to any other item of Work. 12'. Increased or Decreiised Quantiday: 1 h City reserves the right to order Extra Work in accordance with Paragrapb 10.01. 1. If the charoges in quantities or the alterations do not significantly charige the character of woric under the C ontract Documents, the altered work will be paid foi- at the Contract unit price. CITY(X.FFORTWORTH S VANDARD CONSM 9.110111 SPECIR."ATIM4[)OCUTVfl,'TTFS Revision:D=n1m,21,2012 M/Z 00-I MIT General Conditions Page 45 of 63 "M 2. If the changes in quantities or alteTati3ODS significantly change the character of work, the Contract will be mnended by a Change Order. "IMP 3. If no unit prices eXirSt, this will be considered Extra Work and the Contract will be amended by a Change Order in accordance with Article 12. qfqj%, 4. A. significant cbwige in the character of work.occurs when: a. the character of work.fbr any Item as altered differs inaterially in kind or nature from that in the Contract or b. a Mqjor Item of rork, varies by more than 25% from the original Contract quantityr. MIN 5. When the quantity of work to be done imder any Mqjor Item of the Contract is more than 125% of the original quantity stated in the (.(�)ritract, then either party to the Contract may request an a4justnient to the unit price on the Ndion of the work that is above 12511/0., 6. Wben the quantity of work to be done mider any Mqjjor Item of the Coritract.is less tIM 75% of the original quarnity stated in the Contract, they either party to the Contract may request an adj ustmerit to the unit price. 11.04 P'lar �uantityMea,,,viirenie)l,it A. Plans quantities may or may not represent the exact qwintity of ork Performed or material moved, handled, or placed (luring the execUti0D.of the Contract. The estimated, bid quantities are designated,m final Payment quantities, unless revised by the governitig Section. or this Article. B. If the qumitity measured &s ourthiled under"Price and Payment Procedures" varies by more than 25% (or as stipulated under "Price and Payment Procedures" for specific Items) from the total estimated qumitity for an individual Item originally showli in the Contract Documents, an a4justment :may be made to the clmuitity of authorized work done for payn-ient purposes. nie paily to flie Contract requesting the adjustment will provide field rneaLsurements and cadculat!ODS showing the final. quantity for which payment will be made. flayment for revised qxhinrbty Win be made at the unit price bid for that Item, except as provided for in Article 10. C. When quantities are revised by a chmge in desip gn approved by the City, by Cbange Order, or to correct an error, or, to correct an error on the plans, the plans quantity will be increased or decreased by the arno-ant involved in. the claw�ige, and the 25% varimice Mill apply -to the new plans quantity. D. If the total Contract quanlity MUlt"Illied by the tmit price bid for an. individual Item is less th.an $250 and the Item is not originally a plans quantity Item, then the Item =�y. be paid as a plans quantity Itern if the City and Contractor agree in writing to fix the final quantity as a plans quantity. pfjpw CITY OF FCAT WORM STANDARD(7,GNSTRI JCTION SPEXT.WCATION DOCUMFNTS Revision:Wnmlm!2t,2012 001 UU U,UU.-➢, GeneraJ Conditions Page 46 of 63 pip, E. For cafloUrt work or non-site specific Contracts, the p1m).9 quantity measurement requirements are not applicable. Awna.,E 12—CRANGE OF CONTRACTNUCE; CHANGE OF CONTRACT TIM ' IF 12.01 Chavgv ofConlract Price A. 'me Contract Price may only be changed.by a Change Order. B. The value of any Work, covered by a Change ()rder-will be deterniii-ted as Ulows: I. where the Work. involved is covered by it prices contziincd in the Coritract Docurnents, by application of such unit prices to the quantities of tbe iter.ris involved (SUbject to the provisions of Paragrapb 11.03); or 2. where the Work. inv(:al ved is not covered by tmit p,rices contained in.the CorAxact Docutnents, by as inutually agreed Jump sum or at pnce (which may include an. arl.lowance for overlicad and profit not necessarily in accordan.ce Nvith Paragraph 1.2,01.C.2), andshall include the cost, of any secondary inipacts that are foreseeable at the time of prirCtr[g the cost of Extra Work; or 3. where the Work involved is not covered by unit prices contained. in the ontract Document's and agreement to alunip sum. or unit price is not reached utider Paragraph 1.2.(1LB.2, on. the "M basis of the Cost of the Work., (detcnniried as provided in Para gran].)h 11.01) pl. n a Contractor's fee for oveffiead and profill(detemiffied as provided in Paragraph 1.2.01.Q. C. Cowractor'sF e.- The Contractor's additional f for overhead and profit shall be deterinined.as follows: 1. a tnutuafly acceptable red 1"(e; or 2. if a fixed fee is not agreed qpon, ffien as fee based on.the 'fuller WifIrg percentages of the V'Jrionr_ portions of the Cost of the Work,- a. for costs incurred uj'Ider Paragraphs 11.01.. .1, 1L.,0LA.2. and 11.01.A.3, the Contractors additional fee shall be 15 Pereent except for: 1)' rental .fees.for(Ionft-actor's own eqidpnient using stwidard rental rates; aH 2) bonds and insurance; b. for costs incun-ed under Paragraph 11.(11..x,° and 11.01. . ,the Confractor's fee ha 1.be five percent (5%); 1) wliere one or more tiers of subcon'tracts, are on. the basis of Cost of they Work plus as fee and no fixed Bee is agreed upon, the intent of I'm agraplls 12.(.11°C and 12.01.C.2.b is that th.e Subcontractor who adliatly per lbrr.ns tbe Work, at, whatever CfT'YOF FORT WORTH MOP s'rA I ray ARE)CONSTR UCTION SPECIFCAIION DO C K TMI°a l'S Revision:Lxxxinba 21,2012 Gieneral Condifions Page 47 of 63 tier, will be paid afee of 15 percent of the costs incurred by such Subcontractor urideT Paragra Its ILOLAA and 11.0l.A.2 and that any big P ,her -tier Subcontractor and Contractor will each be paid a fee of five.pereent(5%) of the 4mount p�aid to the next lower tier Subcontractor, however in no case shall the cumulative total of fees.paid be in.excess of 25%; c. no fee shall be payable on the basis of costs itemized under Paragraplas I 1.01A.6, and 11.01.13; d., the antount of credit to be allowed by Contractor to City :for any change which results in a net decrease in cost will be the amoimt of the actmil net decrease in. cost Plw- a deduction in ContrkwtL'0 r's fee by an amount equall to five percent (5%) of such net 011! decrewse. mqp) 12.02 Change qj"Contract Time A. The Contract Titne may only be clianged by a Change Order. B. No exterLsion of the Coiiftact Time will be allowed :for Extra Work or for claimed delay Lut]ess the Extra Work cotiteniplated or claitned delay is shown to be on the critical path of the Project, Schedule or Contractor can show by Critical Path Method amilysis how the Extra Work or claimed delay adversely affects the critical path. 12.03 Delqvs A. AAthere Contractor is reasonably delayed in the perf-ormarice or completion of any part of the Work within flie Co nixact Time due to delay beyond the coniml of'Contractor, the C'ontract Time mill may be extended in an mnount equal to the time lost due to such delay, if a Contract ClIIiJJJ :us made therefor. Delays beyond the control of Contractor shall include, but not be ignited to, acts or neglect by City, acts or neglect of utility owners or other contractors Performing other work as AfOp contemplated by Article 7, fires, floods, epidernics, bnoimal weather conditions, or acts of God. Such. an ad,justnient shall be Contractor's sole and exclusive remedry :f.br the delays described in. this Paragraph. B. If Contractor is delayed, City shall not be liable to Contractor f(:,)r any claims, costs, losses, or damages (i ncluding but not limited to all fees and charges of engineers, architects, attorneys, and other pmfessionals and all count or aTbift-ation or other dirspute resolution costs) sustained. by Contxactoi,on or,in C,0DIICCti0II with.any other,pirqject or anticipated project. C. Contractor shall not be entitled to an adjustment in Contract Price or Contract Time :for drelaYS w iQn the control of Contractor. Delays aftnbutable to and within the control of a Subcontractor or Supplier shall be deerned to be delays vithin the control of Contractor D. 'Ihe ( ontractor shall receive no compemsation :ffir delays or hinchances to the Worli, except when diTeCt"'and unavoidable extra cost to the Contractor is caused by the failw-e of the City to provide infonnation or material,if any,wilichis to be fi.irnishedr by the City. CHT OFTORTWOMU STANDARD CONSTRUCTION SPECIFCATION DOCUMPNI'S R.envision:rXvemAn 21,2012 lit General Conditions Page 48 of 63 Ham' ARTICLE 13®TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACC'EPTA,NCE OF DEFECTIVE WORK 13.01 Notice gI'De c c;is Notice of all defective Work of which. City has actual knowledge will be given to (.,or .r c tor. Defective Work may be rejected, corrected, car accepted as provided in this article 13. 13.012 Access to Work City, independent testing laboratories, and govern.rrw.ental agencies with jurisdictional laaterests will have access to the Site and the Work at reasoia.rrble ti:rrres for their observation, inspection, testing. Contractor shall provide there proper and sake caondltio s for such access and advise them of Contractor's safety procedures and programs so that they.may comply therewith as applicable. 13.03 Teem°and Ins7icctions A. Contractor shall give City tir°r:rely notice of r eadiraess of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing,, personnel to facilitate required inspections or tests. Nom, B. If Contract, Documents, Las or 1.e ulations of an y public body having jurisdiction require any of the Work (or part thereofl to be in,spect:ed, tested, or aplaroved, Contractor shall assume full responsi UU72 UU-I mmt)l General Conditions Page 49 of 63 3. Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the I I esting Lab by Contractor. City will f6rward all invoices for retests to Contractor. 4. If Contractor fails to pay the 'Yesting Lab, City will not issue Final Payment until the Testing Lab is paid. E. If any Work (or the woric of others) that is to be inspected, tested, or approved is covered by Contractor witliout vaitten concurrence of City, Coritractor shall, if requested by City, uncover such Work for observation. F. Uncovering Work asproyided in Paragraph 1.3.03.E shall beat Contractor's expense. G. Contractor shall have the right to make a Cho ntract Claim regarding, any retest or invoice issued under Section 13.03 D. 13.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instTuctions by the (.1ity, it 101411 must, if requested by City, be -uncovered for City's observation and replaced. at Contractor's expense. B. If City considers it necessary or advisable that covered Work be observed by City or inspected or tested.by others, Contractor, at City's request, shall uncover, expose, or offienvise make available for obsenvation, inspection., or testing as City may require, that portion. of the Work in question, .hirnishing all necessary la nor,niaterial, and equ if)nient. 1. If it is found that the uncovered Work. is defrrective, Contractor shall pay all claims, costs, losses, and dam-ages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such uncovering , , exposure, observation., inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair. or replacement of work of others); or City shall. be entitled. to accept defective Work in accordance with Paragraph 13.08 in which. case Contractor shall still be responsible for all costs associated with exposing, observing, and testing the detective Work. 2. If the uncovered Work is not f6und to be defective, Contractor- shall be allowed an increase in. the Contract Price or an extension. of the Contract Time, or both, directly attributable to such uncovering,,, exposure, observation,inspection, testing,replacement, and reconstruction. 13.05 City.May&op the Work If the Work is defective, or Contractor fails to supply sufficient skilled worker's or suitable materials or equipment, or fails to perfonn the Work in such a way that the completed Work will conibrin.to the Contract Docurnents, City may order Contractor to stop the Work, or any portion, thereof, until. the cause for such order has been eliniii-iriated; however, this tight of City to stop the Work shall not Pill", give rise to any duty on the part. of City to exercise this right for the benefit of Contractor, any CITY OF FORT WORTH STANDARD CONs'rRUCTION SPEURA.110N DOCUMENTS Revision:Dminbe.M,2012 a5eaa.cra� Condifiarmns 114,c,50 ann''63 Subcontractor, aarny Supplier, any other individual or entity, or any surety f°onr, or employee or agent of any of them. 13.06 Con-ecrion or Removal qfl)ql�clfive Work. ,.° Promptly after receipt of written notice, (;abnalractor ,shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it l'ronrrn. ffie :Pro'ject and replace it with Word t is not defect e. ate, Contractor shall pay all claims, coasts, a dditia°rnn.an:l testing, losses, and daniages (including g ut not linn°aited to all fees and charges of engineers, architects, attomeys, and other professionals and all court. or arbitration or other dispute resolution coasts) arising out of or relating to such correction or removal. (includixig but not Ih n.:ited. to all. coasts of repair or replace nneu:n.t of work of others). 1°'ail:u.ure to regLui.re the rcrrn.ova:l of any defective Work shall not constitute acceptance of such Work. o When correcting defective Work ana-odor the tom-.1s of this Paragrap[i 13.06 or Paragraph 13.07, antn accar shall m w r � action t nat would or at .cr� a�� impair City's special wnra. ty and guarantee, if army, on said Work. 13,07 (�" r°aa eclion Period A.. If witlun two ( ) years after the date of Final. Acceptance (oar such la n er periobd of time as ...a y. be prescribed by the ternrns of any applicable special guarantee real auired by the Contract Documents), y � � , or if the repair of y cLar na es to the land or Wa�rl� is f`oanarnd. to ha~ dc.f:ectin�e areas made wimlaable for CM;"arn:ntnac;tOr',s use by City or permitted by Laws and Regulations as contemplated in Paragraapla 6°10A is fiaaun.d to be defective, Contractor shall p:ronrnalatly, without cost to City and in accordance with City's written:ira.stn°nactioann.sw 1. repair such deaf ctive lanad or areas; or 2. correct such defective Work; or ,A 3° if the deli:ctive Work has been rejected 1py Cit�y, rern°nove it aura thaw Project and :replace it 'th Woarlo that is not defec;tivc, and n satisfactorily correct, or re:pdir or remove ve n d replace any da rnn.age to other Work, to the wobrlo:. of obth.owrs or other land or areas resulting tlncretro n�na 1 B. If Contractor doves not promptly crnnna ly mrith the terms of City's mrritte n inastrduactaonn:ns, or in an emergency where delay would cause serious risk oaf.l.on,ss our daaannna e, City may have the defective Work.. corrected or repaired, or may have the reJected Work. reru'no ved and replaced., x,..11 claims, y: coasts„ losses, and duaanan cs (inClUding but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dislaaute resolution coasts) arising out oaf"oar relating to such correction or repair or such removal and replacement (including but not liaaanteoa to all coasts of re ptla:i:r or replaaccaracrat of work obf others) will be paid by Contractor, " CITY OF r IRT vvo::rR.']' 000, N ONS °ncN SP �RFCAraON �coasua's rrA n& Y� onn ou 12,ou-I ooq,�, General Conditions Page 51 of.63 C. In special circumstances where a particular item of equipment is placed in contitious service before Final Acceptwice of all the Work,the correction period.for that item may start to run from an earlier to if so provided in the Contract Docturients. D. Where defective Work (and d,, i.a� m .!,e to other Work resulting therefrom) has been corrected or removed and replaced. under this Paragraph 13.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written.notice to Contractor should such additional warranty coverage be required, Contractor may dispute flus requirement by filil.ig a Contract Claim,pursuant to Paragraph 10.06. .E. Contractor's obligations under this Paragraph. 13.07 are in addition to any other obligation or EMT), warranty. The provisions of this Pw-agral)b 13.07 shall not be construed as a substitute for, or a waiver of,the provisions of any appticable statute of limitation or repose. on 13.08 Accej)tance q De V 1 tive of If, instead of requiring correction or removal and replacement of defective Work, City prefers to RM0 accept it, City may do so. Contractor shall pay all clairrLs, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) attributable to City's evaluation of and detem.rdnation, to Aom)Yj accept such defective Work and for the diminished value of the Work to the extent not otherwise paid by Contractor. If any such acceptance occurs prior to Final Acceptance, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, op and City shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of Work so accepted, jmm� 13.09 City May C'Orrect Del afire Work A. If Contractor fails within a reasonable time after written notice from City to correct def6ctive Work, or to remove and replace rejected Work as reqtiired by City in accordance with Paragraph 13.06.A, or if Contractor fails to Perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract I)ocuments, City may, after seven(7)days written notice to Contractor, convet, or remedy any such deficiency,, B. In exercising the rights and remedies under this J'aragraph 13.09, City shall proceed. expeditiously. In connection with such. corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incoiporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but %Vhich are stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City"s other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (JnChiding, but not limited to all fees and charges of engineers, architects, attorneys, and other pro&ssionats and all court or other dispute resolution CrFY OF FORT WORTH STANT)ARD CONSTRUC710N SPECIFCATM I)CCUMENTS Revision-DwesnIm-4 20 n2 VW UU /2 UU-I General Conditions Page 52 of 63 Im costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 13.09. ARTICLE 14—PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Values The Schedule of Values for lump sum contracts established as provided in Paragraph 2.07 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to City. Progress payments on account of Uri-it Price Work will be based on the number of units completed. 14.02 Progress Payments A. Applications for Payments: 1. Contractor is responsible for providing all information as required to become a vendor of the City. 2. At least 20 days before the date established in the General Requirements for each progress payment, Contractor shall submit to City for review an Application for Payment filled out and signed by Contractor covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. 3. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that City has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate insurance or other arrangements to protect City's interest therein, all of which must be satisfactory to City. 4. Beginning with the second Application for Payment, each Application shall include an affidavit of Contractor stating that previous progress payments received on account of the Work have been applied on account to discharge Contractor's legitimate obligations associated with prior Applications for Payment. 5. The amount of retainage with respect to progress payments will be as stipulated in the Contract Documents. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 4V¢172 4YC4... i1VIC General Conditions s Page 53 of 63 B. Review qfAp. pficafionsn, 1° City will, after receipt of each Application for Payrrrent, either indicate in writing a recommendation of payment or return the ,application to Contractor indicating reasons for rel.bshig payrrrerrt. In the latter case, Contractor may make the necessary correctii.on.,s and resubmit the application.. 2. City's processing of any payment requested in an.application for Payment: will be based on Clity's observations of the executed Work, and on City's review of the Application for �I Payment:and the accompanying to and schedules,that to the best of City's knowledge: e: a° the Work has progressed to the point indicated; ° b° the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Final acceptance, r the results of any subsequent tests called for in the Contract. Documents, a final determination of quantities and classifications for Work.performed. under Paragraph 9.0 5, and any other qualifications stated in the recommendation). 3m Processing y'such payment will not thereby be deemed.to have represented that: �1 a° inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically "�wwrd assigned to City in the Contract Documents;ent:.s;or y parties at might entitle Contractor b° there a not be other matters or issues between. e to be paid additionally by City or entitle City to withhold pa3anent:to Contractor, or cn Contractor has complied with Laws and Regulations applicable to Contractor's perfarniance of the Work. 4° City may refuse to process the whole or any part of any payment because of subsequently mp discovered. evidence or the results of subsequent, irrspectio s or tests, and revise or revoke y such payment previously n i&le, to such extent as may be necessary to protect: City from loss because: y% a° the Work is d.eE'ective, or the completed Work has been damaged by the Contractor or his subcontractors,requiring correction or reprlacennent; b° discrepa.rrcies in quantities contained hi previous applications for payment; cu the Contract Price has been reduced by Chan. e Orders; I City has been required to convet del'eetive Work or complete Work in accordance wifth », paragrapl:r. l °q9; or MY CY17FORTWORII-I SI'Ahd`DCarM CONSIRUCIION SPECIFCATION DOCUMENTS r?Y°TS PIMM RLvv sion:I of a 21,2012 00 12 U0-I General Conditions Page 54 of 63 e. City has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A. C. Retainage: 1. For contracts less than $400,000 at the time of execution, retainage shall be ten percent (10%). 2. For contracts greater than $400,000 at the time of execution, retainage shall be five percent (5%). D. Liquidated Damages. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, the sum per day specified in the Agreement, will be deducted from the monies due the Contractor, not as a penalty, but as liquidated damages suffered by the City. E. Payment: Contractor will be paid pursuant to the requirements of this Article 14 and payment will become due in accordance with the Contract Documents. F. Reduction in Payment: 1. City may refuse to make payment of the amount requested because: a. Liens have been filed in connection with the Work, except where Contractor has delivered a specific bond satisfactory to City to secure the satisfaction and discharge of such Liens; b. there are other items entitling City to a set-off against the amount recommended; or c. City has actual knowledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.4.a through 14.02. .4.e or Paragraph 15.02.A. 2. If City refuses to make payment of the amount requested, City will give Contractor written notice stating the reasons for such action and pay Contractor any amount remaining after deduction of the amount so withheld. City shall pay Contractor the amount so withheld, or any adjustment thereto agreed to by City and Contractor, when Contractor remedies the reasons for such action. 14.03 Contractor's Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to City no later than the time of payment free and clear of all Liens. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:Decernber2l,2012 UU U M-I General Conditions Pqp 55 of 63 14.04 Partial Utilization A, Prior to Final Acceptance of all th.e Work City, may use or occupy.any substantially completed part of the Work wl&h has specifically been identified in the Conti-ad I)octuneirbs, or which City', detennines constitutes a separately fUnCtiOlIbIg and usable part of the Work that can be used 1by City for its intended purpose without siolicm.-tt interference with Contractor's perfort.nmice of the remainder of the Work,.. City at any time may notify'. Contractor hi writing to permit City to use or occupy any such part of the Work Much City determines to be r u--idy,for its intended use, subject to the follovving conditions: L CoiTtractor at any time may notify City in wrifing that Contractor considers any such part of the Work ready for its intei.,ided use. 2. Within a rec-Lsonable time after r1.«tifiCation as en.wnerated in Paragraph 14,05.A.1, City and Contractor shall make an insliection of that part of the Work to detemlirne its status of completion. If City does rr®t consider that part.of the Work to be substantially complete, City w notif ll i i y Contractor in writing giving the reasons therefor. 3. Partial Utilimtion.will not constitute Final AcceptUice by City. 14.05 Mnal Jhvpection A. TJpon written notice from Conbuctor that the entire Work is complete in azordance with the Contract Documents: 1. within 10 chays, City will schedule a.Final I.nspection with Contractor. 2. City will notify Contractor in writing of all particulars in wbich this inspection reveals that the Work is incomplete or detective. Contractor shall irnmediately take such measures as are necessary to complete such Work or reulredy such deficiencies. 90100 B. No time charge md.11 be made against the Contractor between said date of'notification of the City and the date of Final Inspection, Should. the City determine that the Work is not ready for Final my!" In pection, City will notify the Contractor in writlDg of the reasons and Contract -'rime will resume. WIN 14.06 Final Acceptance I JIx)n coinj').letion.by,Contractor to City's satis!"action, of"any additional Wor.k. identified in the Final ln.91,)ection, City will issue to Contractor a letter of Final Acceptarice. YY CfT.'Y OF FORT WORTI I STANDARD CONSTRUCTRA4 SMUFCATION DO(I)MENTS Revisiarr D=mLer21,20112 General Clonditions Page 56 of 63 14.07 Final Payment A. .Application for Payment: I. Upon Final Acceptance, and in the opinion of City, Contractor may make an application for final payment following the procedure for progress payments in accordance with the Contract Documents. 2. The final Application for Payment shall be accompanied(except as previously delivered)by: a. all documentation called for in the Contract Documents, including but not limited t® the evidence of insurance required by Paragraph 5.03; bo consent of the surety, if any,to final payment; ce a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and ® affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the work. B. Payment.Becomes Due.- W 1. After City's acceptance of the Application for Payment and accompanying documentation, requested by Contractor, less previous payments made and any sum City is entitled, including but not limited to liquidated damages,will become due and payable. 2. After all Damage Claims have been resolved: a° directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 3. The making of the final payment by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. OAR, 14.08 Final Completion Delayed and Partial Retainage Release A. If final completion of the Work is significantly delayed, and if City so confirms, City may, upon M final:receipt of Contractor's Application for Payment, and without terminating the Conti-act, make payment of the balance due for that portion of the Work fully completecl and accepted. If the remaining balance to be held by City for Work not fully completed or corrected is less than furm in the retainage stipulated in Paragraph 14.02.C, and if bonds have been shed as required Paragraph 5.02, the written consent of the surety to the payment of the balance due for that MY OF FORTWORTH STANDARD CONSIRUC11011;SPECIFCATION DOCUME.�NTS Revision:De==1=21,2012 General Conditions ]Page 57 of 63 omr/" portion of the Work fully completed and accepted. shall be submitted by Contractor to City with the App fication for such payinent. Such paynient shall be m. e under the tenns and conchitions goverrung final payment, eNcept that it shall.not constitute a waiver of Contract Claims. B. J'arlial Relainage Release. For a Contract that provides for a separate vegetative establishrnent and. maintenance, and test and perforinxice periods following the completion of all other constiuction in the ontract Docunients for 0 Work locations, the City may reletse a portion of the amount retained provided that all other work is completed as deten-riined by the City. Bef-bre the release, all subinittals and fmal (Mintifies must be completed and accepted for all other work. .An arnount sufficient to ensure Contract cornpliance will be retclitled. 14.09 Waiver of"Clahns M911 T'he acceptance of.F al paynient will constitute a release of the City from all claims or liabilities under the Contract for anything done or furnisbed or relating to the work- under the Contrad uMp) Docunients or any act or neglect of City, related to or connected with the Contract. ARTICLE 15—SUSPENSION OF WORK AND TERMINATION AMN, .1 5.01 City May Saypend Work A. At any thne and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and whick may fix the date on. which Work wifl. be resunied. Contractor' shall resume the Work on the date so fixed. airing temporary suspemion of the Work covered by these Contract Documents, for any reasoY4 the City will make no extra payment for stand-by time of coi1stiuction equip inent andlor constnIction crews... B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligenc.e of the Contractor, and shouldit be deteniiined by rnutual consent of the Contractor and City that a solution to allow construction to proceed is not available Wirtfun a reasonable period of untie, Corytractor may request an extensiOnr in Contract Tinie, directly attributable to any such suspen.si.ion. C. If it should become necessary to suspend the Work .for an indefinite period, the Contractor shall store all materials in,such a manner that they will not obstruct or impede the public utinecesswily nor become daniaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. .D. Confxactor may be reirnbl]Medfor the cost of inoving his equipment off the job and returning the necessary eqLdpment to the job When it is detennined by the City that constixiction m ay be resurned. Such reimbursement shall be based on actual. cost to the Con ctor of moving the equipment and no profit will be allowed. Reimbursement may not be allowed if the equipinent is trioved to anotlier construction project f.br the City. vom? C[TY OF FORI''WO1.0111 S,1[,A:1qDART.)C(RqSTRUCTION SIT"CH'CA110111 DO(I MEN TS Revision:Ek4mbn 21,2012 00,12 U0-u iAi General Condkions IPage 58 of 63 TO" 15.02 Ci4y.Mdy. Ter min ate,16r Cause A. The occurrence of any one or more of the following events by way of example, but not of 1i initation, may justify termination for cause: 1. Contractor's persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment, failure to adhere to the Project Schedule established under Pv Paragraph 2.07 as adjusted f r o m time to time pursuant t o p aragraph 6.04, or failure to adhere to the City's Business Diversity Enterprise Ordinance #20020-12-2011 established under Paragraph 6.06.D),- maaa 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor's repeated disregard of the authority of City; or 4. Contractor's violation in any substantial way of any provisions of the Contract Documents; or 5. Contractor's failure to promptly make good any defect in materials or workmanship, or hr defects of any nature,the correction of which has been directed in writing by the City; or 6. Substantial indication that the Contractor has made an unauthorized assignment of the AM" Contract or any funds due therefrom for the benefit of any creditor or for any other purpose; or 7. Substantial evidence t h a t the Contractor has become insolvent o r b ankrupt, or otherwise financially unable to carry on the Work satisfactorily; or, 8. Contractor commences legal action in a court of competent jurisdiction against the City. B. If one or more of the events identified in Paragraph 15.02.A. occur, City will provide written notice to Contractor and Surety to arrange a conference with Contractor and Surety to address Contractor's failure to perform the Work. Conference shall be held not later than 15 days, after receipt of notice. 1. If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to perform the construction Contract, the City may, to the extent perrm. tted by Laws and rya Regulations, declare a Contractor default and formally to to the Contractor's right to complete the Contract. Contractor default shall not be declared earlier than 20 days after the Contractor and Surety have received notice of conference to address Contractor's failure to perform the Work. 2. If Contractor's services are terminated, Surety shall be obligated to take over and perfibrin the Work.. If Surety,does not commence performance thereof within 15 consecutive calendar days after date of an additional written notice demanding Surety's perfonnance of its IAN C MY of r0Xr WORTI f ffiv STANIDARD CONSTRUCTI(.:)N SPECIFCAFION DOCUM.E.-NTS Revisiorr-Decernbu21,2012 General Condkioms yy Page 59 of 63 obligations, then City, without pi-ocess or action at law, may Wie over any portion of the Work and camplete it as described below. a. If City completes the Work, City may exclude Contractor and Surety fi-om the site and take possession of the WoTl(, and all inaterials and. equipment fi.:icorporated. into the Work stored at the Site or for AvIfich City has paid Contractor or Surety but which are stored elsewlaere, and finish the Work as City may deem expedient. 3. Whether City or Surety conipletes the Work, Contractor shall not be entitled to receive any fin-ther paynient until the Work is finished. If the unpa,id bala'Ice of the CantTact Price exceeds all claims, costs, losses wid damages sustained by City arising out of or resulting from completing the Work, such excess will be paid to Corib-actor. If such clainLs,, costs, losses and damages exceed such unpaid balance, Contractor shall pay the diffierence to City. Such clamis, costs, losses and darnages hicurred by City will be incoiporated in a Change ()rder, provided that when exercising any rights or rernedies under this Paragraph, City shall not t)e required to obtabi the lowest price for tile Work perfonned. 4. Neither City, nor any of its respective considbints, agents, afficers, directors or employees shall be in.any way liable or accountkible to Contractor or Surety for the method. by wMich the completioj-'i, of the said Work, or any portion thereof, may be accomphshed or for the price paid therefor. 5" City, notwithstanding the method used in completing the Conti'act, shall not forf it the ridill to recover darnages from Contractor or Surety for Contractor's Failure to ti.mely complete the entire Contract. Contractorshadl not be entitled. to any claim on accowit of the method used by City in completing the Contract., 6. Maintenance of the Work shall continue to E)e Contractor's and Surety's rcspan sibi li ties as provided for in the bond requirements of the (,oritnact Documents or any special guarantees provided for under the Contiazt lJocuTnents or any other obligaii.ons otherwise prescribed by law. Ca NO tWi t hstanding Paragraphs 1.5.02,13, Contractors services Will moat be terminated if Contractor begiiis within seven days of receipt of notice of intent to terimiiate to correct its f ilure to perform mid proceeds diligently to cure such failure Within. no more than 30 days of receipt of said notice. D. Where Contractor's services have been so terniniated by City, the tennination.will not affect any rights or reT.Dedies of City ag�l6 nst Contnwtor then e.x j sting or which may thereafter accr.ue. A,ny retention or payment of itioneys due Contractor by City will not release Contractor from liabili ty. If and to tbe extent that Contractor has provided a perfbi-mance bond under the Provisions of Paragraph 5.0 2,tine termination procedures of that bond shall not supetsedc the provisiolls of this Article. CITY OF RATWORTH STANDARD CONSIRU(MON SPE121FCATION DOCUMENIS Renision:Uwnla 21,20 M UU 12 UU-I General Conditions Page 60 of 63 15.03 City May Terminate For Convenience A. City may, without cause and without prejudice to any other right or remedy of City, terminate the Contract. Any termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of Work under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the City. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim, demand or suit shall be required of the City regarding such discretionary action. B. After receipt of a notice of termination, and except as otherwise directed by the City, the Contractor shall: 1. Stop work under the Contract on the date and to the extent specified in the notice of termination; 2. place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the Work under the Contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of the Work terminated by notice of termination; 4. transfer title to the City and deliver in the manner, at the times, and to the extent, if any, directed by the City: a. the fabricated or unfabricated parts, Work in progress, completed Work, supplies and other material produced as a part of, or acquired in connection with the performance of, the Work terminated by the notice of the termination; and b. the completed, or partially completed plans, drawings, information and other property which, if the Contract had been completed, would have been required to be furnished to the City. 5. complete performance of such Work as shall not have been terminated by the notice of termination; and 6. take such action as may be necessary, or as the City may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. C. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the City a list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of which has been directed or authorized by City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECfFCATION DOCUMENTS Revision:December2l,2012 00,1 2 UU I 1 "01 GLneral Conditions Page 6 1 of 63 AM D. Not later than 15 days thereafter, the City shall accept title to such items provided, that the list submitted shall be subject to verification. by the City upon removal of the items or, if'the items wyl� are stored, within 45 days from the date of submission of nits the list, and any necessary adj ustits to correct the list as sulintitted, shall be made prior,to final settlement. E. Not later than 60 days after the notice of tennhiation, the Contractor shall Submit WS tentiination claim to the City in the forni and with the certification prescribed by the City. Unless an extemion is made in Nwil'ing within such 60 day period by the Contractor,, and gninted by the City, aii.y and Al such chairns shall be conclusively deeined waived. F. In such.case, Contractor shall be paid for(Avithoull dul-Aication.of any itenis): L conapleted and acceptable Work execrated. in. accordance with the Contract DoCUrnents prior to the effective date of tern nina Lion, including fair and reasonable sums for overhead and pro-fit on such Work; 2w expenses swstained pr,ior to the e5ective date of termination in perf-orin inn g services and funiishing labor, nr)aterials, or e(luipment as re mired by the Contract Documents in. connection with tam earnpletedr Work., plus fair-,md reasonable sums for overhead and profit on such expenses; and 3. rer sonable expenses directly atti.-ibutable to terrnination. G. In the event of the failure of the Contractor and City to agree upon the whole amount to be paid to the Contractor by reason of the terniination.of the Wof.k, the City shall deterinine, on the basis of infonnalion awd1rable to it, the ainount, if any, due to the Contractor by reason of the terniination and shall pay to the Contractor theunowits detemfined, Confj.�actor shall .not be paid on account of loss of kuiticipated profits or revenue or other econornic loss arisaig out of or resulting frw.n such teirninatiour, AWFICLE 16—DISPUTE IM'SOLUTION 1.6.01 Metho(A and Procedures A. 1`.ither City or Contractor nay reqk.jrest mediation of any C'ontract Claim submitted for a decision under Paragraph 10.06 before such. decision becornes final and binding. T..he request for mediation shall be submitted to the other party to the Contract. Timely submirISSi011 of the request shall stay the effect of Paragraph 1.0.06.E. B. City and Contractor shall pavlicijxxte in.thenie(.fiation process in good faith. The process shall be commericed within 60 days of filing of the request, C. If the Contract Gaim. is not resolved. by niediation., City's action under Para g graph 1.0.06.0 or a denial pUrsuant to Paragraphs 10.06.C.3 or 10.06.1) shall become final and binding 30 days after termination of the mediation unless, within.that time PCHrod, City or Contractor: 011YOF FOUWORTH SFANIARD CONSTRUC7KC94 91113CIFCAUJOIN T)OCUIVRNTS Revision:TkoetnLa 21,201.2 pppf" UU/Z UU-a General Condidons Page 62 of 63 J)" 1° elects in writing to invoke any other dispute resolution process provided for in the Supplementary Conditions; or 2° agrees with the other party to submit Contract ontract Claim to another dispute; resolution process; or 3. gives written notice to the other party of the intent to submit the Contract Clain.i.to a court of corripetentjurisdiction. ARTICLE 17--NUSCELLANE0 US 17.01. GiviligrNotire .A. Whenever any provision. of the Contract Documents requires the giving of written notice, it will be deerned to have been validly gi v en.if- 1. delivered. in person to the individual or to a rnember of the fm-n or to an officer of the corporall.ion for whoin it is inte.nded- or 2. delivered at or sent by registered or certified lrwil, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electrol.-flic notice shall be deemed sufficient upon confimriation of receipt by the receiving party. 17.02 Compulation ql'Times AA/Iien any period of time is referred to in the Connact Docurnertts by days, it will be computed to exclude the first and inchide the last day of`such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 17.03 Cumulative Remedies The duties and obligations imposed by these Gierieral (.'onditions and the rights and remedies available hereunder to the panties hereto are in addition to, and are not to be construed in any way as AMN a limitation of, any rights and remedies available to any or all of them which are othenvise imposed or available byLaws or Regulations, by special. warranty or goarantee, or by other provisions of the ContractlJocuments. The ovisions of this Parag a Pr p- ph will be as effiective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and rernedy to which.they apply. COT OF FORTWORTH STANDARD CONS Tnr.UC I.C..N SPEKM CAIIONI DOCUMENTS Rdvision:LVxwnber 211,20 r2 Goumnal C onditiom Page 03 of 63 A,MP 17004 "u)-vival of legal ono All representations, indemnifications, waTanfies, and guaralitees made in, required by, or given, in accordance with the Contract Documents, as well as all continuing obligati. rrs indicated in the Contract Docrurnents, will survive final payment, cornplction, and accq.)twicc of the Work or tennination or completion the Contract or termination of the scrvi.ccs of Coru:tra tsar. Nymn 17.05 Ikadin s Article and para. „raph headings are inserted for ccrnvenicrucc offly and do not constitute parts of these General C and tion,,..w >!NNNY6 NNIiY,iYY mum, N9i>NN; Mt iNQYVDY i➢11V! C rICY OF,IFORT WORTH S°r°ANCmAIU)C:C.NS"Yi°R K.'FfON SI.IECIFCATION DOCI RVEWS 007300-- 1 SUPPLEMENTARY CONDUIONS IPage N.of 6 YO F SECTION 00 73 00 2 SUPPLEMENTARY CONDITIONS 3 TO 4 GENERAL CONDITIONS 5 6 Supplementary Conditions WPM 7 8 These Supplementary Conditions modify and supplement Section 00 72 00 - General Conditions, 9 and other provisions of the Contract Documents as indicated below. All provisions of the General 10 Conditions that are modified or supplemented remain in full force and effect as so modified or I I supplemented. All provisions of the General Conditions which are not so modified or 12 supplemented remain in full force and effect. 13 .14 Defined Terms fl.5 16 The terms used in these Supplementary Conditions which are defined in the General Conditions Prr" 17 have the meaning assigned to them in the General Conditions, unless specifically noted herein., 18 19 Modifications and Supplements Jim 20 21 The following are instructions that modify or supplement specific paragraphs in the General 22 Conditions and other Contract Documents. 23 24 SC-3.,03B.2,-Resolving Discrepancies" 25 26 Plans govern over Specifications. 27 28 SC-4.01A 29 W 30 Easement limits shown on the Drawing are approximate and were provided to establish a basis 31 for bidding. Upon receiving the final easements descriptions, Contractor shall compare them to 32 the lines shown on the Contract Drawings,, 33 34 SC-4.01A.1.,-Availability of Lands" 35 36 The following is a list of known outstanding right-of way, and/or easements to be acquired, if any RIM 37 as of: 38 39 Outstanding Right-Of-Way,and/or Easements to Be Acquired MIRY PARCEL OWNER TARGET DATE NUMBER OF POSSESSION .. ..... ..... ...m ....... ....- ......... ..................... .......... rM 40 The Contractor understands and agrees that the dates listed above are estimates only, are not gig 41 guaranteed, and do not bind the City. 42 CITY OF FORT WORTH MWERR2015A STANDARD CON5FRUcTioN SPECIFICATION DOCUMEN�S City IPrgjeLt No. 02701 Revised April 1,20.13 007300--2 SUPPLEMENTARY CONDrTIONS Page 2 of 6 1 If Contractor considers the final easements provided to differ materially from the representations 2 on the Contract Drawings, Contractor shall within five (5) Business Days and before proceeding 3 with the Work, notify City in writing associated with the differing easement line locations. 4 5 SC-4.01A.2,"Availability of Lands" 6 7 Utilities or obstructions to be removed,adjusted,and/or relocated 8 9 The following is list of utilities and/or obstructions that have not been removed, adjusted, and/or 10 relocated as of EXPECTED UTILITY AND LOCATION TARGET DATE OF OWNER ADJUSTMENT Vo-n—e ..... .. ................................................................. ..........__­­­'_,___­'­...... 12 The Contractor understands and agrees that the dates listed above are estimates only, are not 1.3 guaranteed, and do not bind the City. "AW 14 1.5 SC-4.02A.,"Subsurface and Physical Conditions" 16 r. 17 The following are reports of explorations and tests of subsurface conditions at the site of the 18 Work: 19 20 one 2,11. 22 The following are drawings of physical conditions in or relating to existing surface and subsurface 23 structures (except Underground Facilities) which are at or contiguous to the site of the Work: 24 25 one 26 27 SC-4.06A.,`®Hazardous Environmental Conditions at Site" 28 29 The following are reports and drawings of existing hazardous environmental conditions known to 30 the City: 31 32 one 33 34 SC-5.03A.,-Certificates of Insurance" 35 36 The entities listed below are "additional insureds as their interest may appear" including their 37 respective officers, directors, agent, and employees. 38 39 (1) city 40 (2) Consultant., None MOM, 41 (3) Other: None 42 43 SC-5.04A.,"Contractor's Insurance" oypg, 44 CrfY OF FOKF WORTH MWERR2_015A STANDARD CONSTRU(710N SIPECIFICATION DOCUMENTS City Project No.02.701 Revised April 1,2013 POW 007300-3 mi SUPPLEMENTARY CONDMONS Page 3 of 6 1 The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following pip 2 coverages for not less than the following amounts or greater where required by laws and 3 regulations: 4 0M 5 5.04A. Workers' Compensation, under Paragraph GC-5.04A. 6 7 statutory 11 its 8 Employer's 11abiJity MW 9 $100,.000 each acckfentlo curlencp. 10 $100,000 Disease-each employee 11 $500,000 Disease -polkyllmit NO 12 13 SC-5.,048.,"Contractor's Insurance" 14 M, 15 5.048. Commercial General Liability, under IParagraph GC-5.0413. Contractor's Liability 116 Insurance under Paragraph GC-5.0413., which shall be on a per project basis covering the 17 Contractor with minimum limits of: 18 19 $1,000,000 each occuntence 20 $2,000,ODO aggregate limit 21 22 The policy must have an endorsement(Amendment Aggregate Limits of Insurance) 23 making the General Aggregate Limits apply separately to each job site. 24 yU 25 The Commercial General Liability Insurance polk-Jes shall provide"X","C", and"U" 26 coverage's. Verification of such coverage must be shown in the Remarks Article of the 27 Certificate of Insurance. 28 29 SC 5.04C.,"Contractor's Insurance" 30 5.04C. Automobile Liability, under Paragraph GC 5.040. Contractor's Liability Insurance 31 under Paragraph GC 5.04C., which shall be in an amount not less than the following 32 amourits: 33 34 (1) Automobile Liability a commercial business policy shall provide coverage on "Any 35 Auto", defined as autos owned, hired and non-owned. 36 37 $110001000 each accident on a combined single limit basis, Split limits are acceptable 38 if limits are at least. 39 40 $250,,000 Bodily-fqlury per person l 41 $500,000 Bodj1y1r#u1ypet,accident'l 42 $100,000 Propero,,Damage 43 44 5C-5.04D.,"Contractor's Insurance" 45 46 The Contractor's construction activities will require its employees, agents, subcontractors 47 equipment, and material deliveries to cross railroad properties and tracks None 48 PIN 00 MY OF FORT WORTH MWERR2015A STANDARD CONSTRUC-1-1011 SPEGIFIUMON DOCUMENTS City Prqje(,t No..02701 Revised Apili 1.,20 13 007300, 1 SUPPLEMENTARY CONDITIONS Page 4 of 6 1 The Contractor shall conduct its operations on railroad properties in such a manner as not to 2 interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use or PRO), 3 operation of its/their,trains or other properly,. Such operations on railroad properties may require 4 that Contractor to execute a"Right of Entry Agreement! with the particular railroad company or 5 companies involved, and to this end the Contractor should satisfy itself as to the requirements of 6 each railroad company and be prepared to execute the right-of-entry (if any) required by a 7 railroad company., "rhe requirements specified herein likewise relate to the Contractor's use of 8 private and/or construction access roads crossing said railroad company's properties. 9 10 The Contractual LiabllHty coverage required by Paragraph 5.040 of the General Conditions shall 11 provide coverage for not less than the following amounts;,, issued by companies satisfactory to the 12 City and to the Railroad Cbmpany for a term that contin!L2S for so long as the Contractor's 13 operations and work cross, occupy, or touch railroad property-, 14. 15 (1) General Aggregate: None 16 17 (2) (Each Occurrence- None 18 1.9 20 With respect to the above outlined insurance requirements, the following shall govern: 21 22 1- Where a single railroad company is involved, the Contractor shall provide one Insurance NOV) 23 policy in the name of the railroad company. However, if more than one grade separation 24 or at-grade crossing is affected by the Project at entirely separate locabons on the line or 25 lines of the same railroad company, separate coverage may be required, each in the movy), 26 amount stated above. 27 28 2. Where more thain one railroad company is operating on the same right-of-way or where 29 several railroad companies are involved and operated on their own separate rights-of- 30 way, the Contractor may be required to provide separate insurance, policies in the name 31 of each railroad company. 32irrr 33 34 If, in addition to a grade separation or an at-grade crossing, other work or activity is 34 proposed on a railroad) company's right-of-way at a location entirely separate from the 35 grade separation or at-grade crossing, insurance coverage for this work must be included 36 in the policy covering the grade separation. 37 38 4. If no grade separation is involved but other work is proposed on a railroad company's 39 right-of-way, all such other work may The covered in a single policy for that railroad, even 40 though the work may be at two or more separate locations, 41 42 No work or activities on a railroad conipanyr15 property to The performed by the Contractor shall be 43 commenced until the Contractor has furnished the City with an origliiial pollicy or polUes of the 44 lnsurance for each railroad company named, as requlred above. All such insurance must be 45 approved by the City and each affected Railroad Cbrripany prior to the Contractor's beglinning 46 work., 47 mmx» pVfjqJy)) criy OF IFOIJ WORTH MWERR2015A STANDARD CON91RUCI ION SPECIFICATION D()CUW-.--NTS City Prqjed No.027W. Revised Apffl 1., 2013 007300-5 SUPPLEMEWARY CONDITIONS Page 5 of 6 I The insurance specified above must be carried until all Work to be performed on the railroad 2 right-of-way has been completed and the grade crossing, if any, is no longer used by the 3 Contractor,, In addition, inSUrance rnust be airried during all maintenance and/or repair work 4 performed in the railroad right of way.. Such insurance must name the railroad company as the RM 5 insured, together with any tenant or lessee of the railroad company operating over tracks 6 involved in the Project. 7 8 SC-6.04.,"Project Schedule" 9 1,0 Project schedule shall be tier 1 for the prqjecL. 11 1,2 SC-6.07.,"Wage Rates" 13 14 The following is the prevailing wage irate table(s) applicable to this project and is provided, in the 15 Appendixes: 16 1.7 'The following is the prevailing wage irate table(s) applirable to this project and is provided iin the 18 appendixes: 19 20 Commercial Construction Prevailing Wage Rates 201.3 21 Ins 22 SC-6.09.,"'Permits and Utilities" 23 24 SC-6.09A., "Contractor obtained permits and licenses" 25 l he following are known permits and/or licenses irequired by the Contract to be acquired by the 26 Contractor. None 27 28 SC-6.09B. -City obtained permits and licenses" 29 The following are known permits and/or licenses required by the Contract to be acquired by the 30 City-, None 31 32 SC-6.09C. "Outstanding permits and licenses" 33 34 The following is a list of known outstanding permits and/or licenses to be acquired, if any as of: 1 . 35 None 36 37 Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION ............... ......... ............ ......... ..................................... None 38 39 SC-7.02., "Coordination" 40 non 41 1 he individuals or entities listed below have contrails with the City for the performance of other, 42 work at the Site: _­I-- ............__­........ ........................ ................................ ......... ................................................._.-.........................................___........... Vendor -1 Scope of Work Coordination Authority_ ................. ............................. ................__....................... .......... ..............—.................... AMP None None None ................................................................... ......... .......................... .................. ........................ ...................... ............. 43 44 CITY OF FORT WOKTH MWERR2015A STANDARD CON SI RAJ MON Si"ECIFI4'A110N DOCUMEMS Gty Project INo,02701 RevAsed Aprfl 1, 201.3 � J 007300-6 SUPPLEMENTARY CKADMONS I111age 6 of 6 SC-8.01,"Communications to Contractor" 2 None 4 5 SC-9.01.,"'City's Project Representative" wyi 6 7 "the'following firm is a consultant to the City responsible for construction management of this H pro. on 9 10 SC-13.03C., `Tests and Inspections" 1 12 None N 1 14 SC-16.010.1,-Methods and Procedures" 15 6 None 1 1 1 END OF SECTION ytwi�ri POP �l JIM, u9V,ly�w INS! CM OF FORT WORTH MWERR2015A SrANrARD CON TRUCC"lfON PECIFICA ION rD Q:'UMEN1.S City T�qject No.02701 Revb,-d AprN1 1.,2013 0135 I.3- I SPECIAL PROJECT PROCEDURES Page I.of lI 1 SECTION 0135 13 2 SPECIAL PROJECT PROCEDURES 3 PART 1 - GENERAL 4 1.1 SUMMARY 00 s A. Section Includes. 6 1. The procedures for special project circumstances that includes but is not EPP, 7 limited to: 8 a. Coordination with the Texas Department of Transportation Work r High 'voltage Lines 10 c. Confined Space Entry Program 11 d. Air Pollution Watch Days 12 e. Use of Explosives, Drop Weighty Etc. 13 f. Water Department Notification 14 g. Public Notification Prior to Beginning Construction 15 h. Coordination with United States Army Corps of Engineers 16 L Coordination within Railroad permits areas ooN 17 j. Dust Control 18 k. Employee Parking 101 19 B. Deviations from this City of Fort Worth Standard Specification 20 21 t.w ly'";tN...III'iiftCi_iisf I"w1. N.IIC .i.. WN 22 his contract is �mom���•��m��wo"IJ�Tsi� iim�m IDm.mn�iuWt`i tl�°Je te���cm of t�l°mis contract t�or�m�my ����eJ��me ai 23 hereot, the City resew es till°°Joo rigll Jt to advertise and award anotlmeo° comJ0"act for 24 lilllre or sJr0au- o0l<. if a woe o rid cmmwmtract ills awarded, time City further reserves ooio, 25 d"ie riiglmt to issue o�1l< m:irmto:!rs u nde� 6th:?r cor turact as it deei 'in w Ls best 26 mu 0,:%r rm,i1t, iia,Tout recourse 27 28 1 ldit E IN Cif'All'yGES 29 Work Order may contain one or nimmoire Wo atl(X is O�ie rnomvo! un fee will l:maid to) 30 tlu,! m:o�mtractor, per Work Order issued. i...00imtioNIS for nmo�ullltipk,m sites per Woti< 31 Or-der will be in tlllie sauirie goNierao )A rii�i: , ff Ill:�moss lllAo�tl and if so, fly one moo 32 nmohiJlicabon clmarge MI he paidw llie�n water and sewer orlll( acre reCollunirVd mmwmif��� 33 time water ui°m°move ii°m The wlili be f mid At Imo tiurne v fli both fees be paid for o rle 34 spKidc Illocai°aomM 35 36 dm OV16ll GENfid tti�.l..W�.�JAII()11% .JOB l'"1ft VEd lla14 3 tie Ow mo-mm,° or Eri�tlino��e si°malPll do:te�m m numie hers am m o"TMu�"nomm t��ieric"y situ.oadoui� �slhuall 38 eAstw Wtieni water momei gency wo�omlllo its ra:J lluumoro;J, the (."�ontmacu)r slmall nmomMiFze to 39 tlWe said iocation irtl�'mmmu twenty fbruu 2114) luou'irs after given nooimi°mcatmom� fm"e�rmr tlme 40 Inspector am and or Project l'dana()er. I l me Contractor shall m°nalllrom ail necessary ar a a m mm yi i' ng ulm Ill mom m mo a&ac no°oi� . 41 demur momu J%�s foom�� l`m marmo .omm�mmmpio J,o:�i� se�i i`�Ip �: ��� ��immg cmi.momens, 42 etc., lmile waiting f6r omtlmo,mm tAilities to be located as 61re ted by the Engineer,, y oforomo'.ry wo°orlllo order 1'u s 43 Itlmom Comm°Jtoaoomm sl°'ualli ouoommd o°wo.mm�mtinmimauowoJU,��mi'� uummill.il tl°°ue r.�umm°aommmm. 44 1 conmpleted at a tlmrme m.'�Jgireed to hy t e i'Mect Illymmmmage fngll)ector', and CITY of FORT WORTH MWdVERR2015A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02701 Revised December 20, 2012 01.3513-2 SPECIAL PROJECT PROCEDURES Page 2 of 11 I ContracLor. Afteir the ernergency work.order has been conipleted, Itiere, wfll be 2 no ad&joinai "lob Move-In"Charges paid to reimobfflze Ilhumsc to the pirevious 3 project k)cadon site. 4 5 1 DETERMINATION AND INITIATION OF WORK 6 11 la Engineer sl'aafl detern*e and desdgnat�e to the Contractor the �ocafion of 7 ttie Service main reqtArhig replaceirnent by a Work Order togettier with a Sketch 8 for, eacta stjcl°i rep�aceirnent, g6fing the hirnits, Size a' n(,',] riature of work reqUired, 9 auto IEirm gineer wiH noffy the Contractor t1mt a Work Order as ready and fax 10 and/or eirnaH the Contractor a (:opy of the Work Order riodfi cation. The 1.1 Contrac.toir is to �:)irovide his fax inmmi u' f--mr and eirnafl address to the Engiineer at 12 tt"ie pire-co nSti'LICtloin conference. Singh e or Several Work,Order-s may be issued 13 at one flime., The Contractor shaH �nnibate work on a repW:emerlt withiin Seven 14 (7) working days of the date the Work Order is sent to the Contractor, and OR" 15 continue worl< oin t t',a e Work Or-der urrtfl it has Ilbeen comp�eted, not inc Uhlg 16 paviing. lFhe Contrwtor shafl furrflsh and stjpp�y sufficient equipment and 17 personnel to coin'n°Aete the Work Order in the arnourit of bime piro Ads d fibir in 18 the Work Order ShOLIM the Contractor faH to start any Work Order withM the Not,) 19 firne specified, he shaH add the necessary or crews and N.uipmex it to 20 piroseCr,itfa the work 1:o complete the Work,Ordeir or Woir,k Orders ki the tirne 21 provided qjqqjp�'; 22 23 5. PAYMENT 24 BErause of the unique irmusture of this contract, Arbc�e 14, F)AYMENT.STO ow 25 CON-FRACT OR AND COMPLE710N of the Geneira1� Conditions sliaH Na amended 26 and sufx?rseded by the fbHoWng: (Hease iinrtiA tX3�ow) 27 28 Whenever,the rrrp overnents prescr b e by an lurm&idua� Work, Order 1°iave mkp� 29 been coirnpl tec,,I, ttie UmAractor sliafl notify the Erig'�ineer. "rhe EingMe"-or 30 other,q,.)pirophate officW of the Owner wiH, within a reasonable tirne, ;peirforryt 31 ttie iinspections. If SUCh �nspecfion reveals that the improvements are hi an p"M 32 amept try e condition and have Ibeen rornp eted in accordance with the terims of 33 the Cbritract, IDmAUrraermts and aH approved rnodificabons thereof, the Engineer 34 wHl recorrirnerid acceptance of the or urider that parflculair Work Order and WON 35 remimirriend payrnent therefore 36 37 If the Engh'ieer finds that the work has not Ibe en corrrplll eted as requirNj, lie 38 stiaH so advise the Contractor in miting, furnishin Ilh im an itemized list.of aH 39 knom i iteims wNch h°mve riot been cornplll eted or which are not, in an acceptable 40 coind'�bon Wteen the Contrac tor has conrmted aH such iterns, Ilhe shaH again 41 notify the IEn gineer that the firiproverrtr°,T fts are ready for 'onspecdon, arid the 42 Eng neer shafl proceed as oijUned above. 43 44 Whenever the firriproverntints prescribed by the individuM Work Order have 45 been curnpAeted and aH recIti4 erneints of the Contract Documeirits Ilhave been 46 fu[Miecl on the part of the Cu itrartor, an estirnate showing the vakie of t.he 47 work WH Ibe prepared by the Engineer as soon as the necessary 48 rneasurernents, COMrKltadons, and checks (.an be made 49 CITY OF FORT WORTH MWERR2015A STANDARD CONSTRUCTION!SPECIFICATION DOCUMENTS City Prqject No,02701 Revised December 20,2012 0135 13 •3 SPECIAL PROJECT PROCEDURES V Page 3 of 11 1 Pre nurnouun t of d''ie esbl natJ um will be maid to I'm m Conti actor nu m° accgll)tan m by w 2 dims Watel i" epai r nn i it M'ecto , piov Wed d''ie Contuictoi has Ur ni i°m ui to dire 3 Owne sabsfktoiry ii m°ice of °umuem'm'i.as fuHows: 1)dor to subl iissiori of the 4 esUl°n ate for peyiirent, the Contractor diaH execute an affidavit, as fummn ed II by 5 the miw u entffyug that aH persoris, firrns, u�dal uru, (° 1l, Jm'u um°nw�, or I'm r 6 organizations fUmmmistiiii g l abor mud/or mater4lls under that WolIk Order trave en pa d in 'i`UH, that the wage acme staI Jk plied by the Oty CouncH iki the City of Fort Wuuu"ih Iran beem°'m Ill pal d, aiii°'mums' that drel. are no claims pendlng for Illm 'ur m°4ll 9 iwrm m nm" ' nmMnnuui/uum. p" ofwhy damages,, 10 i 1 I lie acreptali(:e the Contractor of the hidiAduMu i is uu urrrmu int as amid°°esaW shaH 12 ol)erate as and haH reie mwue I lie Owner froln all dl ims or iiaiwunimlles under the 13 Contract for ai n� tKmm lg done or furl"nmd''i d or ur elat h ig to the m m 4n uuu'm ' r that 14 WolIk Om°°aimµor any act. or neglect of said Oty reJabing to r unoiniwu c u u with lei°'m ry 15 Contract. 16 17 Pnuu rnaking of the Il4°m3 ymem"rat by he Ownel diall not a iiuu e dim U)mltmraml-r of 18 m guarantees or odrer reqmmuirielrien is of the Contract Docurn mitt Midi 19 i.,,,ifica ll (xx m'fi uue '1 iiel eaft r. 20 21 Bidder's lniti ll ��. .o. . .. 22 23 6, 311) l ip 'TrT IES AND C04 rR 24 Nd quaii,iddes of III 'vari m s lterns in the i ropo; 111 are for commnpaiim'� m'm n only an 25 may u'°m t reflect the actudl gUaii,ffide . I Itrel e '�s no hrnit to which a bkl fteni can 26 Lx- �ncreased ol decreased,,, 22 m 28 u u mm ml m actor uulllu ii hot be en iii led to renegotiation of unit phces m eu rum a �ess of iu 29 fi�m'm 111 measured �w m um n ies. ..� � I b die extent diat Articles 10, 11, or 1. . cmmmlMkft 30 Wth this pro iuniu':w , Ithis provision c° n mVs,, No i iuu°un Viii Ni consldered for iost u 31 or a in iunii waiunmui uuuuM:s based uullCxxi dmfferences in estimated quantibes verSUS 32 actuM qnUM°m i i s. 33 PIMP, 34 1 btai quJw ltltk.�S gi einu in dlre bld prqposalll may urmuui'w refiect actual quuuunt iunm however,uu�nnu they m ��iu s and contract. i u°u fora the i:��muum"lip ��� i'iu:'iu im n m u m�u mm'n����� 36 A contract in Ithe amourit of $2,000,000.00 shnuii tx� awarded with finM paynrient w� 3 Moreover, the is be lint iwmnu� mu irue variation between ti�� 111 s ihTl ft u�i��� 37 based on actual measured a uu�mnmrliliu and the uu 39 u°:iuu riti' lee st°owiuu and actual quanUties pefforined,, 40 uW 41 LIFE 1'- CONTRAU 42 It ii2 n'°unter pbu to d that Wollk Ol u°i u'2 Wfll be iSSLled to the Contractor for work 43 to be pem,.R)rmed under i'wi'mb; Contract farm. hot to uuuuc('!ed 365 caIllendar days u 44 fuuiio imng the date of the Contract t m"n r to eu°n,ueed the iirnft of the bid price, 14 mi lheve i°m wuui .occur '�`i ii MI6 -n'r e Contractor for shah b m ,uuimed mm�°oniplllet ���'��mur� 46 wol1k covei ed by a WolIk Order i sstjed pror to tlluu,t date u':uf''termim°ma11'ninnum but wifli u?" 7 m lot be requirem i to acrq)t am°°m wuummllk order for umnuuuunuu ion dated after that i date uu' 48 i° w m nii°tabour. If dre cost of the w u llk puu'muu°u'n uundeiiim this i C mmi uract is IIIiess'lllu ur 49 the Urnit of the coi° itract, Ziw miur dhroe em the 365 ca1endar day period, at CITY OF FORT WORTH MWE:RR2015A STANDARD CONSI-RUCTION SPECIFICATION DOC UMEN rS QtV Prpiect N0.02701 '� Revised December 20, 2012 "pill 013513 -4 SPECIAL PROJECT PROCEDURES Page 4 of I I the City's option and the Contractor's coi icuirr-(,Nice, the l)rqjc.x-t may be 2 extended to the %mit of the contract award. 3 4 8. Q2'110N TO RE[VEW 5 The City has the right to renew this cont,ract,for two (2) one-year 6 terms/expenditures of$2,000,000.00 under the same term sw corldiffloris and 7 unit prices. I he City shall give at least §G xty (60) days notice prior to the 8 expiration of this corihzct d(!tPri-Nned as one year from the date of,execution, 9 Or Of an option period, or'a like notice at Stich a time as there is less than io $20,000.00 left unexperlded. 12 9. I12 ft DAMAGES 13 Tlie Contractor,shall pay liquidated daiirnages of four hundrecitwerity doflars 14 ($420.00) lieu day per Work Order, for faik,nre to lx�gin a Work Order"within the 15 seven (7) working days of the date the Work Order" is f,3xc-.4J to d"ie ContraLtoiii PRY", 116 Faiiw e to complete pii'pj(.<±within the sbpulat(Nzi construcHon t4ne on the Work 17 Order,' the Contrarztor° w0l pay hquidated darriages in the ai not,int sbpulated in 18 these contract,&xuaients, 19 20 io, -rRE[4CH SAFE I S00' EI IDESIGN 21 Because of the uirique nature of this coritract, th(,., number of trench safety 22 systern designs m equiii ed is not 1knowmrn at the time" bids are received, Wrifle the 23 contrartou is stfll tx)und by the latest':version of the L).S. Departrnent of IlLabrwr, 24 Occupamai S f iton an d Heafth Adi4ntistration Standards, 29 CFR, IlPar,t 1 926, 25 Subp) t P- cvations, it is the CiLy's intention that all costs incuirrM by the 26 Contractor in acquidng trench, safety designs be included in the unit: pidre bid 27 for Job IlMove In Or" iTiobfflzabon 28 29 C. Related Specification Sections include, but are not necessarily limited to: 30 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the OR) 31 Contract 32 2. Division 1 ®General Requirements 33 3. Section 33 12 25—Connection to Existing Water Mains PON), 34 1.2 PRICE AND PAYMENT PROCEDURES 35 A. Measurement and Payment 36 1. Coordination within Railroad permit areas 37 as Measurement 38 1) Measurement for this Item will be by lump sum. pmt 39 b. Payment 40 1) The work performed and materials furnished in accordance with this 4 1 Item will be paid for at the lump sum price bid for Railroad 42 Coordination. 43 c. The price bid shall include: 44 1) Mobilization 45 2) Inspection 46 3) Safety training 47 4) Additional Insuranc-e 1111141 CM OF FORT WORTH MWERR2015A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02701 Revo� December 20,;2112 I'M 01.351.3- 5 SPECIAL PROJECT PROCEDURES WN Page 5 of 1.1, 1 5) Insurance Certificates 2 6) Other requirements associated with general coordination with Railroad, 3 including additional employees required to protect the right-of-way and 4 property of the Railroad from damage arising out of and/or from the 5 construction of the Project. 6 2., Railroad Ragmen 7 a., Measurement 8 1) Measurement for this Item will be per working day. 9 b. Payment 10 1) The work performed and materials furnished in accordance with this W 11 Item will be paid for each working day that Railroad Flagmen are 12 present at the Site. 13 c. The price bid shall include-, 14 1) Coordination for scheduling flagmen re 15 2) Flagmen 16 3) Other irequIirements associated with Railroad 17 3. All other items 18 a® or associated with these Items is considered subsidiary to the various 19 Items bid. No separate payment will be allowed for this Item. 20 1.3 REFERENCES 21 A. Reference Standards 22 1. Reference standards cited in this Specification refer to the current reference 23 standard published at the time of the latest revision date logged at the end of 24 this Specifi(yition, unless a date is sp(,m,-cJfir2I1ly cited., 25 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 26 High Voltage Overhead Lines. 27 3. North Central Texas Council of Governments (NCTC-OG) Clean Construction 28 Specification 29 1.4 ADMINISTRATIVE REQUIREMENTS 30 A. Coordination with the Texas Department of Transportation 31 1. When work in the right-of-way which is under the jurisdiction of the Texas 32 Department of Transportation (TxDOT), 33 a. Notify the Texas IDepartrTient of Transportation prior to commencing any 34 work therein lin accordance with the provisions of the permit 35 b. All work performed in the TxD0T right-of-way shall be performed in 36 compliance with and subJect to approval from the Texas Department of, 37 Transportatioin 38 B. Work near High `voltage Lines 39 1. Regulatory Requirement,, 40 a. All Work near High Voltage 11 ines (more than 600 volts measured between 41 condud-Drs or between a conductor and the ground) shall be in accordance 42 with Health and Safety Code, Title 9, Subtitle A, Chapter�752. 43 2. Warning ,sign 44 a. 1:1rovide sigin Of SUfficient size meebng all OSFiA requirements, CFrY OF FORT WORTH MWERR201.5A SrANDARD CONSTRUCTION SPi.-CIFY"A n JOIN DOCUMENT'S City Project.No.02701. Revispd December 20,20:1.2 01.3513-6 SPECIAL PROJECT PROCEDURES Page 6 of I I 1 3. Equipment operating within 10 feet of high voltage lines will it equire the 2 following safety 'features 3 a. Insulating cage-type of guard about the boom or arm 4 b. Insulator links on the lift hook connections for back hoes or dippers 5 c. Equipment must meet the safety requirements as set forth by OSHA and 6 the safety requirements of the owner of the high voltage lines 7 4. Work within 6 feet of high voltage electric lines 8 a. Notification shall be given to: 9 1) The power company (example: ONCOR) 10 a) Maintain an accurate log of all such calls to power company and Ile. record action taken in each case. 12 b. Coordination with power company 13 1.) After notification coordinate with the power company toe 14 a) Erect temporary mechanical barriers, de-energize the lines, or raise 15 or lower the lines 1.6 c. No personnel may work within 6 feet of a high voltage line before the 17 above requirements have been met. wq 18 C. Confined Space Entry Program i9 1 Provide and follow approved Confined Space Entry Program in accordance with 20 OSHA requirements. 21 2. Confined Spaces include: 22 a., Manholes 23 b. All other confined spaces M accordance with OSHA's Permit -Required for NOW, 24 Confined Spaces 25 D. Air Pollution Watch Days 26 1. General 27 a. Observe the following guidelines relating to working on City construction 28 sites on days designated as"AIR POLLUTION WATCH DAYS". 29 b. Typical Ozone Season 30 1) May I through October 31. 31, c. Critical Emission Time 32 1) 6:00 a.m. to 10:00 a.m. 33 2. Watch Days 34 a. The Texas Commission on Environmental Quality (TCEQ), in coordination 35 with the National Weather Service, will issue the Air Pollution Watch Iby 36 3:00 p.m. on the afternoon prior to the WATCH day. 37 b. Requirements 38 1) Begin work after 10:00 a.m. whenever construction pf"lasing requires sNr 39 the use of motorized equipirnent fair periods in excess of I hour. 40 2) However, the Contractor may begin work prior to 10:00 a.m. if: 41 a) Use of motorized equipment is less than I hour, or 42 b) If equipment is n'ew and certified by EPA as "I ow Emitting', or 43 equipment burns Ultra Low Sulfur Diesel (UL SD), diesel emulsions, 44 or alternative fuels such as CNG. 45 E.. TCEQ Air Permit 46 1. Obtain T(.'EQ it Permit for construction activities per requirements of TCEQ. CrTY OF F0iRT wom-H MWERR2015A STANDARD CONS-TRUM019 SPECIFICATION DOCUMEN"I"S City IPrgj ect No.02701 Revised Dereirnber 20,2.612 013513-7 SPECIAL PROJECT PROCEDURES Page 7 of 11, I F. Use of Explosives, Drop Weight, Etc.. 01" 2 1. When Contract Docurnents permit on the prcject the following will apply: 3 a. Public Notification 4 1) Submit notice to City and proof of adequate insurance coverage, 24 5 hours prior to cornmencing, 6 2) Minimum 24 hour public notification in accordance with Section 0131 7 13 8 G. Water Department Coordination 9 L During the construction of this project, it will be necessary to deactivate, for a 10 period of time, existing lines. The Contractor shall be required to coordinate with the Water Department to determine the best times for deactivating and 12 activating those lines. J.3 2. Coordinate any event that will require connecting to or the operation of an WM 14 existing City water line system with the City's r(.-.,pr �15 a.. Coordination shall be in accordance with Section 33 12 25. �16 bu If needed, obtain a hydrant water meter from the Water Department for 1.7 use during the life of named project, 18 c., In the event that a water valve on an existing live system be turned off and 19 on to accommodate the construction of the project is required, coordinate 20 this activity through the appropriate City representative. 21 1) Do not operate water line valves of existing water system. 22 a) Failure to cornply will render the Contractor in violation of Texas 23 Penal Code Tide 7, Chaptei 28.03 (Criminal! Mischief) and the 24 Contractor will be prosecuted to the full extent of the law. 25 b) In addition, the Contractor will assume all liabilities and 26 responsibilities as a resullt of these actions. 27 H. Public Notification Prior to Beginning Construction 28 L Prior to beginning construction on any block in the project, on a block by Nock 29 basis, prepare and deliver a notice or flyer of the pending construction to the 30 front door of each residence or business that will be impacted by construction. 311 The notice shall The prepared as foliows, 32 a. Post notice or flyer '7 days prior to beginning any construction activity on 33 each block in the project area.. 34 1) Prepare flyer on the Contractor's letterhead and include the following 35 fiiformation, 36 a) Name of Project 37 b) City Project No (CPN) 38 c) Scq)e of Project: (Le type of construction activity) 39 d) Actual construction duration within the block 40 e) Name of the contractor"s foreman and phone number 41 f) Name of the Cit y"s, inspector and phone number 42 g) City's after-houirs phone number 43 2) A sample of the'pre-construction notification'-flyer is attached as 44 Exhibit A. 45 3) Submit- schedule showing the cot'istruction start and finish time for each 46 block of the project to the inspector. 4.7 4) DeWeir,flyer to the CRy Inspector for review prior to distribution. CITY OF IFoRT woR'rH MWERR201.5A STANDARD CONST'RUCT'ION SPECIFICA"I'Miq DOCUMENIS City Projec rho.0270J. Revised December 20,201.2 Ot 35 13-8 SPECIAL PROJECT PROCEDURES Page 8 of,11. I b. No construction will be allowed to begin°i on any block until the flyer is 2 delivered to all residents of the block. NOR 3 I. Public Notification of Temporary Water Service Interruption during Construction 4 1. In the event it becomes necessary to temporarily shut down water service to 5 residents or businesses during construction, prepare and deliver a notice or 6 flyer of the pending interruption to the front door of each affected resident. 7 2. Prepared notice as follows'. 8 a. The notification or flyer shall be posted 24 hour's prior to the temporary 9 interruption. 10 b. Prepare flyer on the contractor's letterhead and include the following 94M, 11 information„ 12 1) Name of the project 13 2) City Project Number A 3) Date of the interruption of service 15 4) Period the interruption will take place 16 5) Name of the contractor's foreman and phone number 1.7 6) Name of the City's inspector and phone number 18 c. A sample of the temporary water service interruption notificAtion is 1,9 attached as Exhibit B. 20 d. Deliver a copy of the temporary interruption notification to the City 211 inspector for review prior to being distributed. 22 e. No interruption of water service can occur until the flyer has been delivered 23 to all affected residents and businesses. 24 f. Electronic versions of the sample flyers can be obtained from the Project 25 Construction Inspector, 26 .1. Coordination with United States Army Corps of Engineers (USACE) 27 1. At locations in the Project where construction activities occur in areas where 28 USACE permits are required, meet all requirements, set forth in each designated 29 permit. 30 K. Coordination within Railroad Permit Areas 31, 1. At locations in the project where construction activities occur in areas where 32 railroad permits are required, meet all requirements set forth in each 33 designated railroad permit. This includes, but is not limited to, provisions for: 34 a. Flagmen 35 lb Inspectors 36 c. Safety training 37 d. Additional insurance 38 e. Insurance certificates 39 f. Other ernployees required to prote(ft,the right-of-way and property of the 40 Railroad Company from darnage arising out of and/or- from the construction 41 of the project. Proper utility clearance procedures shall be used in 42 accordance with the permit guidelines. 43 2. Obtain any supplemental information needed to comply with the railroad's 44, requirements. 45 3. Railroad Flagmen 46 a. Submit receipts to City for verification of working days that railroad flagmen 47 were present on Site.. MY OF FORT WORTH MWERR2015A n) ANDARD CONEP'RUCITON SPECIFICATION DO(AMIENTS City Prof ed Na,02701 Revised Decembeir 20,2012 0135 13-9 SPECIAL PROJECT PROCEDURES Page 9 of 1.1 L. Dust Control 2 1. Use acceptable measures to control dust at the Site. 3 a. If water is used to control dust, capture and properly, dispose of waste 4 water. 5 b. If wet saw cutting is performed, capture and properly dispose of slurry. 6 M. Employee Parking 7 1. Provide parking for employees at locations approved by the City, 8 1.5 SUBMITTALS [NOT USED] 9 1.6 ACTION SU BMITTALS/IN FORMATIONAL SUBMITTALS [NOT USED] sure 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] MR, 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE [NOT USED] 13 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 15 1.12WARRANTY [NOT USED] M PART 2- PRODUCTS [NOT USED] 17 PART 3 - EXECUTION [NOT USED] 18 END OF SECTION 1.9 Revision Log ................................................ ......................... DATE NAME SUMMARY OF CHANGE 1.4.13-Added requirement of compliance with Health and Safety VIR Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752, High 8/31/2012 D. Johnson Voltage Overhead Lines, 1.4.E.-Added Contractor responsibility for obtaining a TCEQ Air Vim, Permit ............................................ 20 ppm CITY OF FORT WORTH MWERR2015A S FANDARD CONSTRU(71 ION SPECIFTCATION DOCUMENT.I.), 011y Project No. 02701 W Revised Decenil,".)er 20,2012 0.1 35 13-10 SPECIAL PROJECT PROCEDURES Page 10 of 1.1 1. EXHIBIT A 2 (To be printed on Contractor's Letterhead) 3 4 5 6 Date: 7 OR" 8 CPN No.: 9 Project Name: 10 Mapsco Location- 11. Limits of Construction: 12 13 14 1.5 16 17 THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT 18 WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR 19 PROPERTY. 20 21 CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF 22 THIS NOTICE. 23 24 IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER 25 ISSUE, PLEASE CALL: 26 MOON, 27 28 Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> 29 30 OR 31 32 Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> yl 33 34 AFTER 4.30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 35 36 PL FA SE-'KFFP THIS FL)IER HA ND) WHEN rO U CA L.L 37 Crry OF FORT WORTH MWERR2015A STANDARD CONSTRUCTION SPECIFICATION DOCUMEN"FS City Projed No.0270:1 Revised Dec.embeir 20, 201.2 ifi)ml� 0.1.3,5 13 11 rA SPECIAL PROJECT PROCEDURES Page 11 of 11 EXHIBIT B FORT WORTH Date: DOE no.xxxx Project name: NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND aye IF YOU HAVE QUESTIONS ABOUT THIS SHUT-OIJT,PLEASE CALL: R. AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR R—w MR- AT (CITY INSPECTOR) (TELEPHONE NUMBER) NP THIS INCONVENTE NCE WILL BE ASS RT AS POSSIBLE. THANK YOU, pw CONTRACTOR mN gyppll CITY OF FOR'fWORTH MWERR2015A STANDARD CONSTRUCTION SPECIFICATION DO('IMENI S Ott IPrgject No..02701. Revised De(.-enriber�20,2012 015526...1 S7REE'r USE PERMIT AND MODIFICATIONS TO TRAFFIC('..I ONTROL fox Page I air:3 ro I SECTION 0155 26 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL I'm 3 PART I - GENERAL 4 1.1 SUMMARY NO 5 A. Section Includes: 6 1. Administrative procedures for: 7 a. Street Use Permit 8 b. Modifi cation of approved traffic control 9 c. Removal of Street Signs 10 B. Deviations from this City of Fort Worth Standard Specification I fl I Due to the unique inatUre of tHs contract, ead'i street use pei n ft wfli Ill e paid at 12 the pre-bid unit i"H ic(� bid Ill.x r ea(J'l 13 C. Related Specification Sections include, but are not necessarily limited to: 14 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the i5 Contract 16 2. Division 1 —General Requirements 17 3. Section 34 71 13 Traffic Control 18 1.2 PRICE.AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. or associated with this Item is considered subsidiary to the various Items 21 bid. No separate payment will be allowed for this Item. 22 1.3 REFERENCES 23 A. Reference Standards 24 1. Reference standards cited in this specification irefer to the current reference VOW 25 standard published at the time of the latest revision date logged at the end of 26 this specification, unless a date is specifically cited. 27 2. Texas Manual on Uniform Traffic Control Devices (TM LTTCD),, OPP 28 1.4 ADMINISTRATIVE REQUIREMENTS 29 A. Traffic Control 30 1. General 31 a. When traffic control plans are included in the Drawings, provide Traffic 32 Control in accordance with Drawings and Section 3471 13. 33 b. When traffic control plans are not included in the Drawings, prepare traffic 34 control plans in accordance with Section 34 71 13 and submit to City for 35 review. 36 1) Allow minimum 10 working days for review of proposed Traffic Control. 37 B. Street Use Permit 38 1. Prior to installation of Traffic Control, a City Street Use Permit is required. CITY OF FORT WORTH MWERR2015A STANDARD CONSTRUCTION SPECIFICA7100 DOCUMENTS 0ty Prqje(,t No. 02701 ReAsed.luly 1,2011 RPM 0155 26 -2 STREET USE PERMIT AND MODIFICATIONS TOT F G CONTROL Page 2 of 3 I a. To obtain Street Use Permit, submit Traffic Control Plans to City 2 'Transportation and Public Works Department. 3 1) Allow a minimum of 5 working days for permit review. 4 2) Contractor's responsibility to coordinate review of Traffic Control plans 5 for Street Use Permit, such that construction is not delayed. 6 C. Modification to Approved Traffic Control 7 1. Prior to installation traffic control: 8 a. Submit revised traffic control plans to City Department Transportation and 9 Public Works Department. 10 1) Revise Traffic Control plans in accordance with Section 34 71 13. 11 2) Allow minimum 5 working days for review of revised Traffic Control. yya 12 3) It is the Contractor's responsibility to coordinate review of Traffic 13 Control plans for Street Use Permit, such that construction is not 14 delayed. away 15 D. Removal of Street Sign 16 1. If it is determined that a street sign must be removed for construction, then 17 contact City Transportation and Public Works Department, Signs and Markings 18 Division to remove the sign. 19 E. Temporary Signage 20 1. In the case of regulatory signs, replace permanent sign with temporary sign 21 meeting requirements of the latest edition of the Texas Manual on Uniform 22 Traffic Control Devices (M CD). 23 2. Install temporary sign before the removal of permanent sign. 24 3. When construction is complete, to the extent that the permanent sign can be 25 reinstalled, contact the City Transportation and Public Works Department, Signs 26 and Markings Division, to reinstall the permanent sign. 27 F Traffic Control Standards 28 1. Traffic Control Standards can be found on the City's Buzzsaw website, CITY OF FORT WORTH MWERR2015A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Qtv Project No.02701 Revised.Duly 1., 2011 NiYIW1llMM 01.55 20...3 Lai S'C°R&:::IET'LlSIE PERMIT AND MODIFICATIONS TOT FFIC;CONTROL IPage 3 Of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] pm 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] JU 1.9 QUALITY ASSURANCE [NOT USED] � b 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] OR" 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 1.0 PART 3 - EXECUTION [NOT USED] I I END OF SECTION 12 I� Rev sign Log DATE NAME SUMMAPY OF CHANGE J�NNN l7 13 r PJH! ON) �ivlylW,V ljJylk CITY OF FORT WORTH M WER.R2015A STANDARD CONSTRUCTION SPECIFICA"1I0N DOC:UMEN"TS City Project CVO.02701 Revised lify 1„2011 O 01 70 00 - 1 MOBILIZATION AND REMOBILIZATION Page 1 of 5 SECTION 0170 00 2 MOBILIZATION REMIO ILI ON 3 PART 1 - GENERAL 4 1.1 SUMMARY OP 5 A. Section Includes:. 6 1m Mobilization and Demobilization OR 7 a. Mobilization 8 1)Transportation of Contractor's personnel, equipment, and operating 9 supplies tote Site 10 2) Establishment of necessary general facilities forte Contractor's 11 operation at the Site 1..2 ) Premiums paid for performance and payment bonds 13 ) Transportation of Contractor's personnel, equipment, and operating 14 supplies to another location within the designated Site 15 Relocation of necessary general facilities for the Contractors 16 operation from 1 location to another location on the Site. 17 b. Demobilization 18 ) Transportation of Contractor's personnel,, equipment, and operating a 19 supplies away from the Site including disassembly 20 2) Site dean-up 21 ) Removal of all buildings and/or other facilities assembled) at the Site 22 for this Contract 23 c. Mobilization and Demobilization do not include activities for specific 24 items o ork that are for which payment is provided elsewhere in the n 25 contract. 26 2. Remobilization 27 a. Remobilization for Suspension of Work specifically required in the 28 Contract Documents or as required by City includes: 29 1) Demobilization 30 a) Transportation of Contractor"s personnel, equipment,, and 31 operating supplies from the Site including disassembly or 32 temporarily securing equipment, supplies, and other facilities as 33 designated by the Contract Documents necessary to suspend 34 the Work. 35 b) Site Clean-up as designated in the Contract Documents 36 2) Remobilization 37 a) Transportation of Contractor's personnel, equipment, an 38 operating suppllies to the Site necessary to resume the Work, 39 ) Establishment of necessary general facilities for the Contractor's 40 operation at the Site necessary to resume the Work. 41 3) No Payments will be made fore 42 ) Mobilization and Demobilization from one location to another on ,UMP, 43 the Site in the normal progress of performing the Work. CITY OF FORT WORTH MWERR2015A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cutup Project No. 02701 �� Revised December 20, 2012 017000-2 MOBILIZATION AND REMOBILIZATION Page 2 of 5 1 b) Stand-by or idle time 2 c) Lost profits 3 3. Mobilizations and Demobilization for Miscellaneous Projects 4 a. Mobilization and Demobilization 5 1) Mobilizations II consist of the activities and cost on a Work Order 6 basis necessary for: 7 a) Transportation of Contractor's personnel, equipment, and 8 operating supplies to the Site for the issued or Order. NOV 9 b) Establishment of necessary general facilities for the Contractor's 10 operation at the Site for the issued or Order 11 2) Demobilization shall consist of the activities and cost necessary for: wimp, 12 a) Transportation of Contractor's personnel, equipment, and 13 operating supplies from the Site including disassembly for each 14 issued Work Order 15 b) Site Clean-up for each issued Work Order 16 c) Removal of all buildings or other facilities assembled at the Site 17 for each or Oder 18 b. Mobilization and Demobilization do not include activities for specific 19 items of work for which payment is provided elsewhere in the contract. 20 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects 21 a. A Mobilization for Miscellaneous Projects when directed by the City and 22 the mobilization occurs within 24 hours of the issuance of the Work 23 Order. 24 B. Deviations from this City of Fort Worth Standard Specification 25 Pairt I ­ Gei ieir'M 26 1.1 Surnmairy 27 4. ElTierqenc)( Mobilizatioi°is and DemobiRzation for III isceHaneous Projects 28 a Contrador to ernergency rriobiflze within 24 houii's of notification by Project, 29 Managei". (Not issuance of work order) 30 31 1.2 Prima;? and Payirrient Procedures 32 A. Measurement and Payment 33 5. Emergency Ill obflizations and Demobilizations for MisceHar wous Projects 34 e After tl'ie emergency work order has been comr4ete, there wffl be no PRO 35 additional mobfflzabon charges Ilpaid to rernobMze back to tl'ie previous prqject, 36 location site. No imyment shall be irnade for,deinobflizaboin on IIl lsceilaineoiis 37 work Orders 410r 38 C. Related Specification Sections include, but are not necessarily limited to: 39 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the wr 40 Contract 41 2. Division 1 ® General Requirements 42 1.2 PRICE AND PAYMENT PROCEDURES 43 A. Measurement and Payment CITY OF FORT WORTH MWEIZR2015A STANDARD CONSTRULMON SPECIFI CATION DOCUMEN rS City Project No.02.701 Revised Deaernber 20,2012 WR 017000-3 MOBLIZATIOIN AND REMOBILIZATION T.-lage 3 of 5 I L Mobilization and Demobilization 2 a. Measure 3 1) This Item is considered subsidiary to the various Items bid. 4. b. Payment 5 1) e work perfoi-med and materials furnished in accordance with this Th 6 Item are Subsidiary to the various Items bid and no other 7 compensation will be allowed. 8 2. Demobilization -for suspension of Work as specifically required in the 9 Contract Documents 10 a. Measurement I 1 1) Measurement-for this Item shall be per each remobilization 12 performed. 13 b. Payment 14 1) -rhe work performed and materials furnished in accordance with this 15 Item and measured as provided under"Measurement"will be paid 1.6 for at the unit. price per each "Specified Remobilization",in 17 accordance with Contract Documents. 1.8 c. The price shall include: 19 1) Demobilization as described in Section I.I.A.2.a.,I) FIN 20 2) Demobilization as described in Section IJ.A.2.a.2) 21 d. No payments will be made for standby, idle time, or lost profits 22 associated 'this Item. 23 3. Remobilization for suspension of Work as required by City 24 a. Measurement and Payment 25 1) This shall be submitted as a Contract Claim in accordance with 26 Article 10 of Section 00 72 00. 27 2) No payments will be made for standby, idle time, or lost profits 28 associated with this Item. 29 4. Mobilizations and l'.)ei nobilizations -for Miscelianeous Projects 30 a. Measurement 31 1) Measurement for this Item shall be for each Mobilization and 32 Demobifization required by-the Contract Documents 33 b. Payment 34 1) The Work performed and materials furnished in accordance with YIN 35 this Item and measured as provided under"Measurement"will be 36 paid for at the unit price per each "Work Order- Mobilization"in 37 accordance with Contract Docurnents. Demobilization shall be 38 considered subsidiary to mobilization and shall not be paid -for 39 separately. 40 c. "The price shall include: MIN 41 1) Mobilization as described in Section I 1.A.3.a.1) 42 2) Demobilization as described in Section IA.A.3.a.2) 43 d. No payments will be made for standby, idle time, or lost profits 44 associated this Item. 45 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects 46 a. Measurement CITY OF FORT WORM I 11WERR2015A f-AANDARD CONST"RUCrION SPECIFICA FIONV DOCUMEN rS Cit.y Project.INo.02701 Revised Decyarnber,20,2012 017000-4 MOBILIZATION AND REMOBILIZA-RON Page 4 of 5 1 1) Measurement for this Item shall be for each Mobilization and 2 Demobilization required by the Contract Documents 3 b. Payment 4 1) The Work performed and materials furnished in accordance with 5 this Item and measured as provided Linder"Measurement"will be 6 paid for at the unit price per each "'Work Order Emergency 7 Mobilization" in accordance with Contract Documents. 8 Demobilization shall be considered subsidiary,to mobilization and 9 shall not be paid for separate,ly. 10 c. The price shall include 1.1 1) Mobilization as described in Section 1-1..A.4.a) NMI, 12 2) Demobilization as described in Section 1.11.A.3.a.2) 13 d. No payments will be made for standby, idle time, or lost profits 1.4 associated this Item. 15 1.3 REFERENCES [NOT USED] 16 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 17 1.5 SUBMITTALS [NOT USED] 18 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 19 1.7 CLOSEOUT SUBMITTALS [NOT USED] 20 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 2 1 1.9 QUALITY ASSURANCE [NOT USED] 22 1.10DELIVERY, STORAGE, AND HANDLING [NOT USED], 23 1.11FIELD [SITE] CONDITIONS [NOT USED] 24 1.12WARRANTY [NOT USED] 25 PART 2 - PRODUCTS [NOT USED] 26 PART 3 - EXECUTION [NOT USED] 27 END OF SECTION 28 Revusion Log ..............................................--.-......... ............I..................................----................................. ................................... ..................... DATE NAME SUMMARY OF CHANGE .............. ................ .......................--............... ............ ........................... ......................... ................. CM OF FORT woikn-i MWIEIRIR2015A SIANDARD CONSTRUJCTION SPECIFICATION DOCUMEN"TS Qty Project No.0270.1. IRevised Decernivir 20, 2012 OI. 70 00-•5 ARMY MOBILIZATION AND REMOBILI AMN Page 5 of 5 � r �7 Cam in W STANDARD CONSTRUCTION SPEC'IFICA"T ON DOCUMENTS My Project o, : ° N , uhr 02 41 14 - I UTILITY REMOVAL/ABANDONMENT Page I of 16 OSECTION 02 4114 2 UT-ILM REMOVAL/ABANDONMENT 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Direction for the removal, abandonment or salvaging of the following utilities: 7 a. Cathodic Protection Test Stations 8 b® Water Lines 9 c. Gate Valves 10 d. Water Valves 1.1 e. Fire Hydrants 12 f. Water Meters and Meter Box 13 g. Water Sampling Station 14 h. Concrete Water Vaults 15 L Sanitary Sewer Lines 16 j. Sanitary Sewer Manholes OM 17 k. Sanitary Sewer Junction Boxes 18 1, Storm Sewer Lines 19 m. Storm Sewer Manhole Risers 20 n. Storm Sewer Junction Boxes 21 o. Storm Sewer Inlets 22 p. Box Culverts 23 q. Headwalls and Safety End Treatments 24 r. Trench Drains 25 B. Deviations from this City of Fort Worth Standard Specifi cation 26 [�Iart I — Geneira�� 27 1A Price and [)ayrnent l')irocedures 28 29 k3, Wate� Unes and Ap wii te:�nances 30 9. CoirwretE ater VaUt �yernova� 31 a, KmSLJrement 32 1,) Measun'inent wNl be fo Varge conci etc vaLftS, No L')ayfr eint foi sirrn afli concrete 33 water ineter v,�iUts ([-)oxes) h(,)L1S11'1g 2" or sn41e ater rineteirs,, 34 35 C, Sanitary sewer Unes and AI)�)wtenances 36 1, Abairidonnl&)t ()f Sairdtary Sew& l ir e by C'Ut ao nd a nstakatbn of 4bandoirunent 37 Rug 38 a,, MeaSLIirenient RION 39 J,) Aeasurernent peir each cut & phi�.' and a[:�andonrn&it �)�lug hlsta�k oMy in a 40 separate tirer�d-i, 41 CITY OF FORT WORTH MWERR2015A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02701 iii Revised December 20® 2012 My 024114-2 LMLrTY REMOVAL/ABANDONMENT MWT Page 2 of 16 1, 14 Rerrm(.)vM, Salvage aind Abandonn*int 2 B. Water, I Ines and Appurteiii iana!s 3 5. ShotjW read "Water VaW Abandoinirneint" 4 6. Wtiter Valve ReiinovM and salvage 5 e Do not fill, valve is removed. 6 C. Related Specification Sections include, but are not necessarily limited to: 7 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the 8 Contract 9 2. Division I ®General Requirements 10 3. Section 03 34 13 —Controlled Low Strength Material (CLSM) pip), 11 4. Section 33 05 10— Utility Trench Excavation, Embedment and Backfill 12 5. Section 33 05 24— Installation of Carrier Pipe in Casing or Tunnel Liner Plate SON' 13 6. Section 33 11 11 -- Ductile Iron Fittings 14 70 Section 33 11 13 Concrete Pressure Pipe, Bar-wrapped, Steel Cylinder Type 15 8. Section 33 11 14 Buried Steel Pipe and Fittings 16 9. Section 33 12 25—Connection to Existing Water Mains 1.7 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Utility Lines 19 1. Abandonment of Utility Line by Grouting 20 a. Measurement ARM, 21 1) Measurement for this Item shall be per cubic yard of existing utility line 22 to be grouted, Measure by tickets showing cubic yards of grout applied., 23 b. Payment Vllffi� 24 1) The work performed and materials furnished in accordance with this 25 Item and measured as provided under"Measurement"'shall be paid for 26 at the unit price per cubic yard of"Line Grouting"for: mmig(, 27 a) Various types of utility line 28 c. The price bid shall include. 29 1) Low density cellular grout or CLSM DWI 30 2) Water 31 3) Pavement removal 32 4) Excavation 33 5) Hauling 34 6) Disposal of excess materials 35 7) Furnishing, placement and compaction of backfill 36 8) Clean-up, 37 1 Utility Line Removal, Separate,Trench 38 a. Measurement 39 1) Measurement for this Item shall be per linear foot of existing utility, line 4.0 to be removed. 41 b. Payment 42 1) The work performed and materials furnished in accordance with this 43 Item and measured as provided under"Measurement"shall be paid for 44 at the unit price bid per linear foot of"Remove Line"for: "F CrTY OF FORT WORTH MWERR2015A STANDARD CONSTRUCTION SPECIFICATION DOCUMENrs City Project No. 02701 Revised Derernber 20,2012 024114-3 UTILITY REMOVAL/ABANDONMENT Pace 3 of 1.0 ) Various types of existing utility line ) Various sizes 3 c The price bid shall include: 4 1) Removal and disposal of existing utility i e 5 2) Pavement removal 6 3) Excavation 7 ) Hauling 8 } Disposal of excess materials 9 6) Furnishing, placement and compaction of backfill 10 7) dean-up 11 3. Utility ine Removal, Same Trench 1.2 a. Measurement 13 1) This Item is considered subsidiary the proposed utility line being 1.4 installed. 15 b. Payment 16 1) The work performed and materials furnished in accordance with this 17 Item are subsidiary to the installation of proposed ill pipe and shall 18 be subsidiary tote unit price bid per linear foot of pipe complete in 19 place, and no other compensation will be allowed. 20 4® Manhole Abandonment 21 a. Measurement 22 1) Measurement for this Item will be per each manhole to be abandoned. 23 b. Payment 24 ) The work performed and materials furnished in accordance with this 25 Item and measured as provided under"Measurement"'shall be paid for 26 at e unit price bid per each "Abandon Manhole"'for: PIP 27 a) Various diameters 28 b) Various types 29 c, The price bid shall include: 30 1) Removal and disposal of manhole cone 31 2} Removal, salvage and delivery of frame and cover to City, if applicable 32 3) Cutting and plugging of existing sewer lines 33 ) Concrete 34 ) Acceptable material for backfilling manhole void 35 6) Pavement removal 36 7 Excavation 37 8) Hauling 38 9) Disposal of excess materials 39 10)Furnishing, placement and compaction of backfill 1/001 40 11)Surface restoration 41 12)Clean-up 42 5 Cathodic Test Station Abandonment fJw 43 ae Measurement 44 1) Measurement for this Item will be per each cathodic test station to be 45 abandoned. 46 b. Payment 47 1) The work performed and materials furnished in accordance with this 48 Item and measured as provided under"Measurement"shall be paid for 49 at the unit price bid per each "Abandon Cathodic Test Station". CITY OF FORT WORTH MWERR2015A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Oty Project No„02701 Revised December 20,2012 02 41 14--4 UrIUTY REMOVAL/ABANDONMENT "R Page 4 of 16 1 c. The price bid shall include. 2 1) Abandon cathodic test station lw� 3 2) CLSM 4 3) Pavement removal 5 4) Excavation 6 5) Hauling 7 6) Disposal of excess materials 8 7) Furnishing, placement and compaction of backfili 9 8) Clean-up 10 B. Water Lines and Appurtenances 11 1. Installation of a Water Line Pressure Plug 12 a. Measurement, 13 1) Measurement for this Item shall be per each pressure plug to be 14 installed. 15 b® Payment 16 1) The work performed and materials furnished in accordance with this 17 Item and measured as provided under"'Measurement"shall be paid for 18 at the unit price bid for each "Pressure Plug"' installed for: 19 a) Various sizes 20 c. The price bid shall include: 21 1) Furnishing and installing pressure plug 22 2) Pavement rernoval 23 3) Excavation 24 4) Hauling 25 5) Disposal of excess material 26 6) Gaskets 27 7) Bolts and Nuts 1117 28 8) Furnishing, placement and compaction of embedment 29 9) Furnishing, placement and compaction of backffll 30 10)Disinfection %my, 31, 11)Testing 32 12)Clean-up 33 2. Abandonment of Water Line by Cut and installation of Abandonment Plug 34 a., Measurement 35 1) Measurement for this Item shall be per each out and abandonment plug 36 installed. 37 b. Payment 38 1) "The work performed and materials furnished in accordance with this 39 Item and measured as provided under"Measurement"' shall be paid for 40 at the unit price bid for each "Water Abandonment Plug"installed for: 41 a) Various, sizes 4.2 c. The price bid shall include- 43 1) Furnishing and installing abandonment plug 44 2) Pavement removal 45 3) Excavation 46 4) Hauling 47 5) CLSM 48 6) Disposal of excess material 49 7) Furnishing, placement and compadioirl of backfill crry OF�FORT WORTH MWERR2.015A STANDARD CON.SMUCHON SPECIFICATION DOCUMEW173 city Prgje INN.02701. Rev�sed Deminber,20, 2012 024-1 14-5 UTTLITY REMOVAJABANDONMENT IPage 5 of 16 1. 8) Clean-up ORM 2 3. Water Valve Removal 3 a. Measurement 4 1) Measurement for this Item will be per each water valve to be removed. P" 5 b., Payment 6 1) The work performed and materials furnished in accordance with this 7 Item and measured as provided under"Measurement" shall be paid for 8 at the unit price bid per each "Remove Water Valve"for, 9 a) Various sizes 1.0 c. The price bid shall includee. qpp 1.1 1) Removal and disposal of valve 12 2) CLSM 13 3) Pavement removal 14 4) Excavation '�)Jv 15 5) Hauling 16 6) Disposal of excess materials 17 7) Furnishing, placement and compaction of backfill 1.8 8) Clean-up 19 4. Water Valve Removal and Salvage 20 a. Measurement 21 1) Measurement for this Item will be per each water valve to be removed 22 and salvaged. 23 b.. Payment 24 1) The work performed and materials furnished in accordance with this 25 Item and measured as provided under"Measurement"shall be paid for 26 at the unit Iprice bid per each "Salvage Water Valve""for: 27 a) Various sizes 28 c. The price bid shall include. 29 1) Removal and Salvage of valve 30 2) CLSM 31 3) Deiivery to City 32 4) Pavement removal 33 5) Excavation 34 6) Hauhng 35 7) Disposal of excess materials 36 8) Furnishing, placement and compaction of backfill 37 9) dean-up 38 5. Water Valve Abandonment 39 a., Measurement 40 1) Measurement for this Item will The per each water valve to be 41 abandoned, 42 b. Payment 43 1) 1-he work performed and materiNs furnished in accordance with this 44 Item and measured as provided under"Measurement"shall be paid for 45 at the unit price bid per each "Abandon Water Valve"for: 46 a) Various Sizes 47 c. The price bid shall include-, 48 1) Abandonment of valve 49 2) CLSM crry oN=F-oiIzT woKrH MWERR201.5A SFANDARD CONSTRUCTION SEC IFICAFFON DOCUMENT!.:; City Project No.02701 Revised Deceml)er 20,7012 ROT 0241 14-6 LMU-TY REMOVAL/ABANDONMEN11- Page 6 of 16 1 3) Pavement removal 2 4) Excavation 3 5) Hauling 4 6) Disposal of excess materials 5 7) Furnishing, placement and compaction of backfill wlwl 6 8) Clean-,up 7 6, Fire Hydrant Removal and Salvage 8 a. Measurement 9 1) Measurement for this Item will be per each fire hydrant to be removed. 10 b.. Payment I 1 1) The work performed and materials furnished in accordance with this 12 Item and measured as provided under"Measurement"shall be paid for 13 at the unit price bid per each"Salvage Fire Hydrant". 1.4 c. The price bid shall include: P5 1) Removal and salvage of fire hydrant 16 2) Delivery to City 17 3) Pavement removal 18 4) Excavation 19 5) Hauling 20 6) Disposal of excess materials 21 7) Fumishing, placement and compaction of backfill 22 8) Clean-up 23 7. Water Meter Removal and Salvage 24 as Measurement 25 1) Measurement for this Item will be per each water meter to be removed 26 and salvaged. 27 b. Payment 28 1.) The work performed and materials furnished in accordance with this 29 Item and measured as provided under"Measurement"shall be paid for 30 at the unit price bid per each "Salvage Water Meter"for: WRY 31 a) Various sizes 32 2) If a "Water Meter Service Relocate" is performed in accordance with 33 Section 33 12 10, removal and salvage or disposal of the existing (2- yY 34 inch or smaller) water meter shall be subsidiary to the cost of the 35 "Water Meter Service. Relocate". no other compensation will be allowed.. 36 c. The price bid shall include: 37 1) Removal and salvage of water meter 38 2) Delivery to City 39 3) Pavement removal, 40 4) Excavation 4 1 5) Hauling 42 6) Disposal of excess materials 43 7) Furnishing, placement and compaction of backfill 44 8) Mean-ups 45 8. Water Sampling Station RemovM and Salvage 46 an Measurement 47 1.) Measurernentfoir this Item will be 1peir each water,sampling station to 48 be removed. 49 b., Payment ommg, CrTY OF FORT WORTH MWERR20151 STANDARD CONMUC,TION SPECIMATION DOCUMENTS M IPIrojec t No.02701 Revl x!d December 20, 2012 0241 14­7 UrILM R EMOVAL/A BANDON1MEN'..'.. IPage 7 of 16 1 1) The work performed and materials furnished in accordance with this r 2 Item and measured as provided under"Measurement"shall be paid for 3 at the unit price bid per each "Saivage Water Sampling Station". 4 ca The price bid shall include: r 5 1) Removal and salvage of water sampling station 6 ) Delivery to City 7 3) Pavement removal 4) Excavation 9 ) Mauling 10 ) Disposal of excess materials 11 7) Furnishing, pacernent and compaction of backfiil 12 ) Clean-up 13 9. Concrete Water Vault Removal 14 as Measurement 15 1) Measurement for this Item will be per each concrete water vault to be 16 removed. 17 bo Payment 1$ 1) The work performed and materials furnished in accordance with this 19 Item and measured as provided under "Measurement"shall be paid for 20 at the unit price bid per each "Remove Concrete Water`fault° 21 c„ The price bid shall include. 22 1) Removal and disposal of concrete water vault 23 2) Removal, salvage and delivery of frame and cover to City, if applicable ti 2 ) Removal, salvage and delivery of any valves to City, if applicable 25 4) Removal, salvage and delivery of any water meters to City, if applicable 26 5) Pavement removal 27 6) Excavation 2 7) Hauling 29 R) Disposal of excess materials 30 9) Furnishing, placement and compaction of backfill 00001 31 10)Clean up 32 C. Sanitary Sewer i_ines and Appurtenances 33 L Abandonment of Sanitary Sewer 1....irre by Cut and installation of Abandonrilent 34 Plug 35 a. Measurement 36 1) (*asurement for this Item shall be per each cut and abandonment plug 37 installed. 38 bo Payment 39 1) 'The work performed and materials furnished in accordance with this 40 Item and measured as provided under"Measurement;"shall be paid for 41 at the unit price bid for each"Sewer abandonment Plug"for: 42 a) Various sires 3 c. The prince bid shMi include, 1) Furnishing and installing abandonment plug 45 2) Pavement removal !rte 46 3) Excavation 47 4) Hauling 4$ 5) CLSM 49 6) Disposai of excess material C OF(FORT WORTH MWERR2015A STANDAR.r.:D CONS r,.DCTION SPEC FICA ION DOu~;VJMENTS City Project OVtDo GB2701 Revised December 20, 10 r.2 iypic 02 41 14- 8 LMLM REMOVAIJABANDONMENT Page 8 of 16 1 7) Furnishing, placement and compaction of backfill 2 8) Clean-up 3 2. Sanitary Sewer Manhole Rernoval 4. a. Measurement 5 1) Measurement for this Item will be per each sanitary sewer manhole to Opp 6 be removed, 7 b. Payment 8 1) The work performed and materials furriished in accordance with this WK 9 Item and measured as provided under"Measurement" shall be paid for 10 at the unit price bid per each "Remove Sewer Manhole"for: 11 a) Various diameters Cdr 12 c. The price bid shall include: 1.3 1.) Removal and disposal of manhole 14 2) Removal, salvage and delivery of frame and cover to City, if applicable 15 3) Cutting and plugging of existing sewer lines 16 4) Pavement removal 17 5) Excavation 18 6) Hauling wyn 19 7) Disposal of excess materials 20 8) Furnishing, placement and compaction of backfill 21 9) Clean-Lip ONO)" 22 3. Sanitary Sewer Junction Structure Removal 23 a. Measurement 24 J.) Measurement for this Item will be per each sanitary sewer junction 25 structure being removed. 26 b. Payment 27 1) The work performed and materials furnished in ac.c.ordance with this 28 Item and measured as provided under"Measurement"shall be paid for 29 at the lump sum bid per each "Remove Sewer Junction Box" location. 30 c. The price bid shall include: 31 1) Removal and disposal of junction box 32 2) Removal, salvage and delivery of frame and cover to City. 33 3) Pavement removal 34 4) Excavation 35 5) Hauling 36 6) Disposal of excess materials 37 7) Furnishing, placement and compaLtion of backfill 38 8) Clean-up 39 D. Storm Sewer Lines and Appurtenances umo 40 1. Abandonment of Storm Sewer Line by Cut and installation of Abandonment 41 Plug 42 a. Measurement 43 1) Measurement for this Item shall be per each cut and abandonment plug opojqf 44 to be installed. 45 b. Payment 46 1) The work performed and materials furnished in accordance with this 47 Item and measured as provided under"Measurement"shall be paid for 48 at the unit price, bid for each "Storm Abandonment Mug" installed for- MY OF FORT WORTH MWERR2015A I ,TrANDARD CONSTRU(MrON SPECIFICATION DOCL)MEN"T'S City Project.No. 02701 Revnsed Dec ant)er 20,2.012 024114-9 UTILITY REMOVAL/ABANDONMENT Page 9 of 16 1 a) Various sizes 2 c. The price bid shall include: 3 1) Furnishing and installing abandonment plug 4 2) Pavement removal 5 3) Excavation 6 4) Hauling 7 5) CLSM 8 6) Disposal of excess material 9 7) Furnishing, placement and compaction of backfill 10 8) Clean-up 11 2. Storm Sewer Manhole Removal 12 a. Measurement 13 1) Measurement for this Item will be per each storm sewer manhole to be 14 removed. 15 b. Payment 16 1) The work performed and materials furnished in accordance with this 17 Item and measured as provided under"Measurement"shall be paid for 18 at the unit price bid per each "Remove Manhole Riser"for: 19 a) Various sizes 20 c. The price bid shall include: 21 1) Removal and disposal of manhole 22 2) Removal, salvage and delivery of frame and cover to City, if applicable 23 3) Pavement removal 24 4) Excavation 25 5) Hauling 26 6) Disposal of excess materials 27 7) Furnishing, placement and compaction of backfill 28 8) Clean-up 29 3. Storm Sewer Junction Box Removal 30 a. Measurement 31 1) Measurement for this Item will be per each storm sewer junction 32 structure to be removed. 33 b. Payment 34 1) The work performed and materials furnished in accordance with this 35 Item and measured as provided under"Measurement"shall be paid for 36 at the unit price bid per each "Remove Storm Junction Box"for: 37 a) Various sizes 38 c. The price bid shall include: 39 1) Removal and disposal of junction box ® 40 2) Removal, salvage and delivery of frame and cover to City, if applicable 41 3) Pavement removal 42 4) Excavation ® 43 5) Hauling 44 6) Disposal of excess materials 45 7) Furnishing, placement and compaction of backfill 46 8) Clean-up 47 4. Storm Sewer Junction Structure Removal 48 a. Measurement CITY OF FORT WORTH MWERR2015A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02701 Revised December 20, 2012 0241 14 • 10 UTIUTY REMOVAL./ABANDONMENT Page 10 of 16 1 1) Measurement for this Item will be per each storm sewer junction 2 strulicture being removed., WR 3 b. Payment 1) The work pei formed and materials furnished in accordance with this 5 Item and measured as provided under"Measurement"shall be paid for 6 at the lump sum bid per each "Remove or Junction Structure" 7 location. 8 c. The price bid shall include: 9 1) Removal and disposal of junction structure 10 2) Removal, salvage and delivery of frame and cover to City, if applicable 11 3) Pavement removal IMP, 12 4) Excavation 13 5) Hauling 14 6) Disposals of excess materials 15 7) Furnishing, placement and compaction of backfill 16 8) Clean-up 17 5. or Sewer Inlet Removal 18 a. Measurement 19 1) Measurement for this Item will be per each storm sewer inlet to be 20 removed. 21 b. Payment 22 1) The work performed and materials furnished in accordance with this 23 Item and measured as provided under"Measurement"shall be paid for 24 at the unit price bid per each"Remove Storm Inlet"for: wo 25 a) Various types 26 b) Various sizes 27 c. The price bid shall include: Ad 28 1) Removal and disposal of inlet 29 2) Pavement removal 30 3) Excavation 31 4) Hauling 32 5) Disposal of excess materials 33 6) Furnishing, placement and compaction of backffil 34 7) Clean-up popw 35 6. Storm Sewer Juinctiion Box Removal 36 a. Measurement 37 1) Measurement for this Item shall be per linear foot of existing storm 38 sewer box to be removed. 39 b. Payment 40 1) The work performed and materials furnished in accordance with this 41 Item and measured as provided under"Measurement"shall be paid for 42 at the unit price bid per linear foot of"Remove Storm Junction Box"for 43 all sizes. 44 c. The price bid shall include: 45 1) Removal and disposal of Storm Sewer Box 46 2) Pavement removal 47 3) Excavation 48 4) Hauling 49 5) Disposal of excess materials CITY OF FORT WORTH VMWER.R 015A STANDARD CON.MRUCTION SPECIFICAIJON DOCUMENTS City Projed:No.02701 Revised Derember 20,2012 024114-11 UTILITY REMOVAL/ABANDONMENT Page 11 of 16 1 6) Furnishing, placement and compaction of backfill 2 7) Clean-up 3 7. Headwall/SET Removal 4 a. Measurement 5 1) Measurement for this Item will be per each headwall or safety end 6 treatment (SET) to be removed. 7 b. Payment 8 1) The work performed and materials furnished in accordance with this 9 Item and measured as provided under" easure e "shall be paid for 10 at the unit price bid per each"Remove Headwall/SET". 11 c. The price bid shall include: 12 1) Removal and disposal of Headwall/SET 13 2) Pavement removal 14 3) Excavation 15 4) Hauling 16 5) Disposal of excess materials 17 6) Furnishing, placement and compaction of backfill 18 7) Clean-up 19 8. Trench Drain Removal 20 a. Measurement 100 21. 1) Measurement for this Item shall be per linear foot of storm sewer 22 trench drain to be removed. 23 b. Payment 24 1) The work performed and materials furnished in accordance with this 25 Item and measured as provided under"Measurement"shall be paid for 26 at the unit price bid per linear foot of"Remove Trench Drain"for: pip 27 a) Various sizes 28 c. The price bid shall include: 29 1) Removal and disposal of storm sewer line 30 2) Pavement removal 31 3) Excavation 32 4) Hauling 33 5) Disposal of excess materials 34 6) Furnishing, placement and compaction of backfill 35 7) Clean-up 36 1.3 REFERENCES [NOT USED] 37 1.4 ADMINISTRATIVE REQUIREMENTS 38 A. Coordination 39 1. Contact Inspector and the Water Department Field Operation Storage Yard for 40 coordination of salvage material return. CM OF FORT WORTH MWERR2015A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cfty Project No. 02701 ym Revised December 20,2012 0241 1.4 12 UTILITY REMOVAL ABANDONMENT Page 1.2 of 16 1, 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] _5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING 7 A. Storage and Handling Requirements, IMF 8 1. Protect and salvage all materials such that no darnage occurs during delivery to 9 the City. io 1.11 FIELD [SITE] CONDITIONS [NOT USED] IR r. 1.12 WARRANTY [NOT USED] 12 PART 2 - PRODUCTS 13 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 1.4 2.2 MATERIALS 15 2.3 ACCESSORIES [NOT USED] 16 2.4 SOURCE QUALITY CONTROL [NOT USED] mop, 1.7 PART 3 - EXECUTION '8 3.1 INSTALLERS [NOT USED] o 3.2 EXAMINATION [NOT USED] 20 3.3 PREPARATION [NOT USED] 21 3.4 REMOVAL, SALVAGE, AND ABANDONMENT 22 A. General 23 1. Manhole Abandonment 24 a. All inanlioles that are to be taken out of service are to be removed unless INN 25 specifically requested and/or approved by City., 26 b. Excavate and backrill in accordance with Section 33 05 10� 27 c. Remove and salvage manhole fraime and cover as coordinated with City., ouiwca 28 d. Deliver salvaged rnaterW to the City. 29 e. Cut and plug sewer lines to be abandoned. 30 f. Backfill manhole void in accordance with City Standard Details. 31 B. Water Lines and Appurtenances 32 1. Water Line Pressure Plugs 33 a. Ductile Iron Water Lines CrTY OF FORT WORTH MWERR2015A MAND AW.)CONSTRUCTION SPE(MiCATIOIN D)CUMEMS City 1.koje�.±No.02701, Up Re December 20,2012 O I Page 13 of 1.6 i 1) Excavate, embed, and backfill in accordance with Section 33 05 10. 2 2) Plug with an MI Plug with mechanical restraint and blocking in 3 accordance with Section 33 11 11. 4 3) Perform Cut and Plug in accordance. with Section 33 12 25. lb. PVC 0900 and 0905 Water Lines 6 1) Excavate, embed, and backfill in accordance with Section 33 05 10. 7 2) Plug with an MI Plug with mechanical restraint and blocking in accordance with Section 33 11 11. MR 9 3) Perform Cut and Plug in accordance with Section 33 12 25. 10 c. Concrete Pressure Pipe, Oar Wrapped, Steel Cylinder Type Water Lines i i 1) Excavate, embed, and backfill in accordance with Section 33 05 10 12 2) Plug using: 1.3 a) A fabrk:ated plug restrained by welding or by a Snap Ring in 14 accordance with Section 33 1113; or 15 b) A blind flange in accordance with Section 33 11 13 16 3) Perform Cut and Plug in accordance with Section 33 12 25. 17 d. Buried Steel Water Lines 1$ 1) Excavate, embed, and backfill in accordance with Section 33 05 10. 1.9 2) Plug using: 20 a) A fabricated plug restrained by welding in accordance with Section MORI 21 33 11 14; or 22 b) A blind flange in accordance with Section 33 11 14 23 3) Perform Cut and Plug in accordance with Section 33 12 25. 24 1 Water Line Abandonment Plug 25 a. Excavate and backfill in accordance with Section 33 05 10. 26 b. Plug with CLSM in accordance with Section 03 34 13. 27 3. Water Line Abandonment by Grouting 28 a. Excavate and backfill in accordance with Sectiori 33 05 10. 29 b. Dewater from existing iine to be grouted. 30 c. Fill line with Low Density Cellular Grout in accordance with Section 33 05 2 31 or CLSM in accordance with 03 34 13. 32 d. Dispose of any excess material. 33 4. Water Lino Removal 34 a. Excavate and backfill in accordance, with Section 33 05 10. 35 b. Cut existing line from the utility system prior to removal. 36 c. Cut any services prior to removal. 7 d. Remove existing pipe lime and properly dispose as approved by City. 38 5. Water Valve Removal 39 a. Excavate and backfill in accordance with Section 33 05 10. law 40 b.. Remove and dispose of valve bonnet, wedge and stern. 4.i c,. Pill valve body with CLSM in accordance with Section 03 3413. 42 6. Water Valve Removal and Salvage a 43 a. Excavate vate and backfill in accordance with Section 33 05 10. b. Remove valve bonnet, wedge and stem. 45 c.. Deliver salvaged material to the Water Departn'ient Irield Operation Storage 46 Yard. 47 d. Protect: salvaged materiais from dalrrwge, 48 e. Fill valve body with CLSM in accordance with Section 03 34 13. CM OF If O RT wolRTH r'4WER.i 201 5A SrANDArtD CONSTRUCTION SPECIFICATION DOCUMENTS city IProject.No. 02701 m u (Revised Decembe 2E, 2012 02 41 14 -14 r.MLM REMOVAL./AHANDONMENT Page 14 of 16 1 '7. Water Valve Abandonment 2 a. Excavate and backfill in accordance with Section 33 05 10. 3 b. Remove the top 2 feet of the valve stack and any valve extensions. 4, c., Fill the remaining valves c with CLSM in accordance with Section 03 34 5 1.3. 6 S. Fire Hydrant Removal and Salvage 7 a. Excavate and backfill in accordance with Section 33 05 10. 8 b. Remove Fire Hydrant. 9 c. Place abandonment plug on fire hydrant lead line. 10 d., Deliver salvaged fire hydrant to the Water Department Field Operation I I Storage Yard. 12 e., Protect salvaged materials from damage. 13 9. Water Meter Removal and Salvage 14 a. Remove and salvage water meter. 15 b. Return salvaged meter to Project Representative. 16 c., City will provide replacement meter f6 installation. 17 d. Meter Box and Lid 18 1) Remove and salvage cast iron meter box lid. 19 2) Remove and dispose of any non-cast iron meter box lid. 20 3) Return salvaged material to the' ater Department Field Operation ,t1 Storage Yard. 22 4) Remove and dispose of meter box., 23 10. Water Sample Station Removal and Salvage 24 a. Remove and salvage existing water sample station. 25 b. Deliver salvaged material to the Water Department Field Operation Storage 26 Yard. 27 11- Concrete Water Vault Removal 28 a. Excavate and backfill in accordance WO-i Section 33 05 10.. 29 b. Remove and salvage vault lid. 30 c. Remove and salvage valves. 31 d. Remove and salvage meters. 32 e. Deliver salvaged material to the Water Department Field Operation Storage 33 Yard. 34 f. Remove and dispose of any piping or other appurtenances. 35 g. Demolish and remove entire concrete vault, 36 h. Dispose of all excess materials. 37 12. Cathodic Test Station Abandonment 38 a., Excavate and backfill in accordance. with Section 33 05 10 39 b. Remove the top 2 feet of the cathodic test station stack and contents, 40 c. Aii any remaining voids with CILSM in accordance with Section 03 3413. 41 C. Sanitary Sewer, Lines and Appurtenances 42 1- Sanitary Sewer Line Abandonment Plug 43 a. Excavate and backfill in accordance with Section 33 05 10. 44 lb. Remove and dispose of any sewage. 45 c. Plug with CLSM in accordance with Section 03 3413. 4.6 1 Sanitary Sewer Line Abandonment by Grouting 47 a., Excavate and backfill in accordance with Section 33 05 10. CrTY OF FOPT WOPTH MWERR2015A sANDARD CONSTRUCTION SPECIFICATION DOCUMEWS Oty IProje ct INo.02701 Revsed December 20,209.2 0241 14- 15 UTILITY REMOVAL/ABANDONMENT Page 15 of 16 1 b. Dewater and dispose of any sewage from the existing line to be grouted. 2 c. Fill line with Low Density Cellular Grout in accordance with Section 33 05 24 3 or CLSM in accordance with 03 34 13. 4 d. Dispose of any excess material. 5 3. Sanitary Sewer Line Removal 6 a. Excavate and backfill in accordance with Section 33 05 10. 7 b. Cut existing line from the utility system prior to removal. 8 c. Cut any services prior to removal. 9 d. Remove existing pipe line and properly dispose as approved by City. 10 4. Sanitary Sewer Manholes Removal ® 11 a. All sanitary sewer manholes that are to be taken out of service are to be 12 removed unless specifically requested and/or approved by City. 13 b. Excavate and backfill in accordance with Section 33 05 10. 14 c. Remove and salvage manhole frame and cover. 15 d. Deliver salvaged material to the Water Department Field Operation Storage. 16 e. Demolish and remove entire concrete manhole. 17 f. Cut and plug sewer lines to be abandoned. 18 5. Sanitary Sewer Junction Structure Removal 19 a. Excavate and backfill in accordance with Section 33 05 10. 20 b. Remove and salvage manhole frame and cover. 21 c. Deliver salvaged material to the Water Department Field Operation Storage. 22 d. Demolish and remove entire concrete manhole. r 23 e. Cut and plug sewer lines to be abandoned. 24 D. Storm Sewer Lines and Appurtenances 25 1. Storm Sewer Abandonment Plug 26 a. Excavate and backfill in accordance with Section 33 05 10. 27 b. Dewater line. 28 c. Plug with CLSM in accordance with Section 03 34 13, 29 2. Storm Sewer Line Abandonment by Grouting 30 a. Excavate and backfill in accordance with Section 33 05 10. 31 b. Dewater the existing line to be grouted. 32 c. Fill line with Low Density Cellular Grout in accordance with Section 33 05 24 33 or CLSM in accordance with 03 34 13. 34 d. Dispose of any excess material. ® 35 3. Storm Sewer Line Removal 36 a. Excavate and backfill in accordance with Section 33 05 10. 37 b. Remove existing pipe line and properly dispose as approved by City. 38 4. Storm Sewer Manhole Removal 39 a. All storm sewer manholes that are to be taken out of service are to be 40 removed unless specifically requested and/or approved by City. 41 b. Excavate and backfill in accordance with Section 33 05 10. 42 c. Demolish and remove entire concrete manhole. 43 d. Cut and plug storm sewer lines to be abandoned. 44 5. Storm Sewer Junction Box and/or Junction Structure Removal 45 a. Excavate and backfill in accordance with Section 33 05 10. 46 b. Demolish and remove entire concrete structure. 47 c. Cut and plug storm sewer lines to be abandoned. CITY OF FORT WORTH MWERR2015A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02701 Revised December 20, 2012 AW 02 41 14-,16 UT.IUW REMOVAL/ABANDONMENT IPage 16 of 16 1, 6u Storm Sewer Inlet R.emovai 2 a® Excavate and backfill in accordance with Section 33 05 100 3 b. Demolish and remove entire concrete inlet. 4 c. Cut and plug storm sewer lines to be abandoned. 5 7„ Storm Sewer Box Removal 6 a. Excavate and backfill in accordance with Section 33 05 10. 7 b. Cut existing line from the utility system prior to removal. 8 c. Cut any services prior to removal. 9 d. Remove existing pipe line and properly dispose as approved by City. 10 8. Headwall/SET Removal 11 a. Excavate and backfill in accordance with Section B 05 10. 12 b. Demolish and remove entire concrete inlet. 13 c. Cut and plug storm sewer lines to be abandoned. 14 9® Storm Sewer Trencf,-i Drain Removal 15 a. Excavate and backfill in accordance with Section 33 05 10. 16 b. Remove existing pipe line and dispose as approved by City., 17 3.5 REPAIR / RESTORATION [NOT USED] 18 3.6 RE-INSTALLATION [NOT USED] 19 3.7 FIELD [OR] SITE QUALITY CONTROL 20 3.8 SYSTEM STARTUP [NOT USED] 21. 3.9 ADJUSTING [NOT USED] 22 3.10 CLEANING [NOT USED] 23 3.11 CLOSEOUT ACTIVITIES [NOT USED] 24 3.12 PROTECTION [NOT USED] 25 3.13 MAINTENANCE [NOT USED] 26 3.14ATTACHMENTS [NOT USED] 27 END OF SECTION Revision Log ................................................................... .............................. ...................... DATE NAME SUMMARY OF CHANGE J,.,.2.C.3.c,. ......•Include Frame and Cover in Payment description 12/20/12 D. Johnson Throughout—added abandonment of storm and sewer manholes when requested arid/or approved by City ...................................._­­­.......... ................ ...................................................... 28 Offiff, CITY OF FORT WORT 1i MWERR2015A STANDARD CONs'mucriON SPECIFICATION DOCUMENTS U. Project No.02701 uIxyq RevNed DeLember 20, ;2012 32 01 17, I. PERMANENT ASPHALT PAVING REPAIR arm (Page 1 of 6 » , SECTION 32 0117 2 PERMANENT ASPHALT PAVING REPAIR h 3 PART 1 ® GENERAL 4 1.1 SUMMARY r A. Section includes: 6 1. Flexible pavement repair to include, but not limited to: s a. Utility cu (water, Sanitary sewer, drainage, franchise utilities, etc.) 8 b. Warranty work 9 c. Repairs of damage caused by Contractor "m»a 10 d. Any permanent asphalt pavement repair, needed during the course of 11 construction 12 B. Deviations from this City of Fort Worth Standard Specification 13 1.2 Ill)u'ice wind Payrurcnt: Procedures 14 A, III''deast.uu'ernent au id Payuc1ent fly 2. Asplralt Paver'iu'ce°ui. Repaiu for, titiilty Service TrencJ,''u 16 a n'I' easc.urernerit 17 1, To apply to safe-ii seMice Wuu°ues also. 18 C. Related Specification Sections include, but are not necessarily limited toe 19 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the 20 Contract 21 2. Division 1 .- General Requirements 22 3. Section 03 34 16 Concrete Base Material) for Trench Repair 0) 23 4. Section 32 12 16 Asphalt Paving 24 5. Section 32 13 13 - Concrete Paging 25 6. Section 33 05 10 Utility Trench Excavation, Embedment and Backfill I 26 1.2 PRICE AND PAYMENT PROCEDURES 22 A. Measurement and Payment 28 1. Asphalt Pavement Repair 29 a. Measurement NO, 30 1) Measurement for this Item will be by the linear foot of Asphalt 31 Pavement Repair based on the defined width and roadway 32 classification specified in the Drawings. I' 33 b. Payment 34 1) The work performed and materials furnished in accordance with this 35 Item and measured as provided under "Measurement"will be paid NO 36 for at the unit price bid price per linear foot of Asphalt Pavement 37 Repair. 38 c. The price bid shall include: y 39 1) Preparing final surfaces CITY OF FORT WORTH MWERR2015A S1i)CONSTRUCTION SPECIFICATION DOCUMENT'S QtV Project No.02701. Revilsed Deamriber 20, 2012 Mr, 32 0117-2 PERMANENT ASPHALT PAVING REPAIR 11),age 2 of 6 ump 1 2) Furnishing, loading, unloading, storing, hauling and handling all 2 materials including freight and royalty POO 3 3) Traffic control for all testing 4 4) Asphalt, aggregate, and additive 5 5) Materials and or needed for corrective action 6 6) Trial batches 7 7) Tack coat 8 8) Removal and/or sweeping excess material @10g), 9 2. Asphalt Pavement Repair for Utility Service Trench 10 a. Measurement 11 1) Measurement for this Item will be by the linear foot of Asphalt umqp/ 12 Pavement Repair centered on the proposed sewer service line 13 measured from the face of curb tote limit of the Asphalt Pavement �4 Repair for the main sewer line. 15 b. Payment 16 1) The work performed and materials furnished in accordance with this 17 Item and measured as provided under""Measurement"will be paid 18 for at the unit price bid price per linear foot of"Asphalt Pavement 19 Repair, Service"" installed for: 20 a) Various types of utilities 01 2[ c. The price bid shall include: 22 1) Preparing final surfaces 23 2) Furnishing, loading, unloading, storing, hauling and handling all PRO 24 materials including freight and royalty 25 3) Traffic control for all testing 26 4) Asphalt, aggregate, and additive OPP 27 5) Materials and work needed for corrective action 28 6) Trial batches 29 7) Tack coat 30 8) Removal and/or sweeping excess material 31 3. Asphalt Pavement Repair Beyond Defined Width 32 a. Measurement 33 1) Measurement for this Item will be by the square yard for asphalt 34 pavement repair beyond pay limits oft defined width of Asphalt 35 Pavement Repair by roadway classification specified in the MOW 36 Drawings., 37 b. Payment 38 1) The work performed and materials furnished in accordance with this 39 Item and measured as provided under""Measurement"will be paid 40 for at the unit price bid per square yard of Asphalt Pavement Repair 41 Beyond Defined Width. 009jrf 42 c. The price bid shall include: 43 1) Preparing final surfaces 44 2) Furnishing, loading, unloading, storing, hauling and handling all mimm, 45 materials including freight and royalty 46 3) Traffic control for all testing 47 4) Asphalt, aggregate, and additive ppp CM OF FORT WORTH MWERR2015A S"I"ANDARD CONSTRU MON SPECIFICATION DOCUMENTS City Projed No.02701 Offly, Rev�sed December 20,2012 32 01 17.- 3 PERMANENT ASPHALT PAVING REPAIR Page 3 of 6 1 5) Materials and work needed for corrective action 2 6) Trial batches 3 7) Tack coat 4 8) Removal and/or sweeping, excess material 5 4. Extra Width Asphalt Pavement Repair 6 a. Measurement 7 1) Measurement for this to will be by the square yard for surface 8 repair (does not include base repair) for: 9 a) Various thicknesses 10 b. Payment I1 1) The work performed and materials furnished in accordance with this 12 Item and measured as provided under"Measurement"'will be paid 13 for at the unit price bid per square yard of Extra Width Asphalt 14 Pavement Repair 15 c. The price bid shall include.' 16 1) Preparing final surfaces 1.7 2) Furnishing, loading, unloading, storing, hauling and handling all 18 materials including freight and royalty 19 3) Traffic control for all testing 20 4) Asphalt, aggregate, and additive 21 5) Materials and work needed for corrective action 22 6) Trial batches 23 7) Tack coat 24 8) Removal and/or sweeping excess material 25 1.3 REFERENCES 26 A. Definitions 27 1. H.M.A.C. — Hot Mix Asphalt Concrete 28 1.4 ADMINISTRATIVE REQUIREMENTS 29 A. Permitting 30 1. Obtain Street Use Permit to make utility cuts in the street from the 3 1 Transportation and Public Works Department in conformance with current 32 ordinances. 33 2. The Transportation and Public Works Department will [inspect the paving 34 repair after construction. 35 1.5 SUBMITTALS [NOT USED) 36 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS ;JR01 37 A. Asphalt Pavement Mix Design: submit for approval: see Section 32 12 16. 38 1.7 CLOSEOUT SUBMITTALS [NOT USED] 39 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 40 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH MWERR2015A STANDARD CONS-1i'RUMON SPFC]IFTCATTON [)OCUMENTS City Prqject No.02701 Revised December 20, 201.2 3201 1.7 -4 PERMANENT ASPHALT PAVING REPAIR Page 4 of 6 1.11DELIVERY® STORAGE, AND HANDLING [NOT USED] 2 1.12FIELD CONDITIONS 3 A. Place mixture when the roadway surface temperature is 45 degrees F or higher 4 and rising unless otherwise approved. 5 1.13WARRANTY [NOT USED] 6 PART 2 - PRODUCTS 7 2.1 OWNER-FURNISHED [NOT USED] 8 2.2 MATERIALS OAR, 9 A. Backfill 10 1. See Section 33 05 10. I se Material xv), 12 1. Concrete. Base Material for Trench Repair'. See Section 03 34 16. 13 2. Concrete Base: See Section 32 13 13. ofmft' 14 C. Asphalt Paving: see Section 32 12 160 1.5 1. H.M.A.C. paving: Type D. 16 2.3 ACCESSORIES [NOT USED] 17 2.4 SOURCE QUALITY CONTROL [NOT USED] 18 PART 3 - EXECUTION ig 3.1 INSTALLERS [NOT USED] 20 3.2 EXAMINATION [NOT USED] 21 3.3 PREPARATION 22 A. Surface Preparation 23 1. Mark pavement cut for repairs for approval by the City. 24 2. Contractor and C4 meet 1pirioir to saw cutting to confirm limits of repairs. 25 3.4 INSTALLATION 26 A. General 27 1. Equipment 28 an Use machine intended for cutting pav,ement. 29 b. Milling machines may be used as long as straight edge is maintained. 30 20 Repairs: In true and straight lines to dimensions shown on the Drawings. 31 1 Utility Cuts 32 a. In a b ue and straight line on both sides of the trench CUN OF FORT WORTH MWERR201.5A STANDARD CONS7RUMON SPECIFICATT.ON DOCUMENTS Uy Project It 02701 "PIN Revscd Dec'eriber 20,201.2 POW, 32 0:117....S ,N PERMANENT ASPHALT PAVING REPAIR Page S of 6; o Minirnurn of 12 inches outside the trench walls N ca If the existing flexible pavement is 2 feet or less between the lip of the 3 existing gutter and the edge oft the trench repair, remove the existing 4 paving to such gutter. 4e Limit dust and residues from sawing from entering the atmosphere or 6 drainage facilities. 7 B. Removal 8 1. Use care to prevent fracti,. ring existing pavement structure adjacent tot the 9 repair area® u' 10 Ca Base I Y 1m Install replacement base material as specified in Drawings. POW 12 D. Asphalt Paving 13 1e H,M,A.0 placernent: in accordance with Section 32 12 16 14 2. Type D surface mix 15 3. Depth: as specified in Drawings 36 4. Place surface mix in lifts not to exceed! 3 inches. 37 5, Last or top lift shall not be less than 2 Inches thick. 18 3.5 REPAIR/RESTORATION [NOT USED] ig 3.6 RE-INSTALLATION [NOT USED] 20 3.7 FIELD QUALITY CONTROL [NOT USED] 23 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] `Nf7f 23 3.10CLEANING [NOT USED] 24 3.11CLOSEOUT ACTIVITIES (NOT USED] 6 3.12PROTECTION [NOT USED] POP 26 3.13MAINTENANCE [NOT USED] 27 3.14ATTACHMENTS [NOT USED] 28 29 30 33 END OF SECTION 2 33 CITY OF FORT WORTH MWE6RR2015A STANDARD CONSTRUCTION SPECIFICATION DOCUMENIS Opt IProject.No.,0270.1 (Revised Deco nR er 20,2012 3201 t'7-6 PERMANENT ASPHALT PAVING REPAIR u Page 6of6 evisl n Log DATE NAME SUMMARY OF CHANGE 1.2.A Modified Items to be included in price bid; Added blue text far L 12/20/2012. D.Johnson clarification of repair width on u¢tpl4 trench repair;Added a bid item for utility service trench repair„ 2 ru!r�yr l 719P1N)�f, �IlYlj!- umi➢lYyi W CTTY OF FORT WORTH MWERR2015A Iu�J➢1�Y,% lw➢uW1B STANDARD CONS-FRUCTION SPE:CHICATTON DOCUMENTS City ProJeat No. 02701 11jr Revised December 20,2012 n TEMPORARY ASPHALT PAVING REPAIR Page :1 of 4 SECTI®N 32 01 1S 2 TEMPORARY ASPHALT PAVING REPAIR. 3 PART 1 o GENERAL 4 1.1 SUMMARY A. Section Includes., 6 1„ Utility cu (water, sanitary sewer, drainage, etc,) along streets programmed 7 for total reconstruction under a Capital Improvement Program or resurfacing 8 under a Street Maintenance Program. 9 2. Repairs of damage caused by Contractor 10 3. Any other temporary pavement repair needed during the course of I I construction„ 12 B. Deviations from this City of Fort Worth Standard Specification 13 1„ 2"2 bn,gll*r art Paver ii wi rt Rq,j"ail° to uir' iade, 2"l°°°il'd C I ype D wind 2"" "pe Il i III le . 14 Lase Mater,4l Gllr"adE: 2 15 Cm Related Specification Sections include, but are not necessarily limited toe 16 1. Division 0 - Bidding ReciOrements, Contract Forms, and Conditions of the 7 Contract 18 24 Division 1 - General Requirements 19 34 Section 32 1123 ,_ Flexible Base Courses 20 4. Section 32 12 1 - Asphalt Paving 2 T 5® Section 33 05 10 Utility Trench E cavabonQ, Embedment and Backfill 22 1.2 PRICE AND PAYMENT PROCEDURES 23 A. Measurement and Paymeint 24 1. Measurement 25 a. Measurement for this Item shall be by the linear feet of Temporary Asphalt 26 Pawing Repair. 27 2. Payment 28 ao The work performed and materials furnished in accordance with this Item 29 and measured as provided under"Measurement" will be paid for at the unit 30 price bid per linear feet of Temporary Asphalt Pawing Repair. No additional 1a :3I payment will be provided for repairs, of damage to adjacent pavement 32 caused by the Contractor. 33 3. The price bid shall include: 34 a. Preparing final surfaces 35 ba Furnishing, loading, unloading, storing, hauling and handling all materials 36 including freight and royalty 37 c. Traffic control for all testing 38 d. Asphalt" aggregate, and additive 39 e.. Material's and work needed folr corrective action 40 f„ Trial batches CITY OF FORT WORTH MWV'ERU2015A STANDARD CONSIRUCTION SPECIFICATION DOCUMENT'S COty Prgject No, 02701 Revi!!:e I II:Iecernt,)er 10" 20:12 IMP/ 320118••2 FEMPORARY ASPHALT PAVING REPAIR Page 2 of 4 94m g. Tack coat 2 h. Removal andl/or sweeping excess material R 3 4 1.3 REFERENCES 5 A. Definitions 6 1. H.M.A.C. — of Mix Asphalt Concrete 7 1.4 ADMINISTRATIVE REQUIREMENTS 8 A. Permitting 9 1. Obtain Street Use Permit to make utility cuts in the street from the "Imp, to Transportation and Public Works Department in conformance with current I! ordinances. ➢.2 2. The Transportation and Public Works Department will inspect the paving repair ➢3 after construction. 14 1.5 SUBMITTALS [NOT USED] Mop 15 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 16 A. Asphalt Pavement Mix Design: submit for approval. Section 32 12 16. mqg) 17 1.7 CLOSEOUT SUBMITTALS [NOT USED] 18 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] wil 19 1.9 QUALITY ASSURANCE [NOT USED] 20 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] ogg, 21 1.11 FIELD CONDITIONS 22 A. Weather Conditions: Place mixture when the roadway surface temperature is 40 FOR, 23 degrees F or higher and rising unless otherwise approved.. 24 1.12 WARRANTY[NOT USED] 25 PART 2- PRODUCTS 26 2.1 OWNER-FURNISHED [NOT USED] 27 2.2 MATERIALS 28 A. Backfill: see Section 33 05 10. 29 B. Base Material 30 1. Flexible Base: Use existing base and add new flexible base as required in 31 accordance with Section 32 1123. 32 C. Asphalt Concrete: See Section 32 12 1& qqv' 33 1. H.M.A.,C. paving: Type D. 34 2.3 ACCESSORIES [NOT USED] CITY OF FORT WORTH MWERR2015A STANDARD TANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02701 Revised Derember 20,2012 32 0:1 .1.8-,3 MOM TEMPORARY ASPHALT PAVING REPAIR Page 3 of 4 1 2.4 SOURCE QUALITY CONTROL [NOT USED] 2 PART 3 - EXECUTION 3 3.1 INSTALLERS [NOT USED] 4 3.2 EXAMINATION [NOT USED] 5 3.3 PREPARATION [NOT USED] 6 3.4 INSTALLATION MIR, 7 A. Removal 8 1. Use an approved method that produces a neat edge.. 9 2.. Use care to prevent fractudng existing pavement structure. adjacent to the 110 repair area. II B. Base 12 1, Install flexible base material per detail.. 13 2. See Section 32 1.123. MAP 14 C. Apshalt Paving 15 1. H,M.,AC. placement: In accordance with Sectk)n 32 12 16. fm 16 2. Type D surface mix. 17 3.5 REPAIR/RESTORATION [NOT USED] Jr 18 3.6 RE-INSTALLATION [NOT USED] 19 3.7 FIELD QUALITY CONTROL [NOT USED] 20 3.8 SYSTEM STARTUP [NOT USED] 21 3.9 ADJUSTING [NOT USED] 22 3.10 CLEANING [NOT USED] 23 3.11 CLOSEOUT ACTIVITIES [NOT USED] 24 3.12 PROTECTION [NOT USED] 25 3.13 MAINTENANCE [NOT USED] 26 3.14ATTACHMENTS [NOT USED] 27 END OF SECTION 28 MR, 29 30 CFTY OF FORT WORTH MWERR2015A W S rANDARD COWTFRUCI ION SPECIFTICA ]ON DOCUMEN TS My Project No.02701 ReAced DeCeMber 20, 2012 d 320118--4 TEMPORARY ASmAT PAVING REPAIR %74«4 \ G<o� nLog DATE NAME SUMMARY OF CHANGE \ 12-/20/2012 R ]oh mon £2.A— Modified Items to be included M Kc� e bid y pq CITY OF � 7 ! \ � � � � . _ . y . � � w : FORT WORTH Mwmpoa& STANDARD NSTA SPECIFICATION DOCUME S City�@ »r No.02701 d Revised December 2n 2012 \ 32 1723- 1. PAV'EMENI MARKINGS IPae 1.of 12 MOM 1 SECTION 32 17 23 2 PAVEMENT MARKINGS 3 PART 1 - GENERAL 4 1.1 SUMMARY A. Section Includes: 6 1. Pavement Markings a. Thermoplastic, hot-applied, spray (HAS) pavement markings 8 b. Thermoplastic, hot-applied, extruded (HA ) pavement markings 9 c. Preformed polymer tape Ile d. Preformed heat-activated thermoplastic tape 11 2. Raised markers 9.2 3. Work zone markings 13 4. Removal of pavement markings and markers 14 B. Deviations from this City of Fort Worth Standard Specification Fm fl 5 F'or isr°61 nearus Wateii and Se whim C ��. s relpalrs and .,�muui�tm°ac°t , sll l��somrimom°mt tdom k�mm mm, 16 repo aceluner°ds shall be st,I rsid'i N to the iuppropui'iate paverneirimt repair l°uid itern. 17 G. Related Specification Sections 'include, but are not necessarily limited to: 1.8 1. Division 0 — Bidding Requirements,, Contract Forms and Conditions of the 19 Contract 20 2. Division I — General Requirements 21 1.2 PRICE AND PAYMENT PROCEDURES �)W 22 A. Measurement and Payment 23 1. Pavement Markings 24 a. Measurement 5 1) Measurement for this Item shall be per linear foot of material 26 placed, 27 b. Payment IMP, 28 1) The work performed and materials furnished in accordance with this 29 Item and measured as provided under"Measurement" shall be paid 30 for at the unit price bid per linear fort of"Pvmt Mat-king" iinstall d 31 for: 32 a) Various 'Widths 33 ) Various Types fi 34. c) Various Materials 35 d) Various Colors 36 c The prig bid shall include: ro 37 1) Installation of Pavement Marking 38 2) Glass beads, when required 39 3) Surface preparation CITY OF FORT WORTH MmAs'mmRR201.5A STANDARD CONST UC""110N SPE IFI.CAT"10N DOCUMEN IS city Project No. 02701 Revised Novern er 27,20.1.3 Yi�CI 32 17 23...2 PAVEMENT N11ARKINGS Page 2 of 12 u Clean-.up u, 2 5) Testing (when required) 3 20 Legends 4 a. Measurement 5 1) Measurement for this Items all be per each Legend l installed., ba Payment 7 1) The work performed and materials furnished in accordance with this 8 Item shall be paid for at the unit price bid per each "Legend"°' 9 installed for: 10 ) Various types I I ) Various applications 12 co The price bid shall include: 13 1) Installation of Pavement Marking 14 2) Glass beads when required NM 15 ) Surface preparation. 16 4) Clean-up 17 5) Testing 91,ow" 18 3m Raised Markers 19 a. Measurement 20 1) Measurement for this Item shall be per e each Raised Marker installed. N' 21 bm Payment 22 1) The work performed and materials furnished in accordance with this 23 Item shall be paid for at the unit price bid per each "Raised Marker" ""t, 24 installed fora 25 ) Various types 26 cw The price bid shall include: 27 1) Installation of Raised Markers 28 2) Surface preparation 29 ) Clean,-up 30 ) Testing 31 4. Work Zone Tab barkers 32 a. Measurement 33 1) Measurement for this Item shalt/ be per each Tab Marker flnstaHed. 34 b. Payment 35 1) The work performed and materials furnished in accordance with this 36 Item shall be paid for at the unit price bid per each "Tab Marker" 37 installed for® 38 a) Various types 39 co The price bid shall include: 40 1) Installation of Tab Work Zone Markers 41 5, Fire Lane Markings �{ 42 au Measurement 43 1) Measurement for this Items all be per the linear foot. 44 b. Payment ,y Nm4m,, MY of FORT WORTH f` WER.R201 A STANDARD CONSI RUCTION SPECIFICATION DOCUMENT'S City Project No.0270.1. Revised November 22,2013 mil 321723-3 PAVEMENT MARKINGS Page 3 of 12 1. 1) The work performed and materials furnished in accordance with this 2 Item and measured as provided under"Measurement"shall be paid 3 for at the unit price bid per linear foot of"Fire Lane Marking" 4 installed. 5 c. The price bid shall include: 6 1) Surface preparation 7 2) Clean-up 8 3) Testing 9 6. Pavement Marking Removal 1.0 a. Measurement 1.1 1) Measure for this Item shall be per linear foot. 12 b. Payment 13 1) The or performed and materials furnished in accordance with this 14, to and measured as provided under"Measurement"shall be paid 15 for at the unit price bid per linear foot of'"Remove PVmt Marking" 16 performed for: 17 a) Various widths 18 c. The price bid shall include: 19 1) Removal of Pavement Markings 20 2) Clean-up 21 7, Raised Marker Removal 22 as Measurement POP 23 1) Measurement for this Item shall be per each Pavement Marker 24 removed. 25 b. Payment 26 1) The work performed and materials furnished in accordance with this 27 Item shall be paid for at the unit price bid per each "Remove Raised 28 Marker" performed, 29 c. The price bid shall include: 30 1) Removal of each Marker 31 2) Disposal of removed materials 32 3) Clean-up 33 8. Legend Removal 34 a. Measurement 35 1) Measure for this Item shall be per each Legend removed. 36 b. Payment 37 1) The work performed and materials furnished in accordance with this 38 Item and measured as provided under"Measurement' shall be paid 39 for at the unit price bid per linear foot of"Remove Legend" 40 performed for-, 41 a) Various types 42 b) Various applications 43 c. The price bid shall include: 44 1) Removal of Pavement Markings 45 2) Cleary-up CM OF FORT WORTH MWERR2.015A STANDARD CON.TIRUCRON SPECIFICAIJON DOCUMENTS City Prqjed.No.02701 Revised November 22,2013 32 .7 1.3- 4 PAVEMENT MARKINGS IPage 4 of 12 1 1.3 REFERENCES 2 A. Reference Standards 3 1. Reference standards cited in this Specification refer to the current reference 4 standard published at the time of the latest revision date logged at the end "I"T 5 of this Specification, unless a date is specifically cited. 6 2. Texas Manual on Ur ffifQ_gm_Tr_aic Traffic C LorftrQlDevices MUTCD 2011 Edition — 7 a. Part 3, Markings 8 3. American Association of State Hjgby_py_...and Transportation Officials 9 (ALSHIM 1.0 a. Standard Specification for Glass Beads Used in Pavement Markings, M 11 247-09 12 4. Federal High ay A_c_rnjj_nis_trabo_n ff b_WA 13 a. 23 CFR Part 655, FHWA Docket No. FHWA-2009-0139 14 5. I�ex s..DeDartment of.Transporta"ion jxD0 iL 15 a. DM5-4200, Pavement Markers (Reflectorized) 16 b. DMS-4300, Traffic Buttons 17 c. CAMS-8220, Hot Applied Therrnoplasbc 118 d. DMS-8240, Permanent Prefabricated Pavement Markings 'IMF) 19 e. DM5-8241, Removable Prefabricated Pavement Markings 20 f. DAMS-8242, Temporary Flexible-Reflective Road Marker Tabs 21 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 22 1.5 SUBMITTALS 23 A. Submittals shall be in accordance with Section 0133 00. 24 B. All SUbmlttals shall be approved bythe City prior to delivery and/or fabrication 25 for specials. yy 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] MIR 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10DELIVERY0, STORAGE, AND HANDLING POW 31 A. Storage and Handling Requirements 32 IF. The Contractor shall secure and mairit,64'i a location to store the material in 33 accordance with Section 0150 00. 34 1.11FIELD [SITE] CONDITIONS [NOT USED] 35 1.12WARRANTY [NOT USED] OMAR 36 PART 2 - PRODUCTS MAN CTTY OF FORT WORTH MWERR2015A STANDARD COIN TM.1.101"10N SIDECIII::iCATION DOCUMENTS Uy Project No. 02701 Revised Novernt)er 22,2013 32:17 23­5 PAVEMIENT MARKINGS Page 5 of 12 1 2.1 OWNER-SUPPLIED PRODUCTS FOR, 2 A. New Products 3 1., Refer to Drawings to determine if-there are owner-supplied products for the 4 Project, 5 2.2 MATERIALS 6 A. Manufacturers 7 1. Only the manufacturers as listed in the City's, Standard Products List will be 8 considered as shown iirn Section 0160 00. 9 a The manufacturer must cornply with this Specification and related 10 Sections. 2. Any product that is not listed on the Standard Products List is considered a 25 00. 12 substitution and shall be submitted in accordance with Section 01 13 B. Materials 14 1. Pavement Markings 15 a. Thermoplastic, hot applied, spray ➢6 1) Refer to Drawings and City Standard Detail Drawings for width of 17 longitudinial lines, 18 2) Product shall be especially compounded for -traffic markings. 19 3) When placed on 'the roadway, the markings shall not be slippery 20 when wet,, lift from pavement under normal weather conditions nor 21 exhibit a tacky exposed surface, 22 4) Cold ductility of the material shall permit normal road surface 23 expansiori and contraction without chipping or cracking. 24 5) The markings shall retain their Original color, dimensions and 25 placement under normal traffic conditions at road surface 26 'temperatures of 158 degrees Fahrenheit and below. 27 6) Markings shall have uniform cross-section, clean edges, square ends 28 and no evidence of tracking. 101" 29 7) ]['he denslty and quality of the material shall be uniform throughout 30 the rnarkirigs. 31 8) The thickness shall be uniform throughout the length and width of 32 the markings 33 9) The markings shall be 95 percent free of holes and voids, and free 34 of blisters for a minimum of 60 days after application. 35 10)The material shall not deteriorate by contact with sodium chloride, 36 calcium chloride or other chemicals used to prevent roadway ice or 37 because of the oil content of pavement markings or from oil 38 droppings or Other effects of traffic., 39 11)The material slhaH not prohibit adhesion of other thermoplastic 40 markings if® at some future time, new markings are placed over 41 existing material. 42 a) New material shall bond itself to the old line in such a manner 43 that no splitting or separation takes place. CM OF FOKF WORTH MWERU-015A 91ANDAM CONM RU0 ION SPECIFICNTION DOCUMENTS My Project No.,02701 Revised W)Vrembeir 22,201.3 Drru 321723-6 PAVEMENrl"MARKINGS Page 6 of 12 1 12)The markings placed on the roadway shall be completely 2 retroreflective both internally and externally with traffic beads and 3 shall exhibit uniform retro-directive reflectance. 4 13)Traffic beads 5 a) Manufactured from glass 6 b) Spherical in shape 7 c) Essentially free of sharp angular particles 8 d) Essentially free of particles showing cloudiness, surface scoring 9 or surface scratching 10 e) Water white in color I 1 0 Applied at a uniform rate 12 g) Meet or exceed Specifications shown in AASHTO Standard 13 Specification for Glass Beads Used in Pavement Markings, 14 AASHT0 Designation: M 247-09. 15 b., Thermoplastic, hot applied, extruded 16 1) Product shall be especially compounded for traffic markings 17' 2) When placed on the roadway, the markings shall not be slippery, MRS 18 when wet, lift from pavement under normal weather conditions nor 19 exhibit a tacky exposed surface., 20 3) Cold ductility of the material shall permit normal road surface 21. expansion and contraction without chipping or cracking, 22 4) The markings shall retain their original color, dimensions and 23 placement under normal traffic conditions at road surface 24 temperatures of 158 degrees Fahrenheit and below. 25 5) Markings shall have uniform cross-section, clean edges, square ends 26 and no evidence of tracking. 27 6) The density and quality of the material shall be uniform throughout 28 the markings. 29 7) The thickness shall be uniform throughout the length and width of 30 the markings, 31 8) The markings shall be 95 per(:ent free of holes and voids, and free 32 of blisters for a mininiurri of 60 days after application. MIT), 33 9) The minimum thickness of the marking, as measured above the 34 plane formed by the pavement surface, shall not be less than 1/8 35 inch in the center of the marking and 3/32 inch at a distance of 1/2.. wxj�' 36 inch from the edge. 37 10)Maximum thickness shall be 3/16 inch. 38 11)The material shall imot deteriorate by contact with sodium chloride, 39 calcium chloride or other chemicals used to prevent roadway ice or 40 because of the oil content of pavement markings or from oil 41. droppings or other effects of-traffic., 42 12)The material shall not prohibit adhesion of other thermoplastic 43 markings if, at some future time, new markings are placed over 44 existing material. New material shall on itself to the old line in AN 45 such a manner that no splitting or separation takes place. mql CITY OF VURT WORD-i MWERR2015A S FANDARD C.'ONS7MUCTION SPECIFICA1 TrOIN DOCUMENTS (,-fty Project No,, 02701 Rev ed November 22, 20113 321.723-- 7 PAVEMENT MARKINGS IPagan 7 of T.2 I 13)The rnarklings placed on the roadway shall be completely 2 retroreflective both internally and externally with traffic beads and 3 shall exhibit uniform retro-directive reflectance. 4 14)Traffic beads 5 a) Manufactured from glass 6 b) Spherical in shape 7 c) EssentiaHy free of sharp angular particles 8 d) Essentially free of particles showing clo�udiness, surface scoring 9 or surface scratching 10 e) Water white in color 01" 11 f) Applied at a uniform rate 12 g) Meet or exceed Specifications shown in AASHTO Standard 13 Specification for Gass Beads Used in Pavement Markings, 0" 14 AASHTO Designation: M 247-09. 15 c. Preformed Polymer Tape 16 1) Material shall meet or exceed the Specifications for SWARCO 101 17 Director 35, 3M High Performance Tape Series 3801 ES, or approved 18 equaL, i9 d. Preformed Heat-Activated Thermoplastic Tape owl 20 1) Material shall meet or exceed the Specificatlons for HOT Tape Brand 21. 0.125 mil preformed thermoplastic or approved eqLjal. 22 2. Raised Markers 23 a® Markers shall meet the requirements of the Texas Manual on Uniform 24 Traffic Control Devices. 25 b. Non-,reflective markers shall be Type Y (yellow body) and Type W 00 26 (white body) round cerarnic markers and shall meet or exceed the 27 TxD0T Specification DMIS-4300. 28 c. The reflective markers shall The plastic, meet or exceed the TxDOT OF, 29 Specification DMS-4200 for high-volurne retroreflective raised markers 30 and be available in the following types: 3 1 1) Type I-C, white body, I face reflects white PIP 32 2) Type II-A-A, yellow body, 2 faces reflect amber 33 3) Type II C-R, white body, 1. face reflects white, the other red 34 35 3. Work Zone Markings 36 a.. Tabs 37 1) Temporary flexible-reflective roadway marker tabs shall meet 38 requirements of TxDOT DMS-8242, ""Temporary Flexible-Reflective 39 Road Marker Tabs." 40 2) Removable marHings shall not be Used to simulate edge lines. 4 1 3) No segment of roadway open to traffic shall remain without 42 permanent pavement rnarkings for a period greater than 14 43 calendar days. 44 b,, Raised Markers 45 1) All raised pavement markers shall meet the requirements of DMS- 46 4200. 47 c. Striping CrrY OF FORT WORTH MWERR20.15A STANDARD CONSTRUcrioN SPECIFRATION DOCILIME.N FS Ott 113roject INa.0270.1. Revn sed November 2 2,201.3 PRIP" 321723 -8 PAVEMENT MARKINGS Page 8 of 12 1 1) or one striping shall meet or exceed the TxDOT Specification 2 DDS-8200. 3 2.3 ACCESSORIES [NOT USED] 4 2.4 SOURCE QUALITY CONTROL 5 A. Performance 6 1. Minimum maintained retroreflectivity levels for longitudinal markings shall 7 meet the requirements detailed in the table below for a minimum of 30 8 calendar days. ........... ..................... ...... .......................... P !eed m h :5 30 35 - 50 55 centerline markings only in/a 100 250 All other roads 2 n/a 50 100 9 (1) Measured at standard 30-m geometry in units of mcd/m2/lux. 10 (2) Exceptions: 11 A. When raised reflective pavement markings(RRPMs) supplement or substitute for a 12 longitudinal line, minimum pavement marking retroreflechvity levels are not 13 applicable as long as the RRPMs are maintained so that at least 3 are visible from any 14 position along that line during nighttime conditions. 15 B. When continuous roadway lighting assures that the markings are visible, minimum 16 pavement marking retroreflectivity levels are not applicable.. 1.7 PART 3 - EXECUTION 18 3.1 EXAMINATION [NOT USED] mvp ig 3.2 PREPARATION 20 A. Pavement Conditions Mig 21 1. Roadway surfaces shall be free of dirt, grease, loose and/or flaking existing 22 markings and other forms of contamination. 23 2. New Portland cement concrete surfaces shall be cleaned sufficiently to Ojm'q 24 remove the curing membrane. 25 3. Pavement to which material is to be applied shall be completely dry. ON 26 4. Pavement shall be considered dry, if, on a sunny day after observation for 27 15 minutes, no condensation develops on the underside of a I square foot 28 piece of clear plastic that has been placed on the pavement and weighted OR), 29 on the edges. 30 5. Equipment and methods used for surface preparation shall not damage the 31 pavement or present a hazard to motorists or pedestrians. 32 3.3 INSTALLATION 33 A. General CITY OF FORT WORTH MWERR2015A STANDARD CONSIRUCrION SPECIFIcA'riON DOCUMENTS City lProject No..02701. Revised November 22, 2013 32 17 23 -9 PAVEMENT MARKINGS Page 9 of 12 1 1. 'The materials shall be applied according to the manufacturer's 2 recommendations. 3 2. Markings and markers shall be applied within temperature limits 4 recommended by the material manufacturer, and shall be applied on clean, 5 dry pavement having a surface temperature above 50 degrees Fahrenheit. 6 3. Markings that are not properly applied due to faulty application methods or 7 being placed in the wrong position or alignment shall be removed and 8 replaced by the Contractor at the Contractor's expense. If the mistake is 9 such that it would be confusing or hazardous to Imotori sts, it shall be 10 remedied the same day of notification. Notification will be made by phone 1.1. and confirmed by fax. Other mistakes shall be remedied within 5 days of 1.2 written notification. 13 4. When markings are applied on roadways open to traffic, care will be taken 14 to ensure that proper safety precautions are followed, including the use of 1.5 signs, cones, barricades, flaggers, etc. 16 5. Freshly applied markir -igs shall be protected from traffic damage and 17 disflgurement. 1.8 6. Temperature of the material must be equal to the temperature of the road 1.9 surface before allowing traffic to travel on it., 20 B. Pavement Markings 21 10 Thermoplastic, hot applied, spray 22 as This method shall be used to install and replace long lines .— centerlines, 23 lane lines, edge lines, turn lanes, and dots.. 24 b. Markings shall be applied at a 110 mil thickness. 25 c.. Markings shall be applied at a 90 mil thickness when placed over 26 existing markings. 27 d. A sealer shall be used if concrete, or asphalt is older than three (3) 28 years. 29 e.. Typical setting time shall be between 4 minutes and 10 minutes 30 depending upon the roadway surface temperature and the humidity 31 factor. 32 -f.. Retroreflective raised markers shall be used to supplement the 33 centerlines, lane lines, and turn lanes. Refer -to City Standard Detail 34 Drawings for placement. 35 g� Minimum retroreflectivity of rnarHrigs shall meet or exceed values POO 36 shown in subparagraph 2AAA of-this Specification. 37 2.. Thermoplastic, hot applied, extruded 38 a. This method shall be used to install and replace crosswalks and stol:)- MPW 39 lines® 40 b. Markings shalll be applied at a 125 rnfl thickness. 41 c.. Minimum retroreflectivity of markings shall meet or exceed values 42 st-iown in this Specification. 43 1 Preformed Polymer"rape 44 a. This method shall be used to install and replace crosswalks, stop-lines, 45 and legends. cTry OF FORT woR,n-i MWERR2015A rJANDARD CONS7RUCHON SPIEC"'111H.CKHON DOCUMENTS My Prqject Na.02701. Revised November 22,2013. "M 32 17 23- 10 PAVEMEITr MARKINGS AM, Page 10 of 1.2 1 b., The applied marking shall adhere to the pavement surface with no 011411,11 2 slippage or lifting and have square ends, straight lines and clean edges. 3 c.. Minimum retroreflectivity of markings shall meet or exceed values 4 shown in this Specification., NMI' 5 4. Preformed Heat-Activated Thermoplastic Tape 6 a. This method shall be used to install and replace crosswalks, stop-lines, 7 and legends. OR' 8 b. The applied marking shall adhere to the pavement surface with no 9 slippage or lifting and have square ends, straight lines and clean edges. 10 c. Minimum retroreflectivity of markings shall meet or exceed values H shown in this Specification. 12 C. Raised Markers 13 1. All permanent raised pavement markers on Portland Cement roadways shall 14 be installed with epoxy adhesive. Bituminous adhesive is not acceptable. is Z. All permanent r aised pavement markers on new asphalt roadways may be 16 installed with epoxy or bituminous adhesive. 1.7 3. A chalk line, chain or equivalent shall be used during layout to ensure that 18 individual markers are properly aligned. All markers shall be placed NNY 19 Uniformly along the line to achieve a smooth continuous appearance. 20 Dw Work Zone Markings 21 1. Work shall be performed with as little disruption to traffic as possible. 22 2. Install longitudinal markings on pavement surfaces before opening to 23 traffic. 24 3. Maintain lane alignment traffic control devices and operations until NEW 25 markings are installed. 26 4. Install markings in proper alignment in accordance with the Texas MUTCD 27 and as shown on the Drawings. 28 5. Place standard longitudinal lines no sooner than 3 calendar days after the 29 placement of a surface treatment, unless otherwise shown on the Drawings. 30 6. Place markings in proper alignment with the location of the final pavement 3 1 markings. 32 7. Do not use raised pavement markers for words, symbols, shapes, or 33 diagonal or transverse lines. 34 8. All markings shall be visible from a distance of 300 feet in daylight 35 conditions and from a distance of at least 160 feet in nighttime conditions, 36 illuminated by low-beam automobile headlight. 37 9. The daytime and nighttime reflected color of the markings must be 38 distinctly white or yellow. 39 10.The markings must exhibit Uniform retroreflective characteristics. 40 11. Epoxy® adhesives shall not be used to work zone markings. 41 REMOVALS 42 1. Pavement Marking and Marker Removal crry OF FORT WORTH MWERR2.015A STANDARD C0N) &JM.. 0iq SPEC IFIC'NnON DOCUMBITS Ott ProJect No.02701 "1" Fkevised Novemi)er 22, 2013 � 1 32 17 23- 1.1 FIAVr.MENT MARKINGS Page I.I.of t.7 1 a. The industry's best practice shall be used to remove existing pavement markings and markers. 3 b. If the roadway is being damaged during the marker removal, Work shall 4 be halted until consultation with the City. rte' w c. Removals shall be done in such a matter that color and texture contrast 6 of the pavement surface will Ibe held to a minimum. . Repair, damage to asphaltic surfaces, such as spallin , shelling,, etc.., r 8 greater than 1/4 urich in depth resulting from the removal of pavement 9 markings and markers. Driveway patch asphalt emulsion may be broom 10 applied to reseal damage to asphaltic surfaces. 1.1. ee Dispose of markers in accordance with federal, state, and local 12 regulations. 13 f. Use any of the following methods unless otherwise shown on the H Drawings. 15 I.) Surface Treatinent Method 16 a) Apply surface treatment at rates shown on the Drawings or as 17 directed, (dace a surface treatment a minimum of 2 feet wide to 18 cover the existing marking. 19 b) Place a surface treatment, thin overlay, or microsu!rfdcing a 20 rminimurn of I lane fin width in areas where dir ectional changes 1 of traffic are involved or in other areas as directed by the City. 22 2) Burn Method a) Use an approved burning method. 4 b) For thermoplastic pavement markings or prefabricated pavement 25 markings, heat may The applied to remove the bulk of the 6 marking material prior to blast cleaning,, 7 c) When using heat, avoid spalling pavement surfaces. :28 d) Sweeping or light blast cleaning may be used to remove minor 9 residue. tr S) Blasting Method 31 a) Use a blasting method such as water blasting, abrasive blasting, r 32 water abrasive blasting, shot blasting, siurry blasting, water- 33 injected abrasive blasting, or brush blasting as approved. :34 b) Remove pavement markings on concrete surfaces by a blasting my 5 method only. 6 4) Mechanical Method 37 a) Use any mechanical method except gririding. 38 b) Flail milling is acceptable in the removal of markings on asphalt 39 and concrete surfaces. 40 2. If a Vocation is to be paved over, no additional compensation will be allowed n 41 for marking or marker removal. 42 3.5 REPAIR RESTORATION [NOT USED] 43 3.6 RE-INSTALLATION [NOT USED] 44 3.7 FIELD QUALITY CONTROL 45 A. All lines must have clean edges, square ends, and be uniform cross-section. CITY OF FORT WORTH MW11_RP 201..SA S`rANDARID COINSTRL.MON SPECIFICATION If:IOCr.DMri:1NTS Cty P l ct No,02701. Devised Novennber 12„ 2013 321723-12 PAVEMENT MARKINGS Page 12 of 12 1, B. The density and quality of markings shall be uniform throughout their 2 thickness. 3 C. The applied markings shall have no more than 5 percent, by area, of holes or 4 voids and shall be free of blisters. 5 3.8 SYSTEM STARTUP [NOT USED] 6 3.9 ADJUSTING [NOT USED] 7 3.10CLEANING 8 A. Contractor shall clean up and remove all loose material resulting from 9 construction operations. to 3.11CLOSEOUT ACTIVITIES [NOT USED] i.i 3.12PROTECTION [NOT USED] 12 3.13MAINTENANCE [NOT USED] 13 3.14ATTACHMENTS [NOT USED] 14 END OF SECTION 1.5 Revision Log ........................................................................ .. ...................... ................. DATE NAME SUMMARY OF CHANGE 11/22/13 S.Arnold Removed paint type markhg, updated references,added seaieir language .............. 16 ON (IN OF FORT WORT'l-I MWER.R2015A 5rANDARD CONSTR4.UC1 ION SPECIFICATION DOCUMEN"I'S City Project No,.0270,1 Revi.w.—d Noveniber 22,2013 Ow 32 31 13- 1 CHAIN LINK FENCE AND GATES spry uw Page I of 8 SECTION 32 31 13 2 CHAIN LINK FENCE AND GATES AM 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Galvanized coated chain link (non security) fencing and accessories in 7 accordance with the City's Zo�ning Ordinance. 8 2. Wrought iron fencing and accessories 9 3. Steel tube fencing and accessories 10 4. On utility projects, 11 a® When existing fence is within the project Site (i.e.o parallel tote utility ➢2 trench and/or,within utility easement) and is directly disturbed by 13 construction activities, fencing will be paid for as listed in Article 1®2 14 below. 15 b. When existing fence is crossing the proposed utility trench, the work 16 performed and materials furnished in accordance with fence ➢7 replacement will be considered subsidiary to the trench and no other 18 compensation will be allowed. i9 c. When existing fence is outside of the limits of the project Site or is 20 identified as protected on the Drawings and is disturbed and/or by 2'u construction, activities, replacernent will be at the expense of the 22 Contractor and no other compensation will be allowed. 23 B. Deviations from this City of Fort Worth Standard Specification 24 MiscelW�eous Wate and Sew C,ontracts, fei ice repwr1repiacemei"its §iia9l YOM 25 be subsidiary to the price bid re N iem foot of pipe No addiborii,fl compensaflon, 26 Wil be alllk wed. 27 C. Related Speclfication Sections include, but are not necessarily limited to: 28 1® Division 0 - Bidding Requirements, Contract Forms, and Conditions of the 29 Contract RIX 30 2. Division 1 - General Requirements 3 1 1.2 PRICE AND PAYMENT PROCEDURES 32 A. Measurement and Payment 33 1. in Link Fence 34 a® Measurement 35 1) Measurement for this Item shall be by the linear foot of Chain Link 36 Fence installed. 37 b® Payment 38 1) The or performed and materials furnished in accordance with this 39 Item and measured as provided under"Measurement"will be paid 40 for at the unit price bid per linear foot of Chain Link Fence installed 4� for various: CM OF FORT WORTH MWERR2015A STANDARD CONSTRUCTION SPECI1FicxrT.011q DOCUMENT'S Co Projed.Na„02701 R(.-,,,Asvd[)ecernber 20, 2012 323113-2 CHAIN LINK FENCE AND GATES Page 2 of 8 Offik a) Heights 2 b) Fabric materials 3 c., The price bid all include: 4 1) Furnishing and installing all fence and gate materials 5 2) Mow strip, if shown in Drawings 6 3) Cleanup 7 4) Hauling 8 2. Wrought Iron Fence 9 a. Measurement 10 1) Measurement for this Item shall be by the linear foot of Wrought I i Iron Fence installed, 12 b. Payment 13 1) The work performed and materials-furnished in accordance with this 14 Item and measured as provided under"Measurement"will be paid 1,5 for at the unit price bid per linear foot of Wrought Iron Fence 16 installed for various heights. 17 c. The price bid shall include: 18 1) Furnishing and installing all fence and gate materials 19 2) Mow strip, if shown in Drawings 20 3) Cleanup RPM 21 4) Hauling 22 3. Steel Tube Fence 23 a. Measurement 24 1) Measurement for this Item shall be by the linear foot of Steel Tube 25 Fence installed. 26 b. Payment 27 1) The work performed and materials furnished in accordance with this 28 Item and measured as provided under"Measurement"will be paid 29 for at the unit price bid per linear foot of Steel Tube Fence installed 30 for various heights. 31 c. The price bid shall include: 32 1) Furnishing and installing all fence and gate materials 33 2) Mow Strip, if shown in Drawings 34 3) Cleanup 35 4) Hauling 36 1.3 REFERENCES 37 A. Reference Standards 38 1. Reference standards cited in this specification refer to the current reference 39 standard published at the time of the latest revision date logged at the end 40 of this specification, unless a date is specifically cited. 41 2. American Society for Testing and Materials (AS'rM): 42 as A 36, Standard Specification for Carbon Structural Steel 43 b. A 123, Standard Specification for Zinc (Hot-Dip Galvanized) Coatings on 44 Iron and Steel Products 45 c. A 392, Standard Specification for Zinc-Coated Steel Chain-Unk Fence 46 Fabric CITY OF FORT WORTH MWERR20:15A STANDARD CONSTRUCTION SPECIFICATION DOCUMENI"S O Prqjed.No.02701 Rev�s,cd Derervilber 20, 201.2 323I. 1.3-3 CHAIN LINK FETE AND GKrES Page 3 of S 3 d„ A 500, Standard Specffifca�tion for Cold-Formed Welded and Seamless 2 Carbon Steel Structural Tubing in Rounds and .Shapes w F 626, Standard Specification for Fence Fittings 4 f. F 1043, Standard Specification for Strength and Protective Coatings on Steel Industrial Chain Link Fence Frar new(,')rk 6 q. F 1.053, Standard Specification for Pipe, .Steel, Hot-Dipped Zinc-Coated 7 (Galvanized) Welded, for Fence Structures 8 h. F 1183, Specification for Aluminum Alloy Chain Link Fence Fabric 9 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] ff io 1.5 ACTION SUBMITTALS 1.3. A. Shop drawings 1.2 1. Layout of fences and agates with dimensions, details, and finishes of 13 components, accessories and post foundations if requested by the City. 1.4 B. Product data „yam, 1.5 1. Manufacturer"s catalog cuts indicating material compliance and specified 16 options, 17 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 18 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.9 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 20 1.9 QUALITY ASSURANCE [NOT USED] 21 1.10DELIVERY, STORAGE, AND HANDLING [NOT USED] �J 22 1.11FIELD [SITE] CONDITIONS [NOT USED] 23 1.12wARRANTY [NOT USED] 24 PART 2 - PRODUCTS 25 2.1 OWNER:-°FURNISHED [NOT USED] 26 2.2 MANUFACTURED UNITS / MATERIALS IMF 27 A. Manl.nfacturer 28 .1.e Minimum of S years of experiences manufactuiIng galvani zed coated chain 29 link fencing. 30 1 Approved Manufacturer or equal: 31 ao Allied Fence, Inca 32 d„ American Fence Corp. N 33 c. Anchor Fence, Inc., 34 da faster l--Wco, Inca NI 3 B. Materials 36 1. Chain Link FeiriCE 37 a. General ITT OF i::o zr woIRTH MWEIRR2015A STANDARD c¢"NSTRLD MON SPEC1RCATION D(.)(::a.MEN'T S City Project No,,02701 Revise d n: 323113 CHAIN LINK FENCE AND GATES Page 4 of 8 1 1) Posts, gate frames, braces, rails, stretcher bars, truss rods and 2 tension wire shall be of steel. 3 2) Gate hinges, post caps, barbed wire supporting arms, stretcher bar 4 bands and other parts shall be of steel, malleable iron, ductile iron 5 or equal 6 3) Post tops, rail end, ties and clips may be of aluminum. 7 4) Use only new material, or salvaged/existing material if approved by 8 City or noted on Drawings. pimp, 9 b. Steel Fabric 10 1) Fabric 1.1 a) No. 9 gauge 12 b) 2--inch mesh 13 (1) Commercial: both top and bottom selvages twisted and 14 barged 15 Residential: match existing or both top and bottom selvages 16 knuckled 17 (2) Furnish 1-piece fabric widths, 18 2) Fabric Finish: Galvanized, ASTM A 392, Class 1, with not less than 19 1.2 oz. zinc per square foot Of Surface,, 20 c. Aluminum Fabric 21 1) Fabric 22 a) ASTM F 1183 23 b) No. 9 gauge MIR 24 c) 2-inch mesh, with both top and bottom selvages twisted and 25 barged. 26 d) Furnish 1-piece fabric widths. POR 27 d. Steel Framing 28 1) Steel pipe Type I 29 a) ASTM F 1083 30 b) Standard weight schedule 40 31 c) Minimum yield strength: 30,000 psi 32 d) Sizes as indicated 33 e) blot-dipped galvanized with minimum average 1.8 oz/ft2 of 34 coated surface area 35 2) Steel pipe Type II 36 a) ASTM F 1.043, Group IC 37 b) Mlnimurn yield strength: 50,000 psi 38 c) Sizes as indicated on Drawings wa 39 d) Protective coating per ASTM F 1043 40 (1) External coating Type B 41 (a) Zinc with organic overcoat 42 (b) 0.9 07/ft2 n1ininiuni zinc Coating with chromate 43 conversion coating and verifiable polymer film 44 (2) Internal coating Type B oiwuyiy 45 (a) Minimum 0.9 07/ft2 zinc or"'rype D, zinc pigmented, 81 46 percent nominal coating, minimum 3 mils 47 3) Fort'ned steel ("C) sections: 48 a) Roll formed steel shapes complying with ASTM F 1043, Group II CM OF FORT WORTH 114"IERR2.015A SrANDARD CONSMUMON SPECIFTCATI.ON DOCOMEINI'S City Prqjert No.0270.1, Rev�sed Decemt)er 20,201.2 3231 13-5 MOIR CHAIN LINK FENCE AND GATES Page 5 of 8 1 b) Minimum yield strength: 45,000 psi (310 MPa) NO 2 c) Sizes as indicated on Drawings 3 d) External coating per ASTM F 1043, Type A 4 (1) Minimum average 2.0 OZ/ft2 of zinc per ASTM A 123 5 4) Steel square sections 6 a) ASTM A 500, Grade B 7 b) Minimum yield strength: 40,000 psi 8 c) Sizes as indicated on Drawings 9 d) Hot-dipped galvanized with minimum 1.8 OZ/ft2 of coated 10 surface area II e. Accessories 12 1) Chain link fence accessories 13 a) ASTM F 626 14 b) Provide items required to complete fence system. 15 c) Galvanize each ferrous metal item and finish to match framing. 16 2) Post caps 1.7 a) Formed steel or cast malleable iron weather tight closure cap for 18 tubular posts. 19 b) Provide 1 cap for each post. 20 c) Cap to have provision for barbed wire when necessary. 21 d) "C"'shaped line post without top rail or barbed wire supporting 22 arms do not require post caps. IM, 23 e) Where top rail is used, provide tops to permit passage of top 24 rail., 25 3) Top rail and rail ends 26 a) 1, 5/8 inch diameter galvanized round pipe for horizontal railing 27 b) Pressed steel per ASTM F626 28 c) For connection of rail and brace to terminal posts 29 4) 'Top rail sleeves 30 a) 7-inch expansion sleeve with a minimum 0.137 inch wire 31. diameter and 1.80 inch length spring, allowing for expansion and 32 contraction of top rail 33 5) Wire ties 34 a) 9 gauge galvanized steel wire for attachment of fabric to line 35 posts 36 b) Double wrap 13 gauge for rails and braces. 37 c) Hog ring ties of 12-1/2 gauge for attachment 38 6) Brace and tr e rision (stretcher bar) bands .. 39 a) Pressed steel 40 b) Minimum 300 degree profile curvature for secure fence post 4.1 attachment 42 c) At square post provide tension bar clips. 43 7) Tension (stretcher) bars- 4.4 a) 1, piece lengths equal to 2 inches less than full height of fabric 45 b) Minimum cross-section of 3/16 inch x 3/4 inch 46 c) Provide tension (stretcher) bars where chain link fabric meets 47 terrninal posts. 48 8) I-ension wire CITY OF FORT WORI"H MVVERR2015A M"ANDARD CONSTRUCTION SPECIR(XIION DOCUMENTS City Project Na, 02701 RevMd DeceMber 20, 201.2 At 231 I3 .6 CHAIN LINK FENCE AND GATES RPM, Page 6 of 8 1. a) Galvanized coated steel wire, 6 gauge, [0.192 inch] diameter OWN 2 wire 3 b) Tensile strength: 7'5,000 psi 4 9) Truss rods &tightener 5 a) Steel rods with minimum diameter of 5/16 inch MR, 6 b) Capable of withstandling a tension of minimum 2000 pounds 7 10)Nuts and bolts are galvanized. m9py, 8 2. Wrought Iron Fence: specified per Drawings, 9 3. Steel Tube Fence: specified per Drawings., 10 4. Setting Materials U. as Concrete 1.2 1) Minimum 28 day compressive strength of 3,000 psi 13 2) Bagged concrete allowed. MIN 14 b. Drive Anchors 15 1) Galvanized angles 16 2) ASTM A 36 steel Ufa 1.7 3) 1 inch x I inch x 30 inch galvanized shoe clamps to secure angles to 18 posts. 19 2.3 ACCESSORIES [NOT USED] 20 2.4 SOURCE QUALITY CONTROL [NOT USED] 21 PART 3 - EXECUTION 22 3.1 INSTALLERS [NOT USED] 23 3.2 EXAMINATION 24 A. Verification of Conditions 25 1. Verify areas to receive fencing are completed to final grades and elevations. 26 2. Ensure property lines and legal boundaries of work are clearly established 27 3.3 PREPARATION [NOT USED] 28 3.4 INSTALLATION 29 A. Chain l ink Fence Framing 30 .1. Locate terminal post at each fence termination and change in horizontal or 31 vertical direction of 30 degrees or more® 32 20 Space, line posts uniformly at 10 feet on center. 33 3. Set all posts in concrete 34 a. Drill holes in firm, undisturbed or cornpacted soil. 35 1.:). Drill hole diameter 4times greater than outside dimension of post® 36 c. Sot post bottom 24 inches below surface when in firrn, undisturbed soil. 37 d. Excavate deeper as required for adequate support in soft and loose 38 soils, and for posts with heavy lateral loads. WIN' 39 e, place concrete around posts in a continuous pour. Trowel finish around 40 post. Slope to direct water away from posts. CITY OF FORT WORTH MWERR2015A S"FANDARD CONS q RUMMON SPECIFICA'T'ION DOCUMENTS Oty Project No.,02701 Revised Decpinber 20,2012 3231. 13-7 CHAIN LINK FENCE AND GATES Page 7 of 8 1 4.. Check each post for vertical and top aligniment, and maintain in position 2 during placement and finishing operations. 3 5. Bracing 4 an Install horizontal pipe brace at mid-,height for fences 6 feet and taller, 5 on each side of terminal posts. 6 be Firmly attach with fittings. 7 c. Install diagonal truss rods at these points. 8 d. Adjust truss rod, ensuring posts remain plumb. 9 6. Tension wire 10 a® Provide tension wire at bottom of fabric and at top, if top rail is not I I specified. 12 b. Install tension wire before stretching fabric and attach to each post with 13 ties. 14. c. Secure tension wire to fabric with 12-1/2 gauge'hog rings 24 inches on 15 center.. P" 16 7. Top rail 17 a® Install lengths, 21 -feet 18 b. Connect joints with sleeves for rigid connections for 19 expansion/contraction. 20 8. Center, Rails for-fabric height 12 fees: and taller,, 21 a. Install mid rails between posts with fittings and accessories. 22 9. Bottom Rails: Install bottom rails between posts with fittings and 23 accessories. 24 B. Chain Link Fabric Installation gom 25 1® Fabric 26 a® Install fabric on security side and attach so that fabric remains in 27 tension after pulling -force is released. 28 b. Leave approximately 2 inches between finish grade and bottom selvage. 29 c. Attach fabric with wire ties to line posts at 15 inches on center and to 30 rails, braces, and tension wire at 24 inches on center® 31 2. Tension (stretcher-) bars 32 a® Pull fabric taut., 33 be Thread tension bar through -fabric and attach to terminal posts with 34 bands or Clips spaced maximurn of 15 inches on center. 35 1 Accessories RM 36 as 'I ie wires: Bend ends of wire to minimize hazard to persons and 37 clothing. 38 be Fasteners: :Install nuts on side of fence opposite fabric side -for added 39 security. 40 c Slats: Instail slats in accordance with mariufaicturer's instructions. 41 C. Wrought Iron Installation, install per Drawings 42 D. Steel Tube Fence: install per Drawings CETY OF FORT WORTH MWERR2015A lm r STANDARD CONSIRUCTION SPEai'rrmArION DOCUMENTS city Project,No.OZ701 Revised December 20, 2012 32 311.3-8 CHAIN UNK IFENCE.AND GXrES Page 8 of 8 1 3.5 REPAIR/RESTORATION [NOT USED] v 2 3.6 RE-INSTALLATION [NOT USED] 3 3.7 FIELD QUALITY CONTROL [NOT USED] 4 3.8 SYSTEM STARTUP [NOT USED] .5 3.9 ADJUSTING [NOT USED] p, 6 3.10CL,EANING [NOT' USED] 7 3.11CLOSEOUT ACTIVITIES [NOT USED] 8 3.12PROTECTION [NOT USED] ipp 9 3.13MAINTENANCE [NOT USED] io 3.14ATTACHMENTS [NOT USED] foil END OF SECTION 12 Revision Log ...........I............. _W..... .................. DATE NAME SUMMARY OF CHANGE 12/20/201,2 D.Johnson I.I.A. modifw.d to describe when Cty would pay for fence rep Wcement on ublity projects ............. ............................ 13 "M PRIT) AMR mmW4, 9"XI CITY OF IFORI'WORTH MINERUGBA fmv)�) STANDARD CONSTRUCIRON SPECEFICAHON DOCUMENTS C4 ProYm.ft.No.02701 Revised 1")ecyiTter 20,2012 UDN 323126 - 1 WIRE FENCE AND GATES Page I of 6 SECTION 32 3126 2 WIRE FENCE AND GATES 3 PARTI - GENERAL 4 1.1 SUMMARY 5 A. Section Includes. 6 1. Furnish and construct fence of barbed or smooth wire. 7 2.. On utility projects: 8 a. When existing fence is within the project Site (Le parallel to the utility 9 trench and/or witi-iin utility easement) and is directly disturbed by 10 construction activities, fencing will be paid for as listed in Article 1.2 11 below. 12 b. When existing fence is crossing the proposed utility trench, the or 13 performed and materials furnished in accordance with fence 14 replacement will be considered subsidiary to the trench and no other 15 compensation will be allowed., 16 c. When existing fence is outside of the limits of the project Site or is 17 identified as protected on the Drawings and is disturbed and,/or by 18 construction activities, replacement will be at the expense of the 19 Contractor and no other compensation will be allowed. VON, 20 B. Deviations from this City of Fort Worth Standard Specification 21 1 oir- KsceHaineous Water and Sewer, Co itracts, fence r epah'Ireplacen iients shai] 22 be subsidiary to the p ice Nd l)u i! linear-foot of No addffioria�l corripensation 23 wfll be aflowed. 24 C. Related Specification Sections include, but are not necessarily limited to: eye 25 1. Division 0 - Biddirig Requirements, Contract Forms, and Conditions of the 26 Contract Jy 27 2. Division I General Requirements 28 1.2 PRICE AND PAYMENT PROCEDURES 29 A. Measurement and Payment 30 1. Wire Fence 31 a. Measurement 32 1) Measurement for this Item shall be by the liriear foot of Wire Fence, 33 excluding gates. 34 b. Payment 35 1) The work performed and materials furnished in accordance with this 36 Item and rneasur(m,'.,d as provided under"Measurement"will be paid 37 for at the unit price bid per linear foot of Wire fence installed for 38 various: 39 a) Post types 40 b) Wire types 41 c) Number of Strands as specified in the Drawings crry of FORT WORTH MWERR2015A STANDARD CONSTRUCTION SPECIFICAITON DOCUMENTS City Project No.,02701 AM Revised December 20,2012. NOW, 323126-2 WIRE FENCE AND GATES Page 2 of 6 c. The price bid shall include: 2 1) Removal of existing fence and/or, unless specifically defined as a 3 separate pay item on Drawings 4 2) Furnishing, preparing, hauling, and installing it Fence 5 3) Excavation, backfilling, and disposal of surplus material 6 4) Removal and trimming of brush and tree limbs 7 2. Steel Gates 8 a. Measurement 9 1) Measurement for this Item shall be per each Steel Fence. io b. Payment I 1 1) The work performed and materials furnished in accordance with this 12 to and measured as provided! under°`Measurement" will be paid 13 for at the unit price bid per each Steel Gate by height. 14 c. The price bid shall include: 1.5 1) Removal of existing fence and/or gates, unless specifically defined 16 as a separate pay item on Drawings 17 2) Furnishing, preparing, hauling, and installing Steel Gates 18 3) Excavation, backfilling, and disposal of surplus material 19 4) Removal and trimming of brush and tree limbs 20 1.3 REFERENCES 21 A. Reference Standards 22 L Reference standards cited in this specification refer to the current reference 23 standard published at the time of the latest revision date logged at the end 24 of this specification, unless a date is specifically, cited. 25 2. American Society for-resting and Materials (Au ): %? 26 a. A 702, Standard Specification for Steel Fence Posts and Assemblies, Hot 27 Wrought 28 b. A 121, Standard Specification for Metallic-,Coated, Carbon Steel Barbed 29 Wire 30 c. A 116, Standard! Specification for Metallic-Coated, Steel Woven Wire 31 Fence Fabric 32 d. F 1083, Standard Specification for Pipe, Steel, Hot-Dipped Zinc-Coated 33 (Galvanized) Welded, for Fence Structures 34 3. American Wood Protection Association (AWPA) 35 a. P8/P9, Standard for Cill-Borne Preservatives 36 b. C5, Fence Posts - Preservative Treatment by Pressure Processes CJTY OF FORT WORTH MWERR2015A STANDARD CONS1'`RUCI7.10N SPECIM.WrION DOCUMENTS Oty Project No.,02701. Revised December 20,2012 323:126-3 WIRE FENCE AND GATES Page 3 of 6 1 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 2 1.5 ACTION SUBMITTALS [NOT USED] 3 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 4 1.7 CLOSEOUT SUBMITTALS [NOT USED] 5 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 6 1.9 QUALITY ASSURANCE [NOT USED] 7 1.10DELIVERY, STORAGE, AND HANDLING [NOT USED] 8 1.11 FIELD [SITE] CONDITIONS [NOT USED] 9 1.12WARRANTY [NOT USED] 11.0 PART 2 - PRODUCTS 0M i 1 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 1.2 2.2 MATERIALS OP, 13 A. Furnish materials in accordance with details shown on the Drawings and with 14 the following requirements. 1.5 B. Metal Posts and Braces OPP 1.6 1. Steel Pipe: AST M F 1083 17 2. T posts: ASTM A 702 1.8 3® Use only new steel. Do not use reroHed or open-seam material. 19 4. Furnish galvanized steel sections in ASTM F 1083. 20 5. Painting 21. a® Use an approved anticorrosive coating. 22 b® After installation of painted posts and braces, spot-coat damaged areas 23 with the same paint color. 24 c. Use paint with at least the same anticorrosive properties as the original 25 paint. 26 6. Use the size, weight, and area of posts, braces, and anchor, plates shown 27 on the Drawings. 28 C. Wood Posts and Braces 29 1. Untreated Wood: cedar or juniper timber 30 2. Treated Wood 31 a. AWPA standards govern materials and rnethods of treatments lnclud1mg 32 seasoning, preservatives, and inspection -for treatment. 33 b., Each piece or bundle of other treated-tirnber products must have: 34 1) Legible brand mark or -tag indicating the name of the treater 35 2) Date of treatment or lot number 36 3) AWPA treatment specification symbol 37 c. Provide the level of preservative indicated in Table 1. MY OF FORT WORTH MWERR2015A STANDARD CONS7RUCTION SPECIFICA71ION DOCUMEN FS 0ty Project No,,02701 Revised Decernber 20, 2012 MIJ! 3126 4 WIRE FENCE AND GATES wrii Page 4 of 6 ]� Table 1 2 Minimum Retention of Preservative _...__....__. — _._. _ ......... Penta- Product chloroPheno AWPA - I(Ib./cu.-ft.) Standard .........._...._ 9 AWPA for Preservative (Pj3/ ) Treatment Standard ire fence . sLs m rcu�r�c9� 0.4 c5 3 I..Retention determined by assay(0 to 1.0-inch zone). 4 B„ Use sound timber that is free from decay, shakes, splits, or other defects 5 that would weaken the posts or braces or otherwise make them structurally unsuitable for the purposes intended. r 4. Knots that are sound, tight, trimmed flush, and not in clusters will be 8 allowed, provided they do not exceed 1/3 of the small diameter or the least dimension of the posts and braces. 10 6® Remove spurs and splinters, cutting the ends square. 111 D. Gates and Gateposts., Furnish materials to the required dimensions. 12 E. Barbed and Smooth ire., ASTM A 121, Class 1 n 13 1. Use wire consisting of 2 strand, 12 1/2 gauge, twisted wire 14 2,. Barbed Wire., 2-point 14 gauge barbs spaced no more than 5 inches apart 15 F. Wire esh: ATM A 116, Class 1 16 1. Top and bottom wires: at least 10 gauge wire 1.7 2. Intermediate wires and vertical stays., 12 1/2 gauge wire 18 C. Miscellaneous 19 1. Furnish galvanized bolts, nuts, washers, braces, straps, and suitable devices 0 for holding barbed wire and wire mesh f°in°nly to metal posts. _ 21 2. Use material of good commercial quality and design, zz 3. Provide galvanized staples, at least 1 1/2 inch long. zs H. Concrete 1. Minimum 28 day compressive strength of 3,000 psi uimwyya 25 2. Bagged concrete allowed. CITY u1W!iY)! lwAU4YlY, mroJ OF FORT WO R'I H Mwl:R R 201!'A STANDARD c NST7tUCTr"ION Si'ECIFI(XI7CON ILDOCUMIF':N�"lea aty Projert Na,0270.1... Revised Dec(inber 20,2012 323126-5 WIRE FENCE AND GATES Page 5 of 6 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4. 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION [NOT USED] 7 3.4 INSTALLATION 8 A. Space fence posts as shown on the Drawings or to match existing. 9 B. Set fence posts plumb and firm at the intervals, depth, and grade shown on the 10 Drawings or to match existing. 11 C. Brace corner and pull posts in 2 directions. 12 D. Brace end posts and gateposts in I direction. 13 E. Install a corner post where the alignment changes 30 degrees or more. 14 F. At alignment angles between 15 and 30 degrees, brace the angle post to the 15 adjacent line posts with diagonal tension wires. 16 G. At grade depressions where stresses tend to pull posts out of the ground, snub 17 or guy the fencing at the critical point with a double 9 gauge galvanized wire. 18 H. Connect the wire to the to horizontal line of the barbed wire or tote top and 19 bottom wire or wire mesh fabric, and to a cleadman weighing at least 100 20 pounds.. 21 1. Stretch the fence before guying and snubbing. 22 1. Install number stands at spacing shown in Drawings. 23 K. Install corner, end, or angle post assembly before stretching the wire between 24. posts. 25 L. Connect existing cross fences to the new fences and corner posts at junctions 26 with existing fences. 27 M. While drawing barbed wire and wire fabric taut, fasten to posts using 28 galvanized ties or staples, or as shown on the Drawings. 29 N. Install pull post assemblies at 500 feet intervals for steel posts and at 1,000 30 feet intervals for wood posts. 31 0. Drive metal line posts provided driving does not damage the posts. 32 P. Set metal corners, ends, pull posts, and braces in concrete footings a minimum 33 of 24 inches and crowned at the top to shed water., 34 Q. Thoroughly to ackfill in 4 inch layers. 35 R. Notch timber posts. CITY OF FORT WORTH MWERR2015A STANDARD CONSTRUCTION SPECIFICKTION DOCUMENTS City 1:1rojed No. 02701 Rev d December 20,2012 3231 26 6 WIRE FENCE AND GATES Page 6 of 6 1, 3.5 REPAIR/RESTORATION [NOT USED] 2 3.6 RE-INSTALLATION [NOT USED] 3 3.7 FIELD QUALITY CONTROL [NOT USED] 4 3.8 SYSTEM STARTUP [NOT USED] 5 3.9 ADJUSTING [NOT USED] 6 3.10CLEANING [NOT USED] 7 3.11CLOSEOUT ACTIVITIES [NOT USED] 8 3.12PROTECTION [NOT USED] 9 3.13MAINTENANCE [NOT USED] io 3.14ATTACHMENTS [NOT USED] WR 12 END OF SECTION Revisbn ILog .................. DATE NAME SUMMARY OF CHANGE 12/201201.2 D.Johnson I.I.A. rnodified to describe whein City woWd pay for fence rephcement on udllty projects ............................. ............ ...... .................................................................................................................... 13 (TTY OF F-ORT WORM MWERR2015A STANDARD CONS TRW�'ri'ON SPECIFICKRON DOCUMENIS 0ty Prqject No,02701 ReAsed December 20, 2012 RIF 323129- 1 WOOD FENCE AND GATES Page I of 5 101M I SECTION 32 3129 2 WOOD FENCE AND GATES pa 3 PART 1 - GENERAL 4 1.1 SUMMARY MAP 5 A. Section Includes 6 1. Construction of wood fences and gates along boundaries, property lines in 7 accordance with the City's Zoning Ordinance. TIM 8 2. On utility projects: 9 a. When existing fence is within the project Site (i.e. parallel to the utility 10 trench and/or within utility easement) and is directly disturbed by 11 construction activities, fencing will be paid for as listed in Article 1.2 12 below. 13 b. When existing fence is crossing the proposed utility trench, the work 14 performed and materials furnished in accordance with fence 15 replacement will be considered subsidiary to the trench and no other 16 compensation will be allowed. 17 c. When existing fence is outside of the limits of the project Site or is 18 identified as protected on the Drawings and is disturbed and/or by 19 construction activities, replacement will be at the expense of the 20 Contractor and no other compensation will be allowed. 21 B. Deviations from this City of Fort Worth Standard Specification 22 u'or KsceHaneOUS Water and Sewer Contracts, fence repair/rep�a(lernents shah 23 be subsi6ary to d'w price Nd :)er Ilinear foot of p�ipe No ad6t anal compensadon 24 WH be aHOWE d 25 C. Related Specification Sections include, but are not necessarily limited to: 26 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the 27 Contract 28 2. Division I - General Requirements 29 1.2 PRICE AND PAYMENT PROCEDURES 30 A. Measurement and Payment 31 1. Measurement 32 a. Measurement for this It shall be by the linear foot of Wood Fence 33 installed, including gates. 34 2. Payment 35 a. The work performed and materials furnished in accordance with this 36 Item and measured as provided under"Measurement"will be paid for at 37 the unit price bid per linear foot of Wood Fence installed for by height. 38 3. The price bid shall include: 39 a. Furnishing all materials for fence and gates 40 b. All preparation, erection and installation of materials CITY OF FORT WORTH MWERR2015A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.02701 Revised December 20, 2012 FYI 323129 - 2 WOOD FENCE AND GATES Page 2 of 5 1 1.3 REFERENCES 2 A. Reference Standards 3 1. Reference standards cited in this specification refer to the current reference 4 standard published at the time of the latest revision date logged at the end 5 of this specification, unless a date is specifically cited. 6 2. American Society for Testing and Materials (ASTM). 7 a. A 123, Standard Specification for Zinc (Hot-Dip Galvanized) Coatings on 8 Iron and Steel Products 9 b® A 500, Standard Specification for Cold-Formed Welded and Seamless 10 Carbon Steel Structural Tubing in Rounds and Shapes i 1, c. F 1043, Standard Specification for Strength and Protective Coatings on 12 Steel Industrial Chain Link Fence Framework 13 d. F 1083, Standard Specification for Pipe, Steel, Hot-Dipped Zinc-Coated 14 (Galvanized) Welded, for Fence Structures 15 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 16 1.5 SUBMITTALS 17 A. Shop drawings: Layout offences and gates with dimensions, details, and 18 finishes of components, accessories and post foundations 19 B. Product data:: Manufacturer's catalog cuts indicating material compliance and 20 specified options PIP" 21, C. Building Permit: All fences over 6 feet 22 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 23 1.7 CLOSEOUT SUBMITTALS [NOT USED] 24 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 25 1.9 QUALITY ASSURANCE [NOT USED] 26 1.10DELIVERY, STORAGE, AND HANDLING [NOT USED] 27 1.11FIELD [SITE] CONDITIONS [NOT USED] EMIR" 28 1.12WARRANTY [NOT USED] lffl» 29 PART 2 ® PRODUCTS 3o 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] mqyy' 31 2.2 MATERIALS 32 A. General 33 1. Gate hinges and post caps shall be of steel, malleable iron, ductile iron or 34 equal.. 35 20 Post tops may be of aluminum. 36 B. Slats: Redwood or cedar free from all major decay or defects which would 37 weaken or otherwise cause them to be unsuitable for fence slats. CITY OF FORT WORTH MWERR2015A STANDARD C-ONS7TRUCHON SPECIFICATION DOCUMENTS' City Project No.0270.1 Revised December 20, 2012 32 3129 .3 WOOD FENCE AND GATES Page 3 of'5 11 C. Bottom and Top Rail: Minimum 2-inch x 4-inch x 8-foot cedar stud or match 001 2 existing. 3 D. Corner, Gate, End, or Line Posts 4 1. Wood Posts 5 a. Minimum size: 4-inch x 4-inch cedar wood post or match existing 6 b® Free from all decay, splits, multiple cracks, or any other defect which 7 would weaken the posts or otherwise cause the to be structurally 8 unsuitable for the purpose intended 9 2. Steel Posts I a. Steel pipe - Type I 1 1) AST M F 1083 12 2) Standard weight schedule 40 13 3) Minimum yield strength: 30,000 psi 1.4 4) Sizes as indicated on Drawings 15 5) blot-dipped galvanized with minimum average 1.8 oz/ft2 of coated 16 surface area. 17 b. Steel pipe Type II 18 1) A F 1,043, Group IC 1.9 2) Minimum yield strength: 50,000 psi 20 3) Sizes as indicated on Drawings 21 4) Protective coating per AS TM F 1043 22 5) External coating Type B 23 a) Zinc with organic overcoat 24 b) 0.9 071ft2 rninimum zinc coating with chromate conversion 25 coatirig and verifiable polymer film 26 6) Internal coating Type B 27 a) Minimum 0.9 oz/ft'2 zinc or Type D, zinc pigmented, 81 percent 28 nominal coating, minimum 3 mils 29 c. Formed steel ("C"') sections 30 1) Roll formedi steel shapes complying with ASTM F 1043, Group II 31 2) Minimum yield strength: 45,000 psi (310 MPa) 32 3) Sizes as indicated on Drawings 33 4) External coating per AST M F 1043, Type A 34 a) Minimum average 2.0 oz/ft2 of zinc per ASTM A 123 35 d. Steel square sections 36 1) AST M A 500, Grade B 37 2) Minimum yield strength: 40,000 psi ppps 38 3) Sizes as indicated 39 4) Hot-clipped galvanized with minimum 1.8 07/ft2 of coated surface 40 area 41 3, Accessories 42 a. Post caps 43 1) Formed steel or cast malleable lroin weather tight closure cap for 44. tubular posts. 45 2) Provide one cap for each post. 46 3) Cap to have provision -for barbed wire when necessary. CM OF FORT WORTH MWERIR2015A STANDARD CONS rRUC ROIN SPECT.Fl(..:A r ION DOCUMEN FS Oty Project No. 02701 Revised IDecembe r 20,20.1.2 J2 3129-4 WOOD FENCE AND GATF-S Page 4 of 5 1 4) "C""shaped line post without top rail or barbed wire supporting arms 2 do not require post caps. 3 5) Where top rail is used, provide tops to permit passage of top rail. 4 4. Setting Materials 5 a. Concrete 6 1) Minimum 28 day compressive strength of 3,0100 psi 7 2) Bagged concrete allowed. 8 2.3 ACCESSORIES [NOT USED] 9 2.4 SOURCE QUALITY CONTROL [NOT USED] io PART 3 - EXECUTION i 1 3.1 INSTALLERS [NOT USED] 12 3.2 EXAMINATION 13 A. Verification of Conditions 14 1. Verify areas to receive fencing are completed to final grades and elevations. 15 2. Ensure property lines and legal boundahes of work are clearly established. 16 3.3 PREPARATION [NOT USED] 17 3.4 INSTALLATION 18 A. Wood Fence Framing 19 1. Steel Posts are required for all required screening fences. 20 2. Locate terminal post at each fence termination and charge in horizontal or MR 21 vertical direction of 30 degrees or more. 22 3. Space line posts uniformly at 10 feet on center. 23 4. Set all posts in concrete. mog, 24 a. Drill holes in firm, undisturbed or compacted soil. 25 Ih., Drill hole diameter 4 times greater than outside dimension of post 26 (minimum 12 inches). 27 c. Set post bottom 24 inches below surface when in firm, undisturbed soil. 28 d. Excavate deeper as required for adequate support in soft and loose 29 soils, and for posts with heavy lateral loads® 30 e. Place Concrete around posts in a continuous pour. 31 f. Trowel finish around post. Slope to direct, water away from posts. 32 5. Check each post for vertical and top aHgnment, and maintain in position 33 during placement and Finishing operations. 34 B. Slats 901Y,; 35 1 Place slats approximately I inch above the ground, and on a straight grade 36 between posts by excavating high points of the ground., 37 2. Fasten slats to top and bottom railings with 2 galvanized screws designed "NOT 38 for wood fence construction at both the top and bottom rail, jpj�'% UrY OF FORT WORTH MWERR2015A STANDARD CONSTRUCTION SPECIFICARON DOCUMENTS My Project No.02701 OWN Decerd)er 20, 2012 wpp), 323129-S 15W WOOD FENCE AND GATES Page 5 of 5 t 3.5 REPAIR/RESTORATION [NOT USED] IMF 2 3.6 RE-INSTALLATION [NOT USED] 3 3.7 FIELD QUALITY CONTROL [NOT USED] AMN 4 3.8 SYSTEM STARTUP [NOT USED] 5 3.9 ADJUSTING [NOT USED] 6 3.10CLEANING [NOT USED] 7 3.11CLOSEOUT ACTIVITIES [NOT USED] 8 3.12PROTECTION [NOT USED] 9 3.13MAINTENANCE [NOT USED] m 3.14ATTACHMENTS [NOT USED] END OF SECTION 12 Revision Log . ....................................................... ......... DATE NAME SUMMARY OF CHANGE 12/20/201.2 D.Johnson I.L.A. modified to describe when City would pay for fence replacement Hai, t o utifity pro.je(ts ........................... ................................................. .................................... 13 CrFY OF FORT WORTH MWERR2015A STANDARD CONSTRUMON SPECIFT.CA-R.ON DOCUMENIS My Project No. 02701 Revi=. ,d Dec ern ber 20, 2012 330514- 1 ADJUST[NG MANHOLES,.IINLE''rS,VALVE BOXES,AND OTHER srRU RES To GRADE Rage 1 of S SECTION 33 05 14 2 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Vertical adjustments to manholes, drop Inlets, valve boxes, cathodic ON 7 protection test stations and other miscellaneous structures to a new grade 8 B. Deviations from this City of Fort Worth Standard Specification 9 1.2 t4ke and Payi°neat Pm°oced ores 10 A, 1'deasr1m elrnenfl: and Payrlm'ient 11 9. R.: is g sewer mrlranl'mrrle conci ete section and m°aise or lower m.irn c�rTrove acln�i.11r m 12 MiaalmTlrrurr 3 veftliical teet) ernoving the eksUng cone section anIIl instMflf °IHg a section to III°rrof r 1.3 m3e� cone s� .� � � ��� msed eqevatiom m 11.°I1r'is lis ourmly alcrplucaMe l:o concrete 14 n"ram'"rhoies. 1.5 5. Valve Box 16 b. Payment- �y om� III"disr. y'oluatu!acts, valve lrorr a(�rusl:nwow!alui, am°o 'imrc'idem°mi:al io the vallVo 17 ilurstallat'lon cost. 18 C. Related Specification Sections include, but are not necessarily limited to® 19 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions oft the 20 Contract 21 2. Division I - General Requirements 22 3. Section 32 01 17 — Permanent Asphalt paving Repair 23 4. Section 32 01 29 .— Concrete Paving Repair 24 5. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 25 6. Section 33 0 .._ Frame, Cover and Grade Rings 26 7. Section 33 39 10 Cast-in-Place Concrete Manholes 27 8. Section 33 39 20 — Precast Concrete Manholes 2$ 9. Section 33 12 20 — Resilient Seated (Wedge) Gate Valve 29 10. Section 33 12 21 —AWWA Rubber-Seated Butterfly Valve 30 11. Section 33 04 11 - Corrosion Control Test Station �v 31 1 . Section 33 04 12 — Magnesium Anode Cathodic Protection System 32 1.2 PRICE AND PAYMENT PROCEDURES � 33 A. Measurement and Payment 34 1. Manhole Minor Adjustment 35 a. Measurement 36 ) Measurement fort is Item shall be per each adjustment using only 37 grade rings or other minor adjustment devices to raise or lower a y 38 manhole to a grade as specified on the Drawings. CITY of FORT WORTH PMWERR2015A STANDARD CONSTRUCTFION SPECIFICATION DOCU MEN rS City Project No.02701 Revised Dea,ernber 20P 2012 330514-2 ADJUSTING MANHOLES,INLETS,VALVE BOXES,AND OTHER STRUCTURES TOG D Page 2 of 8 I b. Payment 2 1) The work performed and the materials furnished in accordance with 3 this Item will be paid for at the unit price bid per each "Manhole 4 Adjustment, Minor"completed. 5 c. The price bid shall include: 6 1) Pavement removal 7 2) Excavation 8 3) Hauling 9 4) Disposal of excess material 10 5) Grade rings or other adjustment device 11 6) Reuse of the existing manhole frame and cover *Jim 12 7) Furnishing, placing and compaction of embedment and backfill 13 8) Concrete base material 14 9) Permanent asphalt patch or concrete paving repair, as required 15 10)Clean-up 16 2. Manhole - Major Adjustment 17 a. Measurement 18 1) Measurement fort i Item shall be per each adjustment requiring 19 structural modifications to raise or lower a manhole to a grade as 20 specified on the Drawings. 21 b. Payment 22 1) The work performed and the materials furnished in accordance with 23 this Item will be paid for at the unit price bid per each "'Manhole 24 Adjustment, Major"completed. 25 c. The price bid shall include: 26 1) Pavement removal 27 2) Excavation 28 3) Hauling 29 4) Disposal of excess material 30 5) Structural modifications, grade rings or other adjustment device 31 6) Reuse of the existing manhole frame and cover 32 7) Furnishing, placing and compaction of embedment and backfill 33 8) Concrete base material 34 9) Permanent asphalt patch or concrete paving repair, as required 35 10)Clean-up 36 3. Manhole - Major Adjustment with Frame and Cover 37 a. Measurement 38 1) Measurement for this Item shall be per each adjustment requiring 39 structural modifications to raise or lower a manhole to a grade 40 specified on the Drawings or structural modifications for a manhole 41 requiring a new frame and cover, often for changes to cover 42 diameter'.. 43 b. Payment 44 1) The work performed and the materials furnished in accordance with 45 this Item will be paid for at the unit price bid per each "'Manhole 46 Adjustment, Major w/ Cover"completed. 47 c. The price bid shall include: CITY OF FORT WORTH MWERR2015A STANDARD CONSTRUCTION SPECIFICATION DOCUME14TS Cfty Project.No.02701 Revised December 20,7017 330514 3 UP ADJUSUNG MANHOLES,INILETS,VALVE BOXES,AND OTHER STRUCTURES-1-0 GRADE Page 3 of 8 1 1) Pavement removal pol 2 2) Excavation 3 3) Hauling 4. 4) Disposal of excess material IM .5 5) Structural modifications, grade rings or other adjustment device 6 6) Frame and cover 7 7) Furnishing,, placing and compact-ion of embedryient and backfill ON 8 8) Concrete base material 9 9) Permanent asphalt patch or concrete paving repair, as required 10 10)Clean-up M0 11 4. Inlet 12 a. Measurement 1.3 1) Measurement for this Item shall be per each adjustment requiring 14. structural modifications to inlet to a grade specified on the 15 Drawings, 16 b.. Payment 17 1) The work performed and the materials furnished in accordance with 18 this Item will be paid for at the unit price bid per each "Inlet 1.9 Adjustment."completed. 20 c. The price bid shall include: 21 1) Pavement removal 22 2) Excavation 23 3) Hauling 24 4) Disposal of excess material 25 5) Structural modifications 26 6) Furnishing, placing and compaction of embedment and backfill 27 7) Concrete base materiall, as required 28 8) Surface restoration, permanent asphalt patch or concrete paving 29 repair, as required 30 9) Clean-up 31, 5. Valve Box 32 a. Measurement 33 1.) Measurement for this Item shall be per each adjustment to a grade 34 specified on the Drawings. MIR 3 5 b. Payrnent 36 J.) The work per and the materials furnished in accordance with 37 this Item will be paid for at the unit price bid per each "Valve Box ra 38 Adjustment" completed. 39 c. The price bid shall include: 40 1) Pavement removal 41 2) Excavation 42 3) Hauling 43 4) Disposal of excess material 44 5) Adjustment device 45 6) Furnishing, placing and compaction of embedment and backfill 46 7) Concrete base material, as required OPM CM OF FORT WORTH MWERR2015A MANDARD CONSMUCTION SPECTFICAUON DOCUMENI"S Oty Project No. 0270.1 RevMd Decernber,20,2012 10%0p" 330514 4 ADJUST]AG MANHOLES,INLETS,VALVE BOXES,AND OTHER STRUCTURES TO GRADE Page 4 of 8 1 8) Surface restoration, permanent asphalt patch or concrete paving 2 repair, as required 3 9) Clean LIP 4 6. Cathodic Protection Most Station 5 a. Measurement 6 1) Measurement for this Item shall be per each adjustment to a grade 7 specified on the Drawings. 8 b. Payment 9 1) The work performed and the materials furnished in accordance with 10 this Item will be paid for at the unit price bid per each "Cathodic 11 Protection Test Station Adjustment"completed, 12 c. The price bid shall include: 13 1) Pavement removal 14 2) Excavation 15 3) Hauling 16 4) Disposal of excess material 1.7 5) Adjustment device 18 6) Furnishing, placing and compaction of embedment and backfifl 19 7) Concrete base material, as required 20 8) Surface restoration, permanent asphalt patch or concrete paving 21 repair, as required 22 9) Clean-up 23 7. Fire Hydrant 24 a. Measurement 25 1) Measurement for this to shall be per each adjustment requiring "PIRR 26 stem extensions to meet a grade specified by the Drawings. 27 lo. Payment 28 1) The work performed and the materials furnished in accordance with 29 this Item will be paid for at the unit price bid per each "Fire Hydrant 30 Stem Extension"completed. 31 c. The price bid shall include: 32 1) Pavement removal 33 2) Excavation 34. 3) Hauling 35 4) Disposal of excess material 36 5) Adjustment materials 37 6) Furnishing, placing and compaction of embedment and backfill 38 7) Concrete base material, as required 39 8) Surface restoration, permanent asphalt patch or concrete paving 40 repair, as required 41 9) Clean-up 42 8. Miscellaneous Structure 43 a. Measurement 44 1) Measurement for this Item shall be per each adjustment requiring 45 structural modifications to said structure to a grade specified on the 46 Drawings. 47 b. Payment CITY OF FORT WOPTH MWERR2015A 57ANDAPD CONS'TRUCTION SPECIFIC KHON DOC.UMEN"I"S My Pr'qjed No.02701 Revised December 20, 2012 OP 330514- 5 ADJUMNG MANHOLES,INLETS,VALVE BOXES,AND OTHER STRUCTURES TO GRADE Page 5 of 8 1) The work performed and the materials furnished in accordance with 2 this Item will be paid for at the unit price bid per each 3 "Miscellaneous Structure Adjustment"completed. 4 c. The price bid shall include: 5 1) Pavement removal 6 2) Excavation 7 3) Hauling 8 4) Disposal of excess material 9 5) Structural modifications 10 6) Furnishing, placing and compaction of embedment and backfill 11 7) Concrete base material 12 8) Permanent asphalt patch or concrete paving repair, as required 13 9) Clean.-up rpm' 14 1.3 REFERENCES 15 A. Definitions PO [6 1. Minor Adjustment 17 a. Refers to a small elevation change performed on an existing manhole 18 where the existing -frame and cover are reused. .19 2. Major Adjustment 20 a. Refers to a significant elevation change performed on an existing 21 manhole which requires structural modification or when a 24-inch ring is 22 changed to a 30-inch ring. 23 B. Reference Standards 24 1. Reference standards cited in this Specification refer to the current reference 25 standard published at the time of the latest revision date logged at the end 26 of this Specification, unless a date is specifically cited. 27 2. Texas Commission on Environmental Quality (TCEQ). 28 a Title 30, Part I, Chapter 217, Subchal,,)ter C, Rule 217.55 — Manholes 29 and Related Structures, 30 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 31 1.5 SUBMITTALS [NOT USED] 32 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 33 1.7 CLOSEOUT SUBMITTALS [NOT USED] 34 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] YAW 35 1.9 QUALITY ASSURANCE [NOT USED] 36 1.10DELIVERY, STORAGE, AND HANDLING [NOT USED] W 37 1.11FIELD [SITE] CONDITIONS [NOT USED] 38 1.12WARRANTY [NOT USED] R" CITY OF FORT WORTH MWERR,2915A STANDARD CONSTRUCT ION SPECIFICAZION DOCUMEN i'S city Project No.,02701 Revised December 20,201.2 1011, 330514-6 ADJUSENG MANHOLES,INLETS,VALVE BOXES,AND OTHER S.1-RUCTURF-S TO GRADE Page 6 of 8 i. PART 2 - PRODUCTS 2 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 3 2.2 MATERIALS wql 4 A. Cast-nn-Place Concrete 5 1. See Section 03 30 00. eer 6 B. Modifications t® Existing Concrete Structures 7 1. See Section 03 80 00. 8 C. Grade Rings 9 1. See Section 33 05 13. 10 D. Frame and Cover ww 1.1. 1. See Section 33 05 13. 1.2 E. Backfili material 13 1. See Section 33 05 10. 1.4 F. 'Water valve box extension 1.5 1. See Section 33 12 20. 16 G. Corrosion Protection Test Station 17 1. See Section 33 04 11. 18 H. Cast-in-Place Concrete Manholes 19 1. See Section 33 39 10. 20 Y. Precast Concrete Manholes 21, 1. See Section 33 39 20. 22 2.3 ACCESSORIES [NOT USED] 23 2.4 SOURCE QUALITY CONTROL [NOT USED] 24 PART 3 - EXECUTION Opt! 25 3.1 INSTALLERS [NOT USED] 26 3.2 EXAMINATION 27 A. Verification of Conditions 28 1. Fxarnine existing structure to be adjusted, for damage or def6ds that may 29 affect grade adjustment. 30 e® Report issue to City for consideration before beginning adjustment. 31. 3.3 PREPARATION 32 A. Grad(, Verification ww CITY OF FORT WORTH MWERR2015A STANDARD C:ONSTRUCFION SPECIFICA'T'B".)N DOCUME-NI'S City Project No. 02701. Revised Deceirnber 20, 2012 JYM 330514-7 rm ADJUSTING MANHOLES,INLETS,VALVE BOXES,AND OTHER STRUc-rURES TO GRADE Page 7 of 8 1. On major adjustments confirm any grade change noted on Drawings is 2 consistent with field measurements, 3 a. If not, coordinate with City to verify final grade before beginning 4 adjustment, 5 3.4 ADJUSTMENT 6 A. Manholes, Inlets, and Miscellaneous Structures 7 1. On any sanitary sewer ad'justment replace 24-inch frame and cover 8 assembly with 30-inch frame and cover assembly per TCEQ requirement. 009 9 2. On manhole major adjustments, inlets and miscellaneous structures protect 1.0 the bottom using wood forms shaped to fit so that no debris blocks the 1.1 invert or the inlet or outlet piping in during adjustments. 12 a. Do not use any more than a 2-piece bottom. 13 1 Do not extend chimney portion of the manhole beyond 24 inches. 1.4 4. Use the least number of grade rings necessary to meet required grade. Opp 15 a. For example, if a 1-foot adjustment is reqUired, use 2 6-inch rings, not 6 16 2-inch rings. 17 B. Valve Boxes 18 1. Utilize typical 3 piece adjustable valve box for adjusting to final grade as N shown on the Drawings. 20 C. Backfill and Grading 21 1. Backfill area of excavation surrounding each adjustment in accordance to 22 Section 33 05 10. 23 D. Pavement Repair 24 1. If required pavement repair is to be performed in accordance with Section 25 32 01 17 or Section 32 0129. CITY OF FORT WORTH MINERR2015A STANDARD CONSTRU01ON SPECIFICATTON DOCUMENTS City Project INo.02701. Revised December 20,201.2 330514­8 ADJUSTING MANHOLES,INLETS,VALVE BOXES,AND OTHER STRUCTURES TOG DE 190t Page 8 of 8 3.5 REPAIR / RESTORATION [NOT USED] 2 3.6 RE-INSTALLATION [NOT USED] 3 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 4 3.8 SYSTEM STARTUP [NOT USED] 5 3.9 ADJUSTING [NOT USED] 6 3.10CLEANING [NOT USED] 7 3.11CLOSEOUT ACTIVITIES [NOT USED] WWI) 8 3.12PROTECTION [NOT' USED] 9 3.13MAINTENANCE [NOT USED] io 3.14ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1.2.A—Pay item added for a major manhole adjustment which reuses the existing frame and cover and a major adjustment requiring a new frame and 12/20/2012 D.Johnson cover;Added items to be included in price bids; Blue text added for clarfficabon for miscellaneous structure adjustments, .. 14........-Pavement repair requirements were added WIR .................. ............... i 12 rP 9"N't CITY OF FORT WORTH IMWERR2015A STANDARD CONSTRUCTION SPECTFICKI"ION DOCUMENTS City Project No. 02701 Wit Revised Decernber 20,201.2 AIR, 33 1113-1 CONCRETE PRESSURE PIPE, BAR-WRAPPED,STEEL.CYLINDER TYPE Mir Page I of 17 SECTION 33 1113 2 CONCRETE PRESSURE PIPE, BAR-WRAPPED, STEEL CYLINDER TYPE 3 PART I - GENERAL 4 1.1 SUMMARY rnm 5 A. Section Includes: 6 1. Concrete Pressure Pipe, Bar-Wrapped, Steel Cylinder,Type (Concrete 7 Pressure Pipe) 24-inch through 72-inch for potable water applications in 8 conformance with AWWA 0303 9 B. Deviations from this City of Fort Worth Standard Specification 1.0 1 2 Pdce m id IPayment R oceduu es 11 A. MeaskjrewTwent a id Payme�it 12 1, CoXx'rebm Preznst,m:! Ill)ipe 1!!!0Jr''igs 13 a Measi.urerneint 14 1 Change to Nk'�asta eirneiiit for t iis Intern to be per ead i concrelle fitflng., 15 C. Related Specification Sections include, but are not necessarily limited to: 16 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 17 Contract 18 2. Division I — General Requirements 19 3. Section 33 0131 Closed Circuit Television (CCTV) Inspection 33 0 20 4. Section, 10 Joint Bonding and Electrical Isolation 4 21 5. Section 33 04 40 Cleaning and Acceptance Testing of Water Mains 22 6. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 23 7. Section 33 1105 — Bolts, Nuts, and Gaskets 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment 26 1. Concrete Pressure, Pipe 27 a. Measurement 28 1) Measured horizontally along the surface from center line to 29 centerline of the fitting or appurtenance 30 b. Payment 31 1) The work performed and materials furnished in accordance with this 32 Item and measured as provided under"Measurement" shall be paid 33 for at the unit price bid per linear foot for"Concrete AWWA 0303 34 Rpe" installed for: 35 a) Various sizes 36 b) Various types of backfill 37 c. The price bid shall include: 38 1) Furnishing and installing Concrete Pressure Pipe with joints as 39 specified by the Drawings CrrY OF FORT WORTH MWERR2.015A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Prq�eot.No.02701 Revised Decernt)er 20,2012 !9PJ 33 I.J.: 13-2 CONCRETE PRESSURE PIPE, FEAR WRAPPED,STEEL CYLINDER TYPE Page 2 of 17 u 2) Mobilization 2 3) Coating 3 4) Lining 4 ) Pavement removal ) Excavation 6 ) Hauling ) Disposal of excess material 8 9) Furnishing, placement, and compaction of embedment 9 10)Trench water stops to 11)Joint restraint 1,q. 12)Bolts and nuts W,y, 12 1 )Welding 13 )Gaskets, if allowed 14 15)Furnishing, placement and compaction of backfill wT 15 16)Clean-up 16 17)Cleaning 17 1 )Disinfection 18 1 )Testing 19 2® Concrete Pressure Pie Fittings 20 a® Measurement 21 1) Measurement for this Item shall be by lump sum. 22 b. Payment 2 3 1) The work performed and materials furnished in accordance with this 24 Item shall be paid for at the lump sum price bid for"C303 Fittings" 25 installed for: 26 a) Various sizes g' 2 ) Various types of backfill 28 cw The price bid shall include: 29 1) Furnishing and installing Concrete Pressure Pipe Fittings as specified MY 30 by the Drawings 3 u 2) Mobilization 32 3) Coating OR 33 4) Lining 34 ) Pavement removal 35 6) Excavation 36 7) Hauling 37 ) Disposal of excess material 38 9) Furnishing, placement, and compaction of embedment 39 10)Trench water stops 40 1 )Joint restraint 41 12)Bolts and nuts 42 13)Welding 43 14)Gaskets, if allowed 44 15)Furnishing, placement, and compaction of backfill 45 16)Clean-up 46 17)Cleaning 47 18)Disinfection IT'X OF FORT WORTH MWERR201 zA SFANDARD CONSTRUCTION SPECIFICATION DOC:LPME11VIfS City Projed No.0270! wWV, n8Agad December 20,lQ1.i2 3311. 13--3 CONCRETE PRESSURE PIPE, BAR-WI RAPPED,STEEL CYLINDER TYPE Page 3 of 17 1 19)Testing 2 1.3 REFERENCES 3 A. Reference Standards AMP 4 1. Reference standards cited in this Specification refer to the current reference 5 standard published at the time of the latest revision to logged at the end 6 oft is Specification, unless a date is specificailly cited. 7 2. American Society of Mechanical Engineers (AS E): 8 a. B16.1, Gray Iron Pipe Flanges and Flanged Fittings (Classes 25, 125 and 0" 9 250). 10 3. American Society of Testing and Materials (AST M): 11 a. A242, Standard Specification for High-Strength Low-Alloy Structural MON 12 Steel. 13 b. A307, Standard Specification for Carbon Steel of and Studs, 60,000 14 PSI Tensile Strength. 15 c. B117, Standard Practice for Operating Salt Spray (Fog) Apparatus. 16 d. 13633, Standard Specification for Electrodeposited Coatings of Zinc on 17 Iron and Steel.. 18 e. C33, Standard Specification for Concrete Aggregates. 19 f. 0144, Standard Specification for Aggregate for Masonry Mortar. 20 g. C150, Specification for Portland Cement. 21 h. 0293, Standard Test Method for Flexural Strength of Concrete (Using 22 Simple Beam with Center-Point Loading), 23 L C497, Methods of Testing Concrete Pipe. 24 C882, Standard Test Method for Bond Strength of Epoxy-Resin Systems 25 Used With Concrete By Slant Shear., 26 k. C1090, Standard Test Method for Measuring Changes in Height of 27 Cylindrical Specimens of Hydraulic-Cement Grout. 28 1. E165, Standard Practice for Liquid Penetrant Examination for General 29 Industry. 30 4. American Welding Society (AWS),: 31 a. D1.1. Structural Welding Code Steel. 32 5. American Water Works Association (AWWA): 33 a. 0206, Field Welding of Steel Water Pipe. 34 b. 0207, Steel Pipe Flanges for Waterworks, Service - Sizes 4 IN through 35 144 N. 36 c. 0303, Concrete Pressure Pipe, Bar-Wrapped, Steel-Cylinder rype. 37 d. M9, Concrete Pressure Pipe. 38 6. American Water Works Association/American National Standards Institute TIM 39 (AWWA/ANSI)-, 40 a. CIII/A21.11, Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and 41 Fittings., V10001 42 7. International Organization for Standardization (ISO). 43 8. National Sanitation Foundation (NSF): 44 a. NSF 61, Drinking Water, System Components - Health Effects VOW CrTY OF FORT WORTH MWERR2015A STANDARD COMTRUCTION SPECIFICATION DOCUMENTS Qty Project No. 02701 Revised December 20,2012 33 11 1.3-4 CONCREFE PRESSURE PIPE,BAR-WRAPPED,9FEEL CYLINDER rePE IPage 4 of 17 1 1.4 ADMINISTRATIVE REQUIREMENTS (NOT USED] 2 1.5 SUBMITTALS 3 A. Submittals shall be in acco�rdaince with Section 0133 00. 4 B. All submittals shall be approved by the City prior to delivery and/or fabrication 5 for specials. 6 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 7 A. Product Data 8 1. Exterior Coating 9 a. Material data 10 b. Application recommendations H c. Field touch-up procedures 12 2. Joint Wrappers 13 a. Material data MAY, 1.4 b. Installation recommendations 15 3. Flexible Joint Couplings 1.6 a. Manufacturer 17 b. Model 18 4. Mixes 1.9 a. Mortar for interior joints and patches 20 b. Bonding agents for patches 21 S. Gaskets (lif applicable) 22 B. Shop Drawings — Furnish for Concrete Pressure Pipe used in the potable water 23 systems including: 24 1. all thickness design calculations sealed by a Licensed Professional MR 25 Engineer in Texas including: 26 a. Internal pressure 27 1) Working Pressure Nqffl) 28 2) Test Pressure 29 3) Surge pressure 30 b. External pressure 31 1) Deflection 32 2) Buckling 33 c. Special physical loadin g such as supports or joint design yin 34 d. Thermal expansion and/or contraction, if applicable for the proposed 35 installation 36 2. Thrust restraint calculations for all fittings and valves including the restraint 37 length sealed by a Licensed Professional Engineer in Texas. 38 1 Fabrication and lay drawings showing a schematic location with prorHe and 39 a tabulated layout schedule that is sealed by a Licensed Professional mop 40 Engineer in Texas and includes: 4.1 a., Pipe class 4.2 b. Joint types CTTY OF-FORT WORTH MWERR2015A SrANDARD CONE)TRUCTION SPEC➢FICKHON DOCUMENT'S Uy Project No. 02701 Revised December 20,2012 ��llwu 3311 13..5 � J� C�T�R� CONCRETE PRESSURE PIPE,BAR-WRAPPED, STEEL.C Huge S of 1.7 1 c. Fittings 2 dm Thrust Restraint 3 e. Stationing (in accordance with the Drawings) 4 fa Transitions . Joint deflection 6 h. Nutlet locations for welding, ventilation, and access io Welding requirements a Pipe within Casing 9 a. Provide drawings detailing how pipe its restrained to prevent floating 1.0 within the casing. 11 C. Certificates and Test Deports 12 a. Submittals for certificates and testing reports shall be as outlined in 13 Article 1.9 of this Section.. 14 1.7 CLOSEOUT SUBMITTALS [NOT USED] 15 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 16 1.9 QUALITY ASSURANCE 17 A. Qualifications 18 1. Manufacturers 19 a, Shall be American Concrete Pressure Pipe Association (AC�PPA) Quality 20 Program certified, I.S.O,. Quality Certification Program certified, or 21 equals, for Concrete Pressure Pipe and accessory manufacturing. 2 ba Pipe manufacturing operations (pipe, lining, and coatings) shall be fop 23 performed under the control of the manufacturer. 24 c. Pipe shall be the product of 1 manufacturer which has had not less than 25 5 years successful experience manufacturing AVVWA 0303 pipe of the 26 particular type and size indicated. 22 1) This experience record will be thoroughly investigated by the 28 Engineer, and acceptance will be at the sole discretion of the 29 Engiineer and City„ 30 2) Pipe manufacturing operations (pipe, fittings,, lining, and coating) 31 shall be performed at 1 location, unless otherwise approved by the f 2 Engineer. 33 d. Pipe shall be manufactured in accordance with the latest revisions of 4 A WA 0303 35 B. Certifications 36 1. Prior to shipment of the pipe, the Pipe Manufacturer shall submit the 37 following- 38 a. A Certificate of Adequacy of Design stating that the pipe to be furnished 39 complies with AWWA 0303 and these Specifications 40 b. Copies of results of factory hydrostatic tests shall be provided to the 41 Engineer 42 cw Mill certificates, including cherrn'ic:al and physical test results for each 4.3 heat of steel CM OF FORT WORTH MWHIR2015A Sn"AN ARD CO NS'nRUCP' ION SPECIFICATION DOCUMEN..IS c'n (Project No.52701 Rev sed n:)E.wrnbe r 20, 2012 Rip 331 . 13 -6 CONCRETE PRESSURE PIPE,BAR-WRAPPED,57EEL CYLINDER TYPE Page 6 of 17 1 1) The manufacturer shall perfoirryi the tests described in A 0303, 2 for all pipe, fittings, and specials, except that the absorption test 3 detailed in this Specification shall supersede the requirements of the 4 applicable portion of AWWA 0303. 5 d. Certified test reports for welder certification for factory and field welds 6 in accordance with AWWA 0303, Section 5 7 e. Certified test reports for cement mortar tests 8 f. Certified test reports for steel Lylinder tests 9 C.. Hydrostatic Pressure Testing 10 1® Hydrostatic pressure testing shall meet or exceed the requirements of Syr 11 AWWA C303 Section 4.6 — Fabrication. 12 a. Each pipe cylinder, with rings welded to its ends, shall be hydrostatically �13 tested prior to application of lining or coating. 14 b. 'The internal test pressure shall be that which results in a fiber stress 15 equal to 75 percent of the minimum yield strength of the steel used. 16 c. Each pipe cylinder tested shall be completely watertight under 17 maximum test pressure. 18 d. Test pressure shall be held for sufficient time to observe the weld 19 seams. 20 e. Pipe manufacturer shall maintain a recording of the pressure gauge 21 report and provide to the Engineer. 22 2. Fittings shall be fabricated from hydrostatically tested pipe or fabricated of 23 welded steel sheets or plates. 24 a. Fittings shall be tested in accordance with AWWA C303. 25 3. Factory Testing jog, 26 a. Cement Mortar Coating ­ Absorption Test 27 1) A water absorption test shall be performed on samples of cured 28 mortar coating taken from each working shift. 29 a) 'The mortar coating samples shall have been cured in the same 30 manner as the pipe, 31 b) A test values all consist of the average of a minimum of 3 NOR 32 samples taken from the same working shift. 33 c) The test method shall be in accordance with ASTM C497, 34 Method A. 35 d) The average absorption value for any test shall not exceed 9 36 percent and no individual sample shall have an absorption 37 exceeding 11 percent. 38 e) Tests for each working shift shall be performed on a daily basis 39 until conformance to the absorption requiremients has been 40 established by 10 consecutive passing test results, at which time 41. testing may be performed on a weekly basis for each working 42 shift® 43 (1) Daily testing shall be resumed for each working shift with 44 failing absorption test results and shall be maintained until 45 conformance to the absorption requirements is re- 46 established by 10 consecutive passing test results. CITY OF FORT WORTH 9' WERR2015A S7ANDARD CONSTRU(710N SPECUICAHON DOCUMFNTS City Pmject.No.02701. 00% Re Ased Deceirnbeir 20,;012 331113-7 CONCRUE PRESSURE PIPE, BAR-WRAPPED,STEEL CYLINDER TYPE Page 7 of 17 1 D. Cement Mortar Lining "WR 2 1., Shop-applied cement mortar linings shall be tested in accordance with 3 AWWA 0303. 4. E. City Testing and Inspection 5 1® The City reserves the option to have an independent testing laboratory, at 6 the City's expense, inspect pipe and fittings at the pipe manufacturer's 7 plant. 8 as The City's testing laboratory and Engineer shall have free access to the 9 manufacturer's plant. 10 b. The pipe manufacturer shall notify the City, in writing, at least 2 weeks I]. prier to pipe fabrication as to start of fabrication and fabricating 12 schedule. The City will then advise the manufacturer as to City's 13 decision regarding tests to be performed by an independent testing 14 laboratory. 1.5 c. In the event the City elects to retain an independent testing laboratory 16 to make material tests and weld tests, it is the intent that the tests be 17 limited to I spot testing of each category unless the tests do not show 18 compliance with the standard. 19 1) If these tests do not show compliance, the City reserves the right to 20 have the laboratory make additional tests and observations. 21 2. The inspection and testing by the independent testing laboratory anticipates 22 that production of pipe shall be done over a normal period of time and 23 without "slow downs" or other abnormal delays, 24. a® In the event that an abnormal production time is required, and the City 25 is required to pay excessive costs forlinspectlon, the the Contractor 26 shall be required to reimburse the City for such costs over and above 27 those which Would have been incurred under a normal schedule of 28 production as determined by the Engineer. 29 F. Manufacturer's Technician for Pipe Installation 30 1., Pipe Manufacturer's Representative 31. a. During the construction period, the pipe manufacturer shall furnish the 32 services of a factory,trained, qualified, job experienced technician to 33 advise and instruct, as necessary, in pipe laying and pipe jointing. 34 1) The technician shall assist and advise the Contractor in his pipe 35 laying operations and shall instruct construction personnel in proper 36 joint assembly and joint i.rispection procedures. 37 2) The technician is not required to be on-site full tirne; however, the 38 technician shall be regularly on-site during the first 2 weeks of pipe 39 laying and thereafter as requested by the Engineer, City or 40 Contractor. 41 1.10DELIVERY, STORAGE, AND HANDLING PIP 42 A. Packing 4.3 1. Prepare pipe for shipirrient,to: 44 a., Afford maximum protection from normal hazards of transportation 45 b. Allow pipe to reach project site in an undamaged condition CITY OF FORT WORTH MWER.R20.15A 5rANDARD CONSI RUCTION SPECIFICA1 ION DOCUMEN FS city Projed.No,0270:1. ReVised December 20, 2012 CONCRETE PRESSURE PIPE, BAR-WRAPPED,STEEIL CYLINDER TYPE Oyu Page B of­17 1 2. Pipe damaged in shipment shall not be delivered to the project site unless 2 such damaged pipe is properly repaired. 3 3. After the completed pipe and fittings have been removed from the final 4 cure at the manufacturing plant: 5 a. Protect pipe lining from drying by means of plastic end covers banded 6 to the pipe ends. 7 b. Maintain covers over the pipe ends at all times until ready to be 8 installed. 0,00 9 c. Moisture shall be maintained inside the pipe by periodic addition of 10 water as necessary. H 4. Pipes shall be carefuilly supported during shipment and storage. 12 a. Pipe, fittings and specials shall be separated so that they do not bear 13 against each other and the whole load shall be securely fastened to 14 prevent movement in transit. 15 b. Ship pipe on padded bunk's with tie-clown straps approximately over 16 sculling, 17 c. Store pipe on padded skids, sand or dirt berms, tires or other suitable 1.8 means to protect the pipe from damage. 19 d. Each end and each length of pipe, fitting or special (42-inches and 20 larger) and the middle of each pipe joint shall be internally supported 21 and braced with stalls to maintain a true circular shape. 22 i. Internal stalls shall consist of timber or steel firmly wedged and 23 secured so that stalls remain in place during storage, shipment 24. and installation. 2.5 H. Pipe shall be rotated so that one stall remains vertical during 26 storage, shipment and installation.. MOM 27 W. At a minimum, stalls shall be placed at each end, each quarter 28 point and center. 29 B. Delivery, Handling, and Storage 30 1. Once the first shipment of pipe has been delivered to the site, the 31 Engineer and the Contractor shall inspect the pipe's interior coating for 32 excessive cracking. 33 a. If excessive cracking is found, exceeding the allowance in AWWA 34 0303, modify shipping procedures to reduce or eliminate cracking. 35 2. Deliver, handle and store pipe in accordance with the manufacturer's 36 recommendations to protect coating systems. 37 C. Marking for Identification 38 1. For each joint of pipe and each fitting, plainly mark on 1 end: 39 a. Class for which it is designated 40 b. Date of manufacturer 41 c. Identification numbeir 42 d., 'Top centerlines shall be marked on all specials. 43 D. Point of Delivery 44 1., The Contractor is responsible for securing and maintaining a location to 45 store the material lin accordance with Section 0166 K 46 MY OF FORT WORTH MWERR2015A SIANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.,02701. OR), Revised Decernber 20,2012 331113-9 CONCREI E PRESSURE PIPIE", BAR:WRAPPED, STEEL CYU.NDER'TYPE Page 9 of.1.7 1.11WARRANTY [NOT USED] ,CRY 2 PART 2 - PRODUCTS RM 3 2.1 OWNER-FURNISHED [NOT USED] 4 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS 5 A. Manufacturers 6 1v Only the manufacturers as listed in the City's Standard Products List will be 7 considered as shown in Section 0160 00. 8 a. The manufacturer must comply with this Specification and related 9 Sections. 10 1 Any product that is not listed on the Standard Products List is considered a I I substitution and shall be submitted in accordance with Section 0125 00. 12 B. Materials 13 1. General 14 a. Pipe shall be manufactured in accordance with the latest revisions of 15 A 0303, AWWA M9, as well as the special requirements of this 16 Specification. '17 b. All pipe shall meet the requirements of NSF 61.. '10 18 2. Cement 19 a. Cement for use in concrete and mortar shall be Type I or II Portland 20 Cement., 21 3. Aggregates 22 a. Aggregates for concrete lining and coating shall conform to ASTM C33. 23 4. Sand 24 a. Sand used for inside and ouLsidejoints shall be of silica base, 25 conforming to AS TM 0144. PAN 26 5. Special Coating (Mortar Rings) 27 a. Pipe to be installed in casing shall have 2 built-up mortar rings, each 28 approximately 2-feet long and slightly higher than the pipe bell, to 29 prevent the pipe from being supported by the pipe bell® 30 b. Built-up mortar-, rings are to be applied at the quarter points of the pipe 31 section., 32 6. Bushings, Couplings and Plugs 33 a® Where outlets or taps are threaded, furnish and install brass reducing 34 bushings in larger steel half couplings for the outlet size Indicated® 35 b. Threaded plugs shall be brass, 36 '7. Mixes 37 a® Cement Mortar 38 1) Cement mortar used for I)OUring.joints shall consist of: 39 a) 1part Portland Cement 40 b) 2 parts, clean,, fine, sharp silica sand 41. c) Mixed wlith water MY OF FORT WORTH MWIERR2015A Cilty Project No.02701 S1 ANI)ARI)CONSTRUCTION SPE0 FICA FION DOCUMEN r S ReA%ed December 20,2012 POP 33 11 13-10 CONCREM PRESSURE PIPE, BAR-WRAPPED,STEEL(YUNDER TYPE mpq!, Page 1.0 of 17 1 d) No manufactured sand shall be permitted. IRA 2 e) Exterior joint mortar shall be mixed to the consistency of thick 3 cream. 4 f) Interior joint mortar shall be mixed with as little water as 5 possible so that the mortar is very stiff, but workable. 6 g) Cement shall be ASTM 0150, Type I or Type II® 7 h) Sand shall conform to ASTM 0144. 8 2) Cement mortar used for patching shall be mixed as per cement 9 mortar for inside joints,., 10 8. Joint Wrappers 11 a. Joint wrappers shall be manufactured by Mar-Mac Manufacturing 12 Company, or approved equal. 13 b. For pipe within casing, Flex Protex joint filler, or approved equal, may 14 be used for pipes that can be welded from the interior. 15 9. Flexible Joint Couplings 16 a. Flexible Joint Couplings shall be Dresser Style 38, Smith-Blair Style 411 17 or approved equal. 18 10. Pipe Ends 19 as The standard pipe end shall include steel joint ring and a continuous 20 solid rubber ring gasket as per AWWA M9. 21 11. Gaskets 22 1) Flange in accordance with A 0207. 23 2) Provide Gaskets in accordance with Section 33 1105. 24 .12. of and Nuts 25 a.. Flanged Ends 26 1) Flange in accordance with AA C207. 27 2) Provide of and nuts in accordance with Section 33 1105. 28 13. Isolation Flanges 29 a. Flanges required by the drawings to be Isolation Flanges shall conform 30 to Section 33 04 10. 31 14. Flange Coatings 32 a. Flange Coatings in accordance with Section 33 1105. 33 15. '"rhreaded Outlets 34 a. Where outlets or taps are threaded, -nireaded with CC "rereads and 35 furnish and install brass bushings for the outlet size indicated. 36 16. Weld Lead Outlets (if applicable) ON, 37 a® Use of threaded outlets,for access for weld leads is permitted. 38 b. Additional outlet configurations shall be approved by the Engineer. 39 c Cutlets shall be welded after use. 40 17. Snap Rings 41 a.. Snap rings shall be manufactured by Hanson, or approved equal., 42 C. Performance/ Design Criteria 43 1. Pipe Design CITY OF FORT WORTH MWERR2.01.5A STAND I N S .ARD CONSMUCT[ON S11'.-.,CIF1CA"T 0 DOCUMFUTS Cfty Prpied No.,02701. WIN Reek. d December 20, 2012 33 .1..1 :13-11 CONCRETE PRESSURE(PIPE, BAR-°wRAPPED,STEEL CYLINDR°]k TYPE (Page ll.of :7 A as Pipe shall be designed, manufactured and tested in accordance with the 2 latest revisions of AWWA C303, AWWA M9, as well as the special requirements of this Specification 4 b® Sizes and pressure classes (working pressure) shall be as specified in NO 5 the Drawings. 6 cm For the purposes of pipe design, working pressure plus transient 7 pu°eµssure shall be as indicated below, 8 do Pipe design shall be based on trench conditions and design pressure 9 class specified in the Drawings, 10 e„ Pipe shall be designed according to the methods indicated in AW WA 11 0303 and AWWW A M9 for trench construction, using the fblllowing 12 parameters: 13 1) Unit Weight of Fill (w) = 130 pounds per cubic foot PRO 1.4 2) Live Load = AASHTO1 -20 truck for unpaved conditions 15 ) Live Load = Cooper ® 0 loading for railroad crossings 16 ) 'Trench Depth = As indicated on Drawings 0001 17 5) Coefficient IK,,,° = 0.150 1.8 6) Trench Width (Ed) as indicated on Dina i,nc3s 19 7) Bedding Conditions = as indicated on Drawings 20 3) Pressure Class . 150 psi min. working pressure 21 9) Surge Allowance = 100 psi minimum 22 a) where: Total Pressure (including surge) = 150 psi F 100 psi 2;3 250 psi® 24 1 )Deflection Lag Factor = 1®0 25 11)Soil Reaction Modulus (E� < :1.,000 26 E Trench depths indicated on Drawings shall be verified after existing 27 utilities are located. 28 1) Vertical alignment changes requiired because of existing utility or 29 other conflicts shall be accommodated by an appropriate change in 30 pipe design depth. 31 ) In no case shall pipe be installed deeper than its design ailows. r 32 2m Provisions for 1-hrust 33 as Thrust at bends, tees or other fittings shall be resisted by restrained 34 joints or snap rings. RI 35 1) Thrust at bends adjacent to casing shall be restrained by welding 36 joints through the casing and a sufficient distance each side of the 37 casing. 38 2) No thrust: restraint contribution shall be allowed for pipe in casing 39 unless the annular space in the casing is filled with grout:. 40 3) The distance for thrust restraint shown on the Drawings is the 41 minimum restraint and does not relieve the manufacturer from 42 calculating the restraint needs as specified i,°herein„ 43 a) In no case shall the restrained distance be less than indicated on 44 the Drawings. 45 bo Restrained joints shall be used a SUfiicient distance from each side of 46 the bend, tee, plug or other fitting to resist thrust which develops at the 47 design pressure of the pipe.. MY OF FORT WORTH MWWE:R°R2015A 6'A.NC7AJfYD CONSTRUC 11.0N,SN-'IE'C�ITICATl'OIN DOG) EII'S`S My II'.1roject No.02701 Revised d De ember 20, 2012 331113-12 CONCRETE PRESSURE PIPE®BAR-WRAPPED,STEEL CYLINDER TYPE Page 12 of 17 1 1) The distance for thrust restraint shown on the Drawings is the 2 minimum restraint and does not relieve the manufacturer from 3 calculating the restraint needs as specified herein. 4 a) In no case shall the restrained distance be less than indicated on 5 the Drawings. 6 2) Restrained joints shall consist of welded joints or snap rings. 7 3) In areas where restrained joints are used for thrust restraint, the 8 pipe shall have adequate cyl'i'nder thickness to transmit the thrust 9 forces. 10 c. Thrust restraint design 11 1) The length of pipe with restrained joints to resist thrust forces shall 1.2 be verified by the pipe manufacturer in accordance with A\A1WA M9 13 and the following: M a) The Weight of Earth (We) shall be calculated as the weight of "M 15 the projected soil prism above the pipe. 16 (1) Soil Density = 130 Pounds per cubic foot (maximum value to 17 be used for unsaturated soil), 1.8 d. Thrust collars will only be permitted for temporary plugs. 19 1) Thrust collars may not be used for any other application, unless 20 approved in writing by the Engineer. 21 3. Inside Diameter 22 a® The inside diameter, of the cement mortar lining shall be the nominal 23 diameter specified, unless otherwise indicated on the Drawings, 24 4. Joint Bonds, Insulated Connections and Flange Gaskets 25 a® Joint Bonds, Insulated Connection and Flange Gaskets shall be in 26 accordance with Section 33 04 10. 27 5. Bend Fittings 28 a. All bend fittings shall be long radius to permit passage of pipeline pigs. 29 6. Fittings with Flanges 30 1) Flanged joints shall be provided at connections to valves and where 31 indicated on the Drawings, 32 2) Ends to be fitted with slip-on flanges shall have the longitudinal or 33 spiral welds ground flush to accommodate the type of flanges 34 provided. 35 3) Pipe flanges and welding of flanges to Concrete Pressure Pipe shall 36 conform to the requirements of AWWA 0207 and A 0206, 37 4) Pipe flanges shall be of rated pressure equal to or greater than the 38 adjacent pipe class. 39 5) Flanges shall match the fittings or appurtenances which are to be 40 attached, 4� 6) Flanges shall be Class E with 275 psi working pressure in accordance 42 with A 0207 and in accordance with AS ME B16.1 Class 125 for 43 areas designated with a 225 psi test pressure, wrriiNy CITY OF FORT WORTH MWERR2015A STANDARD CONSTRUCTION SPECIFICATION DOCUMEN rS City Project No.02701 Revised Decerriber 20,2112 FRI 33:1.I. 13-13 CONCRETE PRESSURE PIPE,BAR-WRAPPEID,55TE0 CYUNDER TYPE Page 1.3 of 1.7 1 2.3 ACCESSORIES [NOT USED] iii 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION [NOT USED] 7 3.4 INSTALLATION 8 A. General 9 1. Install Concrete Pressure Pipe, fittiings, specials and appurtenances as 10 required for the proper functioning of the completed pipe line® I 1 2. Install pipe, fittings, specials and appurtenances as specified herein, as 1.2 specified in A M9, and in accordance with the pipe manufacturer"s 13 recommendations, POP 14 3. Lay pipe to the lines and grades show on the Drawings. 15 4. Excavate, embed and backfiW trenches in accordance with Section 33 05 10, 16 5. At the close of each operating day: 17 a. Keep the pipe clean and free of debris, dirt, animals and trash — during 18 and after the laying operation, 1.9 b. Effectively seal the open end of the pipe using a gasketed night cap. 20 6. If pipe is placed in casing, restrain pipe from floating as required in Article 21 1.6.13.4. Pop 22 B. Pipe Handling 23 1. Haul and distribute pipe fittings at the project site and handle piping with YP 24 care to avoid damage. 25 2. Before lowering into the trench and inspect each joint of pipe and reject or 26 repair any damaged pipe. 27 3. Pipe shall be handled at all tirnes with a rniNmurn of I wide non-abrasive 28 sling, belts or other, equipment designed to prevent damage to the coating 29 or lining. 30 4. The equipment shall be kept in such repair that its continued use is not 31 injurious to the coating. 32 5® The spacing of pipe supports required to handle the pipe shall be adequate 00 33 to prevent cracking or damage to the lining or coating. 34 C. Pipe Jointing 900 35 1. General 36 a. Thoroughly clean the bell and sp'i'got rings before laying each joint of 37 pipe by brushing and wipirig. CrTY OF FORT WORTH MWERIR2015A ST"ANDARD CONS-11FRUCIJON SPECIFICA1 ION DOG)MEN I S C4 lProject No. 02701 Rev�sed necerni)er 20,2012 IMF 33 1.1 .13 .1.4 CONCRErE PRESSURE PIPE,BAR-WRAPPED,STEEL CYLINDER TYPE Page 14 of 17 1 b. If any damage to the protective coating on the metal has occurred, 2 repair the damage before laying the pipe. 3 c. Lubricate the gasket and the inside surface of the bell with an approved 4 lubricant (flax soap) which will facilitate the telescoping of the joint. 5 d. 'Tightly fit together sections of pipe and exercise care to secure true 6 alignment and grade. 7 e. When a joint of pipe is being laid, place the gasket on the spigot ring 8 and enter the spigot end of the pipe into the bell of the adjoining pipe 9 and force into position. 10 1) The inside joint space between ends of the pipe sections shall have 11 an opening within the tolerances as recommended by the pipe 12 manufacturer, 13 f. No "blocking up" of pipe or joints will be permitted, and if the pipe is 14. not uniformly supported or the joint not made up properly, remove the 15 joint and properly prepare the trench. 16 g. After joining, check the position of the gasket with a feeler gauge. 17 1) If the gasket is out of position, disassemble the joint and repeat the 1.8 joint laying procedure. 19 h.. For interior welded joints, complete backfl1ling before welding. 20 L For exterior field-welded joints, provide adequate working room under 21 and beside the pipe. 22 2. Exterior Joints 23 a. Make the exterior joint by placing ajoint wrapper around the pipe and 24. secure in place with 2 metal straps. 25 1) The wrapper shall be 9 inches wide for pipe 36-inches and larger, 26 and 7 inches wide for smaller pipe, hemmed on each side. 27 2) The wrapper shall be fiberglass reinforced or burlap cloth, with 28 lengths encircling the pipe, leaving enough opening between ends to 29 allow the mortar to be poured inside the wrapper into the joint. NOR,, 30 3) Fill the joint with mortar from I side in I continuous operation until 31 it has flowed entirely around the pipe. 32 4) During the filling of the joint, pat or manipulate the sides of the "NN, 33 wrapper to settle the mortar and expel any entrapped air. 34. 5) Leave wrappers in place undisturbed until the mortar has set-up, 35 3. Interior Joints "D 36 a. Upon completion of backfilling of the pipe trench, fill the inside joint 37 recess with a stiff cement mortar/high-strength grout,, 38 b. Prior to placing of mortar/grout, clean out dirt or trash which has 39 collected in the joint and moisten the concrete Surfaces of the joint 40 space by spraying or brushing with a wet brush. 41 c. Ram or pack the stiff mortar/grout into the joints ace and take 42 extreme care to insure that no voids remain in the joint space. 4.3 cl. After the joint has been filled, level the Surfaces of the joint 44 mortar/grout with the interior Surfaces of the pipe with a steel trowel so 4.5 that the surface is smooth, CITY OF FORT WORTH MWERR2015A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS My Prqject No.,02701 Revised December 20,2012 T" 33 11 13­ 1.5 CONCRErE PRESSURE PIPE, BAR WRAPPED,STEEL CYLINDER ryPE Page 1.5 of 1.7 1 e. Interior joints of pipe smaller than 21 inches shall have the bottom of 2 the bell buttered with grout, prior to inserting the spigot, such that 3 when the spigot is pushed into position it will extrude surplus grout 4 from the joint. 0)'" 5 1) The surplus grout shall be struck off flush with the inside of the pipe 6 by pUlling a filled burlap bag or an inflated ball through the pipe with 7 a rope. IMP 8 4. Welded Joints 9 a. Weld joints in accordance with the AWWA M9. to 1) Contractor shall provide adequate ventilation for welders and for the .1.1, City to observe welds. 12 2) Unless otherwise specified on the Drawings, welds shall be full circle 13 fillet welds. 14 b. Adequate provisions for reducing temperature stresses shall be the .1.5 responsibility of the Contractor. 1,6 c. Before welding: 1.7 1) Thoroughly clean pipe ends. 18 2) Weld pipe by machine or by the manual shielded electric arc 19 process. M 20 d. Welding shall be performed so as not to damage lining or coating. 21. e. Furnish labor, equipment, tools and supplies, including shielded type 22 welding rod. 23 1) Protect welding rod from any deterioration prior to its use. 24 2) If any portion of a box or carton is damaged, reject the entire box or 25 carton. PIP" 26 f. In all hand welding: 27 1) The metal shall be deposited in successive layers. 28 2) Not more than 1/8 inch of metal shall be deposited in each pass. 29 3) Each pass except the final 1, whether in butt or fillet welds, shall be 30 thoroughly bobbed or peened to relieve shrinkage stresses and to 31, remove dirt, slag or flux before the succeeding bead is applied. RIM 32 4) Each pass shall be thoroughly fused into the plates at each side of 33 the welding groove or-fillet and shall not be permitted to pile up in 34 the center of the weld. ON 35 5) Undercutting along -the side shall not be permitted. 36 g• Welds shall be free from pin holes, non-metallic inclusions, air pockets, 37 undercutting and/or any other defects. 38 h. If the ends of the pipe are laminated, split or damaged to the extent 39 that satisfactory welding contact cannot be obtained, remove the pipe 40 from the line. 41 L Furnish each welder employed with a steel stencil for marking the welds 42 so that the work of each welder im.ay be identified. 43 1) Have each welder stencill the pipe adjacent to the weld with the 44 stencil assigned to him. 45 ) In the everit any welder leaves the job, his stencil shall be 46 voided and not duplicated if another welder is employed. 47 j. Weldem CITY OF FORT WORT'H MWERR2015A 57ANDARD CONSTRLIMON SPECIFICATION DOE MEN r'.5 Clity Pro ed No.02701 ReAsed December 20, 20.1.2 1#10P, 33 1 . .13-1.6 CONCRETE PRESSURE IPIPE,BAR-WRAPPED,STEEL M- INDER TYPE IPage 16 of 17 1 1) Each welder employed by the Contractor shall be required to 2 satisfactorily pass a welding test in accordance with AWWA 0206 3 before being allowed to weld on the line. 4 2) After each welder has qualified in the preliminary tests referred, to 5 above, inspections shall be made of joints in the line. 6 a) The inspection will be done by a Certified Welding Inspector 7 retained by the City. 8 3) Any welder making defective welds shall not be allowed to continue 9 to weld. 10 k. Weld Testing 1.1 1) Dye penetrant tests in accordance with ASTM E165, or magnetic NOR, 12 particle test in accordance with AWWA C206 and set forth in AWS 13 D.1.1. shall be perfbrmedl by the Contractor under the supervision 1.4 and inspection of the City's Representative! or an independent 15 testing laboratory, on all full welded„joints. 16 a) Welds that are defective will be replaced or repaired, whichever 17 is deemed necessary by the Engineer, at the Contractor's 18 expense. 19 b) If the Contractor disagrees with the Engineer's interpretation of 20 welding tests, test sections may be cut from the joint for 21 physical testing. The Contractor shall bear the expense of 22 repairing the joint,, regardless of the results of physical testing,, 23 (1) The procedure for repairing the joint shall be approved by 24 the Engineer before proceeding. 25 5., Protection of Exposed Metal 26 a., Protect exposed ferrous metal by a minimum of I inch coating of 27 cement mortar as previously specified for inside jo rots, unless otherwise 28 specified in the Drawings. 29 b. Exposed Ilarge flat surfaces such as flanges, bolts, caulked joints, pop, 30 threaded outlets, closures, etc., shall have coating reinforced with 31 galvanized wire irnesh. 32 c. Thoroughly clean and wet the surface receiving a cement mortar 13 coating with water just prior to placing the cement mortar coating. 34 d. After placing, take care to prevent cement mortar from drying out too 35 rapidfly by covering with damp earth or burlap. 36 e. Cement mortar coating shall not be applied during freezing weather. 37 6. Patching 38 a. Excessive field-patching of lining or coating shall not be permitted. 39 b. Patching of lining or-coating will be allowed) where area to be repaired 40 does not exceed 100 square inches and has no dimensions greater than 41 12 inches. 42 c. In general, there shall not be more than I patch on either the lining or 43 the coating of any I joint of pipe. 4.4 d. Wherever necessary to patch the pipe, make patch with cement mortar MR 45 as previously specified for interior joints. 46 e Do not install patched pipe until the patch has been properly and 47 adequately cured and approved for laying by the City. "AMP CrTY OF:F'ORT WORTH MWERIR.2.015A STANDARD CONSIRUCTION SIDEKIFICKFION DOCUMENTS Ott IProject No,02701. Revised Deamber 20,2012 331113-1.7 CONCRETE PRESSURE PIPIE,BAR-WRAPPED, STEEL CYLINDER TYPE Page 17 of 17 f. Promptly remove rejected pipe from the site® 2 3.5 REPAIR / RESTORATION [NOT USED] 3 3.6 RE-INSTALLATION [NOT USED] Owl 4 3.7 FIELD QUALITY CONTROL AM 5 A. Field [OR] Site Tests and Inspections 6 1. Cleaning and Testing 7 a® Cleaning, disinfection, hydrostatic testing and bacteriological testing of 8 water mains 9 1) Clean,' flush, pig, disinfect, hydrostatic test and bacteriological test .10 the water main as specified in Section 33 04 40. 1 L 3.8 SYSTEM STARTUP [NOT USED] 12 3.9 ADJUSTING [NOT USED] 13 3.10CLEANING [NOT USED] 14 3.11CLOSEOUT ACTIVITIES [NOT USED] 15 3.12PROTECTION [NOT USED] 16 3.13MAINTENANCE [NOT USED] 17 3.14ATTACHMENTS [NOT USED] IMP 18 END OF SECTION 19 Revision Log .................... ................... ........................ .1.....................................................................................-.............................. DATE NAME SUMMARY OF CHANGE ran 1.10.A.4,d. — Size revision for stall requirement 12/20/2012 D. Johnson 2.2.13.10, 11, 12 and 13 —Added reference to Sections 33 11 05 and 33 04 10; removed material specifications for bolts, nuts and gaskets ........................................... 20 CITY OF FORT WORTH MWERR2015A STANDARD CON)TRUC710N SPECIFICATION DOCUMENTS C,'fty Project No.. 02701 Revised December 20,2012 Jh 331210- I WATER SERVICES l.-INCH To 2-INCH Fags :I.of I SECTION 33 12 10 WATER SERVICES 1 INCH TO -INCH R 3 PART 1 ® GENERAL 1.1 SUMMARY 5 A. Section Includes: 6 1. Lead-free -inch to 2-inch water service lines from the ter main tot the 7 right-of-way, fittings and water meter bogies complete in place, as shown 8 on the Drawings, directed by the Engineer, and specified herein for; 9 a® New Water Service 10 b. New Water Service (Bored) I I c. Water Meter Service Relocate 12 d. Private Water Service us 13 B. Deviations from this City of Fort Worth Standard Specification 14 The relllocatloui, ii replacerrieiit oir ieconn ction of water ser0ces Wll be rertu hed as 15 stiowr� on�? trll s I � i cLt SpecW urt°acf Moicurornts In 1,6 ad doitodose lcmafr diti ti floldand eurufd by nglneeir. 17 18 1.2 Price and Playrrient I rnceduir.e s 19 A, Measuuronvi°°it and Payimint a 1, New Water Service 21 b,, Payusiei it for alnl work eau°id uiruatedallls sumli as tap saddllle, corporafion stops, anu°a fittings siiMi be lriclurded liiti tiic t:tiiiice did for Sei vice aps to Ma4is, 23 Payment: for all work acrid n'iaterau s suuclll i as fusnuWi4rg and sottlirg new meter Lox 24 st°tall be lrich.ided liiir the price bid for,fsrNsli and set Waiter box. 25 Payrriet ,it for all work and niaterlals su,tu;lli'i as backfill„ fiiiffiings, 'type K cotrlll"ter tuililirg„ s amid curb stole wb1i lock wings sl°4ali be Included in the Linear l::oot l.xice Ud for 7 Servlk;e tine froi°ui l airu to Meter dve m!'f feet betel°i'lnd ter,rrie the .m n z ttt."i il LE S0RVICE tLtf. lllulffllll S" Mtein n'tirltigle service brancmlies are 29 r,eguitiu ed the u°tm itractor sl tallll furrNsh cfagroved factory rnam,,ifactrured branches, iw 30 l ayimitent for iiruiriMplYe servlco di auicltee w11i tinuiliMe fuwirriishing and inst4l1l ig the 31 uftuMtiltiigllle swe�i ice b ancli o.''iirullly ai"id alll otl°icr cost wflli be lnckjded iln offier 32 approtrtiate did iitern(s 00 33 34 mm;,I Water Meter Sei' ice l'�ecoi°°inect 35 lD Payn°tent MAP 36 1. No adcllibonal cmnper�isatao i will Ill)c give ri lii"i Kscellaneouus Cor tracts 16 water 37 seivice reconi°°pe(tions. irrm 38 C. Products Installed but not F'urn'ished Under this Section 39 1. Water meters for various sues 40 CllTY of(FORT WOR 1-i M EFUZ20 5A y STANDARD CONSTRUCi" ON SPECIFICATION I:xDCU4"''IEI I'S city Project No.02701 Revised:tame: IS, 2013 33 12 10­2 WATER SERVICES 1-INCH TO 2-INCH Page 2 of:19 I D. Related Specification Sections include, but are not necessarily limited to: 2 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the 3 Contract 4 2. Division 1 — General Requirements wit 5 3. Section 33 04 40— Cleaning and Acceptance Testing of Water Mains 6 4® Section 33 05 10-- Utility Trench Excavation, Embedment and Backfill 7 5. Section 33 12 25 — Connection to Existing Water Mains 8 1.2 PRICE AND PAYMENT PROCEDURES 9 A. Measurement and Payment 10 1. New Water Service II a® Measurement 00 12 1) Measurement for this Item shall be per each new "Water Service" 0 13 complete in place from the tap of the main to the installation of the 14 meter box and associated appurtenances where the service line is 15 installed by open cut construction. 16 b. Payment 17 1) The or performed and materials furnished in accordance with this Oft 18 Item and measured as provided under"'Measurement"will be paid O 19 for at the unit price bid per each "Water Service"" installed for: 20 a) Various sizes 21 c. The price bid shall include: 22 1) Furnishing and installing New Service Line as specified by the 23 Drawings 24 2) Submitting product data 25 3) Tapping saddle 26 4) Corporation stop 27 5) Curb stop "M 28 6) Fittings 29 7) Service line installed by open cut 30 8) Connection to meter "P 31 9) Meter Box and Lid 32 10)Pavement removal 33 11)Excavation 34 12)Hauling 35 13)Disposal of excess material 36 14)Surface Restoration associated with Meter Box installation and 37 connection, excluding grass (seeding, sodding or hydro-mulch paid 38 separately) 39 15)Clean-up 40 16)Disinfection 41 17)Testing 42 2. New Bored Water Service 43 as Measurement CM OF FORT WORTH MWERR2015A S]"ANDARID CONMRUC'RON SPECIFICATION DOCUMENTS Oty ProW.No.02701 MOW Revised June 19,20:13 331,21.0- 3 WATER SERVICES 1--INCH TO 2-INCH Page 3 of:1.9 1 1) Measurement for this Item shall be per each new Water Service 2 complete in place from the tap of the main to the installation of the 3 meter box and associated appurtenances where the service line is 4 installed by trenchless method. 5 b. Payment 6 1) The work performed and materials furnished in accordance with this 7 to and measured as provided under,"Measurement" will be paid 8 for at the unit price bid per each "Bored Waiter, Service" installed for: 9 a) Various sizes 10 c. The price bid shall include: 0" 11 1) Submitting product data 12 2) Tapping saddle 13 3) Corporation stop IM 14 4) Curb stop 15 5) Fittings 16 6) Service line installed by trenchless method 1V P 17 7) Connection to meter 18 8) Meter Box and Ud 19 9) Pavement removal 20 10)Excavation 2n 11)Hauling 22 12)Disposal of excess material 23 13)Surface restoration associated with Meter Box installIation and 24 connection, excluding grass (seeding, sodding or hydro-mulch paid 25 separately) 26 14)Cleans up 27 15)Disinfection 28 16)Testing 29 3. Water Meter Service Reconnect 30 a. Measurement 31 1) Measurement for this Item shall be per each Water Meter Service 90" 32 Reconnect complete in place from public service line connection to 33 private service line connection., 34, b.. Payment 35 1) The work performed in conjUnctlon with rellocation of the meter, 36 associated private service line, fittings and meter box 5 feet or less 37 in any direction from centerline of existing meter location and the '00 38 materials furnished in accordance with this Item will be paid for at 39 the unit price bid per each "Water Meter Service, Reconnection" 40 installed for-., 41 a) Various size of services 42 c. The price bid shall include: 43 1) Private service line 44 2) Fittings 45 3) Private connection to water meter 46 4) Connection to existing private, service line 47 5) Cut and crirnp of existing service CM OF FORT WORTH MWERR2.,01.5A STANDARD CONSI'RUCTJON SN::CJF1CAF1ON DOCUMENTS city Project Na.02701 Rev�sed June 19,2013 33.1210-4 WATER SERVICESI-INCH TO 2-INCH Page 4 of 19 1 6) Removal and Disposal or Salvage of existing 2-inch or smaller water 2 meter, as directed by City 3 7) Pavement removal 4 8) Excavation 5 9) Hauling 6 10)Disposal of excess material 7 11)Surface restoration for area disturbed for installation of meter box, 8 excluding grass (seeding, sodding or hydro-mulch paid separately) 9 12)Clean-up 1.0 13)Cleaning 1]. 14)Disinfection, 12 15)Testing 13 4. Private Water Service Relocation 1.4 a. Measurement 15 1) Measurement for this Item shall be per linear foot of Private Service 16 relocation complete in place from the meter box to a connection to pow, 17 the existing service line on private property. 18 b. Payment 19 1) The work performed in conjuncdon with Private Service Line 20 installation where the meter and meter boxes are moved more than JOE 21 5 feet in any direction from centerline of existing meter location and 22 materials furnished in accordance with the Item and measured as 23 provided under"Measurement"will be paid for at the unit price bid 19� 24 per linear foot of"'Private Water Service" performed for: 25 a) Various service sizes 26 c. The price bid shall include: 09� 27 1) Obtaining appropriate permit 28 2) Obtaining Right of Entry 29 3) Submitting product data ARNO 30 4) Private service line 31 5) Fittings 32 6) Baickflow preventer, check valve, and isolation valve relocation,, if 33 applicable 34 7) Connection to existing private service line 35 8) Pavement removal and replacement 36 9) Excavation 37 10)Hauling 38 11)Disposal of excess material 39 12)Surface restoration, excluding grass (seeding, sodding or hydro- 40 mulch paid separately) 41. 1.3)Clean-up 412 14)Cleaning 43 15)Disinfection 44 16)Testing 45 1.3 REFERENCES 46 A. Definitions CM 01FIFORT WORTF1 MWERR2015A ,Sl'ANDARD CONSI RU M—ON SPECIFICAUON DOCUMENTS 0ty PrDiect No.0270.1. Revised Juine 19,23 13 33 1.2 10 5 WATER SERVICES 1-INCH TO 2-INCH ITIF Page 5 of 1.9 .1. 1. New Service NOR 2 a. Installation of new 1-inch to 2-inch Water Service Line by open cut 3 construction from the water main to the right-of-way, including 4 corporation stop, curb stop, fittings and water meter boxes complete in call 5 place, as shown on the Drawings. 6 2. New Service (Bored) 7 a. Installation of new 1-inch to 2-inch Water Service Line by trenchless 8 construction method from the water main tote right-of-way, including 9 corporation stop, curb stop, fittings and water meter boxes complete in 10 place, as shown on the Drawings. OPP 11 3. Meter Service Reconnection 12 a. Relocation and reconnection of the private service line from an existing 13 meter to be abandoned and a new meter installed that lies within 5 feet 14 of the existing meter. 15 4. Private Service Relocation 16 a. Relocation and reconnection of private service line behind the water 17 meter where the existing meter to be abandoned and the new meter 18 ins-tailed is greater than 5 feet of the existing meter® A licensed plumber 19 is required to relocate the private service. 20 5. Lead-free 21 a. Lead-free pipes and plumbing fittings and fixtures shall contain less than 22 0.25 percent lead in accordance with the reduction of Lead in Drinking 23 Water Act (P.L. 111-380). 24 B. Reference Standards 25 1. Reference standards cited in this Specification refer to the current reference 26 standard published at the time of the latest revision date logged at the end 27 of this Specification, unless a date is specifically cited. 28 2. ASTM International (ASTM): 29 a. A48, Standard Specification for Gray Iron Castings. 30 b. A536, Standard Specification for Ductile Iron Castings. 31 c. B88, Standard Specification for Seamless Copper Water Tube, 32 d. B98, Standard Specification for Coppe r-Si I icon Alloy Rod, Bar and 33 Shapes. 34 e. C131, Standard Specification for Resistance to Degradation of Small-Size 35 Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine. 36 f. C150, Standard Specification for Portland Cement. 37 g. C330, Standard Specification for Lightweight Aggregates for Structural 38 Concrete. 39 h. D883, Standard 'Terminology Relating to Plastics. 40 3. American Water Works Association (AWWA): 41 a. C700, Cold-Water Meters .- Displacement"Type, Bronze Main Case. 42 b. C800, Underground Service I ine Valves and Fittings. 43 4. NSF International (NSF): 44 a. 61, Drinking Water System Components - Health Fifects. 45 5. Reduction of Lead in Drinking Water Act CITY OF FORT WORTH MWERFO..015A STANDARD CONSTRUMON SPFCfl::.K'A1'TON DOCUMENTS Cuty Project No.,02701 Revised June 19, 2013 ON% 33:12 10-6 WATER S1,RVICES I.-INCH TO 2-INCH Page 6 of 19 1 as Public Law 111-380 (P.1 . 111-380) 2 1.4 ADMINISTRATIVE REQUIREMENTS 3 A. Scheduling 4 1. Provide advance notice for service interruptions and meet requirements of 5 Division 0 and Division 1. 6 1.5 SUBMITTALS om1% 7 A. Submittals shall be in accordance with Section 0133 00. 8 B. All submittals shall be approved by the City prior to delivery. 9 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 10 A. Product Data, if applicable- Ill. 1. 'Tapping Saddle 11.2 2. Corporation stop 1.3 3. Curb Stop 1.4 4. Service Line 11.5 5. Meter Box 16 6. Meter Box Lid 1.7 B. Certificates and Test Reports NOR 18 1. Prior to shipment of any Water Service components, the manufacturer shall 19 submit the following 20 a. A Certificate of Adequacy of Design stating that the components to be 21. furnished comply with all regulatory requirements identified in this 22 Section including: 23 1) The Reduction of Lead in Ddnking Water Act (P.L. 111-380) 24 2) A 0800 25 3) NSF 61 26 1.7 CLOSEOUT SUBMITTALS [NOT USED] 27 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 28 1.9 QUALITY ASSURANCE 29 A. QuaHfications 30 1. Manufacturers 31 a.. Water Services shall meet or exceed the latest revisions of A C800, 32 NSF 61® the Reduction of Lead in Drinking Water Act and shall meet or 33 exceed the requirements of this Specification., 34 1.10DELIVERY, STORAGE, AND HANDLING 35 A. Storage and Handling Requirements CrTY OF—FORT WORTH MWERR2015A STANDARD CONSTRLICHON SPE(.,iFTcA­r10N DOCUMEN 1fS Clty Project No. 02701 Revised June 19,20.13 331210- 7 WATER SERVICES 1-11MCH"TO 2 INCH Page 7 of 19 1. 1. Protect all parts such that no damage or deterioration will occur during a ORM 2 prolonged delay from the -time of shipinent until installation is completed 3 and the units and equipment are ready for operation.. 4 2. Protect all equipmer"It and parts against any damage during a prolonged ?" 5 period at-the site. 6 3. Prevent plastic and similar brittle items -from being directly exposed to 7 sunlight or extremes in temperature. 8 4. Secure and maintain a location to store -the material in accordance with 9 Section 0166 00. t(.) 1.11FIELD [SITE] CONDITIONS [NOT USED] ii 1.12WARRANTY [NOT USED] 12 PART 2 - PRODUCTS 13 2.1 OWNER-FURNISHED PRODUCTS 14. A. Water meters -for various sizes 15 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS 16 A. Manufacturers 10" 1.7 1. Only the manufacturers as listed on the City's Standard Products List will be R considered as shown in Section 0160 00. 11.9 a. The manufacturer must comply with this Specification and related go- 20 Sections. 21 2. Any product that is not listed on the Standard Products List is considered a 22 substitution and shall be submitted in accordance with Section 0125 00. W, 23 3. The Water Services and appurtenances shall be new and the product of a 24 manufacturer regularly engaged in the manufacturing of Water Services and 25 appurtenances having similar service and size. OP P, 26 B. Description 27 1. Regulatory Requirements 28 a. All materials shall conform to the Reduction of Lead in Drinking 29 Water Act (P.L. 111-380). This Act defines"Lead-free" for 30 pipes and other appurtenances to be less than 0.25 percent 31 lead. 32 b. Water Set-vices shall meet or exceed the latest revisions of AWWA 0800 33 and shall meet or exceed the requirements of this Specification. IMP -ter shall 34 c. All Water Services components fin contact with potable wa 1 11 35 conform to the requirements of NSF 61. 36 C. Materials/Design Criteria 37 1. Service Lines 38 a. Provide Type K Copper Tubing per AST M B88. CTTY 01F:FM'r woiz'rH MWERR2015A STANDARD CONSTRUCTTON SPEnt"ICAi fON DOCUMEN't-'s C4 Project.114a. 02701 Rev�sed June 1.9, 2013 MY" 33 12 IUD-8 wxrER SERVICES 1-INCH TO 24NOI Page 6 of 19 1 b. Furnish in the annealed conditions, unless otherwise specified in the 2 Contract Documents. 3 2, Service Couplings 4 a. Fitting Ends 5 1) Flared Copper Tubing with thread dimensions per A C800 6 2) Provide coupling nuts with a machined bearing skirt of a length 7 equal to the tubing outer diameter (O.D.). 8 b. Provide with hexagonal wrench grip compatible with the coupling size. 9 c. Provide lead-free service couplings in accordance with the Reduction of 10 Lead in Drinking Water Act. wpjmjp's U. 3. Corporation stops 12 a. Provide brass castings per AWWA C800 for® 13 1) Bodies 14 2) Plugs 15 3) D washers 16 4) Bottom nuts 17 b. Machining and Finishing of Surfaces 18 1) Provide 1 3/4 inch per foot or 0.1458 inch per inch ± 0.007 inch per 19 inch taper of the seating surfaces for the key and body. 20 2) Reduce large end of the tapered surface of the key in diameter by 21 chamfer or turning for a distance that will bring the largest end of 22 the seating Surface of the key into the largest diameter of the 23 seating surface of the body. 24 3) Relieve taper seat in the body on the small end. 25 4) Extend small end of the key there through to prevent the wearing of 26 a shoulder and facilitate proper seating of key. 27 5) Design key, key nut and washer such that if the key nut is tightened 28 to failure point, the stem end of the key shall not fracture. 29 6) Design nut and stem to withstand a turning force on the nut of at 30 least 3 times the necessary effort to properly seat the key without 31 failure in any manner. 32 7) Port through corporation stop shall be full size to eliminate 33 turbulence in the flow way. 34. 8) Design stop for rotation about the axis of the flow passageway 35 inside the following minimum circles in order to properly clear the 36 tapping machine: 37' a) Two 7/8-inch for 1-Inch corporation stops 38 b) Four 15/1.6-inch for 1 112. ..-inch and 2-inch corporation stops 39 c. Provide lead-free corporation stops in accordance with the Reduction of 40 Lead in Drinking Water Act® 4 1. 4. Curb Stops 42 a.. Provide brass castings per AWWA C800. 43 b. Valve plugs shall be-, 44 .1) Cylinder-type 45 2) Plug type, or 46 3) Ball -type 47 c. Incorporate full flow porting CIFTY 01F Ir0RT WORTI MWERR2015A S FAN DARD CONSTRUCTTON SPECIFICATI(M DOC�M"INTS Oty F mject No. 02701. Revised June 1.9, 20 13 33 12 10 9 WATER SERVICES 1-INCH TO 2-INC• Page 9 of 1.9 1. d. Provide for full 360 degree plug rotation clockwise or counter-clockwise. 2 e. Overall Length 3 1) 3-5/16 inch ,:!: 1/8 inch for 1-inch diameter 4 2) 4-1/32 inch j- 9.32 for 1-inch diameter 5 f. Cylindrical Plug Type 6 1) Provide 0-ring seal at top and bottom. 7 a) O-ring at top only is acceptable if bottom of curb stop body is 8 closed. 9 2) Seals shall be Buna N. 10 3) 1 0-ring seal shall surround the outlet port of the curb stop and act ar I]. to effectively seal in the closed position., 1.2 4) The port in the plug shall provide a straight through, full size flow 1.3 way, so shaped as to eliminate turbulence. 1.4 5) All waterways shall be smooth and free of burrs or rough areas. 1.5 6) Design the curb stop to provide ease and accuracy of operation and 16 positive shut-off of water, 17 g. Tapered Plug Type 1.8 1) Provide 0 ring seal at top and bottom. 19 2) "The tapered plug and cylindrical recess in the valve body shall be 20 machined to match within approved manufacturing tolerances. 21 3) Inlet and Outlet ports shall be sealed by O-rings or combination 22 Teflon U shaped seal rings backed with 0--rings. 23 4) The port in the plug shall provide a straight through, full size flow 24 way, so shaped as to eliminate, turbulence. 25 5) All waterways shall be smooth and free of burrs or rough areas. 26 6) Design the curb ,stop to provide ease and accuracy of operation and 27 positive shut-off of water., 28 h. all Plug Type 29 1) Provide double 0-firing seals on the stem. 30 2) The all shall seal against rubber rings Mounted in the valve body at 3 1 the inlet and outlet ports. 32 3) The ball shall be bronze with a srnooth Teflon coating. 33 4) The port in the plug shall provide a straight through, full size flow 34 way, so shaped as to eliminate turbulence. 35 5) All waterways shall be smooth and free of burrs or rough areas. 36 L Provide lead-free curb stops iin accordance with the Reduction of Lead in 37 Drinking Water Act. 38 5. Straight Adapter,.; 39 a® Brass castings and threads per AWWA C800 40 b. Provide lead-free straight adapters in accordance with the Reduction of 4 1 Lead in Drinking Water Act. 42 6. Three Part Copper Unions 43 a. Brass castings and threads per AWWA C800 44 b. Provide lead-free Three Part Copper Unions in accordance with the 4.5 Reduction of Lead in Drinking Water Act. 46 7. Straight Meter Couplings 47 a. Brass castings per A C800 CM OF FORT WORTH MWER,R201SA STANDARD CONSFRUCI-1014 SPECIFICATION DOCUMENTS (3ty Piroject No,.02701. Revised June 1.9,2013 "331210...10 WATER SERVICES 1-INCH TD 2-INCH Page 10 of 19 1, b. Threads per AWWA 0700 2 c. Tailpiece with outside iron pipe thread 3 d. Chamfer corners on threaded end of meter nut. 4 e., Machine inside and outside of tailpiece. 5 f. Provide lead-free Straight Meter Couplings in accordance with the 6 Reduction of Lead in Drinking Water Act. 7 8. Branch Connections 8 a. Brass castings per AWWA C800 9 b. Inlet and outlet connections per AWWA 0800 10 c, Provide lead-free branch connections in accordance with the Reduction , of Lead in Drinking W ply Water Act. v 12 9. Service Saddles 13 a. Castings 1.4 1) Brass or Nylon coated ductile iron castings per A C800 1. 2) Free of porosity with sharp edges removed 16 3) Fit contour of pipe as follows: 17 Minimum Outside Maximum Outside Nominal Pipe Size Diameter of Pipe Diameter of Pipe ( c � es) _ inc h s ip 1.50 1.900 2.000 2.375 5 2.500- 2.25 2.875 3.000 ........... ............... 4.00 4.900 5.000 6.00 6.900 7 100 8.00 9.050 9.300 ...............................--- .......................................... ...... ............. ---10.00 ..................... 11.100 11.400 18 19 4) Saddle 20 a) Form to fit firmly against side of maximum diameter of water 21 main with approximately 180 degrees wrap around. 22 5) Outlet 23 a) Design outlet boss for no thread distortion by bending moments, 24 b) Tapped for taper threaded corporation stop conforming to 25 AWWA 0800. 26 b. Straps 27 1) Conform to ASTM B98. 28 2) Form flat to fit uniformly against the wall of the water main. 29 3) Rod diameter not less than 5/8 inch flattened to 1 inch on one side. 30 4) Straps shall be threaded 5/8 inch (11-NC-2A) for a distance such 31. that 1/2 inch reirnains after clamp is fully tightened on the pipe, 32 5) Charnfer strap ends to protect the starting threads. 33 6) The threads shall be full and free from shear. 34 7) 4-inch and larger pipe shall be in accordance with Section 33 12 25. 35 8) Single straps are allowed for Saddles for pipe 2-inches in diameter 36 and smailer. CITY 01F:IFU RT WORTH MWERR2015A SIANDARD CONS I RUCTION SPECIFICAT10N DOCUMEMS City Prqject No. 02701 IRevised lune 19, 2013 331210-11 uuuy WATER SERVICES 1-INCH TO 2-INCH Page 11 of 19 I c. Nuts 2 1) Bronze material 3 a) Same material as straps 4 2) Dimensions equal to or larger -than heavy hexagon nuts 5 3) Tapped 5/8 inch (11-NC.2 ) 6 d. Gaskets 7 1) Neoprene rubber material 8 2) Cemented to saddle and positioned to facilitate installation 9 104 Brass Flanged Angle Valve .10 a. For I '/:,-ini(.-,h and 2-inch services I I bw Brass castings per AWWA 0800 12 c. Valve Body with integral outlet flange and inlet wrenching flat 13 d. it together key and body, by turning key and reaming body Will, 14 1) Key with G.-ring seal seat at the upper end 15 2) Lap key and body seat are to conform to corporation stop 16 requirements of this Specification. 17 3) The Outlet flange shall contain an 0-ring seat or a uniform flat drop- 18 in flange gasket surface. 19 4) Drop-in flange gasket surface shall contain gasket retaining grooves 20 milled circular about the axis of-the flange. 21 5) The size of the outlet flange and the diameter and spacing oft e 22 of holes shall conform to AWWA 0700. 23 6) The flange on 2-inch angle valves shall be double drilled to permit 24 connection to 1 112. -inch meters, 25 7) The inlet port of the valve shall be tapered to conform to AWWA 26 C800 taper pipe thread. 27 8) The key cap shall include a wrenching tee marked with a raised or 28 recessed arrow to show whether the valve is open or closed. 29 9) Valve Assembly (main body, key, key cap) 30 a) Brass material per A 0800 31 b) G-ring seal on the top of the key between the key and body seat OR 32 c) Key cap shall complete the assembly by attaching 'to the key by 33 means of a strong bronze pin with phosphor bronze spring 34 washer(s) depressed between -the key cap and the top of the 35 valve irnain body. 36 d) Provide with padlock wings for lockiu ig the valve in the closed 37 position. 38 e) "There shall The a uniforrn application of cold water valve grease 39 between the body and the Ikey. 4.0 f) 'The valve shall The capable of being easily opened and stopping 41 (lugs. 42 g) 'The waterway through -the valve shall be smooth and rounded 43 -for minimurn pressure loss, and shall be -free of burrs or fins. 44 h) 'The valve shall be strong, well designed, neat in appearance, 45 water tight and entirely adequate -for the intended purpose. CITY OF N=C zr womii MWERR2015A S7ANDARD CONSTRILICTION SPECIFICATION DOCUMOVS Oty Pro.ject No,. 02701 Revised June 1.9,20.1.3 331210-12 WATER SERVJCES 1-INCH TO 2-INCH Page 12 of 19 1 i) Provide with either a high quality rubber drop-in gasket or an 0- 2 ring seal depending on the manufacturer's flange seal surface 3 design choice. 4 e. Provide lead-free brass flanged angle valves in accordaince with the 5 Reduction of Lead in Drinking Water Act. Not 6 11. Meter Boxes shall: 7 a. Be constructed of: "OP 8 1) Linear Medium Density Polyethylene (LMDPE) as defined in 9 ASTM D883. 10 a) Minimum wall thickness of 3/8-inch throughout with no blowing 11 agents or foaming plastics 1.2 b) Polymer body shall be black throughout and shall have a molded 13 recycled emblem with a minimum of 35 percent Post Industrial/ 14 Pre Consumer Recycled Content.-, verified with a Leed Product 15 Documentation. 16 c) Smooth edges and comers and be free from sharp edges so the 17 unit can be handled safely without gloves. 18 d) Exterior free from seams or parting lines 19 e) Not to be installed in roadway— designed to withstand loading in 20 non-deliberate and incidental traffic only. 21 2) Concrete 22 a) Frame of o® 6 gauge wire welded closed 23 b) Type I or Type II Portland cement, in accordance with ASTM 24. C150, portioned with lightweight aggregate, in accordance with 25 ASTM C330 26 (1) Percentage.of wear not to exceed 40 per ASTM C131 A"M 27 (2) Minimum 28 day compressive strength of 3,000 psi 28 be Be able to withstand a minimum 15,000 pounds vertical load 29 c., Withstand a minimum 400 pounds sidewall load. 30 d. 1-inch Standard Meter Box 31. 1) For use with services utilizing 5/8-Inch x 3/4-inch, 3/4-inch or 1-Inch 32 meter Single or Dual service meter: DFW38CIPS-14-BODY or 33 approved equal. 34 2) Polymer 35 a) Size: 21-1/2--inch x 20-1/2-inch Box, 14 inches high 9101 36 b) Minimum inside working room: 19-1/2-inch x 16-1/2-Inch 37 c) Pipe slots 38 (1) One pipe slot molded on the inlet end of the body that 01" 39 measures 2-1/4-inch x 3-1/4-inch' and one pipe slot on the 40 outlet end of the body that measures for T-1/2-inch center 41 "U"'Branch., 001) 42 d) Polymer body shall have a I-Inch bottom flange to resist settling 43 of box after installation. 44 3) Concrete WIR 45 a) Size: 11-inch x 18-inch Box, 12 inches high 46 e. 2-inch i Standard Meter Box Fm q' MY OF FORT WORTH MWER.R2015A STANDARD CON. TRUCITON SPECIFI(XTION DOCUMENTS Qty Pro,ject No.02701 RM IR:evi.w.d June 1.9,201.3 WATER SERVICES I-INCH TO 2-IN0 IPage 1.3 of 1.9 1 1) For use with services utilizing 1-1/'2-inch or 2-inch Single service � 2 meter: D 17300-12-BODY or approved equal.. 3 2) Polymer 4 a) Size: 34-1,/B-Inch x 21-1/4-inch Box, 12 inches high �a 5 b) Minimum inside wor'k'ing room.". 31-3/4 inch x 16-5/16-inch 6 c) Pipe Slots 7 (1) One pipe slot molded on each end of body that measures 3- 8 inch x 4-inch with optional molded 4-inch x 9-inch cut out. 9 d) Polymer body shall have a molded .-inch bow centered on 10 sidewall to resist backfilling per Drawings. r � I I e) Polymer body shall have a 2-1/2--inch bottom flange to resist 1.2 settling of box after installation. 1.3 3) Concrete 1.4 ) Size.. 15-1/4-inch x 2 -7/8-inch Box, 12 inches high 15 E Bullhead Standard deter Box 1.6 1) For use with services utilizing two 5/8®inch x 3,,i inch or -34 inch or 1- 17 inch Single service meter: D_ 37'C-12-BODY or approved equal 18 2) Polymer 1 ) Size: 21-inch x 4-3/4-inch, 12 inches high 20 b) Minimum iinsWe working room; 10-1/8-inch x 10-7/.16.-inch 21 c) Pipe Slots 22 (1) One pipe slot molded on each end of body that measures 2-- 23 1/4-inch x 3-1/4 inch. 24 ) Polymer body shall have a 1-inch bottom 'flange to resist settling 25 of box after installation,, 26 ) Concrete 27 a) Size: 15,,,.5/8-inch x 15-5/8-inch Box, 12 inches high 28 124 Meter Box Lid 29 ae Cast Iron or Ductile Iron 0 1) Per ASTM A48, Class 30B or ductile iron per ASTM A536 31 2) Shall withstand a minirnurn vertical load of 1.5, 100 founds 32 3) Coat castings with a bit'um'inous emulsified asphalt unless otherwise 3 specified in the Contract Documents, ground smooth, and cleaned 34 with shot blasting, to get a uniform q'uali'ty free from strength 25 defects and distortions, 36 4) Dimensions shall be within industry standards of ±:1/16 finch per 37 foot® 38 ) All castings will bear the Manufacturer's I (name or logo) and 39 Country of Origin,, 0 6) Casting weights may vary ±5 percent from drawing weight per 41 industry standards. 42 b® Plastic 3 1) The lid shall be: 44 a) Constructed of Engineered Plastic as defined in ASTM D883 CITE(OF FORT WORTH MwER112015A S"T"ANDARD CONSTRUCTION Sq')ED„rFU T,ION DOCUMENTS 0t'.y Projcxt No,02701. Revised June une 1.5,2013 01 33 12:10-14 WATER SERVICES 1-INCH TO 2-INCH 01 Page 1.4 of 19 1 (1) Polymer Lid shall be black throughout and shall have a 2 molded recycled emblem with a minimum of 50 percent Post 3 Consumer Recycled and 50 percent Post Industrial/ Pre 4 Consumer Recycled Content- verified with a Lee d Product 5 Documentation., 6 (2) Polymer Lid shall be black throughout with no blowing 7 agents or foaming plastics 8 (3) Smooth edges and corners and be free from sharp edges so MW 9 the unit can be handled safely without gloves. 10 (4) Exterior-free from seams or parting lines. 11 (5) Polymer lid shall have a molded tread-pattern® tread 12 dimensions shall be .188-inch x .938-inch x 150,.-inch deep. 13 (6) Polymer Lid shall have`"City of Fort Worth" molded into the 14 lid® 15 (7) Polyrner lid shall have"Water Meter"' molded into the lid- 16 Font shall be std Facial C font with 1-inch characters x i 1) .150-inch deep, mop 18 (8) Polymer Lid shall have a molded pick hole pocket- 19 dimensions shall be 3-inch x 9/16-inch x Thru Hole with 20 3/16-inch 304 stainless steel rod. 21 (9) Polymer lid shall have 2 pieces of 1/2-inch rebar located in lid 22 pockets for locatability as shown in Drawings. 23 b) Domestic Manufacture Only--Made in USA molded on Lid® 24 c) Not to be installed in roadway-designed to withstand loading in 25 non-deliberate and incidental traffic only. 26 d) Able to withstand a minimurn 15,000 pounds vertical load 27 e) Engineered Plastic with ultraviolet protection. 28 2) 1-inch Standard Plastic Meter Box Lid 29 a) For use with services utilizing 5/8-inch x 1/4-inch, 3/4-inch or I- 30 inch meter Single or Dual service meter: DFW38C-1EPA FrW- 31 LID or approved equal. 32 b) Size: 18-inch x 17­inch, 2 inches high 33 c) For use with Class A Standard Meter Box DFW38CIPS.-14-BODY 34 or approved equal. 35 d) Polymer lid shall seat evenly inside meter box and shall not NOR) 36 overlap the top edge of the meter box. 37 3) 2­inch Standard Plastic Meter Box Lid 38 a) For use with services utilizing 1-1/2-inch or 2-inch Single service 09M, 39 meter: DFW1730C-IEPA FrW-LID or approved equal. 40 b) Size: 34-1/8-inch x 21-1/1--inch, 12 inches high 41 c) For use with Class B Standard Meter Box DFW1730C-1,2-BODY or 42 approved. PINA, 43 d) Polymer lid shall seat evenly inside meter box and shall not 44 overlap the top edge of the meter box® 45 4) Bullhead Standard Plastic Meter Box Lid CTTY OF FORMOM MWERU-015A STANDARD CONSTRUCTION SPECIFICATION DOCUMEN15 0ty Projed No.02701, RevM,d 3LUIC 19,2013 33 12 10..,15 t WATER SERVICES I-INCH10 2-INCH Page 15 of 1.9 1 a) For use with ,services utilizing two 5/8-Jnc;h x 3/4-inch or 3/4-inch 2 or 1-inch .Single service meter., DFW37C-1 FTW-LICE or 3 approved equal„ ) Size; 17 3/4-inch x 11 inch, 1.3/4 inches high OPP 3 c) For use with Class C Standard meter Box D 37C-12 BODY or f approved equal.. 3 d) Polymer lid shall seat evenly inside meter box and shall not overlap the top edge of the meter box.. 9 13. Horizontal Check Valve 10 a. Equip 1 1/2.-inch and 2--inch Water Services with a horizontal check valve, WOOF 11 with pipe plug, only if specified in -the Drawings. 12 b. If an existing backflow preventer is present, the Contractor is to leave it, 13 and is not required 'to provide an additional horizontal check valve. 14, c. Provide lead-free horizontal check valves in accordance with the 15 Reduction of Lead in Drinking Water Act. M 14. Service Marker 17 a. 3 inch wide, 5 mil blue vinyl tape 18 2.3 ACCESSORIES [NOT USED] v i9 2.4 SOURCE QUALITY CONTROL 20 A. Tests and Inspections 21 1. At the City's option, the manufad-urer shall be required to provide 22 certification records showing conformance of materials, design and testing 23 to these Sperifucations. 24 7. The test procedures shall conforrru to AWWA 0800. 25 a. In the event that a chosen valve falls the City's hydrostatic test, the cost 26 of the test shall The at the expense of the supplier. 27 b. Proof testing of the remainder of-the valves shall be at-the cost and 28 responsibility of the supplier. 29 c. These tests will be the basis of acceptance or rejedJon of the remainder � 39 of the shipment by the City. 31 3. °'Ilihe City reserves the right to seiect producLs at random for testing. Tile 32 failure of materials to conform to the applicable Specification may result in 33 the rejection of the entire shipment. 34 E. Mai-king 35 fro Service saddle castings shall be clearly marked by letters and numerals cast 36 thereon showing: 37 a. Manufacturer"s name m 38 b. Type 39 c. Sipe of Pipe CrTY you OF FORT WORTH IIMWICERR201.5A S FANDARD CONSTRUCHON sPE CrIFrCATION II.0C UMII::IW FS City IE'roject No.0270 Rpvv sed.Iunie 19, 2013 33 1.2 10- 16 WATER SERVICES I-INCH F0 2-INCH Page 16 of 19 PART 3 - EXECUTION 2 3.1 INSTALLERS -for installations on the outlet side of the service licensed plumber is required TV), 4 me-ter. 5 3.2 EXAMINATION [NOT USED] 1191YR, 6 3.3 PREPARATION [NOT USED] 7 3.4 INSTALLATION RRA 8 A. General 9 1. Install Water Services an appurtenances in accordance with AWWA 0800. MR to 2. Install Water Service Lines 5 feet north or east of center of lot frontage on I I lots 75 -feet or wider, or where shown on Drawings. 12 3. Install Water Service Lines on lot center line on lots less than 75 feet wide, fmmo), 13 unless otherwise shown on the Drawings. 14 4. Install services at a miniMUm depth of 36 inches below final 15 grade/proposed top Of Curb, unless otherwise specified in the Contract pm 1.6 Documents. 17 5. Perform leak tests in accordance with Section 33 04 40. 18 6. Replace existing 3/4-inch Service Lines with 1-inch new Service Line, tap, NOR, 19 and corporation. 20 7. Install replaced or relocated services with the service main tap and service 21. line being in line with the service meter, unless otherwise directed by the 22 city. 23 8. Excavate, embed and backfill trenches in accordance with Section 33 05 10. quo 24 B. Handling 25 1. Haul and distribute Service Lines fittings at the pr9ject site and handle with 26 care to avoid damage. 27 a. Inspect each segment of Service Line and reject or repair any damaged 28 pipe prior to lowering into the trench. 29 b. Do not handle the pipe in such a way that will damage the pipe. 30 2. At the close of each operating day- 31 a. Keep the pipe clean and free of debris, dirt, animals and trash — during 32 and after the laying operation, 33 b. Effectively seal the open end of the pipe using a gasketed night cap. 34 C. Service Line Installation 35 1. Service Taps 36 a. Only ductile iron pipe may be directly tapped. 37 b. Install service taps and/or tap assemblies of the specified size as NOR 38 indicated on the Drawings, or as specified by the Engineer. 39 c. perform taps on a water system that is eitl-ier uncharged or Under 40 pressure. CM OF FORT WOM H MWERR2015A STANDARD CONSTRUCTION SPECIFICARON DOCUMENTS My ProJed.No.02701. Revised,June,19,2013 33 1210-1.7 WATER SERVICES 1-INCH TO 2-INCH rim! Page 1.7 of 1.9 d. Taps consist of: 2 1) For Concrete Pressure Pipe or Steel Pipe 3 a) Standard internal pipe threaded holes in the pipe walls 4 (1) Made during pipe fabrication TWA, 5 (2) Provide tapered threaded outlet with nylon sleeved inserts, 6 for up to 2 inch 7 (3) Provide flange outlet with flange to thread insulator adaptor kits for -inch and larger taps® 8 4 9 2) Other pipe materials '10 a) Bronze service clamp with a sealed, threaded port through which "PAR, 11, the pipe wall is drilled to complete a service port 12 e., Tap Assemblies 13 1) Consist of corporation stop with iron to copper connection attached 14 to: �15 a) Copper tubing terminating as shown on the City's Standard 16 Detail PIP 17 b) May be required adjacent:to gate valves 18 c) Install as shown on the Drawings, or as directed by the i9 Engineer, 20 d) When required, shall be included in the unit price bid for 21 installing gate valve, 22 2) Chlorination and testing purposes 23 a) No separate payment will be made for taps required for testing 24 and chlorination. 25 2. Installation of Water Services 26 a. Install tap and Service Line lin accordance with City Details. 27 be Install meter box fin accordance with City Details. 28 1) Aqjt.istrnent of the Service Line to proper meter placement height 29 1 shall be considered as part of the Meter Box installation. 30 3. Trenc'J*ig 31 a. Provide a trench width sufflcieriHy wide to allow for 2 inches of granular 32 embedment on either side of-the Service Line. 33 4a Bored Services 34 a. Services shall be bored utilizing a pilot hole having a diameter 1/2 inch to 35 3/4 inches larger than the Service Line. 36 5. Arrangement 37 a. Arrange corporation stops, branches, curb stops, meter spuds, meter 38 boxes and other associate appurtenances as shown in the City Detail, 39 and to the approval of the Engineer. 40 6. Service Marker 41 as When Meter Box is not insti.�illed immediately subsequent ,to service 42 installation: 43 1) Mark Curb Stop with a strip of blue vinyl tape fastened tote end of 44 the service and extending through -the backfiH approximately 6 45 inches above ground at the Me-ter lBox location. 46 b. Installation of service taps only: NO Cri'Y OF FORT WORTH MWERR2015A STANDARD CON 517RWD[ON SPEKIF]!C/GION DOCMENTS City Prplect No. 02701 WP Rev sed.lune 19,2013 331210- 18 WATER SERVICE-SI.-INCH TO 2-INCH Page:18 of 1.9 1 1) Attach service marker tape to the corporation to or plug and 2 extend upward and normal to the main through the backfill at the 3 adjacent trench edge to at least 6 inches above ground to flag the 4 tap location. 5 7. Corporation stops 1111R! 6 as Fully open corporation stop prior to backfill. 7 D. Removal of Existing Water Meters 8 1. Remove, tag and collect existing Water Service meter for pickup by the City 9 for reconditioning or replacement., 10 2. After installation of the Water Service in the proposed location and receipt fto 1.1, of a meter from the City inspector, install the meter. 12 3. Reset the meter box as necessary to be flush with existing ground or as 13 otherwise directed by the City. 14 4. All such work on the outlet side of the service meter shall be performed by 1.5 a licensed plumber. ypip 16 3.5 REPAIR / RESTORATION [NOT USED] 17 3.6 RE-INSTALLATION [NOT USED] 18 3.7 FIELD [OR] SITE QUALrTY CONTROL 19 A. Field Tests and Inspections 20 1. Clieck each Water Service installation for leaks and full flow through the 21 curb stop at the time the main is tested in accordance with Section 33 04 22 40.. 23 3.8 SYSTEM STARTUP [NOT USED] 24 3.9 ADJUSTING [NOT USED] 25 3.10CLEANING [NOT USED] 26 3.11CLOSEOUT ACTIVITIES [NOT USED] 27 3.1 PROTECTION [NOT USED] 28 3.13MAINTENANCE [NOT USED] 29 3.14ATTACHMENTS [NOT USED] 30 END OF SECTION 31, NMI CITY OF FORT WORTH 1AWERR)015A MANDARD COMITtUCTION SPECIFIC 'HON DO 9. Uy IPreject No.02701 Revised June 19,201.3 33 12 1.0- 1.9 WATU�SERVICES I INCH TO 2-INCIH Page 1.9 of 1.9 RM Revision Log DATE NAME SUMAIARY OF ("HANGE Added Blue Textfor clarification sows 1.2 A® -Revision to items included in price bid Specifical iort niodified to bein accordance with the Reduction of Lead in.Drinking Water Act-- All materials shall be lead free in 12/20/2012 D.. Johnson accordance with this Act. LIA3 Water Meter Service Relocate was renamed Water Meter Service Reconnect 1.6.B.—added ceilification subfTlitta,IS for compliance with regulatory requirements ............... .........................................................................----..........--............ Added.the plix-ase " inClUdillg grass' to lines; Part 1, 1-2.A 11.1 4, Part 1, 1.2.A.2,c,1.3,Part I., 1.2.A.Ic.13,Part .1. 1.2.A.Ic.11,Partl, .1.2 AA.c.I I 2/13/2013 F� Griffin 2 Added the pl-trase 'and replacenierit' to line Part 1,1,2,A.4.c.7 ......................... ................ .... ..................--....................................................................... Revised fines with 'including 1,7.., ass' replaciiig with 'excluding grass 4/26/2013 F, Griffin (seeding, sodding or hydromLdehing paid separately)' Included in Part 1, 1.2,A, I, e, 14; Paft. 1, 1.2,A,2, c, 13;Part. 1, 1.2, A., 3,c, 11; Part 1, 1.2,Ar,4., 2, 11 ............... ........................................................ ........................ ....................... .................. srs LIAAc Addition of private water sen ice appin-tenances 6/19/201.3 D. Johnsol!l relocation to beijig included in the linear foot price of private water services ...... ........................................ 2 f0w o CM OF�:::ora WORTH MWERR20LA I DOCUMENTS City Piroject No, 02701 �TANDARID CONic'MUCTFIDN SPECIFICA I.ION Revised June 19,2013 Ali 33 12 11 -1 LARGE WATER METERS SECTION 33 12 11 2 LARGE METERS 3 PART 1 - GENERAL 4 1.1 SUMMARY A. Section Includes: 6 1. Large Water Meter-, Vault, Bypass and Appurtenances (3-inch and larger) s B. Products Installed but Not Furnished UnderThis Section 8 1. Water Meter and Strainer 9 C. Deviations from this City of Fort Worth Standard Specification 10 1.21.' ilrmice aind l`layr°ri° errt Procedures it A. M'deasur-r ii"r°rent and l)ayr erft 12 y II llrrc price Hd shaMll 1ric Uriaw U lc. precast concrete vault and atrpixtenances, orm pcuLHed ir.r iiilace vau.rlts. 14 D. Related Specification Sections iruclude, but are not necessarily limited toe 15 1. [division 0 -- Bidding Requirements, Contract Forms, and Conditions of the 16 Contract 17 2. Division 1 -... General Requirements 18 3. Section 03 80 00 — Modifications to Existing Concrete Structures 19 4. Section 33 06 16 — Concrete Water Vaults 20 5. Section 33 11 10 — Ductile Iron Pipe 21 6. Section 33 11 11 Ductile Iron Fittings 22 7. Section 33 1210 Water Services -inch to 2--lurch 23 8. Section 33 12 20— Resilient Seated Gate Valve 24 9. Section 33 12 50 -­ Water Samp�le Stations 25 1.2 PRICE AND PAYMENT PROCEDURES 26 A. Measurement and Payrnent 27 1. Measurement 28 a. Measurement for this 'Itern shall be per each. r'a 29 b. Measurement includes meter, vault, piping, appurtenances, and bypass 30 line (from upstream tee to downstream: tee). 31 1) Piping upstream of bypass line tee is measured and paid separately 32 as water pipe, by size. 33 2) Piping downstream of bypass line tee is measured and paid 34 separately as water pipe, by size. 35 a) Any licensing requirements for plumbing installation are included 36 in this item's measurement. CAE FORT WORTH MWERR2015A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 0270.E Rpvi,,ed 10ecernber 20,2012 NOR 1J q@) 331211-2 LARGE WATER METERS ru;A (Page 2 of 4 1 2. Payment 2 a. The work performed and the materials furnished in accordance with this 3 Item shall be paid for at the unit price bid per each "Water Deter and 4 Vault"'' installed form 1) Various meter sizes 6 3. The price bid shall include: 7 a. Excavation 8 b. Pre-cast concrete vault and appurtenances 9 c. Crushed rock foundation 10 d. Access hatch II e. Piping and appurtenances "D ff 2 f. Fittings 13 g. Horizontal thrust blocking 14 h. Sample station and appurtenances 15 im Flushing points and appurtenances 16 j, Installation of Compound. Water Meter with Strainer 17 k. Reinforced Concrete Pipe Sump 18 I. Reconnection of Service 19 m. Backfill 0 n. Pavement removal 1 o. Mauling 22 p. Disposal of excess material 3 q. Placement and compaction of backll 4 r. Plumbing Licensing requirements 25 s. Clean-up 26 't. Concrete Filled Steel Pipe Bollards as required 7 u. Surface restoration around perimeter of water meter vault and piping as 28 required. 29 1.3 REFERENCES [NOT USED] 30 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 31 1.5 SUBMITTALS 32 A. All submittals shall be in accordance with Section 0133 00. 33 B. All submittals shall be approved by the City prior to delivery. 34 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Product Data 36 1. Precast Concrete Vault 37 2. Piping "» 38 3. Sample Station 39 4. Isolation Valves 40 S. Sample Tap and appurtenance, 41 S. Hatch CTTY OF FORT WORTH MWERR2.015A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS city Project No.02701 Revised Decenb r 20, 20,12 pum 33 1.2 11- 3 LNZGE WATER METERS Page 3 of 4 1 1.7 CLOSEOUT SUBMITTALS NOT USED] 2 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 3 1.9 QUALITY ASSURANCE [NOT USED] 4 1.10DELIVERY, STORAGE, AND HANDLING [NOT USED] 5 1.11FIELD [SITE] CONDITIONS [NOT USED] 6 1.12 WARRANTY 7 A. Manufacturer Warranty 8 1. Manufacturer's warranty shall be in accordance with Division 1. 9 PART 2 - PRODUCTS io 2.1 OWNER-FURNISHED [OR] OWN ER-SUPPLIEDPRODUCTS [NOT USED] ij 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS A. Materials 13 1. Precast Concrete Vault Conform to Section 33 05 16 14 2. Gate Valves Conform to Section 33 12 20 i5 3® Ductile Iron Pipe-- Conform to Section 33 11 10 16 4. Ductile iron Fittings -- Conform to Section 33 11 11 O 17 5. Sample Station Conform to Section 33 .12 50 18 6, Sample and flushing point taps — Cont"orm to Section 33 12 10 i9 7. Hatch — Conform to Section 33 05 1.6 20 B. Meter and Strairier 21 1., Furnished by City 107 22 2.3 ACCESSORIES [NOT USED] 23 2.4 SOURCE QUALITY CONTROL [NOT USED] 0 24 PART 3 - EXECUTION 25 3.1 INSTALLERS [NOT USED] 26 3.2 EXAMINATION 27 A. Evaluation and Assessment., 28 1., Verify lines and grades are in accordance to the Drawings. CITY OF T:::01Kr WORTH MWEIR.R2015A STANDARD CONSTRUC TION SPECIFI�CAT(ON L)OCUMEN�S City Project No.02701 wo Revised December 20, 201.2 312 I.1-4 LARGE WATER MET'ERS Page 4 of 4 3.3 PREPARATION [NOT USED] POP 2 3.4 INSTALLATION 3 A. Install vault in accordance with manufacturer's recommendations and in wily 4 accordance with Section 33 05 10. 5 B. Pipe Penetrations 6 1. Conform to Section 03 80 00. 7 C. Meter 8 1. Obtain meter and strainer from City Field Operations Warehouse. "P 9 3.5 REPAIR/ RESTORATION [NOT USED] io 3.6 RE-INSTALLATION [NOT USED] i 1 3.7 FIELD QUALITY CONTROL [NOT USED] 12 3.8 SYSTEM STARTUP [NOT USED] 13 3.9 ADJUSTING [NOT USED] 14 3.10CLEANING [NOT USED] 15 3.11CLOSEOUT ACTIVITIES [NOT USED] 16 3.12PROTECTION [NOT USED] 17 3.13MAINTENANCE [NOT USED] 18 3.14A7TACHMENTS [NOT USED] 19 END OF SECTION 20 MIRM Re-vision Log ................ ............. ....................................................... DATE NAME SUMMARY OF CHANGE .. Iwuuwl ................ ...................................................................—----- ................... 21 ommoy MY OF FORT WORTH MWERR2015A 91FANDARD CONSTRUCTION SPECIFICATION DOC"UMIENT'S Qty IPmjed.Na,02701. Rev�sed Decv nber 20,201.2 331225 1 nw CONNECTION TO EXISTING WATER MAINS Page 1 of 9 O 1. SECTION 33 12 25 2 CONNECTION TO EXIS-HNG WATER AIMS PART 1 - GENERAL 4 1.1 SUMMARY A. Section Includes: 6 1. Connection to existing water mains to include, but not limited toy 7 ae Cutting in a tee for a branch connection 8 b® Extending from an existing water main 9 c. Installing a tapping sleeve and valve 10 Be Deviations from this City of Fort Worth Standard Specification v H. 1-2 III')r'ice and Payment r��I! )cedUrr ma A. I easuren'ment amrd I Iayrner t. 13 2 f m:ninecdon to an eAst ng pm essunzed Fort Womttm Water, Distr'ibutiorii System l 14 Maln ghat regm,jires a shutdown of some i.')a rt of the water, system., 15 bm haynnent 16 1., i'to addltloNNai cornpeiimsadon will be aHowed Nuiir I' isceHanoous Contracts foram 17 conNme(tiNig to existlm°mg water, rnamwms,, its considered subsidiary to the water, lw)iillpe 18 being firistalllIed, 19 3. Connection to an existing trek esrmm,idzed III°'om t Worth Water II.tNstrlbutliiom m System 20 lain by"Tai tm'iirig 9eeve acrd 'ttaNem 1 b. l-ayrnent 22 1. i"to addudona- comperrsM,On will be allHowed lm°°m I" 'lsce larwous Contracts fora,. as tapping skr eves and va Nes, its c(msmdem ed subsidiary to the to the price Ipaid lw)er� 24 tans deeve and valve. 5 C., Related Specification Sections include, but are not necessarily limited tom 26 1m Division 0 Bidding Requirements, Contract Forms, and Conditions of the 27 Contract 28 2. Division 1 — General l Requirements ye�F 29 3. Section 33 04 40 Cleaning and Acceptance Testing of Water twins 30 4. Section 33 05 10 Llti t Trench Excavation, Embedment and Backill w 31 5m Section 33 05 30 Location of Existing Utilities sa 6. Section 33 1105 - Bolts, hlm.,ats, and Caskets NNv 33 7. Section 33 11 10 Ductile Iron Dupe sa JL.2 PRICE AND PAYMENT PROCEDURES 35 A. Measurement and Payment 36 1„ Connection to an existing unpressuriaed Fort Worth Water Distribution 37 System Main that does not require the City to take part of the water system 38 out of service CM OF(FORT WORTH MwERR201 A 57AN DARD ONS'rIU(710N SPECIFICATION DOCUMENTS City(Project No.02701 Revised February 6,2013 wjjj 331225 2 CONNECTION TO - NAG WATER MAINS l Page 2 of 1 am Measurement minq 2 1) This Item is considered subsidiary to the water pipe being installed. 3 b® Payment 1) The work performed and the materiels furnished in accordance with this Item are subsidiary to the unit price bid per linear foot of water pipe complete in place., and no other compensation will be allowed® 2. Connection to an existing pressurized Fort Worth Water Distribution System 8 Main that requires a shutdown of some part of the water system 9 am Measurement 10 1) Measurement for this Item shall be per each connection completed. i I bo Payment 12 1) The work performed and the material's furnished in accordance with 13 this Item shall be paid for at the unit price bid per each "Connection 14 to Existing Water Main installed for: 15 a) Various sizes of existing water distribution main 16 c,, The price bid shall include all aspects of making the connection 17 including, but not limited to: 1.8 1) Preparing submittals 19 2) Dewatering 20 ) Exploratory excavation (as needed) 21 ) Coordination and notification 22 ) Remobilization 23 ) Tmporary lighting 24 7) Polyethylene encasement 25 8) Makeup pieces 26 9) Linings 27 10)Pavement removal 28 11)Excavation 29 12)Hauling 30 13)Disposal of excess material '. 1 4)Clean-up 32 1 )Cleaning 33 1 )Disinfection 34 i..' )Testing y 35 3. Connection to an existing pressurized Fort Forth Water, Distribution System 36 Main by Tapping Sleeve and Valve: 37 as Measurement ,r 3 ) Measurement for this Item shall be per each connection cornpletedm, 39 b, Payment 40 1) The work performed and the materials furnished in accordance wit "y 41 this Item shall be paid for at the unit price bid per each "Tapping 42 Sleeve and Valve"installed 'for: 43 a) Various sizes of connecting main 44 b) Various sizes of existing water distribution main 45 c,„ The price bid shall include all aspects of making the connection 46 including, but not limited to: "p CrTY ell'=FORT WORTH M W9ERR2 15A 57A,VNDARD CONSTRUCTION SPECIFICKITON°I DOCUMENTS GdnNy Project No 0270I Revised Febeffum y 6,2013 33 1225 3 Opp CONNEMONTO EXISTING WATER MAINS Page 3 of 9 1) Preparing submittals 2 2) Dewatering 3 3) Exploratory excavation (as needed) RIM 4 4) Coordination and notification 5 5) Tapping Sleeve and Tapping Valve 6 6) Remobilization 7 7) Temporary lighting 8 8) Polyethylene encasement 9 9) Make-up pieces NIP 10 10)Linings I 1 11)Pavement removal 12 12)Excavation 13 13)Hauling 14 14)Disposal of excess material 15 15)Clean-up pp 16 16)Cleaning 17 17)Disinfection 18 18)Testing ON ig 1.3 REFERENCES 20 A. Reference Standards 21 1. Reference standards cited in this Specification refer to the current reference 22 standard published at the time of the latest revision date logged at the end 23 of this Specification, unless a date is specifically cited. 24 2. American Society of Mechanical Engineers (ASME)l: 25 a. 1316,1® Gray Iron Pipe Flanges and Flanged Fittings Classes 25, 125 and 26 250) pwj! 27 1 ASTM International (ASTM�), 28 a. A36, Standard Specification for Carbon Structural Steel. 29 b. A193, Standard Specification for Alloy-Steel and Stainless Steel Boft-ing 30 for High Temperature or High PreSSUre, Service and Other Special 31. Purpose Applications 32 c. A194, Specification for Carbon and Alloy Steel Nuts for of for High 33 Pressure or High Temperature Service, or Both 34. d. A242, Standard Specification for High-Strength Low-Alloy, Structural 35 Steel. 36 e. A283, Standard Specification for ILow and Intermediate TerisileStreingtl"l 37 Carbon Steel Plates. 38 fw A285, Standard Specification for Pressure Vessel Plates, Carbon Steel, 39 Low- and Int(!rmediate-'T'ensfle Strerigth. 40 g.. 117® Standard Practice for Operating Salt Spray (Fog) Apparatus. 4.3 h. D2000, Standard Classification System for Rubber Products in 42 Automotive Applications,, 43 4. Arnerican Water Works Association (AWWA): IJ)p 44 a., 0200, Steel Water Pipe -- 6 IN and Larger. CETY OF FORT WORM MVVERR2015A S MNDARD CON M W.K.71"10N SPECIFICA I TON DOCIUMENIS City Pro.jed No. 02701 ReAsed Felbruw y 6,2013 33 :12 25-4 CONNEC]"TON TO BaSTING WATER MAINS Page 4 of 9 I b. C207, Steel Pipe Flanges for Waterworks Service Sizes 4 IN through 2 144 IN. 3 c. 0213, Fusion-Bonded Epoxy Coating for the Interior and Exterior of 4 Steel Water Pipelines. 5 cl,, 0223, Fabricated Steel and Stainless Steel Tapping Sleeves. 6 5. American Water Works, Association/American National Standards Institute 7 (AWWA/ANSI): 8 a. C105/A21.5, Polyethylene Encasement for Ductile-Iron Pipe Systems. 9 b. CIII/A21.11, Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and 10 Fittings. X1,1 c. C115A21/15, Flanged Ductile-Iron Pipe with Ductile Iron or Gray-Iron 12 Threaded Flanges. 13 6. NSF International (NSF): 14 a® 61, Drinking Water System Components Hlealth Effects. 15 7. Manufacturers Standardization Society of the Valve and Fitting Industry Inc. 16 (MSS): 17 a. SP-60, Connecting flange Joint Between Tapping Sleeves and Tapping 18 Valves. p1mqfl, ig 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Pre-installation Meetings M, 21 1. Required for any connections to an existing, pressurized 16-inch or larger 22 City water distribution system main that requires a shutdown of some part 23 of the water system yy 24 Z, May also be required for connections that involve shutting water service off 25 to certain critical businesses 26 3. Schedule a pre-installation meeting a rninimurn of 3 weeks prior to �27 proposed time for the work to occur. 28 4. The meeting shall include the Contractor, City Inspector and City Valve 29 Crew. 30 59 Review work procedures as submitted and any adjustments made for 3 1 current field conditions. 32 6e Verify that all valves and plugs to be used have adequate, thrust restraint or 33 blocking. 34 7. Schedule a to shutdown with the City.. Schedule the date for the connection to the existing C."ycftern. 36 B. Scheduling 37 1® Schedule work to make all connections to existing 16-inch and larger mains: 38 a. During the period from November through Apd1l, unless otherwise 39 approved by the City 40 b. During normal business hours from Monday througl"i Friday, unless 41 otherwise approved by the City CrrY OF FORT WORT�I MWERR2015A !YrANDARD CONSTRUC710N SPECIFICATION DOCUMENTS (.1ty Project.No.02701. 1111"T Revised Febn imy 6, 2013 On, 331225 5 Imp, CONNECMONTO EXISTING WATER MAINS Page 5 of 9 1 2. Schedule City Valve Crew by 1:00 P.M. a rninimuni of 1 business day prior, 2 to planned disruption to the existing water system,, 3 a. In the event that other water systern activities do not allow the existing 4 main to be dewatered at the requested time, schedule work to allow the 5 connection at an alternate time acceptable to the City, 6 1) If water main cannot be taken out of service at the originally 7 requested time, coordination will be required with the City to discuss 8 rescheduling and compensation for mobilization. 9 2) No additional payment will be provided if the schedule was altered 10 at the Contractor's request. 11 1.5 SUBMITTALS 12 A. Submittals shall be in accordance with Section 0133 00. 13 B. All Submittals shall be approved by the City prior to delivery and/or fabrication W 14 for specials. 15 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 1.6 A. Product Data, if applicable 17 1. 'Tapping Sleeve noting the pressure rating and coating system supplied 18 including: 19 a. Dimensions, weights, material list, and detailed drawings 20 b. Maximum torque recommended by the manufacturer for the valve by 21 size 22 B. Submittals 23 L, Provide a detailed sequence of work for 16-inch, or larger, connections if 24 required by City that includes: IMP 25 a. Results of exploratory excavation 26 b.. Dewatedng 27 c. Procedure for connecting to the existing water main 28 d. Time period for completing work from when the water is shut down to 29 when the main is back in service 30 e. Testing and repressurization procedures 31 2. Welders that are assigned to work on connec-bon to concrete cylinder or 32 steel pipe must be certified and provlde Welding Certificates, upon request" 33 in accordance with AWWA 0200. 34 1.7 CLOSEOUT SUBMITTALS [NOT USED] 35 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 36 1.9 QUALITY ASSURANCE [NOT USED] 37 1.10DELIVERY, STORAGE, AND HANDLING 38 A. Storage and Handling Requirements GITY OF FORT WORTH MWERR2015A �TANDARD CONSTRUC710N SPECIFICATION DOCUMENTS Oty Projert No. 02701 Revised Fdx Lay 6, 20 13 OF 31225 -6 CONNECTJON TO EXISTING WATER MAINS MR, Page 6 of 9 1 1. Protect parts so that no damage or deterioration occurs during a prolonged 2 delay from the time of shipment until installation is completed. 3 1 Protect all equipment and parts against any damage during a prolonged 4 period at the site, 5 3. Protect the finished surfaces of all e' posed flanges using wooden flanges, 6 s1rongly built and securely bolted thereto. 7 4. Protect finished iron or steel surfaces not painted to prevent rust and 8 corrosion. 9 5. Prevent plastic and similar brittle items from being exposed to direct 10 sunlight and extremes in temperature. 1.1 6. Secure and maintain a location to store the material in accordance with 12 Section 0166 00. 13 1.11FIELD [SITE] CONDITIONS [NOT USED] 14 1.12WARRANTY 15 A. Manufacturer Warranty 16 1., Manufacturerjs warranty shall be in accordance with Division 1. 17 PART 2 - PRODUCTS 1.8 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] i,g 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 20 A. Manufacturers 21 1. Only the manufacturer's as listed by the City.s Standard Products List will be "Mlt 22 considered as shown in Section 0160 00. 23 a. The manufacturer must comply with this Specification and related 24 Sections., 25 2. Any product that is not listed on the Standard Products List is considered a 26 substitution ands all be submitted in accordance with Section 0125 00. 27 B. Description 28 1. Regulatory Requirements 29 a., Tapping Sleeves shall meet or exceed AWWA 0223 and the 30 requirements of this Specification, 31, 13. All valve components in contact with potable water shall conform to the 32 requirements of NSF 61. 33 C. Tapping Sleeve Materials 34 1, Body 35 a. Body: Carbon Steel per ASTM A283 Grade C, ASTM A285 Grade C, 36 ASTM A36 Steel or equal 37 b. Finish: fusion bonded epoxy coating to an average 12 mil thickness. 38 Fusion applied per A C21.3. CM OF FORT WORTH MWERR2015A STANDARD CON51"RUC710N SPECIFICAFION DOCUMENTS Cky Projed,No. 02701, Revised February 6,201.3 33 �1.2 25 -7 CONNECTION TO E)aSTTNG WATER MAINS Page 7 of 9 ON 1, c., All buried tapping sleeves shall be provided with polyethylene 2 ei icasement in accordance with AWWA/ANSI C105/A21.5. 3 1) Polyethylene encasement shall be in accordance with Section 33 11 4 10. 5 2. Flange 6 a. Carbon Steel per ASTM A36 in accordance with A C207 and ASME 7 B16.1 Class 125. 8 b. Recessed for tapping valve per MSS SP-60 9 3® of and Nuts 10 a® Flanged Ends 11 1) Meet requirements of A C115 or A 0207 depending on 12 pipe material. 13 2) Provide bolts and nuts in accordance with Section 33 1105. 14 4. Gaskets 15 a. Provide gaskets) in accordance with Section 33 1105. 16 5. Test Plug 17 a. -3/4-inch NPT carbon steel with square head and fusion bonded epoxy .1.8 coating ig 2.3 ACCESSORIES [NOT USED] 4" 20 2.4 SOURCE QUALITY CONTROL [NOT USED] 21, PART 3 - EXECUTION 22 3.1 INSTALLERS [NOT USED] 23 3.2 EXAMINATION 24 A. Verification of Conditions 25 14 Verify by exploratory excavation, if needed, that existing water main is as 26 depicted in the Drawings and that the location is suitable for a connection 27 to the existing water main® OR 28 a., Excavate and backfiH trench for-the exploratory excavation in 29 accordance with 33 05 1.0. 30 2. Verify that all equipment and materials are available on--site prior to the 31. shutdown of the existing main., 32 1 Pipe lines shall be completed, tested and authorized for connection to the 33 existing system in accordance with Section 33 04 40. 34 3.3 PREPARATION [NOT USED] 35 3.4 INSTALLATION 36 A. General 37 1. Upon disruption of the existing water rnain, continue work until the 38 connection is cornplete and the existing water main is back in ser0ce. CITY OF FORI WOK'11 I MWERR2015A -t No� 02701 STANDARD CONSFRUCTION SPECIFICA TION DOCUMENTS City ProjeL Revised Fdxuary 6, 2013 331225-8 CONNECTION TO F XIST.04G WATER MAINS Page 8 of 9 1, B. Procedure "M 2 1. Expose the proposed connection point in accordance with Section 33 05 10. 3 2. Dewater the existing water line so the chlorinated water is not unlawfully 4 discharged. 5 3. Maintain the water that may bleed by existing valves or plugs during 6 installation within the work area to a reasonable level. 7 a. Control the water in such a way that it does not interfere with the 8 proper installation of the connection or create a discharge of chlorinated 9 water. 10 + If any discharge of chlorinated water occurs, discharged waters all be de- 11 chlorinated in accordance with Section 33 04 40 12 5. Cut and remove existing water main in order to make the connection 13 6. Verify that the existing Ipipe line is suitable for the proposed connection. 14 7. Place trench foundation and bedding in accordance with 33 05 10. 15 8. In the event that a tapping sleeve and valve is used, the coupon from the 16 existing water main shall be submitted tote City. 17 9. Prevent embedment, backfill, soil water or other debris for entering the 1 pipeline, 19 10. Establish thrust restraint as provided for in the Drawings. 20 11. Clean and disinfect the pipeline associated with the connection in 21 accordance with Section 33 04 40.. 22 12. Place embedment to the top of the pipe zone, 23 13. Request that the City Valve Crew re-pressurize the pipeline. 24. 14. Directionally flush the connection in accordance with Section 33 04 40. 25 15. Request that City Valve Crew open all remaining valves. 26 3.5 REPAIR/RESTORATION [NOT USED] 27 3.6 RE-INSTALLATION [NOT USED] 28 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 29 3.8 SYSTEM STARTUP [NOT USED] 3o 3.9 ADJUSTING [NOT USED] 31, 3.10CLEANING [NOT USED] 32 3.11CLOSEOUT ACTIVITIES [NOT USED] NMI 33 3.12PROTECTION [NOT USED] 34 3.13MAINTENANCE [NOT USED] 35 3.14ATTACHMENTS [NOT USED] Cn"Y 01:FORT WORTI I MWERR2015A STANDARD CONSTRUCTION SPECIFIC" ..H DOCUMENTS C Pro Revised Febri�,w y 6,)01.';1 1" ject.INo. 02701 NOR 331225-9 (.'ONNECHON TO EXIS'rING WATER MAINS Page 9 of 9 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 2.2.C.3 and 4 Added reference -to Section 33 1105 and remove,d Ibo[t, nut and gasket material specification ........... ...... .......................................... ............................ 2/6/2013 D Townsend 3.43.4 Modified to refer to Section 33 04040 RAP "IM)" MR Or NIP pqAj( m u1 CrTY OF IFORT WORTH MWERIIZ20.15A S�IANDARD(..'()NS-nZUCl'l0N SPE01"ICAIRON DOCUMEIN"T'S (,:.lty Project,No 02701 ReAsed Ih2 bruary 6,2013 33 1,2 40.... 1. FIRE HYDRANTS Pagan I of I SECTION 33 12 40 2 FIRE HYDRANTS 3 PART 1 - GENERAL 4 1.1 SUMMARY A. Section Includes: 6 1. Dry-barrel fire hydrants with 51/4 liruch main valve for use with potable water mains 7 B. Deviations from this City of Fort hearth Standard Specification 8 1. None. 9 C. Related Specification Sections include" but are not necessarily limited to: i0 1.. Division o Bidding Requirements, contract Forirns and Conditions of the Contract 1.1 1 Division 1 .... General Requirements 12 3. Section 33 05 10 - utility Trench Excavation, Embedment and Backfili 13 4. Section 33 04 40 - Cleaning and Acceptance 'Testing of Water Mains 14 5. Section 33 11 10 — Ductile Iron Pipe a, 13 6. Se=ction 33 11 11 ._ Ductile :Iron Fittings Ira 7. Section 33 11 14 -- Buried Steel Pipe and Fittings 17 8. Section 33 12 20 Resilient Seated (Wedge) Gate Valve 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A.. Measurement and Payment r 20 1. Measurement 21 a. Fire Hydrant and Extension 22 l.) Measurement for this item shall be by the each hydrant, complete in placed 23 2. Payment, 24 a. The work performed and Iraatcerials furrnished in accordance with this Item and 25 measured under"Measurement"will be paid for at the unit pries bid per each 26 "Fire Hydrant" installed. 27 3. The price bid shall include- 28 a.. Furnishing and installing Fire Hydrants with appurtenances as specified in the 29 Drawings 30 b. Dry Barrei Fire Hydrant assembly from base to operating nut 31 c. Extension barrel and stern 32 d. Adjusting hydrant to the appropriate height r3 33 e. Painting 34 f. Pavement Removal oval 35 g. Excavation 36 h. Freight, Fading" unloading and handling 37 i N isposai of excess matrerial 38 j. Furnish, placement and compactioru of embedment 39 k. Furnish, placement and coo npaction of backfill 40 II. Blocking, Braces and hest 41 irn. Clean up 2 n. Disinfection r 3 0. stung i' r MY OF FORT WORTH rJlwr::RR2015A M„ STANDARD Ce°.DlN f R&.CT ION Si-"E c;IF'ffX"ra:ON N"De)GM'AE N...rc.3' City 1Project No.02701. Revised January 3, 201.4 331240-2 FIRE HYDRANTS Page 2 of 7 1 1.3 REFERENCES 2 A. Defiriftions 3 1. Base. The lateral connection to the flre hydrant lead; also called a shoe 4 B. Reference Standards 5 1. Reference standards cited in this Specification refer to the current reference 6 standard published at the'time of the latest revision date logged at the end of this 7 Specification, unless a date is specifically cited. PAP 8 2. Arnerlcani Water Works Association (AWWA): 9 a.. 0502, Dry-Barrel Fire Hydrants io b. Manual of Water Supply Practices 8 17 (AWWA Manual 1 17) Installation, 11 Field Testing, and Maintenance of Fire Hydrants 1.2 1 NSF International 13 a. 61, Drinking Water Systern Components­­ Health Effects 1.4 4. National Fire Protection Association (NFPA) 15 a., 1963, Standard for Fire Hose Connections 1.6 5. Underwriters Laboratories, Inc. (UL) 17 a, 246, Hydrants for Fire-Protection Service 18 6. Factory Mutual (FM) 1.9 a. Class Number 1510, Approval Standard for Fire Hydrant:(Dry Barrel Type)for 20 Private Fire Service 21 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] PRO 22 1.5 SUBMITTALS 23 A., Submittals shall be in accordance with Section 0133 00. 24 B. All submittals shall be approved by the City prior to construction. 25 1.6 ACTION SUBMITTALS/IN FORMATIONAL SUBMITTALS 26 A.. Product Data 27 1, Dry Barrel Fire Hydrant stating, 28 a. Main valve opening size 29 lb. Nozzle arrangement and sizes 30 c. Operating nut size 31 d.. Operating nut operating direction 32 e. Working pressure rating 33 f. Component assembly and materials 34 g. Coatings and Finishes 35 1.7 CLOSEOUT SUBMITTALS [NOT USED] 36 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 37 1.9 QUALITY ASSURANCE 38 A. Qualfflcatior6 39 1. Ilan ufactu rers 40 a. Dry-Barrel Fire Hydrants shall be the product of 1 manufacturer, 41 1) Change orders, specJals and field changes may be provided by a different 42 manufacturer upon City approvaL 43 2. Dry-Barrel Fire Hydrants shall be in conforrmarxe with AWWA C502, UL 246 and FM 44 1510. CITY OF FORTWORTi--i MWERR2015A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS. City Project,No 02701 REMsed Jars 3,201.4 pw 33 :1.140- 3 pip FIRE HYDRANTS Page 3 of 7 1 1.10 DELIVERY,STORAGE,AND HANDLING 2 A. Storage and handling Requirements 3 is Store and handle in accordance with the guidelines as stated in AWWA 0502 and 4 Aid WA Manual M17, 5 2. Protect all parts so that no damage or deterioration will occur during a prolonged 6 delay from the time of shipment until installation is completed and the units and ,, "7 equipment are ready for operation. 8 3m Protect all equipment and parts against any damage during a prolonged period at 9 the site. 10 4® Protect the finished .surfaces of all exposed flanges by wooden blank flanges, r 11 strongly built and securely bolted thereto. rig 5. Protect finished iron or steel surfaces not painted to prevent rust and corrosion. r 13 6. Prevent plastic and similar brittle items from being directly exposed to sunlight or 14 extremes in temperature, 15 7. Secure and maintain a location to store the material in accordance with Section 01 low 16 17 1.11 FIELD CONDITIONS [NOT USED] 18 1.12 WARRANTY n 19 A. Manufacturer Warranty 20 1„ Manufacturer's Warranty shall be in accordance with Division to 21 PART 2® PRODUCTS 22 2.1 OWNER-FURNISHED [OR] OWN ER-SUPPLIEDPRODUCTS [NOT USED] 3 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS 24 A. Manufacturers r 25 1. Only the manufacturers as listed on the City's Standard Products List will be 26 considered as shown in Section 0160 00. 27 as The manufacturer must comply with this Specification and related Sections. u 28 2„ Any product that is not listed on the Standard Products List is considered a 29 substitution and shall be submitted in accordance with Section 0125 00® 30 3. The Ivry-Barrel Fire hydrant:shall be new and the product of a manufacturer 31 regularly engaged in the manufacturing of Cary-Barrel Fire Hydrants having similar 32 service and size. 33 B. Description ' 34 1, Regulatory Requirements 35 aw Dry-Barrel Fire hydrant shall meet or exceed the latest revisions of AWWA 36 0502 and shall meet or exceed the requirements of this Specification, 37 b, All Dry Barrel Fire Hydrant components in contact with potable water shall 38 conform to the reclOrements of NSF 61„ 39 C. Pedbrmance/ Design Criteria 40 1. Capacities 41 a. Rated working pressure of 250 psi or greater 42 2. Design Criteria 43 a, Operating nut carry of(FORT WORTH I' WERR2rD15A S°rANDARD CONsTRUCTION SF"FCIFICA110N DC3CrJMu::IIW..I..S 0ty Projart No.. 0270:1 Revised Janijary 3,201.4 331240- 4 FIRE HYDRANTS WI Page 4 of 7 1 i} Uniformly tapered square nut measuring; 2 a) 1 inch at the base 3 b) 718 inch at the top 4 2) Open by turning the operating nut to the right(clockwise) 5 a) Provide operating direction clearly marked with an arrow and the word 6 "OPEN". 7 3) Provide weather shield with operating nut. 8 b® Main Valve 9 1) Minimum 51/cinch opening 40 2) Compression type 11 a) Opening against pressure 42 b) Closing with pressure 13 c. Nozzles 14 1) "°T",shape" 3 nozzle arrangement 15 2.) (Nozzle sizes® threads and configuration in accordance with NFPA 1963 16 a) Hose nozzles 4.7 (1) 2 x 21/2-inch (nominal size of connection) 18 (a) 180 degrees apart w�,�yr 49 (b) Thread Designation 2.5.7.5 NH (NFPA 1963) 20 b) Pump nozzle 24 (1) -inch (nominal size of connection) 22 (a) Thread [designation 4-4 NH (NFPA 1963) 23 d. Hydrant Barrel Configuration 24. 1.) Upper barrel 25 2) Breakable flange and stem „wy� 26 a) To be installed above ground at the connection to the upper barrel 27 3) Extension barrel (if needed)and lower barrel 28 a) Extension barrel and stem 29 (1) Lengthen in 6-Inch increments +�,w„ 30 e. Drain Valve 31 1) Non corrodible material 32 2) Spring operated drain valves are not allowed. 33 D. Function 4 1. Drain Valve 35 a. Drain fire hydrant barrels when main valve is closed. 36 E. Materials 37 1. Furnish materials in accordance with AWWA 0502. 38 2. Dry.-Barrel Fire Hydrant Assembly 39 a. Internal parts 40 1) 'Threads ",yy 44. a) Provide operating thread designed to avoid metal such as iron or steel 42 threads against iron or steel parts. 43 2) Stem 44 a) Stem Nuts 45 (1) Provide bronze stem nuts. 46 (a) Grades per AWWA 0502 47 b) Where needed stem shall be grooved and sealed with O_rings. riuW 48 3. Provide crushed rock for placement around base conforming to Section 33 05 10. 49 F. Finishes wiMP CITY OF FORT WORTH MWERId2015A STANDARD CONSTRUCTION SPECIFICATION DOCUME®N G S City Prgject No. 02701 4w' Revised January y::gyp 2014 331240 -5 FIRE HYDRANTS Page 5 of 7 1 1. Primer Materials 2 a. Furnish primer for Dry-Barrel Fire Hydrants in accordance with AWWA 0502. 3 2. Finish Materials 4. a. Dry.-Barrel Fire Hydrant 5 1) Exterior 6 a) Above grade 7 (1) Furnish exterior coating for above grade Dry-Barrel Fire Hydrant 8 assembly components in accordance with AWWA 0502. 9 (2) Coating shall be Flynt Aluminum Paint in Silver. 10 b) Below grade 1.1. (1) Furnish exterior coating for below grade Dry-Barrel Fire Hydrant 12 assembly components in accordance with AWWA 0502® 13 2) Interior 14, a) Interior coating for Dry-Barrel Fire Hydrants assemblies in accordance 15 with AWWA 0502 16 2.3 ACCESSORIES 17 A. Polyethylene Encasement 18 1. Provide polyethylene encasement in accordance with Section 33 11 10. 19 B. Embedment 20 1. Provide crushed rock and filter fabric in accordance with Section 33 05 10. 211. 2.4 SOURCE QUALITY CONTROL 22 A. Tests and Inspections 23 1. Testing and inspection of Dry Barrel Fire Hydrants in accordance with AWWA 0502. 24. B. Markings 25 1. Provide each Dry-Barrel Fire Hydrant marked in accordance with AWWA 0502. Ply, 26 PART 3 - EXECUTION [NOT USED] 27 3.1 INSTALLERS [NOT USED] 28 3.2 EXAMINATION [NOT USED] 29 3.3 PREPARATION [NOT USED] 30 3.4 INSTALLATION 31 A. General 32 1. Install in accordance with AWWA Manual of Water Supply Practice M17, 33 manufacturer's recommendations and as shown on the Drawings. 34 2. Provide vertical installation with braces, rest and blocking in accordance with City 35 Standard Details. 36 1 Excavate and backfill trenches in accordance with 33 05 10. 37 4. Embed Dry Barrel Fire Hydirant assemblies in accordance with 33 05 10. 38 a. At the location of the weep holes, wrap barrel with polyethylene encasement 39 and crushed rock with filter fabric to prevent dirt and debris from entering the 40 fire hydrant. 411. 5. Polyethylene encasernent installation shall be in accordance with the applicable 42 portion of Section 33 11 10. CITY OF FORT WORTH MWERR2015A ST'ANDARD CONSTRUCTION SPECIFICA11 ➢N DOCUMENTS City lProject No. 02701 Revised Januairy 3, 2014 331240-6 FIRE HYDRANTS F1191 Page 6 of 7 1 6. Install concrete blocking and rest in accordance with Section 03 30 00 as indicated 2 in the Drawings. 3 7. A minimum 1/3 cubic yard of crushed rock shall be placed around the base, in 4 accordance with AWWA Manual of Water Supply Practice M17, to allow drain 5 outlets to operate. 6 a. The crushed rock should extend 6 inches above the drain outlets and a 7 minimum of 1 foot on all sides of the fire hydrant base. 8 8. Fire hydrant lead line shall be installed with a maximum cover of 7 feet. 9 a. Cover is measured from the invert at the fire hydrant base, vertical to ground I elevation. I I b. Fittings may be used along fire lead line to ensure minimum and maximum 12 cover requirements are met. 13 3.5 REPAIR/ RESTORATION [NOT USED] 14 3.6 RE-INSTALLATION [NOT USED] 15 3.7 FIELD CONTROL 16 A. Field Inspections 17 1. The Dry-Barrel Fire Hydrant and assembly shall perform as intended with no 18 deformation, leaking or damage of any kind for the pressure r-aages indicated. 19 2. City inspector will issue final inspection notice to City staff. 20 1 City Field Operations Staff and Fire Department Staff shall have the opportunity to 21 inspect and operate the hydrant, to ensure that the fire hydrant was installed in 22 accordance with A Manual of Water Supply Practice M17. This includes but is 23 not limited to: 24 a. Operation of Nozzles and operating nut are not obstructed, 25 b. Drain valve is not obstructed or plugged 26 4. Keep fire hydrant wrapped or covered to identify that it is out of service until the 27 water line it®s connected to is put in service, 28 B. Non-Conforming Work 29 1. If access and operation of the Dry-Barrel Fire Hydrant or its appurtenances do not 30 meet the criteria of the A Manual of Water Supply Practice M17, the 31 Contractor will remedy the situation criteria, at the Contractor"s expense., 32 3.8 SYSTEM STARTUP [NOT USED] 33 3.9 ADJUSTING [NOT USED] 34 3.10 CLEANING [NOT USED] 35 3.11 CLOSEOUT ACTIVITIES [NOT USED] 36 3.12 PROTECTION [NOT USED] 37 3.13 MAINTENANCE 38 3.14 ATTACHMENTS 39 END OF SECTION 40 41 CITY OF FORT WORTH MWERR2015A STANDARD CONS-TRUCTION SPECIFICATION DOCUMENTS City I.Irqject.No.02701 Revised January 3,2014 331240-7 FPO FIRE HYDRANTS Page 7 of 7 Revision Log ........................................... ....... ............................ ................ ................................... DATE NAME SUMMARY OF CHANGE 2.2,.F,.2.,a,,1),.a).(2)Added paint manufacturer specification 12/20/2012 D. Johnson 2.2.C.2,c Revised purnper, nozzle nominal diameter and added NFRA 1963 Thread Designations ................................... .. .............................................................. ...........__................ ........................... Specification Modified to be in accordance with the Reduction of Lead in Drinking Water Act(P.,l a I11-380) All material s to be lead-free in 11/27/2013 D.Townsend accordance with this act. Sections modified are I.I.A.I., 1.9.A.2, and 2.2JE.1 Sections added are 1.3.A.,2, 1-113.7, 1.6.B.4, 2.23.1x, 2.4.B,2 ............................................................... .................................. .................._..._.v... ...................- H.R. 3588 (RI.... 1,13-64)signed into law.... aw 1/2/20104 waied Reduction of Lead in Drinking Water Act (P.L.. 111-380) requirement for fire hydrant. All previous revisions related to"le.ad-free" requirement are 1/3/2014 D. Townsend now deleted including those revisions made 11/27/2013, those being: Sections modified areI.A...A.1, 1.9.A,.2, and 2.2.E.1 Sections added are 1.3.A.2, 133.1, 1.6.13.1, 2.23.1.c, 2.4.13.2 .................................. ............................................... .................................................................... ........... C-1.I Y 011:::FOR MOR n I MWER.R201.5A P", STANDARD CONSTRUCT"TON SPECIFICATION DOCUMENTS Oty Project No.02701 ReOsed January 3,201.4 347113 - 1 u _i... FFIC CONTROL Rage 1 of SECTION 34 7113 2 TRAFFIC CONTROL :1 PART 1 ® GENERAL 4 1.1 SUMMARY A. Section Includes: 6 1. Installation of Traffic Control Crevices and preparation of Traffic Control Plans B. Deviations from this City of FortWorth Standard Specification 9 fin :" tW" .., : ir 10 1lie cont.ractwr iil be required to obtaii°i a "Street Use Per°°nri'it" pi ior° to 11 staib'inr wor,'k. As irairt of tlllne "Str°eet t.tce i°errri'it" a traffic conbroll plan lie 12 u ertr.rired. The Couutrector° clllraii be resin )onsii�)ie foii"m pirovibind U�afflc c.ontiroi 13 duurilinmy the cor°istirruuuUeru Of dlr'in project consistent with the provisior,ius set 14 forts°i iiiru ti°re "i-atest IFd: bor°i Texas IManuual on ttnifornn Traffic Coi°itr°oi Devices 15 foi Stn2ets wid Hipp°ii,eays" issued iwurur"ier tl'iiie auuthority of ti ie "State of Texas 16 Uriiforii�ii� Act Sepr.uiatiinp t"rall'fic, of i��tc :fiways," codified as Article Sydtd 17 errron's Cioi �taf ,itis, nertrwint r ru,i s being Section Nos. yt, SS" 30 18 acid bf 19 20 t.)Meec rrl:l eu°°uoice irxkideii as Illmirt of ti°ie Cori truuctioi°i d0crwiurnernt2, ti"°ue 21 CcmntWzctor s1 i�eii' Sr.rbirrit atraffic coi�ntw ol i 'dun y sealed, signed and dated 22 by a Registered Profrrsskmal Fndiwr&,l P.E. in the state of I-e as), to the 23 city, Traffic Erigirieu��rri at oii before ti ie ctart� of eaci�u woi1< oi,mdei,%, -'fl le F:).E. 24 prepadrib the traffic coritro IliAoii i iiriiiiiay uutike standard traffic reiroute 25 corifiSrurat'ionc posted an "T l.iicMs" on the City's Buzzsaw web ite. 26 ftlthouugfii� work wifl not beghi uuntiiil the trafft control piari has been reVle ed 22 and approved, tiie Coiitrartor"c tiurie wflI begin in accordaince with d�ie 28 brnefranie a uutruniiy estabiieiied iii tiie " oUce to Procrnurr�J' issued the 29 Conti°uactoi° 0 31 Wof,R cirai'i not be pi.ffmo reed on criurtali ru iocatior is nutreet n dUrirrd "peak 32 traffic ineriods" as det:ermii°uafloi °'i by ti°ie City Traffic Engineer arid in +� 33 accordance wits i di ie apphii� able pirovia'loti of ti ie "City of Fort Woit i Traffic 34 Cou'itroi Handbook foi°m Conrrtruxdon ai°°id l' olruteunanc(! Work Areas." 36 b uyrnerit foie trafll°lc cocnb',oi cllrallll� cooeii design and or instaiiatioiri and 27 innairrtei°inince of t.iie traffic czrit:r°ol Itlan, and sbaii be paid at thine uuurift price 38 bid per eaci�i foirm",y raftirc Coritrou" 39 40 C. Related Specification Sections include, but are not necessarily limited to: OF FORT WORTH MWERR2015A STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02701 FIM Revised November 22, 2013 347113 - 2 TRAFFIC CONTROL Page 2 of 6 1 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the "Ing 2 Contract 3 2® Division I — General Requirements " 4 1.2 PRICE AND PAYMENT PROCEDURES k 5 A. Measurement and Payment 6 1. Installation of Traffic Control Devices 7 a. Measurement 8 1) Measurement for Traffic Control Devices shall be per month for the 9 Project duration. 10 a) A month is defined as 30 calendar days,, I I b. Payment 12 1) The work performed and materials furnished' in accordance with this 13 Item and measured as provided under"Measurement shall be paid 14 for at the unit price bid for&"Traffic Control""® 15 c. The price bid shall include: 16 1) Traffic Control implementation 17 2) Installation 18 3) Maintenancesy 19 4) Adjustments 20 5) Replacements 21 6) Removal 22 7) Police assistance during 1�)eak hours 23 20 Portable Message Signs 24 a. Measurement 25 1) Measurement for this Item shall be per week for the duration of use® 26 b. Payment 27 1) The or performed and materials furnished in accordance to this 28 Item and meaSUred as provided under"Measurement"shall be paid 29 for at the unit price bid per week for"Portable Message Sign" rental 30 c. The price bid shall include: 31 1) Delivery of Portable Message Sign to Site 32 2) Message updating 33 3) Sign movement th,roughouit construiction 34 4) Return of the Portable Message Sign post construction 35 3. Preparation of Traffic Control Plan Details 36 a. Measurement 37 1) Measurement for this Item be per each Traffic Control Detail 38 prepared. 39 b. Payment 40 1) The work pefformed and materials furnished in accordance with this 41 Item shall be paid for at the unit price bid per each "Traffic Control 42 Detail" prepared. 43 c. The price bid shall include: "T CrTY OF FORT WORTF-i MWERR2015A STANDARD CONSTRUCTION SPECITICATION DOCUMENTS City Project No. 02701 Revised November 22, 2013 opm 34 71 13 -- 3 TRAFFIC CONTROL Page 3 of 6 1 1) Preparing the Traffic Control Plan Details for closures of 24 hours or 2 longer 3 2) Adherence to City and Texas Manual on Uniform Traffic Control rw 4 Devices (TMUTCD) 5 3) Obtaining the signature and seal of a licensed Texas Professional 6 Engineer 7 4) Incorporation of City coinrnents 8 1.3 REFERENCES OR 9 A. Reference Standards 10 1. Reference standards cited in this Specification refer to the current reference I I standard published at the time of the latest revision date logged at the end f0v/ 1.2 of this Specification, unless a date is specifically cited. 13 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 14 3. Item 502, Barricades, Signs, and Traffic Handling of the Texas Department Ifoll 15 of Transportation, Standard Specifications -for Construction and Maintenance 16 of Highways, Streets, and Bridges. 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Coordination 0 1. Contact Traffic Services Division (817-392-7738) a rninirnum of 48 hours 20 prior to implementing Traffic Control within 500 feet of a traffic signal. 21 B. Sequencing 22 1. Any deviations to the Traffic Control Plan included in the Drawings must be 23 first approved by the City and design Engineer before implerneritation. 24 1.S SUBMITTALS 25 A. Provide the City with a current list of qualified flaggers before beginning 26 flagging activities. Use only flaggers on the qualified list. 27 B. Obtain a Street Use Permit from 'the Street Management Section of the Traffic 28 Engineering Division, 311 W. loth Street. The Traffic Control Plan (,rcp) for the 29 Project shall be as detailed on -the Traffic Control Plan Detail sheets of the 30 Drawing set. A copy of this Traffic Control Plan shall be submitted with the 31 Street Use Permit. 32 C. Traffic Control Plans shall be signed and sealed by a licensed Texas 33 Professional Engineer.. 34 D. Contractor shall prel:)are Traffic Control Plans if required by the Drawings or 35 Specifications. ­l he Contractor will be responsible for having a licensed Texas 36 Prof6ssional Engineer sign and seal theT"raffic Control Plan sheets.. opm 37 E. Lane Closures 24 hours or longer shall require a site­­specific traffic control plan. CrFY OF FORT WORTH MWERR2015A STANDARD CONSTRUC"RON SPECUK.ATION DOCUMENTS City Project No. 02701 Revised November 22, 2013 W011 347113 --4 TRAFFIC CONTROL weir Page 4 of 6 F. Contractor responsible for having a licensed Texas Professional Engineer sin �r 2 and seal changes to the Traffic Control Plan(s) developed by the Design 3 Engineer. G. Design Engineer will furnish standard details for Traffic Control. 5 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 6 1.7 CLOSEOUT SUBMITTALS [NOT USED] y 7 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] ,ury�y 8 1.9 QUALITY ASSURANCE [NOT USED] 9 1.10DELIVERY® STORAGE, AND HANDLING [NOT USED] Op io 1.11FIELD [SITE] CONDITIONS [NOT USED] i1 1.12WARRANTY [NOT USED] 1.2 PART 2 - PRODUCTS 13 2.1 OWNER-FURNISHED [ OWNER-SUPPLIED PRODUCTS [NOT USED] 14 2.2 ASSEMBLIES AND MATERIALS i5 A. Description 16 1. Regulatory Requirements ,r 17 am Provide Traffic Control Devices that conform to details shorn on the 18 Drawings, the TMUTCD, and T D0rs Compliant Work Zone Traffic 19 Control Device List (CZTCDL)m raw, 20 2® Materials 21 a® Traffic Control Devices must meet all reflectivity' requirements included 22 iin the TMUTCD and T :DOT Specifications— Item 502 at all times during 23 construction 24 bo Electronic message boards shall be provided) in accordance with the 25 T'MUTCD wiw,�wr, 6 2.3 ACCESSORIES [NOT USED] 27 2.4 SOURCE QUALITY CONTROL [NOT USED] 28 PART 3 - EXECUTION T 29 3.1 EXAMINATION [NOT USED] 30 3.2 PREPARATION 31 A. Protection of In-Place Conditions 32 1. Protect existing traffic signal egtJpment., CITY OF FORT WORTH MWWr�IRR201 aA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02701 Revised November 22, 2013 3471 13 -- 5 T RAFFIC CONTROL Page 5 of 6 1 3.3 INSTALLATION 2 A. Follow the Traffic Control Plan (TCP) and install Traffic Control Devices as 3 shown on the Drawings and as directed. 4 B. Ins-tall Traffic Control Devices straight and plumb, 5 C. Do not make changes to the location of any device or implement any other 6 changes to the Traffic Control Plan without the approval of the Engineer. 7 1. Minor adjustments to meet field constructability and visibility are allowed. 8 D. Maintain Traffic Control Devices by taking corrective action as soon as possible. 9 1. Corrective action includes but is not limited to cleaning, replacing, 1.0 straightening, covering, or removing Devices. 11 2. Maintain the Devices such that they are properly, positioned, spaced, and 12 legible, and that retroreflective characteristics meet requirements during 13 darkness and rain. 14 E. If the Inspector discovers that the Contractor has failed to comply with applicable 15 federal and state laws (by failing to furnish the necessary flagmen, warning 16 devices, barricades, lights, signs, or other precautionary measures for the 17 protection of persons or property), the Inspector, may order such additional 18 precautionary measures be taken to protect persons and property. 19 F. Subject to the approval of the Inspeclor, portions of this Project, which are not 26 affected by or in conflict with the proposed method of handling traffic or utility 21 adjustments, can be constructed during any phase. 22 G. Barricades and signs shall be placed in such a manner as to not interfere with the 23 sight distance of drivers entering the highway from driveways or side streets. 24 H. To facilitate shifting, barricades and signs used in lane closures or traffic 25 staging may be erected and mounted on portable supports. 26 1. The support design is subject to the approval of the Engineer. 27 1. Lane closures shall be in accordance with the approved Traffic Control Plans. 28 1. If at any time the existing traffic signals become inoperable as a result of 29 construction operations, the Contractor shall provide portable stop signs with 2 30 orange flags, as approved by the Engineer, to be used for Traffic Control. 31 K. Contractor shall make arrangements for police, assistance to direct traffic if traffic Imp 32 signal turn-ons, street light pole installation, or other construction will be done 33 during peak traffic -times (AM: 7 am ­9 am, PM: 4 pm 6 pm). 10" 34 L. Flaggers 35 1. Provide a Contractor represen ta Live who has been certified as a flagging 36 instructor through courses offered by the Texas Engineering Extension RV 37 Service, the American Traffic Safety Services Association, the National 38 Safety Council, or other approved organizations. 39 a. Provide the certificate indicating course completion when requested. 00 CITY OF FORT WORTH MWEIMZ201.5A 10m, STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 02701 Revised November 221, 2013 347113 -- 6 TRAFFIC CONTROL Page 6 of 6 1 b. This representative is responsible for training and assuring that all 2 flaggers are qualified to perform flagging duties., 3 2. A qualified flagger must be independently certified by I of the organizations 4 listed above or trained by the Contractor's certified flagging instructor. 5 ® Flaggers must be courteous and able to effectively communicate with the 6 public. 7 4. When directing traffic, flaggers must use standard attire, flags, signs, and 8 signals and follow the flagging procedures set forth in the TMUTCD., 9 5. Provide and maintain flaggers at such points and for such periods of time as nog 10 may be required to provide for the safety and convenience of public travel I I and Contractor's personnel, and as shown on the Drawings or as directed 12 by the Engineer. 13 a. These flaggers shall be located at each end of the lane closure, 14 M. Removal 15 1. Upon completion of Work, remove from the Site all barricades, signs, cones, 16 lights and other Traffic Control Devices used for work-zone traffic handling 17 in a timely manner, unless otherwise shown on the Drawings. 18 3.4 REPAIR / RESTORATION [NOT USED] ig 3.S RE-INSTALLATION [NOT USED] 20 3.6 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 21 3.7 SYSTEM STARTUP [NOT USED] k 22 3.8 ADJUSTING [NOT USED] 23 3.9 CLEANING [NOT USED] 24 3.10CLOSEOUT ACTIVITIES [NOT USED] 25 3.11 PROTECTION [NOT USED] 26 3.12MAINTENANCE [NOT USED] 27 3.13ATTACHMENTS [NOT USED] 28 END OF SECTION Revision Log .......... .................................... ................................................... DATE NAME SUMMARY OF CHANGE 11/22/13 S.Arnold Added spoke assistance, requirement for when a site specific TCP is required 29 CM OF FORT WO R. T-H MWERR2015A S'l"ANDARD CONS]RUCTION SPECIFICATION DOCUMENTS City Project No. 02701 FOR', Revised Novembeir 22, 2013 nl APPENDIX GC-4.01 Availability of Lands None GC-4.02 Subsurface and Physical Conditions None GC.4.04 Underground Facilities - ikon GC-4.06 Hazardous Environmental Condition at Site ... one GC-6.06.1) Minority and Women Owned Business Enterprise Compliance MBE Good Faith Effort Form MBE Joint Venture Eligibility Form MBE Prime Contractor Waiver Form MBE Specifications— Special Instructions for Bidders MBE Subcontractors/SUPPiiers Utilization Form GC-6.07 Wage Rates Heavy and Highway Construction Prevailing Wage Rates 2013 Cornmerciai Construction Prevailing Wage Rates 2.013 GC-6.09 Permits and Utilities - None G&6.24 Nondiscrimination - None GR-01. 60 00 Product Requirements - None lop, CITY 01FR)RT WORTH MWE11FU015A STANDARD CCAS-TRUcTiON SPECI FICAJ TON DOCUMEIVS City PrQjEct No.. 02701 Ps ReAsed My 1, 2011 Vp 0190 N C; 4®O1 Availability of ands THIS PAGE LEFT INTENTIONALLY BLANK y�sw�y nNJ" lye, i4" l rpm iN'lIw1J� J�yr Y01 C"11...Y OF F COIGN WORM M WI2 015 STANDARD ARD C ONUSTNtU(.:' ION SPECIq:'IQ::AIJON DOC;UMfNIN FS Qty I1roject Nay„ 02701 RAW Revsed Ad 1, 2011 �ypulullu GC-4.02 Subsurface and Physical Conditions THIS PAGE LEFT IN]. ENTIONALLY BLANK NOW P, r^^ " ru, W UNW, CTrY f NANjV�' OF IFuzr WORTH C' WE:I I M`.ISA 5'ANf ARD CONSTRUCTION SPI: IFICAT°.ION 00CUME::NT"S QtV Project IMo. 02701 Revv.sed My 1, 2011 G0-4.04 Underground Facilities THIS PAGE I jEFT INTENTIONALLY BLANK FIN CITY OF FORT MIRTH MWERR2015A S7ANDARD CONSTRUMON SPECIFICATION DOC."UMENTS City Project No. 02701 Revised My 1, 2011. OP lid" GC-4.06 Hazardous Environmental Condition at Site THIS PAGE LEFTINTENT10NALLY BLANK IM y �n,!i�wio aim MW PIT, ¢H MY OF FORT MrM MVVU-RR20 5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS My Noject IMo. 02701. ReAsed]Wy 1, 2011 f" pip GC-6.06.1) Minority and Women Owned Business Enterprise Compliance MBE Good Faith Effort For Pw MBE Joint Venture Eligibility Form ,N)" MBE Prime Contractor Waiver Form AM MBE Specifications — Special. Instructions for Bidders MBE Subcontractors/Suppliers Utilization Form CITY OF FORT WORTH MWERR2015A SFA,NDARD CONS FRUMON SPECIFICATION DOCUMENI S, Oty f:Irqject No. 02701 Rev sed.ldyl, 2011 PAP ATTACHMENT IC F-C)R'YWC)RJ+J Page I of 3 City of Fort Worth W MBE Good Faith Effort Form FW-WFE ddW0ANYRX9ff- Check applicable block to describe prig-ne .... ............... ...... ........... Cb �ROJEI�T-RA—ME: MMU.3f: NOWMIANIF.)BE curl\ BID DATE 0� 15 Q;ln ____0 I IBM 15—Fl 0 i;i-ff�iE i5i6j t commitment: w : a City's MSE Project Goa�: ec Ad L V M 8 E R % % ................... ......................-1.......... .............. ...... �1000 If the Offeror did not meet or exceed the MBE subcontracting goal for this project, the Offeror must complete this form. If the Offeror's method of compliance with the MISE goal is based upon demonstration of a "good faith effort", the Offeror will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, I thru I I below, W, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation of the facts or intentional discrimination by the Offeror. Failure to complete this form, in its entirety with supporting documentation, and it being submitted to and received by the Managing Department on or before 5:00 p.m.five (5) City business days after bid opening, exclusive of bid opening date,will result in the bid being considered non-responsive to bid specifications. 1.) Please list each and every, subcontracting and/or supplier opportunity for the completion, of this project, regardless of whether it is to be provided by a MBE or non- . 12 NOT LISI NAMES OF FIRMS J On all -0ojects, the Offeror must list each subcontracting irid- or supplier opportunity regardless of tier. (Use additional sheets, if necessary) .... ..................... ......... ............ .. ........ .......... i 6-p—p-6-rit"i—nit-l—es- Ust of Supplier Opportunities ............. .................. ...... ..... ........... ..... Tc)t C-;� ... .......-........... ...................... .............. A, ............-........................ � ............................ COY-1c" JRJR ......... ............ ........... ............. .......... .................. ........... .......- .................. ......... ........... ... ........... ............... ............—................ . . .......... Ato .......... ............. —----- ............ ......... -- C' 1- --L �.......... ........ ......... .. ............ .......... .......... ............ ............ ....... ........ ............... ........... .............. ............ .......... ............. ............ ......... ................. ........... .......... ........... ............. . .......... ATTACHMENT IC Page 2 of 3 20) Obtain a current(not more than two(2)months of from the bid open date) list of MBE subcontractors and/or suppliers from the City's M Office or the City's website. Yes Date of Listing Cj —R—No 3.) Did you solicit bids from MBE firms,within the subcontracting and/or supplier areas previously listed, at least to calendar days prior to bid opening by mail, exclusive of the day the bids are opened? Yes (if yes,attach MBE all listing to include name of firm and address and a dated copy of letter mailed.) 0 ]R:N 4.) Did you solicit bids from MBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are opened? Yes (if yes,attach list to include name of BE firm,parson contacted,phone number and date and time of contact.) jai �kNci 6.) Did you solicit bids from MBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by facsimile(fax), exclusive of the day the bids are opened? Yes (if yes,attach list to include name of MBE firm,fax number and date and time of contact. In addition,if the fax is returned as undeliverable,thenthat"undellvorable confirmation"received must be printed directly from the facsimile for proper documentation. Failure to submit confirmation and/or"undeliverable confirmation" documentation may render the GFE non-responsive.) No 6.) Did you solicit bids from MBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by email, exclusive of the day the bids are opened? Yes (if yes,attach email confirmation to includ�.®name of MBE firm,date and time.In addition,if an small is returned as ""undeliverable tues;—aqr-rhbGIPt must T—eprintc�d—directly from the email system for proper undeliverable,then that documentation, Failure to submit confirmation andfor"undeliverable message""documentation may render the GFE non-responsive.) Po NOTE: The o ur methods identified above are acceptable for soliciting bids, and each selected method must be applied to the applicable contract. The Offeror must document that either at least two attempts were made using two of the four methods or that at least one successful contact was made using one of the four methods in order to be deemed responsive tot Good Faith Effort requirement. FIR NOTE: The Offeror must contact the entire MBE list specific to each subcontracting and supplier opportunity to be in compliance with ques-t�lons 3 through 6. 7.) Did you provide plans and specifications to potential MBEs? _ .Yes _allo MIN 8.) Did you provide the information regarding the location of plans and specifications in order to assist the MBEs? go Yes NO ATTACHMENT IC Page 3 of 3 9 id you prepare a quotation for the MBEs to bid on goods/services specific t o t heir skills t? Yes (If yes,attach all copies of quotations.) --g--No JOY 10.) Was the contact information on any oft a listings not valid? __ Yes (if yes,attach the Information that was not valid in order for the BE Office to address the corrections needed.) 11.)Subrnit documentation if MBE quotes were rejected. The documentation submitted should be in the forms of an affidavit, include a detailed explanation of why the MBE was rejected and any supporting documentation the Offeror wishes to be considered by the City. In the event of a bona fide dispute concerning quotes, the Offeror will provide for confidential in-camera access to and inspection of any relevant documentation by City personnel., (Tease t use additional sheets,if necessary, and attach.) Comeany Name Tele phone Contact Person Scope of Work Reason for Rejection ADDITIONAL INFORMATION: Please provide additional information you feel will further explain y9uraciod and honest efforts to obtain MBE participation on this project. ......................... ......... AW -----------.......... .................. ........... ............ ........... ............. ............. ............................. The Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The Offeror also agrees to allow an audit and/ore ination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance shall create a material breach of IIVVV ATTACHMENT I C Page 4 of 3 contract and may result in a determination of an irresponsible offeror and debarment from participating in City work for a period of time not less than one (1) year. The undersigned certifies that the information provided and the IVIBE(s) listed was/were contacted in good faith. It is understood that any MBE(s) listed in Attachment I C will be P0 contacted "and the reasons for not using the will be verified by the City's MIWBE Office. Printed Signature 'Title Contact Name and Title(if different) S Company Name Phone Number Fax Number TV h 0— rA Address mail Address Lt —10 City/State/Zip Date Vk INK, JIM FORTWORTH City of Fort Worth Minority Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR BIDDERS APPLICATION OF POLICY If the total dollar value of the contract is greater than $50,000,then a MBE subcontracting goal may be applicable. If the total dollar value of the contract is$50,000 or less, then an MBE subcontracting goal is not us agelicable, POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of all goods and services. All requirements and regulations stated in the City's current Business Diversity Enterprise Ordinance applies to this bid. ary ..............m.._..__...___.__._.... .._.-................m._..................... .............. .............................. ...................................... MBE PROJECT GOALS rtt T"he City's IIMBIF goal on this project is............... % of the total bid(Base IbM applies to Parks and Community Serviices), .................................................... Note: If both MBE and SBE subcontracting goals are established for this project, then an Offeror must submit both a MBE Utilization Form and a SSE Utilization Form to be deemed responsive. ................... .................................................. .................................. .............._.__.......................................................................................................... COMPLIANCE TO BID SPECIFICATIONS ons On City contracts greater than $50,000 wheire a MBE Subcontracting goal is app4ed, bidder's are reciOred to comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the fokwirg., sus 1. Meet or exceed the above stated MBE goal through MBE su�bcontracting participation, or 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation, or; 3. Good Faith Effort documentation, on rs 4. Waiver documentation. SUBMITTAL OF REQUIRED DOCUMENTATION "rhe applicable documents must be received by the Managing Department, within the following times allocated, in order for the enbre bid to,be conside'red responsive to the specifications. The"Offerbr shall deliver the M8E,dqcuftmWon' Jp enpo'. Q 60:.app" ye ic'ei"t 'S h ad di e of the maria obtain" a6i6ifi ' reel iijic, t gin dopartrtient and pfsh' be evidefic "t at"th6tk,rc eived the dooun:1entation in'the taxi'e 61166ated. A fiaxed copy Witt not be accepted, e .................................................................................................................................................... ...................... I.. Subcontractor Utilization Form, if goal is received by 5-00 p,rri,, five (5) City business days afler, the bid ,-met or exceeded: ......- __o.R191.n.i.n.9.d..a.te, ex&JS�VP_Of the bil pening qq!e, .. . ..... ...._ _ _.. __' ' "- ' _.S1 ..............I.............................. 2. Good Faith Effort and Subcontractor received by 5::00 p,ni., five (5) City business days after the bid Utilization Form, rf participation rs less than opeNng date, exclusive of the bid opening date. stated nnnfoal ::,r_ ­_ 3. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after, the bid Utilization Forrn,JLno MBE p�� ci,�r). on�� op��!in date, exclusive of the bid 2penin ate .............................................. ........................................ ................................................... . 4. Prime Contractor Waiver Form, ii'you will received by 5:00 p.m., five (5) City business days after the bid perform all SUbcontractin u p.1 er wort . date, excIUSiVe of the 91 opf,ii D eninq date. p �i 1 ................................................ 219 __—................ ...... .................... rr Joint Venture Form, if utilize aj&it venture recewed by 5:00 p.rn., 'Five (5) City business days after the bid -to met t nn crrr'1..1 exceed_qo.aI,_.. ................... op-i jn_9 d.....a.......te, excl sive 0 f the i d op �nin ......................... FAILURE TO COMPLY WITH THE CITY'S BUSINESS DIVERSITY ENTERPRISE ORDINANCE, WILL RESULT'IN THE BID BEING CONSIDERED NON-RESPONSIVE TO SPECIFICATIONS Any questions, (please contact the M Office at(817) 212-2674. Rev.5/30/1,2 imp Al I ACHMENT IA IF FORT WORTH Page I o 5 f City of Fort Worth ryy,I S u bcontractors/SqpR!jt[a_gg!jgatic n F�rlTl I—PRfffff W k_V_hwhhF„ "T a-pp-lic-a-bie block-to-des---cr-l-bie prime WILLIAM J.SCHULTZ,INC.DBA CIRCLE C CONSTRUCTION ..................... ............ .......... ............ E NON-M/W/DBE D L B WATER AIN EXTENSION, REPLACEMENTS&RELOCATIONS CT. 2015A BID DATE 10-1-15 ............-1...................................................................................................... 0_1.�Hie's'M_,1W__B,_E­_Pro,je_ct­iJ_6 11-1z'""a fl_o_,n,: _PR0__J_-EC-T A 0""M­B,E_R 02701 7% 3% City's MfWBE Project GoW: ..........­­­ .... ­ ................. ............ .......... . ......... ............... ........... ............................ ............ .......... . ........ Identify ill subcontractors/suppliers you will use on this project Failure to complete this form, in its entirety with requested documentation, and received by the Managing Depailment on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date, will result in the bid being considered non-responsive to bid specifications. The undersigned Offeror agrees to enter into a formal agreement with the M/WBE firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth, The intentional and/or knowing ,misrepresentation of facts is grounds for consideration of disqualification and will result In the bid being �001 considered non-responsive to bid specifications MfWBEs listed toward meeting the project goal must be located in the nine (9)county marketplace or currently doing business in the marketplace at the time of bid. Marketp ace is the geographic area of I arrant, Parker, Johnson, Colifin, Dallas, Denton, Eflis, Kaufman aind FZockwaH counties. MR ............ .......... ......I..................... .............. Ideiftify each Tier level. Tier is the level of subcontractla!�beiow the prime contractor, i.e., a direct payment from the prime contractor to a subcontractor is considered,,1 st tier, a payment by a subcontractor to its supplier is considered 2nd tier ............... . ... ................... ALL MfWBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located or dofing business at the time of bid opening within the Marketpiace, that have been determined to be bonafide minority or women businesses by the North Central Texas Region Cei al rtification Agency (NCTRCA), or the"Texas Department of Jr ranspoilation ('rX DOT), highway division I. Disadvantaged Business Enterprise (DBE) is synonymous with KnorityNVomen Business Ernterprise(MNVBE), ............ .. ................... . .........­.­............ .......I............. ....................___........................ ............ ........................................ If hauling services are utilized, the prime will be given credit as long as the MNVBE Hsted owns and operates at least one fully licensed and operational truck to be used on the contract. The MNVBE may lease trucks from another MNVBE firrn, including MIWBE owner•operators, and receive full MNVBE credit. The MNVBE may lease trucks from non-M/VVBEs, Including owner-operators, but will orfly receive credit for the fees and conirnissions earnedm b the M/WBE as outlined in the lease agreement. ­y.............. iease�aq_ ATTACHMElfl to Page 2 of 5 FORT WORTH -------- - ----- Primes are required to klentify ALL subcontractors/suppliers,regardless of status" i.e., Minot-fty,Wornen and non-P&WBEs. PVease list MNVBE firrns first, use additional sheets if necessary, Certification N PAP (check one) 0 SUBCONTRACTORISUPPLIER T—- n Company Name i N T Detail Detail Address e M W C X M Subcontracting or Supplies Purchased DollarArnount Telephone/Fax r B B T R 0 B E E C "r E - I A COWTOWN R MIX 1 X SUPPLYIN N C RETE $ 60,000.00 CONCRETE MATERIAL P.O. BOX 162327 FORT WORTH, TX 76161 ............ .............. RICOCHET FUEL DI ST. 1 X SUPPLYING FUEL, OIL, & $ 100,000.00 1101-A BEDFORD RD. MATERIAL HYD, FLUID BEDFORD, TX 76002 ........... .............................. .............. .......... I��T TIC A LL—T R-E JN C H 1 SUPPLYING EQUIPMENT $ 12,000.00 SAFETY X RENTAL RENTAL 1602 E. P'l ST. IRVING, TX wo 75060 ---................... ............ ....................... _....... ...................... .................- PROGRESSIVE WASTE 1 x SANITATION TOILET S $ 1,800.00 SOLUTIONS 00 P.O. BOX 162479 FORT WORTH, TX '76161 ............ ..................... .................... AMERICAN 1 X SUPPLYING BARRICADES $ 10,000.00 BARRICADE CO. RENTAL.... 107 E. ENO N AVE. EVERMAN, TX 76140 ............... ............................................. ............ FRTII 1 PIPE AND PIPE $ 700,000.00 WATERWORKS X RELATED 1705 CYPRESS T. ON T, HALT OM CITY, TX PRODUCTS 76117 FbI11'WORTH -- ............................... .......... ............... ......................... Primes are required to idenfify ALL sLibcoritrac;tors/sk.ippBire!rs, mgardless of status" u.e,, minonty,Wornen and non-MBEs. P ease fist M/WBE fir-irris first, use additbiv:0 sheets if necessary. ATTACHMENT1A Page 3 of 5 Imp Certification N (check one) n SUBCONTRACTORISUPPLIER T Detail Detail Company Name i N 'T Address e M W C X M Subcontracting Work Supplies Purchased Dollar Amount Telephone/Fax r B B T D Vy E E R 0 B C T E CROUCH SAND & 1 X SUPPLYING SAND $ 7,500000 GRAVEL MATERIAL 618 S. BELTLINE RD. IRVING, TX 75060 ARCO CONTRACTOR I X SUPPLYING MISC. JOB $ 10,800.00 SUPPLY MATERIAL RELTATED 2305 LUDELLE ST. PRODUCTS FORT WORTH, TX 76105 ..................... THE HOME DEPOT 1 X SUPPLYING MI SC. JOB $ 9,500,00 Ww" DEPT 32-2502076678 MATERIAL RELATED P.O. BOX 6031 PRODUCTS LAKES, NV. 88901 ............ --UNITED-RENTAL-I-NC.---l---------' X RENTAL EQUIPMENT $ 36,000.00 3120 SPUR 482 RENTAL SUITE B IRVING, TX. 75062 ............... ................... J ILL 1 INSURANCE BONDING $ 40,000.00 ASSOC. X P.O. BOX 7214 FT. WORTH, TX. 76110 ..... ....... ............ ....... APAC TEXAS, INC. 1 X SUPPLYING ASPHALT 5,000.00 POP P.O. BOX 224048 MATERIAL I DALLAS, TX 75222 MAP ........................ ........... 0 IMP D— rfqnfell ATTACHMENTIA Page 4 of 5 ............................ ....... .......... ............. ................................. ... .................................. ............ ................----------------......... .................................... .... ................................ 1 X $ PF FORTWORTH --- --------- Total Dollar Amount of MIWBE Subcontractors/Suppliers 60,000.00 Total Dollar Amount of Non-MIWBE Stibcontractors/Suppliers 932,600.00 TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPL,IERS 992,600.00 .... ....... . ......... .......................... ........... .............................................. ................. The Contractor,will not make additions, deletions, or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office Manager or designee through the submittal of a Request for Approval of ChangelAddition. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The contractor shall submit a detailed explanation of how the requested change/afttion or deletion will affect the committed MANBE goal, If the detail explanation is not submitted, it will affect the final compliance determination. ............................................­............. ...................... ............. ............... 7011 By affixing a signature to this 'form, the Offeror further, agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, lriciuding MAN/DBE(s) arrangements submitted with the Ibid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their corwipany, The Bidder agrees to allow the transmission of interyiews with owners, principals, officers, employees and applicable subcontractors/suppliers/contractors participating on the contract that will substantiate the actual work- performed by the M/WIDBE(s) on this contract, by an YIN authorized officer or ernployee of the City. Any intentional and/or knowing misrepresentaflon of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or I.-ocal laws concerning false statements, Any failure to comply with this ordinance and create a material breach of contract may result in a determination of an irresponsible OfferoN and barred from participating in City work for a period of firne not less than one (1) year. tN� rkad ''m Michele S. Lankford ......................................... Signature Printed signature Vice-President ... ......... .............. ............................................... .............. Contact NametTitre(if different) Circle C construction Co., 817­293.1863 FAX 817-293-1957 .1 _1.......................................... ....... 6_o_m_p­a`­ny "T"Oeptione and/or Fax P.O.BOX40328 m.faiiikford@clircleccoiistruction.com ­_ �............­__.............. ..................................................................... ...................._.......................... address E rnafl Address city/state/ up Date GC-6.07 Wage Rates Heavy and Highway- Construction Prevailing Wage PIF Rates 201 Commercial Construction Prevailing Wage Rates 2013 P O IN ,d CITY OF V:::DIRT WORTH M"r, FNCR'2N:15A �Rev�sed Jdly 1, 2011 2013 PREVAILING WAGE RATES (Heavy and Highway Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate Asphalt Distributor Operator $ 15,32 Asphalt PaAng hdact0ne Operator $ 1.3.99 M Asphalt Raker $ 1.169 Broorn or Sweeper Operator $ 11.74 Concrete WO-wr, Pay and Structures $ 1.4.1.2 YIN F Concrete pavement Finishing Machine Operator $ 16.05 Concrete Saw Operatoir $ 14A8 Crane Operator, Hydrauk 80 tons or less $ 18.12 Crane Operator, Lattice Boom 80'pons or I ess $ 17.27 Craine Operator, LatUce Boorn Over 80 Tons $ 20.52 Crawler Tractor Operatm $ 14.07 0" Electrician $ 19.80 Excavator Operator,150,000 pounds or less $ 17.19 MN Excavator Operator,Over 50,000 pounds $ 16.99 Hagger $ 10.06 Form Builder/Setter',Structures $ 1184 Form Setter, Pave ng&Curb $ 13.16 Foundation IDrM Operator,CraWeir Mounted $ 17.99 Foundation Drffl Operator,Truck Mounted $ 21.07 F:iront Eirud l oader Operator,3 CY or I ess $ 13.69 Front End Loader Operator,Over 3 CY $ 14.72 aborer,Cornmon $ 10.72 sN I aborer, Utifity $ 1232 Loader/Backhoe Operator $ 1.5-1.8 Mechanlc $ 17.68 Milling Machine Operator $ 14.32 Motor Grader Operator, Hine Grade $ 1.7A.9 Motor Grader Operator, Rough $ 1.6,02 Off Road IHauller $ 1.2,25 Pavement Marldrig Machkie Operator $ 1163 Npelayer $ 13.24 Reclakner'/PuNedzer Operator $ 11.01. Re infoircung Ste O Worker $ 1.6A.8 Rolkir Operator,Asphalt $ 13.08 Roller Opefator,Other $ 11.51 Scraper Operator $ 1.2.,95 Ser0cer $ :1.4.58 aava Sr•4ll Slipform Mact0ne Operator $ 15.96 Spreader Box Operator $ 1433 Truck.Driver Lowboy-Hoall $ 16.24 star 'riruck Driveir-transit-Mk $ 1.4.1.4 ITUck Driver,Shi&Axle $ 12311, Truck Driver,Sin&or Tandern Axle Dump ]FrUck $ 1.2.62 1"ruck 1Dr iver, 7"airrdern axle"T"ractor wfth.Sarni'rirafler $ 12.86 Welder $ 1.4.84 Work Zone Barricade Servicer $ 1.1.68 the IDaAS Bacon Act pii evaHing wage rates shown for Heavy and Highway cr.nstrucfloon projects were deter imum?d Iby the Urifted States Department of 11 all,)oraricicuiii-ii-erntasofSepte!iid,)(eir2O!l..3. lFhe tides and descripflonsfor the (lassfficaboins IHsted aire detafled In the AGC of 11exas'Standand Jolt Cbssfflczaflons and Der mxipbons for I filth day, TO IHeavy,Ufihth s,and hidustrial Ca 11StVUC1JM1 into P�xas. Page 1 of I � � � � 2013 PREVAILING WAGE RATES � (Commercial Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate � AC Mechanic $ 25.24 AC Mechanic Helper $ 13.67 Acoustical Ceiling Installer $ 16.83 � Acoustical Ceiling Installer Helper $ 12�70 BricNayer/S1oneK8ason $ 19.45 Bricklayer/Stone Mason Trainee $ 13.31 � BricNayer/S1oneK8ason Helper $ 10.91 Carpenter $ 17.75 Carpenter Helper $ 1432 � ConcreteCuLLer/Sawer $ 17.00 Concrete Cu1Ler/SavverHelper $ 11.00 Concrete Finisher $ 15.77 � Concrete Finisher Helper $ 11.00 Concrete Form Builder $ 15.27 Concrete Form Builder Helper $ 11.00 � Drywall Mechanic $ 15.36 Drywall Helper $ 12.54 ~� Drywall Taper $ 15.00 � � Drywall Taper Helper $ 11.50 Electrician (Journeyman) $ 19.63 Electrician Apprentice(He|per) $ 15.64 � Electronic Technician $ 20.00 Floor Layer $ 18.00 Floor Layer Helper $ 10.00 � � Glazier $ 21.03 Glazier Helper $ 12.81 ~� Insulator $ 16.59 � Insulator Helper $ 1131 Laborer Common $ 10.89 Laborer Skilled $ 14.15 � � Lather $ 12.99 Metal Building Assembler $ 16-00 `= Metal Building Assembler Helper $ 12.00 � � Metal Installer(K8isceUaneoud $ 13.00 Metal Installer Helper(K8isceUaneoud $ 11.00 Metal Stud Framer $ 16.12 � Metal Stud Framer Helper $ 12.54 Painter $ 16.44 �= Painter Helper $ 9.98 � � Pipefit1er $ 2122 Pipefit1erMe|per $ 15]9 ~� Plasterer $ 1627 � r Plasterer Helper $ I2.85 Plumber $ 21.98 Plumber Helper $ 15.85 � Reinforcing Steel Setter $ 12.87 � � r Page 1 of2 Reinforcing Steel Setter Helper 11.08 " Rooter 16.90 Roofer Helper 11.15 ~� Sheet Metal Worker $ 1b�]5 � ° Sheet Metal Worker Helper $ 1311 Sprinkler System Installer $ 19.17 Sprinkler System Installer Helper $ 14.15 � Steel Worker Structural $ 17.00 Steel Worker Structural Helper $ 13.74 � VVaterpnoofer $ 15.00 � Equipment Operators Concrete Pump $ 18.50 � Crane, OamsheeLBackhoa, Derrick, D'UneShovel $ 19.31 � Forklift $ 16.45 Foundation Drill Operator $ 22.50 � � Front End Loader $ 16.97 � Truck Driver $ 1677 ~� Welder $ 19.96 � Welder Helper $ 13.00 r The prevailing wage rates shown for Commercial construction projects were based nna salary survey conducted °= and published by the North Texas cnnstmctionmdustrv(paUzozz)|ndependent|vcnmpUedbytheLanesnrman n� Tmbht,puc Construction Group. The descriptions for the classifications listed are provided on the Tsxo's(The Construction Association)websxe. www.texoassouamon.nrg/chapter/waseraos.asp Page 2 of 2 � � � � � � w � � � v � � � � � , � � � GC-6.09 Permits and Utilities THIS PAGE LEFT INTENTIONALLY BLANK pill M, TIM "M POP CITY OF FORT WORTH MWERR2015A STANDARD CONSTRU(MON SPECIIF-IC A FION DOCUMEN FS City Project No, 07.701 Revised Ju�y 1, 2011 ww iyjuriYp "'C-6.24 Nondiscrimination THIS PAGE LEFT INTENTIONALLY B AN CITY OF FORT WORTH MWERR2015A v wwv gas? w� w w wrw�w ?wS , ..TG C T. C� � CUT iect INo, 02701 VON Revised Afly 1, 201 POW R-01 60 00 Product Requirements THIS P GE DEFT INTENTIONALLY BLAND t IMP to ow,uuy i '1fW' 1X„!911 STANDARD (.M.MUCHON SPECVIf°.l[CA.l..l0N DQ.)CUMENFS City Project No.. 02701 Reva d,.]Wy 1, 2011.