Loading...
HomeMy WebLinkAboutContract 49645 CITY SECRETARY LM CONTRACT N0. t FoRTWoRTH PSA 2346 S� Q� In .�1l13ya3Su10 CP A lb a ^ 0110,U10 O r Cr --- CP .o SMALL DIAMETER WATER MAIN EXTENSIONS, REPLACEMENTS & RELOCATIONS CONTRACT 2017 City Project No. 100993 W6 OFFICIAL RECORD CITY SECRETARY • FT.WORTH,TX CERTIFICATE OF INTERESTED PARTIES FORM 1295 loft Complete Nos.l-4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 2017-243676 Tejas Commercial Construction LLC Ft.Worth,TX United States I Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 08/01/2017 being filed. City of Fort Worth Date Acknowl ed: 3 Provide the identification numb4r used by the governmental entity or state agency to track or identify the contract,and provide a description of the services,goods,,or other property to be provided under the contract. City Project No.100993 Small Diameter Water Main Eft., Replmt&Relocations Contract 2017 Nature of interest 4 Name of Interested Party City,State,Country(place of business) (check applicable) controlling Intermediary Allen,Charles Ff.Worth,TX United States X i 5 Check only if there is NO Interested Party. ❑ 6 AFFIDAVIT I swear,or affirm,under penalty of perjury,that the above disclosure is true and correct. KiMLA SHELLEY Notary Public. State of Texas My Conwds'�ion Expires �. SEPTEMBER 18, 2010 Signature of authorized agent of contracting business entity AFFIX NOTARY STAMP/SEAL ABOVE Sworrw tnd subscribed before me,by the said this the day of "� , 20h1 to certify which,wftrt®ss my hand akdsew 6t#Le. V+ d �Jv/4: C l Signa re of officer administering oath Printed na a of officer administering oath Title of officer administe g oath Forms provided by Texas Ethics Commission www.ethics.state.ix.us Version V1.0.883 FORTWORTH PROJECT MANUAL .. FOR THE CONSTRUCTION OF SMALL DIAMETER WATER MAIN EXTENSIONS, REPLACEMENTS & RELOCATIONS CONTRACT 2017 - City Project No. 100993 Betsy Price David Cooke Mayor City Manager .. Kara L. Shuror Interim Water Director Prepared for The City of Fort Worth WATER DEPARTMENT — 2017 r 727X CITY OF FORT WORTH, TEXAS WATER DEPARTMENT SMALL DJA METER WATER MAIN EXTENSIONS,REPLACEMENTS& RELOCATIONS CONTRACT 2017 City Project No. 100993 SARA L.SHUROR INTERIMDIRECTOR WATER DEPARTMENT 2017 APP$a7" 4 6SL fL,( CHRIS HARDER,P.E.,ASSISTANTRECTOR,WATER DEPARTMENT APPROVED �J,,[ �an41. 1, 7 , TOMSHOLOLA,P.E.,ENGINEERING MANAGER,WATER DEPARTMENT RECOM.iVMND DATE FQRT WORTH, City of Fort Worth Standard Construction Specification Documents Adopted September 2011 00 00 00-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page I of 4 SECTION 00 00 00 TABLE OF CONTENTS Division 00- General Conditions 00 05 10 Mayor and Council Communication 00 05 15 Addenda 00 11 13 Invitation to Bidders 00 21 13 Instructions to Bidders 00 35 13 Conflict of Interest Affidavit 004100 Bid Form 00 42 43 Proposal Form Unit Price 00 43 13 Bid Bond 00 43 37 Vendor Compliance to State Law Nonresident Bidder 00 45 11 Bidders Prequalifications 00 45 12 Prequalification Statement 00 45 13 Bidder Prequalification Application 00 45 26 Contractor Compliance with Workers'Compensation Law ` 00 45 40 Minority Business Enterprise Goal 00 45 41 Small Business Enterprise Goal 00 52 43 Agreement 00 61 13 Performance Bond 00 61 14 Payment Bond 00 61 19 Maintenance Bond 00 61 25 Certificate of Insurance 007200 General Conditions 007300 Supplementary Conditions Division 01 - General Requirements 01 11 00 Summary of Work 01 25 00 Substitution Procedures 01 31 19 Preconstruction Meeting 01 32 16 Construction Progress Schedule 01 32 33 Preconstruction Video 01 33 00 Submittals 01 35 13 Special Project Procedures 01 45 23 Testing and Inspection Services 01 50 00 Temporary Facilities and Controls 01 55 26 Street Use Permit and Modifications to Traffic Control 01 57 13 Storm Water Pollution Prevention Plan 01 58 13 Temporary Project Signage 01 60 00 Product Requirements 01 66 00 Product Storage and Handling Requirements 01 70 00 Mobilization and Remobilization 01 71 23 Construction Staking and Survey 01 74 23 Cleaning 01 77 19 Closeout Requirements 01 78 23 Operation and Maintenance Data 01 78 39 Project Record Documents CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised February 2,2016 RELOCATIONS CONTRACT 2017 City Project No.100993 �" 000000-2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 4 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents Division 02-Existing Conditions 0241 14 Utility Removal/Abandonment Division 32-Exterior Improvements 3201 17 Permanent Asphalt Paving Repair 3201 18 Temporary Asphalt Paving Repair 32 17 23 Pavement Markings 3231 13 Chain Fences and Gates 32 31 26 Wire Fences and Gates 32 31 29 Wood Fences and Gates Division 33-Utilities 33 05 14 Adjusting Manholes, Inlets,Valve Boxes, and Other Structures to Grade 33 12 10 Water Services 1-inch to 2-inch 33 1211 Large Water Meters 33 1225 Connection to Existing Water Mains 331240 Fire Hydrants Division 34-Transportation 3471 13 Traffic Control Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's Buzzsaw site at: htps://proiectpoint.buzzsaw.com/client/fortworthgov/Resources/02%20- %20Construction%20Documents/Specifications Division 02-Existing Conditions 0241 15 Paving Removal Division 03- Concrete 03 30 00 Cast-In-Place Concrete 03 34 13 Controlled Low Strength Material(CLSM) 03 34 16 Concrete Base Material for Trench Repair Division 26-Electrical None Division 31 -Earthwork 313700 Riprap Division 32-Exterior Improvements 32 01 29 Concrete Paving Repair 32 11 23 Flexible Base Courses 32 13 20 Concrete Sidewalks,Driveways and Barrier Free Ramps 32 14 16 Brick Unit Paving CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised February 2,2016 RELOCATIONS CONTRACT 2017 "" City Project No.100993 000000-3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 4 32 16 13 Concrete Curb and Gutters and Valley Gutters 32 92 13 Hydro-Mulching, Seeding, and Sodding 32 93 43 Trees and Shrubs Division 33 -Utilities 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance Testing of Water Mains 33 05 10 Utility Trench Excavation,Embedment, and Backfill 33 05 16 Concrete Water Vaults 33 05 20 Auger Boring 33 05 22 Steel Casing Pipe 33 05 23 Hand Tunneling 33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 33 05 26 Utility Markers/Locators 33 05 30 Location of Existing Utilities -- 33 1105 Bolts,Nuts,and Gaskets 33 11 10 Ductile Iron Pipe 33 1111 Ductile Iron Fittings 33 11 12 Polyvinyl Chloride(PVC)Pressure Pipe 33 12 20 Resilient Seated Gate Valve 33 12 50 Water Sample Stations Division 34 -Transportation None Appendix GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions -- GC-4.04 Underground Facilities GC-4.06 Hazardous Environmental Condition at Site GC-6.06.1) Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities GC-6.24 Nondiscrimination -.. GR-01 60 00 Product Requirements END OF SECTION CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised February 2,2016 RELOCATIONS CONTRACT 2017 City Project No.100993 "' .. M&C Review Page 1 of 2 Official site of the City of Fort Worth,Texas CITY COUNCIL AGENDA FORTY 11 COUNCIL ACTION: Approved on 8/29/2017 -Ordinance No. 22849-08-2017 REFERENCE 1,_.,C-28353 60SMALLDWMERR2017- DATE: 8/29/2017 NO.: LOG NAME: TEJASC CODE: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: Authorize Execution of Contract with Tejas Commercial Construction, LLC, in the Amount of$750,000.00 for the Small Diameter Water Main Extensions, Replacements and Relocations Contract 2017, Provide for Additional Contract Costs and Contingencies for a Project Amount of$900,000.00 and Adopt Appropriation Ordinance (ALL COUNCIL DISTRICTS) RECOMMENDATION: It is recommended that the City Council: 1. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Water Capital Projects Fund from available funds in the amount of$900,000.00; and 2. Authorize execution of a contract with Tejas Commercial Construction, LLC, in the amount of $750,000.00 for the Small Diameter Water Main Extensions, Replacements and Relocations Contract 2017, with up to two renewals(City Project No.100993). DISCUSSION: The work to be performed under this contract consists extending, replacing and/or relocating small diameter water mains and water main services lines. The bid documents included a stipulation that the total quantities listed may not reflect actual quantities and that the amount budgeted for the project is$750,000.00. Final payments will be made based on actual measured quantities. The bid documents also included a stipulation giving the City the option to renew (subject to appropriated funding)this contract two times under the same terms, conditions and unit prices. This project will have no impact on the Water Department's operating budget when completed. Construction is expected to start October 2017 and be completed by October 2018 or when the contract amount is exhausted. M/ BE OFFICE: Tejas Commercial Construction, LLC, is in compliance with the City's BDE Ordinance by committing to five percent MBE participation. The City's MBE goal on this project is five percent. Additionally, Tejas Commercial Construction, LLC, is a certified M/WBE firm. The project is located in ALL COUNCIL DISTRICTS . FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in the current capital budget, as appropriated, of the Water Capital Projects Fund. The Fiscal Year 2017 Water Operating Fund budget includes appropriations of$31,636,073.00 for the purpose of providing Pay-As-You-Go funding for Sewer Capital projects. The Water Pay-As-You Go funding is exhausted for Fiscal Year 2017, so this project is being .,, funded with Sewer Pay-As—You-Go in order to award this contract this fiscal year.After this transfer for Fiscal Year 2017, the balance will be$585,221.00. http://apps.cfwnet.org/council 9/5/2017 M&C Review Page 2 of 2 Appropriations for the Small Diameter Water Main Extensions, Replacements and Relocations Contract 2017 Project are depicted in the table below: Existing Project FUND Appropriations Additional Appropriations Total* Water Capital $0.00 $900,000.00 $900,000.00 Projects Fund 56002 Project $0.00 $900,000.00 $900,000.00 Total 117 1 *Numbers rounded for presentation purposes. TO "'" Fund Department Account Project Program Activity Budget Reference# Amount I ID Year Chartfield 2 ••R FROM Fund Department Account Project Program Activity Budget Reference# Amount ID ID Year Chartfield 2 Submitted for City Manager's Office by: Jay Chapa (5804) Originating Department Head: Kara Shuror(8819) Additional Information Contact: Adolfo Lopez(7829) ATTACHMENTS 60SMALLDWMERR2017 TEJASC 1295 Form.pdf 60SMALLDWMERR2017-TAJASC 60 AO 17Rev.docx http://apps.cfwnet.org/council_packet/mc review.asp?ID=25049&councildate=8/29/2017 9/5/2017 CITY OF FORT WORTH WATER DEPARTMENT ENGINEERING SERVICES DIVISION ADDENDUM NO. 1 SMALL DIAMETER WATER MAIN EXTENSIONS,REPLACEMENTS & RELOCATIONS CONTRACT 2017 CITY PROJECT NO. 100993 RELEASE DATE:June 13,2017 INFORMATION TO BIDDERS: The Specifications and Contract Documents for the above mentioned project are revised and amended as follows: 1. In SECTION 00 42 43 PROPOSAL FORM;For clarification of Pay.Items 89 through 93, +.� the Descriptions Shall be revised as follows: 89 Meter Vault for 3-inch Meter . (Meter not included in Bid) 90 Meter Vault for 4-inch Meter (Meter not included in Bid) 91 Meter Vault for 6-inch Meter (Meter not included in Bid) 92 Meter Vault for 8-inch Meter (Meter not included in Bid) 93 Meter Vault for 10-inch Meter (Meter not included in Bid) wr 2. In SECTION 00 42 43 PROPOSAL FORM; as this contract is for small diameter(12-inch and smaller)the following Pay Items shall be deleted from the proposal: 97 16-inch Water Pressure Plug 151 16-inch DIP Sewer Pipe (Replacement at Variable Depths) - 152 15-inch PVC Sewer Pipe (Replaceipent at Various Depths) -R 3. In SECTION 015813 TEMPORARY PROJECT SIGNANGE; this specification shall include the following deviation: .. B.Deviations from the City of Fort Worth Standard Specification 1. Due to the unique nature of this contract Temporary Project Signage is not required. 4. In SECTION 32 0117 PERMANENT ASPHALT PAVING REPAIR; For clarification of this specification,the deviation shall be revised as follows: 2} Measurement for proposed service line to be from lip of gutter or edge of paving to the limit of the asphalt pavement repair for water or sewer lines. Please acknowledge receipt of the Addendum in the bid proposal and on the outside of the sealed envelope, w RECEIPT ACKNOWLEDGED: 45: �� KARA L.SHUROR 711//;7 INTERIM DIRECTOR,WATER DEPARTMENT By: J' Deeter,P.E., ater Department Engineering Services w .Mr CITY OF FORT WORTH WATER DEPARTMENT ENGINEERING SERVICES DIVISION ADDENDUM NO.2 SMALL DIAMETER WATER MAIN EXTENSIONS,REPLACEMENTS & RELOCATIONS CONTRACT 2017 CITY PROJECT NO. 100993 RELEASE DATE:June 29,2017 INFORMATION TO BIDDERS: w The Specifications and Contract Documents for the above mentioned project are revised and amended as follows: 1. In SECTION 00 1113 INVITATION TO BIDDERS; The Bid Opening Date will he 'u postponed from Thursday June 2.9,201.7 to Thursday July 6,2017 Please acknowledge receipt of the Addendum in the bid proposal and on the outside of the sealed envelope. RECEIPT ACKNOWLEDGED: KARA L. SHUROR INTERIM DIRECTOR,WATER DEPARTMENT l By: t/ _ 4m Deeter,P.E. Water Department Engineering Services r. w 001113-1 INVITATION TO BIDDERS Page 1 of 2 1 SECTION 00 11 13 2 INVITATION TO BIDDERS 3 RECEIPT OF BIDS .» 4 Sealed bids for the construction of SMALL DIAMETER WATER MAIN EXTENSIONS, 5 REPLACEMENTS & RELOCATIONS CONTRACT 2017,City Project no. 100993 will be 6 received by the City of Fort Worth Purchasing Office: 7 8 City of Fort Worth 9 Purchasing Division �. 10 1000 Throckmorton Street 11 Fort Worth,Texas 76102 12 until 1:30 P.M. CST,Thursday,June 29,2017,and bids will be opened publicly and read 13 aloud at 2:00 PM CST in the Council Chambers. 14 15 GENERAL DESCRIPTION OF WORK 16 The major work will consist of the(approximate)following: �. 17 18 Extension,Replacement& Relocation of Small Diameter Water Mains(12-inch and Less) 19 and Water Services. . 20 21 TIME PERIOD AND RENEWALS 22 The time period of this Agreement will be for one calendar year or the expiration of the funding, 23 whichever occurs last.The City reserves the right to renew the contract for up to two(2) 24 additional one calendar year time periods or up to two(2)additional funded expenditures of 25 $750,000.00 under the same terms,conditions and unit prices. The City shall provide at least 26 sixty(60)days' notice to the Contractor of the City's intent to renew. 27 28 PREQUALIFICATION 29 The improvements included in this project must be performed by a contractor who is pre- 30 qualified by the City at the time of bid opening. The procedures for qualification and pre- 31 qualification are outlined in the Section 00 21 13—INSTRUCTIONS TO BIDDERS. 32 33 DOCUMENT EXAMINATION AND PROCUREMENTS 34 The Bidding and Contract Documents may be examined or obtained on-line by visiting the City 35 of Fort Worth's Purchasing Division website at http://www.fortworthtexas.goy//purchasing/and ,. 36 clicking on the Buzzsaw link to the advertised project folders on the City's Buzzsaw site.The 37 Contract Documents may be downloaded,viewed, and printed by interested contractors and/or 38 suppliers. The contractor is required to fill out and notarize the Certificate of Interested 39 Parties Form 1295 and the form must be submitted to the Project Manager before the 40 contract will be presented to the City Council. The form can be obtained at 41 httys://www.ethics.state.tx.us/tec/1295-Info.htm. 42 43 Copies of the Bidding and Contract Documents may be obtained from: 44 Adolfo Lopez 45 Water Department,Design Services 46 927 Taylor Street 47 Fort Worth,Texas 76102 48 49 CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised December 22,2016 RELOCATIONS CONTRACT 2017 "" City Project No.100993 001113-2 INVITATION TO BIDDERS Page 2 of 2 "R 1 There is no cost for Bidding and Contract Documents 2 -. 3 CITY'S RIGHT TO ACCEPT OR REJECT BIDS 4 City reserves the right to waive irregularities and to accept or reject bids. 5 6 INQUIRIES 7 All inquiries relative to this procurement should be addressed to the following: 8 Attn: Adolfo Lopez, City of Fort Worth 9 Email: adolfo.lopez@fortworthtexas.gov 10 Phone: (817) 392-7829 11 AND/OR 12 Attn: Jim Deeter, P.E.,City of Fort Worth 13 Email: jim.deeterWortworthtexas.gov 14 Phone: (817) 392-7803 15 16 ADVERTISEMENT DATES 17 June 1,2017 18 June 8,2017 19 20 END OF SECTION CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised December 22,2016 RELOCATIONS CONTRACT 2017 City Project No.100993 002113-1 INSTRUCTIONS TO BIDDERS Page 1 of 9 1 SECTION 00 2113 2 INSTRUCTIONS TO BIDDERS 3 4 1. Defined Terms '! 5 6 1.1.Terms used in these INSTRUCTIONS TO BIDDERS,which are defined in Section 00 72 7 00 -GENERAL CONDITIONS. 8 9 1.2.Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the 10 meanings indicated below which are applicable to both the singular and plural thereof. — 11 12 1.2.1. Bidder: Any person,firm,partnership,company, association,or corporation acting 13 directly through a duly authorized representative, submitting a bid for performing ,. 14 the work contemplated under the Contract Documents. 15 16 1.2.2. Nonresident Bidder: Any person,firm,partnership,company,association,or 17 corporation acting directly through a duly authorized representative,submitting a 18 bid for performing the work contemplated under the Contract Documents whose 19 principal place of business is not in the State of Texas. 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)makes an award. 23 24 2. Copies of Bidding Documents 25 26 2.1.Neither City nor Engineer shall assume any responsibility for errors or misinterpretations 27 resulting from the Bidders use of incomplete sets of Bidding Documents. 28 29 2.2.City and Engineer in making copies of Bidding Documents available do so only for the ... 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 prequalified for the work types 36 requiring prequalification at the time of bidding. Bids received from contractors who are '® 37 not prequalified(even if inadvertently opened) shall not be considered. Prequalification 38 requirement work types and documentation are as follows: 39 40 3.1.1. Water and Sanitary Sewer—Requirements document located at; 41 https://vrojectpoint.buzzsaw.com/fortworthaov/Resources/02%20- 42 %20Construction%2ODocuments/Contractor%20EMualification/Water%20and%2 -- 43 OSanitary%2OSewer%2OContractor%20Prequalification%2OProgam/WSS%20pre 44 qual%20requirements.doc?public 45 .. 46 3.2.Each Bidder unless currently prequalified, must be prepared to submit to City within 47 seven(7)calendar days prior to Bid opening,the documentation identified in Section 00 48 45 11,BIDDERS PREQUALIFICATIONS. 49 CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised August 21,2015 RELOCATIONS CONTRACT 2017 "" City Project No.100993 002113-2 INSTRUCTIONS TO BIDDERS Page 2 of 9 1 3.2.1. Submission of and/or questions related to prequalification should be addressed to 2 the City contact as provided in Paragraph 6.1. 3 4 5 3.3.The City reserves the right to require any pre-qualified contractor who is the apparent low 6 bidder(s)for a project to submit such additional information as the City, in its sole 7 discretion may require, including but not limited to manpower and equipment records, 8 information about key personnel to be assigned to the project, and construction schedule, 9 to assist the City in evaluating and assessing the ability of the apparent low bidder(s)to 10 deliver a quality product and successfully complete projects for the amount bid within 11 the stipulated time frame. Based upon the City's assessment of the submitted 12 information, a recommendation regarding the award,of a contract will be made to the 13 City Council. Failure to submit the additional information, if requested, may be grounds 14 for rejecting the apparent low bidder as non-responsive. Affected contractors will be 15 notified in writing of a recommendation to the City Council. 16 17 3.4.In addition to prequalification,additional requirements for qualification may be required 18 within various sections of the Contract Documents. 19 20 4. Examination of Bidding and Contract Documents,Other Related Data,and Site 21 22 4.1.Before submitting a Bid,each Bidder shall: 23 24 4.1.1. Examine and carefully study the Contract Documents and other related data 25 identified in the Bidding Documents(including "technical data"referred to in 26 Paragraph 4.2.below). No information given by City or any representative of the 27 City other than that contained in the Contract Documents and officially 28 promulgated addenda thereto, shall be binding upon the City. 29 30 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general,local and 31 site conditions that may affect cost,progress,performance or furnishing of the 32 Work. 33 34 4.1.3. Consider federal, state and local Laws and Regulations that may affect cost, 35 progress,performance or furnishing of the Work. 36 37 4.1.4. Not Used 38 -- 39 4.1.5. Study all: (i)reports of explorations and tests of subsurface conditions at or 40 contiguous to the Site and all drawings of physical conditions relating to existing 41 surface or subsurface structures at the Site(except Underground Facilities)that 42 have been identified in the Contract Documents as containing reliable "technical 43 data" and(ii)reports and drawings of Hazardous Environmental Conditions,if any, 44 at the Site that have been identified in the Contract Documents as containing 45 reliable "technical data." 46 CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised August 21,2015 RELOCATIONS CONTRACT 2017 City Project No.100993 0021 13-3 INSTRUCTIONS TO BIDDERS ^^ Page 3 of 9 1 4.1.6. Be advised that the Contract Documents on file with the City shall constitute all of 2 the information which the City will furnish. All additional information and data 3 which the City will supply after promulgation of the formal Contract Documents 4 shall be issued in the form of written addenda and shall become part of the Contract 5 Documents just as though such addenda were actually written into the original 6 Contract Documents. No information given by the City other than that contained in 7 the Contract Documents and officially promulgated addenda thereto, shall be 8 binding upon the City. 9 10 4.1.7. Perform independent research, investigations,tests,borings, and such other means 11 as may be necessary to gain a complete knowledge of the conditions which will be 12 encountered during the construction of the project. On request,City may provide 13 each Bidder access to the site to conduct such examinations,investigations, 14 explorations,tests and studies as each Bidder deems necessary for submission of a 15 Bid. Bidder must fill all holes and clean up and restore the site to its former 16 conditions upon completion of such explorations,investigations,tests and studies. 17 18 4.1.8. Determine the difficulties of the Work and all attending circumstances affecting the 19 cost of doing the Work,time required for its completion, and obtain all information 20 required to make a proposal. Bidders shall rely exclusively and solely upon their 21 own estimates, investigation,research,tests, explorations, and other data which are 22 necessary for full and complete information upon which the proposal is to be based. 23 It is understood that the submission of a proposal is prima-facie evidence that the 24 Bidder has made the investigation,examinations and tests herein required. Claims 25 for additional compensation due to variations between conditions actually 26 encountered in construction and as indicated in the Contract Documents will not be 27 allowed. 28 .. 29 4.1.9. Promptly notify City of all conflicts,errors,ambiguities or discrepancies in or 30 between the Contract Documents and such other related documents. The Contractor 31 shall not take advantage of any gross error or omission in the Contract Documents, 32 and the City shall be permitted to make such corrections or interpretations as may 33 be deemed necessary for fulfillment of the intent of the Contract Documents. 34 35 4.2. Reference is made to Section 00 73 00—Supplementary Conditions for identification of: 36 37 4.2.1, those reports of explorations and tests of subsurface conditions at or contiguous to 38 the site which have been utilized by City in preparation of the Contract Documents. 39 The logs of Soil Borings, if any,on the plans are for general information only. 40 Neither the City nor the Engineer guarantee that the data shown is representative of 41 conditions which actually exist. 42 43 4.2.2. those drawings of physical conditions in or relating to existing surface and 44 subsurface structures (except Underground Facilities) which are at or contiguous to 45 the site that have been utilized by City in preparation of the Contract Documents. 46 CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised August 21,2015 RELOCATIONS CONTRACT 2017 "` City Project No.100993 0021 13-4 INSTRUCTIONS TO BIDDERS Page 4 of 9 .. 1 4.2.3. copies of such reports and drawings will be made available by City to any Bidder 2 on request. Those reports and drawings may not be part of the Contract 3 Documents,but the "technical data" contained therein upon which Bidder is entitled 4 to rely as provided in Paragraph 4.02. of the General Conditions has been identified 5 and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is 6 responsible for any interpretation or conclusion drawn from any "technical data" or 7 any other data,interpretations,opinions or information. 8 9 4.3.The submission of a Bid will constitute an incontrovertible representation by Bidder (i) -- 10 that Bidder has complied with every requirement of this Paragraph 4,(ii)that without 11 exception the Bid is premised upon performing and furnishing the Work required by the 12 Contract Documents and applying the specific means,methods,techniques, sequences or 13 procedures of construction(if any)that may be shown or indicated or expressly required 14 by the Contract Documents, (iii)that Bidder has given City written notice of all 15 conflicts,errors,ambiguities and discrepancies in the Contract Documents and the _ 16 written resolutions thereof by City are acceptable to Bidder,and when said conflicts, 17 etc., have not been resolved through the interpretations by City as described in 18 Paragraph 6.,and(iv)that the Contract Documents are generally sufficient to indicate 19 and convey understanding of all terms and conditions for performing and furnishing the 20 Work. 21 22 4.4.The provisions of this Paragraph 4, inclusive,do not apply to Asbestos, Polychlorinated 23 biphenyls(PCBs),Petroleum,Hazardous Waste or Radioactive Material covered by 24 Paragraph 4.06.of the General Conditions, unless specifically identified in the Contract 25 Documents. 26 27 5. Availability of Lands for Work,Etc. 28 29 5.1.The lands upon which the Work is to be performed,rights-of-way and easements for 30 access thereto and other lands designated for use by Contractor in performing the Work 31 are identified in the Contract Documents. All additional lands and access thereto 32 required for temporary construction facilities,construction equipment or storage of 33 materials and equipment to be incorporated in the Work are to be obtained and paid for 34 by Contractor. Easements for permanent structures or permanent changes in existing 35 facilities are to be obtained and paid for by City unless otherwise provided in the ~` 36 Contract Documents. 37 38 5.2.Outstanding right-of-way,easements, and/or permits to be acquired by the City are listed 39 in Paragraph SC 4.01 of the Supplementary Conditions.In the event the necessary right- 40 of-way,easements, and/or permits are not obtained,the City reserves the right to cancel 41 the award of contract at any time before the Bidder begins any construction work on the 42 project. 43 44 5.3. The Bidder shall be prepared to commence construction without all executed right-of- 45 way, easements, and/or permits,and shall submit a schedule to the City of how 46 construction will proceed in the other areas of the project that do not require permits 47 and/or easements. 48 49 CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised August 21,2015 RELOCATIONS CONTRACT 2017 City Project No.100993 0021 13-5 INSTRUCTIONS TO BIDDERS Page 5 of 9 1 6. Interpretations and Addenda 2 3 6.1.All questions about the meaning or intent of the Bidding Documents are to be directed to 4 City in writing on or before 2 p.m., the Monday prior to the Bid opening. Questions 5 received after this day may not be responded to. Interpretations or clarifications 6 considered necessary by City in response to such questions will be issued by Addenda 7 delivered to all parties recorded by City as having received the Bidding Documents. 8 Only questions answered by formal written Addenda will be binding. Oral and other 9 interpretations or clarifications will be without legal effect. 10 11 Address questions to: 12 13 City of Fort Worth 14 1000 Throckmorton Street 15 Fort Worth,TX 76102 16 Attn: Adolfo Lopez,Water Department 17 Fax: (817)392-2527 18 Email: adolfo.lopez@fortworthtexas.gov 19 Phone: (817)392-7829 20 21 ,,. 22 6.2.Addenda may also be issued to modify the Bidding Documents as deemed advisable by 23 City. 24 25 6.3.Addenda or clarifications may be posted via Buzzsaw at 26 https:Hproiecipoint.buzzsaw.conVclient/FortWorthgov/Infrastructure%2OProjects/10099 27 3%20- 28 %20Small%2ODiameter%2OWater%2OMain%2OExtensions,%20Replacements%20%26 29 %20Relocations%20Contract%202017/Bid%20Documents%20PackaQe 30 31 6.4.A prebid conference may be held at the time and place indicated in the Advertisement or 32 INVITATION TO BIDDERS. Representatives of City will be present to discuss the 33 Project. Bidders are encouraged to attend and participate in the conference. City will 34 transmit to all prospective Bidders of record such Addenda as City considers necessary 35 in response to questions arising at the conference. Oral statements may not be relied 36 upon and will not be binding or legally effective. 37 ... 38 7. Bid Security 39 40 7.1.Each Bid must be accompanied by Bid Bond made payable to City in an amount of five 41 (5)percent of Bidder's maximum Bid price on form attached, issued by a surety meeting 42 the requirements of Paragraphs 5.01 of the General Conditions. 43 CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised August 21,2015 RELOCATIONS CONTRACT 2017 �' City Project No.100993 002113-6 INSTRUCTIONS TO BIDDERS Page 6 of 9 -- 1 7.2.The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award 2 have been satisfied. If the Successful Bidder fails to execute and deliver the complete 3 Agreement within 10 days after the Notice of Award,City may consider Bidder to be in 4 default,rescind the Notice of Award,and the Bid Bond of that Bidder will be forfeited. 5 Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all 6 other Bidders whom City believes to have a reasonable chance of receiving the award -- 7 will be retained by City until final contract execution. 8 9 8. Contract Times 10 The number of days within which,or the dates by which,Milestones are to be achieved in 11 accordance with the General Requirements and the Work is to be completed and ready for 12 Final Acceptance is set forth in the Agreement or incorporated therein by reference to the 13 attached Bid Form. 14 15 9. Liquidated Damages 16 Provisions for liquidated damages are set forth in the Agreement. 17 18 10. Substitute and "Or-Equal" Items 19 The Contract,if awarded,will be on the basis of materials and equipment described in the 20 Bidding Documents without consideration of possible substitute or "or-equal" items. 21 Whenever it is indicated or specified in the Bidding Documents that a "substitute" or"or- 22 equal" item of material or equipment may be furnished or used by Contractor if acceptable to 23 City, application for such acceptance will not be considered by City until after the Effective 24 Date of the Agreement. The procedure for submission of any such application by Contractor 25 and consideration by City is set forth in Paragraphs 6.05A.,6.05B.and 6.05C.of the General 26 Conditions and is supplemented in Section 0125 00 of the General-Requirements. 27 28 11. Subcontractors,Suppliers and Others 29 30 11.1. In accordance with the City's Business Diversity Enterprise Ordinance No. 20020- 31 12-2011 (as amended), the City has goals for the participation of minority business 32 and/or small business enterprises in City contracts. A copy of the Ordinance can be 33 obtained from the Office of the City Secretary.The Bidder shall submit the MBE and 34 SBE Utilization Form, Subcontractor/Supplier Utilization Form,Prime Contractor 35 Waiver Form and/or Good Faith Effort Form with documentation and/or Joint �- 36 Venture Form as appropriate.The Forms including documentation must be received 37 by the City no later than 2:00 P.M.CST,on the second business days after the bid 38 opening date. The Bidder shall obtain a receipt from the City as evidence the 39 documentation was received. Failure to comply shall render the bid as non- 40 responsive. 41 42 11.2. No Contractor shall be required to employ any Subcontractor,Supplier,other person 43 or organization against whom Contractor has reasonable objection. 44 45 12. Bid Form 46 47 12.1. The Bid Form is included with the Bidding Documents; additional copies maybe 48 obtained from the City. " 49 CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised August 21,2015 RELOCATIONS CONTRACT 2017 City Project No.100993 •^ 002113-7 INSTRUCTIONS TO BIDDERS Page 7 of 9 1 12.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Form 2 signed in ink. Erasures or alterations shall be initialed in ink by the person signing 3 the Bid Form. A Bid price shall be indicated for each Bid item,alternative, and unit 4 price item listed therein. In the case of optional alternatives,the words "No Bid," 5 "No Change," or "Not Applicable" may be entered. Bidder shall state the prices, .. 6 written in ink in both words and numerals, for which the Bidder proposes to do the 7 work contemplated or furnish materials required. All prices shall be written legibly. 8 In case of discrepancy between price in written words and the price in written 9 numerals,the price in written words shall govern. 10 11 12.3. Bids by corporations shall be executed in the corporate name by the president or a .. 12 vice-president or other corporate officer accompanied by evidence of authority to 13 sign. The corporate seal shall be affixed. The corporate address and state of 14 incorporation shall be shown below the signature. 15 16 12.4. Bids by partnerships shall be executed in the partnership name and signed by a 17 partner, whose title must appear under the signature accompanied by evidence of 18 authority to sign. The official address of the partnership shall be shown below the 19 signature. 20 21 12.5. Bids by limited liability companies shall be executed in the name of the firm by a �. 22 member and accompanied by evidence of authority to sign. The state of formation of 23 the firm and the official address of the firm shall be shown. 24 25 12.6. Bids by individuals shall show the Bidder's name and official address. 26 27 12.7. Bids by joint ventures shall be executed by each joint venturer in the manner 28 indicated on the Bid.Form The official address of the joint venture shall be shown. 29 30 12.8. All names shall be typed or printed in ink below the signature. 31 32 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda,the numbers of 33 which shall be filled in on the Bid Form 34 35 12.10. Postal and e-mail addresses and telephone number for communications regarding the 36 Bid shall be shown. 37 .. 38 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of 39 Texas shall be provided in accordance with Section 00 43 37—Vendor Compliance 40 to State Law Non Resident Bidder. 41 42 13. Submission of Bids 43 Bids shall be submitted on the prescribed Bid Form,provided with the Bidding Documents, 44 at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, 45 addressed to Purchasing Manager of the City, and shall be enclosed in an opaque sealed 46 envelope, marked with the City Project Number, Project title,the name and address of 47 Bidder, and accompanied by the Bid security and other required documents. If the Bid is sent 48 through the mail or other delivery system,the sealed envelope shall be enclosed in a separate 49 envelope with the notation "BID ENCLOSED" on the face of it. 50 CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised August 21,2015 RELOCATIONS CONTRACT 2017 "° City Project No.100993 002113-8 INSTRUCTIONS TO BIDDERS Page 8 of 9 1 14. Modification and Withdrawal of Bids 2 3 14.1. Bids addressed to the Purchasing Manager and filed with the Purchasing Office 4 cannot be withdrawn prior to the time set for bid opening. A request for withdrawal 5 must be made in writing by an appropriate document duly executed in the manner 6 that a Bid must be executed and delivered to the place where Bids are to be submitted 7 at any time prior to the opening of Bids. After all Bids not requested for withdrawal 8 are opened and publicly read aloud,the Bids for which a withdrawal request has been 9 properly filed may, at the option of the City,be returned unopened. .. 10 11 14.2. Bidders may modify their Bid by electronic communication at any time prior to the 12 time set for the closing of Bid receipt. 13 14 15. Opening of Bids 15 Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An 16 abstract of the amounts of the base Bids and major alternates(if any)will be made available 17 to Bidders after the opening of Bids. 18 19 16. Bids to Remain Subject to Acceptance 20 All Bids will remain subject to acceptance for the time period specified for Notice of Award 21 and execution and delivery of a complete Agreement by Successful Bidder. City may, at 22 City's sole discretion,release any Bid and nullify the Bid security prior to that date. 23 24 17. Evaluation of Bids and Award of Contract 25 26 17.1. City reserves the right to reject any or all Bids, including without limitation the rights 27 to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids 28 and to reject the Bid of any Bidder if City believes that it would not be in the best 29 interest of the Project to make an award to that Bidder,whether because the Bid is 30 not responsive or the Bidder is unqualified or of doubtful financial ability or fails to 31 meet any other pertinent standard or criteria established by City. City also reserves 32 the right to waive informalities not involving price,contract time or changes in the 33 Work with the Successful Bidder. Discrepancies between the multiplication of units 34 of Work and unit prices will be resolved in favor of the unit prices. Discrepancies 35 between the indicated sum of any column of figures and the correct sum thereof will 36 be resolved in favor of the correct sum. Discrepancies between words and figures 37 will be resolved in favor of the words. 38 -- 39 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists 40 among the Bidders, Bidder is an interested party to any litigation against City, 41 City or Bidder may have a claim against the other or be engaged in litigation, , 42 Bidder is in arrears on any existing contract or has defaulted on a previous 43 contract,Bidder has performed a prior contract in an unsatisfactory manner,or 44 Bidder has uncompleted work which in the judgment of the City will prevent or 45 hinder the prompt completion of additional work if awarded. 46 CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised August 21,2015 RELOCATIONS CONTRACT 2017 City Project No.100993 '^ 0021 13-9 INSTRUCTIONS TO BIDDERS Page 9 of 9 1 17.2. City may consider the qualifications and experience of Subcontractors,Suppliers,and 2 other persons and organizations proposed for those portions of the Work as to which -- 3 the identity of Subcontractors,Suppliers,and other persons and organizations must 4 be submitted as provided in the Contract Documents or upon the request of the City. 5 City also may consider the operating costs,maintenance requirements,performance .� 6 data and guarantees of major items of materials and equipment proposed for 7 incorporation in the Work when such data is required to be submitted prior to the 8 Notice of Award. 9 10 17.3. City may conduct such investigations as City deems necessary to assist in the 11 evaluation of any Bid and to establish the responsibility,qualifications, and financial 12 ability of Bidders,proposed Subcontractors,Suppliers and other persons and 13 organizations to perform and furnish the Work in accordance with the Contract 14 Documents to City's satisfaction within the prescribed time. 15 16 17.4. Contractor shall perform with his own organization,work of a value not less than 17 35%of the value embraced on the Contract,unless otherwise approved by the City. 18 -- 19 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and 20 responsive Bidder whose evaluation by City indicates that the award will be in the 21 best interests of the City. 22 23 17.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not award 24 contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than 25 the lowest bid submitted by a responsible Texas Bidder by the same amount that a 26 Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a 27 comparable contract in the state in which the nonresident's principal place of 28 business is located. 29 30 17.7. A contract is not awarded until formal City Council authorization. If the Contract is 31 to be awarded, City will award the Contract within 90 days after the day of the Bid ^^� 32 opening unless extended in writing. No other act of City or others will constitute 33 acceptance of a Bid. Upon the contractor award a Notice of Award will be issued by 34 the City. 35 36 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 37 38 18. Signing of Agreement 39 When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the 40 required number of unsigned counterparts of the Agreement. Within 14 days thereafter 41 Contractor shall sign and deliver the required number of counterparts of the Agreement to 42 City with the required Bonds,Certificates of Insurance, and all other required documentation. 43 City shall thereafter deliver one fully signed counterpart to Contractor. 44 45 46 47 END OF SECTION CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised August 21,2015 RELOCATIONS CONTRACT 2017 City Project No.100993 w 00 35 13 BID FORM ' Page 1 of 1 SECTION 00 35 13 CONFLICT OF INTEREST AFFIDAVIT Each bidder, offeror, or respondent (hereinafter also referred to as "you") to a City of Fort Worth (also referred to as "City") procurement are required to complete Conflict of Interest Questionnaire (the attached CIQ Form) and Local Government Officer Conflicts Disclosure Statement (the attached CIS Form) below pursuant to state law. This affidavit will certify that the Bidder has on file with the City Secretary the required documentation and is eligible to bid on City Work. The referenced forms may also be downloaded from the website links provided below. hftp://www.ethics.state.tx.us/forms/CIQ.pdf http://www.ethics.state.tx.us/forms/CIS.pdf CIQ Form is on file with City Secretary ❑ CIQ Form is being provided to the City Secretary ,.R ❑ CIS Form is on File with City Secretary ❑ CIS Form is being provided to the City Secretary BIDDER: -- Tejas Commercial Construction, LLC By: Charles D. Allen P.O. Box 10395 Signature: ,�1� 0 River Oaks, TX Title: Vice President END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120327 Copy of 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13—Bid Proposal Workbook(002) CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For vendor or other person doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 1491, 80th Leg., Regular Session. OFFICE USE ONLY This questionnaire is being filed in accordance with Chapter 176,Local Government Code Date Received by a person who has a business relationship as defined by Section 176.001(1-a)with a local ,. governmental entity and the person meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7th business day after the date the person becomes aware of facts that require the statement to be filed. See Section 176.006,Local Government Code. A person commits an offense if the person knowingly violates Section 176.006, Local Government Code.An offense under this section is a Class C misdemeanor. 1 Name of person who has a business relationship with local governmental entity. 2 ❑ Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date the originally filed questionnaire becomes incomplete or inaccurate.) 3 Name of local government officer with whom filer has employment or business relationship. Name of Officer This section (item 3 including subparts A, B, C & D) must be completed for each officer with whom the filer has an employment or other business relationship as defined by Section 176.001(1-a), Local Government Code. Attach additional pages to this Form CIQ as necessary. A. Is the local government officer named in this section receiving or likely to receive taxable income, other than investment income, from the filer of the questionnaire? Yes F--] No B. Is the filer of the questionnaire receiving or likely to receive taxable income, other than investment income,from or at the direction of the local government officer named in this section AND the taxable income is not received from the local governmental entity? QYes Q No C. Is the filer of this questionnaire employed by a corporation or other business entity with respect to which the local government officer serves as an officer or director, or holds an ownership of 10 percent or more? F--] Yes QNo D. Describe each employment or business relationship with the local government officer named in this section. 4 Signature of person doing business with the governmental entity Date Adopted 06/29/2007 LOCAL GOVERNMENT OFFICER FORM CIS CONFLICTS DISCLOSURE STATEMENT (Instructions for completing and filing this form are provided on the next page.) This questionnaire reflects changes made to the law by H.B. 1491, 80th Leg., Regular Session. OFFICE USE ONLY This is the notice to the appropriate local governmental entity that the following local government officer has become aware of facts that require the officer to file this statement Date Received in accordance with Chapter 176,Local Government Code. 1 Name of Local Government Officer m, 2 Office Held 3 Name of person described by Sections 176.002(a)and 176.003(a), Local Government Code 4 Description of the nature and extent of employment or other business relationship with person named in item 3 5 List gifts accepted by the local government officer and any family member, excluding gifts described by Section 176.003(a-1), if aggregate value of the gifts accepted from person named in item 3 exceed$250 during the 12-month period described by Section 176.003(a)(2)(B) Date Gift Accepted Description of Gift Date Gift Accepted Description of Gift Date Gift Accepted Description of Gift (attach additional forms as necessary) 61 AFFIDAVIT I swear under penalty of perjury that the above statement is true and correct. I acknowledge that the disclosure applies to a family member(as defined by Section 176.001(2), Local Government Code)of this local government officer. I also acknowledge that this statement covers the 12-month period described by Section 176.003(a),Local Government Code. Signature of Local Government Officer AFFIX NOTARY STAMP / SEAL ABOVE Sworn to and subscribed before me,by the said this the day Of ,20 ,to certify which,witness my hand and seal of office. Signature of officer administering oath Printed name of officer administering oath Title of officer administering oath Adopted 06/29/2007 LOCAL GOVERNMENT OFFICER CONFLICTS DISCLOSURE STATEMENT Section 176.003 of the Local Government Code requires certain local government officers to file this form. A "local government officer" is defined as a member of the governing body of a local governmental entity; a director, superintendent, administrator, president, or other person designated as the executive officer of the local governmental entity; or an employee of a local governmental entity with respect to whom the local governmental entity has, in accordance with Section 176.005,extended the requirements of Sections 176.003 and 176.004. This form is required to be filed with the records administrator of the local governmental entity not later than 5 p.m. on the seventh business day after the date on which the officer becomes aware of the facts that require the filing of this statement. A local government officer commits an offense if the officer knowingly violates Section 176.003, Local Government Code.An offense under this section is a Class C misdemeanor. Please refer to chapter 176 of the Local Government Code for detailed information regarding the requirement to file this form. INSTRUCTIONS FOR COMPLETING THIS FORM The following numbers correspond to the numbered boxes on the other side. 1. Name of Local Government Officer. Enter the name of the local government officer filing this statement. 2. Office Held. Enter the name of the office held by the local government officer filing this statement. 3. Name of person described by Sections 176.002(a) and 176.003(a), Local Government Code. Enter the name of the person described by Section 176.002, Local Government Code with whom the officer has an employment or other business relationship as described by Section 176.003(a), Local Government Code. 4. Description of the nature and extent of employment or business relationship with person named in item 3. Describe the nature and extent of the employment or other business relationship with the person in item 3 as described by Section 176.003(a), Local Government Code. 5. List gifts accepted, excluding gifts described by Section 176.003(a-1), if aggregate value of the gifts accepted from person named in item 3 exceed$250. List gifts accepted during the 12-month period (described by Section 176.003(a), Local Government Code)by the local government officer or family member of the officer, excluding gifts described by Section 176.003(a-1),from the person named in item 3 that in the aggregate exceed$250 in value. 6. Affidavit. Signature of local government officer. Adopted 06/29/2007 0041 00 BID FORM Page 1 of 3 SECTION 00 41 00 BID FORM W TO: The Purchasing Manager c/o:The Purchasing Division 1000 Throckmorton Street City of Fort Worth, Texas 76102 FOR: SMALL DIAMETER WATER MAIN EXTENSIONS, REPLACEMENTS &RELOCATIONS CONTRACT 2017 `r City Project No.: 100993 Units/Sections: Water Improvements w 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification ,■, 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. .er 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process. .� b. "fraudulent practice"means an intentional misrepresentation of facts made(a)to influence the bidding process to the detriment of City(b)to establish Bid prices at artificial non-competitive levels, or(c)to deprive City of the benefits of free and open competition.. c. "collusive practice"means a scheme or arrangement between two or more Bidders,with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non-competitive levels. d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. SMALL DIAMETER WATER MAIN CITY OF FORT WORTH EXTENSIONS,REPLACEMENTS AND STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RELOCATIONS CONTRACT 2017 SIN Form Revised 20150821 City Project No.100993 0041 00 BID FORM .. Page 2 of 3 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: .. a. Water Improvements-Replacement of Small Diameter Water Mains(12-inch and Less) b..Lis.t work type here or space. c. List warts type here or space d. List work type here or space 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 365 days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete ** the Work{and/or achievement of Milestones}within the times specified in the Agreement. 5. Attached to this Bid r� The following documents are attached to and made a part of this Bid: a. This Bid Form, Section 00 41 00 b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form, Section 00 42 43 d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 e. MWBE Forms(optional at time of bid) f. Prequalification Statement, Section 00 45 12 g. Conflict of Interest Affidavit, Section 00 35 13 "If necessary, CIQ or CIS forms are to be provided directly to City Secretary h. Any additional documents that may be required by Section 12 of the Instructions to Bidders 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. SMALL DIAMETER WATER MAIN CITY OF FORT WORTH EXTENSIONS,REPLACEMENTS AND STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RELOCATIONS CONTRACT 2017 Form Revised 20150821 City Project No.100993 A 0041 00 BID FORM on Page 3 of 3 6.3. Total Bid Amount Total Bid $2,870,225.00 7. Bid Submittal This Bid is submitted on July 6, 2017 by the entity named below. Respectfully submitted, Receipt is acknowledged of the Initial following Addenda: Addendum No. 1: Pf1' .- (Signature) Addendum No. 2: C Addendum No. 3: Charles D.Allen Addendum No. 4: (Printed Name) Title: Vice President Company: Tejas Commercial Construction, LLC Corporate Seal: Address: P.O. Box 10395 River Oaks, TX ��+�� G� e. State of Incorporation: Texas _ c `• M:C Email: callen(a)teiasconstruction.net - _ 4& ® ;C too Phone: 817-901-8499 j• _ •, 2009 '��tJl�iiillft111111```` END OF SECTION w r er SMALL DIAMETER WATER MAIN CITY OF FORT WORTH EXTENSIONS,REPLACEMENTS AND STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RELOCATIONS CONTRACT 2017 Form Revised 20150821 City Project No.100993 004243 DID PROPOSAL Pore 10713 A SECCION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Project[tem Information Bidders Proposal w Bid List Item Specification Unit of Pay Item No. Section No. Bid Quantity Measurement Description Unit Price Bid Value WATER IMPROVEMENTS 1 0170.0102 01 7000 120 EA Work Order Mobilization Two Thousand Dollars No Cents $2000.00 $240,000.00 2 3311.0061 3311 12 200 LF 4-inch PVC Water Pipe Forty Dollars No Cents $40.00 $8,000.00 3 3311.0161 3311 12 800 LF 6-inch PVC Water Pipe am Fifty Dollars No Cents $50.00 $40,000.00 4 3311.0261 3311 12 1,600 LF 8-inch PVC Water Pipe aIr Fifty Five Dollars No Cents $55.00 $88,000.00 5 3311.0361 3311 12 400 LF 10-inch PVC Water Pipe art Sixty Dollars No Cents $60.00 $24,000.00 6 3311.0461 3311 12 400 LF 12-inch PVC Water Pipe Eighty Seven Dollars No Cents $87.00 $34,800.00 7 3311.0051 3311 10 100 LF 4-inch DIP Water �! Sixty Dollars No Cents $60.00 $6,000.00 8 3311.0151 3311 10 100 LF 6-inch DIP Water Sixty Dollars No Cents $80.00 $6,000.00 q 9 3311.0251 3311 10 100 LF 8-inch DIP Water Eighty Dollars No Cents $80.00 $8,000.00 If 10 3311.0351 3311 10 100 LF 10-inch DIP Water Eighty Dollars No Cents $80.00_ $8,000.00 e 11 3311.0451 3311 10 100 LF 12-inch DIP Water Dollars No Y Cents $90.00 $9,000.00 7 12 3305.2002 33 05 24 100 LF 8-inch Water Carrier Pipe, (DIP w/Stainless Steel Casing Spacers) Ninety Dollars No __ Cents $90.00 $9,000.00 SMALL DIAMETER WATIM MAIN CITY OF FORT WORTH EXTENSIONS.REPLACEMENTS AND STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RELOCATIONS CONTRALT 2017 Form RcA-d 30120120 CiM Pj tNo.IDW13 004243 BID PROPOSAL Page 2 er 13 lAalY SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application PMJWA Item Idormation Bidders Proposal Bid List Item Spwif.tim Unit of Pay Item No. Section No. Bid Quantile Measurement Description Unit Price Bid Value 13 3305.2003 33 05 24 100 LF 10-inch Water Carrier Pipe, (DIP w/Stainless Steel Casing Spacers) Ninety _Dollars } No Cents $90.00 $9,000.00 14 3305.2004 33 05 24 100 LF 12-inch Water Carrier Pipe, (DIP w/Stainless Steel Casing Spacers) Ninety Five _ Dollars No Cents $95.00 $9,500.00 15 3305.1002 33 05 22 100 LF 16-inch Casing by Open Cut, (Welded Steel) One Hundred Dollars Nb Cents $100.00 $10,000.00 16 3305.1003 33 05 22 100 LF 20-inch Casing by Open Cut, (Welded Steel) One Hundred Thirty Dollars s No Cents $130.00 $13.00 .00 I 17 3305.1004 33 05 22 100 LF 24-inch Casing by Open Cut, (Welded Steel) One Hundred Forty Dollars No Cents $140.00 $14,000.00 18 3305.1005 33 05 22 100 LF 30-inch Casing by Open Cut, (Welded Steep One Hundred Sixty Dollars No Cents $160.00 _$16,000.00 19 3305.1102 33 05 22 100 LF 16-inch Casing by Other Than Open Curt (Welded Steel w/Grout) Four Hundred Dollars IIS No Cents $400.00 $40,000.00 20 3305.1103 33 05 22 100 LF 20-inch Casing by Other Than Open Cut (Welded Steel w/Grout) Four Hundred Twenty Five Dollars No Cents $425.00 $42,500.00 21 3305.1103 33 05 22 100 LF 24-inch Casing by Other Than Open Cut (Welded Steel w/Grout) ' Four Hundred Twenty,Five___ Dollars No Cents $425.00 $42,500.00 ON 22 3305.1104 33 05 22 100 LF 30-inch Casing by Other Than Open Cut (Welded Steel w/Grout) Four Hundred Fifty _ Dollars No Cents $450.00 $45,000.00 MIMt 23 3312.3001 33 12 20 20 EA 4-inch Gate Valve Eight Hundred_.__.___Dollars _ No Cents $800.00 $16,000.00 q I 24 3312.3002 33 12 20 25 EA 6-inch Gate Valve One 7bousand__ Dollars No Cents $1.000.00 $25000.00 SMALL DIAMETER WATER MAIN CITY OF FORT WORTH EXTENSIONS.REPLACEMENTS AND STANDARD CONSTRUCTION SPECnTCATION DOCUMENTS RELOCATIONS CONTRACT 2017 I—R.-wd 20120120 City Prgw No 100993 004243 BID PROPOSAL P.P3of 13 SECTION 00 42 43 PROPOSAL FORM wt - UNIT PRICE BID Bidder's Application Pmjmt Item Information Biddces Ptopmml Bid List Item Specification Unit of Pay Ilam No. Section No. Bid QuantityUnit wemmt Desc�pa°n Unit Prim Bid Value 25 3312.3003 33 12 20 25 EA 8-inch Gate Valve t� Fifteen Hundred Dollars No Cents $1500.00 $37500.00 26 3312.3004 33 12 20 10 EA 10-inch Gate Valve Two Thousand Dollars No Cents $2,000.00 $20,000.00 27 3312.3005 33 12 20 10 EA 12-inch Gate Valve TwenW Eight Hundred Dollars No Cents $2,800.00 $28,000,00 28 3312.3101 33 12 20 5 EA 4-inch Cut-in Valve ttA� Seventeen Hundred Dollars No Cents $1,700.00 $8500.00 29 3312.3102 33 12 20 5 EA 6-inch Cut-in Valve Twenty Five Hundred Dollars No Cents $2,500.00 $12,500.00 30 3312.3103 33 12 20 5 EA 8-inch Cut-in Valve Thirty Two Hundred Dollars No Cents $3 200,00 $16,000.00 P } 31 3312.3104 33 12 20 5 EA 10-inch Cut-in Valve Thirty Five Hundred Dollars No Cents $3.500.00 $17,500.00 32 3312.3105 33 12 20 5 EA 12-inch Cut-in Valve Forty Five Hundred Dollars s r No Cents $4,500.00 $22,500.00 33 0241.1301 0241 14 5 EA Remove 4-inch Water Valve Four Hundred _Dollars No Cents $400.00 $2,000.00 34 0241,1302 0241 14 5 EA Remove 6-inch Water Valve Four Hundred Dollars Cents $400.00 $2,000.00 35 0241.1303 0241 14 5 EA Remove 8-inch Water Valve Four Hundred_ Dollars No Cents $400.00 $2,000.00 36 0241.1304 0241 14 5 EA Remove 10-inch Water Valve Four Hundred Fifty Dollars No Cents $450.00 $2,250.00 ++Mr .1� wIA SMALL DIAMETER WATER MAIN CrTYOFFORTWORTN FXTENSIONS.REPI.ACEMENTSAND STANDARD CONSTRUCTION SPECQICATION DOCUMENTS RELOCATIONS CONTRACT 2017 F—Rwi-d 20110120 Ciy Pysc�No.100993 00 42 43 BID PROPOSAL. PW 4 13 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Prga[It®Information Bidder's Proposal Bid List It.1 Pey It= Bid Sec6m No Bid Quentin• M unit Of t Dmiptim Unit Prig Bid Value 37 0241.1305 0241 14 5 EA Remove 12-inch Water Valve Eight Hundred Dollars No Cents $800.00 $4,000.00 38 3311.0001 3311 11 15 TONS Ductile Iron Fittings w/Restraint t� Eight Thousand Dollars No Cents $8,000.00 $120,000.00 39 3312.0001 33 12 40 20 EA Fire Hydrant Four Thousand _Dollars No Cents $4,000.00 $80,000.00 40 331240 20 VF Fire Hvdrant Bbl.Extension Four Hundred Dollars No _ Cents $400.00 $8,000.00 41 0241.1510 0241 14 5 EA Salvaqe Fire Hvdrant One Thousand Dollars No Cents $1,000.00 5 000.00 42 3312.4001 33 12 25 1 EA 6-inch x 4-inch Tapping Sleeve&Valve Two Thousand Dollars No Cents $2,000.00 $2,000.00 43 3312.4002 33 12 25 1 EA 6-inch x 6-inch Tapping Sleeve&Valve Eighteen Hundred Dollars No Cents $1,800.00 $1,800.00 44 3312.4003 33 12 25 1 EA 8-inch x 4-inch Tapping ¢i Sleeve&Valve Thirty Five Hundred Dollars No Cents $3,500.00 $3,500.00 op 45 3312.4804 33 12 25 1 EA 8-inch x 6-inch Tapping Sleeve&Valve Four Thousand Dollars No Cents $4,000.00 $4,000.00 46 3312.4005 33 12 25 1 EA 8-inch x 8-inch Tapping ew Sleeve&Valve Thirty Five Hundred Dollars No Cents $3,500.00 $3,500.00 47 3312.4101 33 12 25 1 I EA 10-inch x 4-inch Tapping Sleeve&Valve i Thirty Five Hundred Dollars No Cents $3,500.00 $3,500.00 48 3312.4102 33 12 25 1 EA 110-inch x 6-inch Tapping Sleeve&Valve Four Thousand Dollars No Cents 1 $4,000.00 1 $4,000.00 am SMALL DIAMETER WATER MAIN CTTYOF FORT WORT}L EXTENSIONS.REPLACEMENTS AND STANDARD CONSTRUCTION SPECInCATION DOCUMENTS RELOCATIONS CONTRACT MI 7 F—R-i d 20120120 Ciw PajeslNu ll/q)i 004243 BID PROPOSAL Pape!of 13 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal rrs� Bid List Ilan Specification Unit of Pay ltamen n No. Section No, Bid Q—tity Measuret Description, Unit Price Bid Valor 49 3312.4103 33 12 25 1 EA 10-inch x 8-inch Tapping Sleeve 8 Valve !� Four Thousand Dollars No Cents $4,000.00 $4,000.00 50 3312.4104 33 12 25 1 EA 10-inch x 10-inch Tapping Sleeve&Valve +� Thirty Eight Hundred Dollars No Cents $3,800.00 $3,800.00 51 3312.4105 33 12 25 1 EA 12-inch x flinch Tapping Sleeve&Valve . Thirty Five Hundred Dollars No Cents $3,500.00 $3.500.00 F- 6 2 3312.4106 33 12 25 1 EA 12-inch x 6-inch Tapping Sleeve 8 Valve Four Thousand Dollars 1w No Cents $4,000.00 $4.000.00 53 3312.4107 33 12 25 1 EA 124nch x 8-inch Tapping Sleeve&Valve Four Thousand Dollars No Cents $4,000.00 $4,000.00 54 3312.4108 33 12 25 1 EA 12-inch x 10-inch Tapping Sleeve&Valve 1 Four Thousand Dollars No Cents $4,000.00 $4,000.00 55 3312.4109 33 12 25 1 EA 12-inch x 12-inch Tapping Sleeve&Valve Forty Five Hundred Dollars No Cents $4,500.00 $4,500.00 56 3312.4110 33 12 25 1 EA 16-inch x 4-inch Tapping A Sleeve&Valve Thirty Five Hundred Dollars No Cents $3,500.00 $3.500.00 57 3312.4111 33 12 25 1 EA 16-inch x 6-inch Tapping Sleeve&Valve Four Thousand Dollars No Cents $4.000.00 $4,000.00 58 3312.4112 33 12 25 1 EA 16-inch x 8-inch Tapping Sleeve&Valve Forty Five Hundred Dollars No Cents $4500.00 $4,500.00 59 3312.4113 33 12 25 1 EA 16-inch x 10-inch Tapping Sleeve&Valve 1 Five Thousand Dollars 1 1 1 No Cents $5,000.00 $5,000.00 60 3312.4114 33 12 25 1 EA 16-inch x 12-inch Tapping Sleeve&Valve Sixty Five Hundred Dollars No Cents $6 500.00 1 $6,500.00 it w SMALL DIAMETER WATER MAIN CITY OF FORT WORTH EXTENSIONS.REPLACEMENTS AND STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RELOCATIONS CONTRACT 2017 I—Rid 20120120 City Pqw No.100993 OB 42 43 BID PROPOSAL Pyc 6 of 13 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Project It..Information Biddu's Proposal Bid List It= SI mifimtian Unit of Pry[tan No. Section No. Bid Quantity Measurement Descripd°n Unit Prim Bid Value 61 33 12 10 50 EA 3/4-inch Water Tap to Main Five Hundred Dollars No Cents $500.00 $25,000.00 62 33 12 10 100 LF 3/4-inch Copper Service Line Twenty Five Dollars No Cents $25.00 $2,500.00 63 33 12 10 100 LF 3/4-inch Private Water Service Fifty Dollars No Cents $50.00 $5,000.00 64 33 12 10 50 LF 3/4-inch Bored Water Service Thirty Five Dollars No Cents $35.00 $1750.00 65 3312.2003 33 12 10 50 EA 1-inch Water Tap to Main Eleven Hundred Dollars No Cents $1,100.00 55000.00 66 3312.2003 33 12 10 100 LF 1-inch Copper Service Line Forty Dollars No Cents $40.00 $4,000.00 s� 67 3312.2004 33 12 10 100 LF 1-inch Private Water Service Fifty Dollars No Cents $50.00 $5,000.00 68 3312.2002 33 12 10 50 LF 1-inch Bored Water Service 1N1 Sixty Five Dollars No Cents $65.00 $3,250.00 69 3312.2103 33 12 10 50 EA 1 1/2-inch Water Tap to Main Twenty Two Hundred Dollars No Cents $2,200.00 $110,000.00 70 3312.2103 33 12 10 100 LF 1 1/2-inch Copper Service Line A Fifty Dollars No Cents $50.00 $5,000.00 71 3312.2104 33 12 10 100 LF 1 1/2-inch Private Water Sevice e� Fifty Dollars No Cents $50.00 $5,000.00 72 3312.2102 33 12 10 50 LF 1 1/2-inch Bored Water Service Seventy Dollars No Cents $70.00 $3,500.00 SMALL DIAMETER WATER MAIN CITY OF FORT WORTS{ EXITNSIONS.REPLACE MENIS AND STANDARD CONSTRUCnON SPECIFICATION DOCUMENTS RELOCATIONS CONrmcr 2017 From Rwiwd 20120120 Cih Ryml W.100'193 00424! BID PROPOSAL P.V 7 l! am SECTION 00 42 43 PROPOSAL FORM arrT UNIT PRICE BID Bidder's Application Project ltem Information Bidders Pmpmal aas Bid List Item SpecificationUnit of Pry It® No. Section No. Bid Qaantiry mmorernont �mptioo Unit Prim Bid Volae 73 3312.2203 33 12 10 50 EA 2-inch Water Tap to Main on Twenty Five Hundred Dollars No Cents $2,500.00 $125,000.00 74 3312.2203 33 12 10 100 LF 2-inch Copper Service Line Fifty Dollars No Cents $50.00 5 000.00 75 3312.2204 3312 10 100 LF 2-inch Private Water Sevice Sixty Dollars No Cents $60.00 $6,000.00 76 3312.2202 33 12 10 50 LF I2-inch Bored Water Service 1 Eighty Dollars No Cents I $80.OU $4,000.00 I 77 3312 10 25 EA 3/4-inch 8 1-inch PVC(Type A) Meter Box(Furnish 8 Set) Two Hundred F'rfty Dollars No Cents 250.00 $6,250.00 78 33 12 10 25 EA 1 1/2-inch 8 2-inch PVC(Type B) Meter Box(Furnish 8 Set) Four Hundred Dollars No Cents $400.00 I $10.000.00 79 3312 10 10 EA Bullhead PVC(Type C) Meter Box(Furnish 8 Set) Three Hundred Dollars No Cents $300.00 $3,000.00 80 33 12 10 2 EA 1-inch Multiple Service Branch Five Hundred Dollars No Cents $500.00 $1,000.00 81 33 12 10 2 EA 11 1/2-inch Multiple Service Branch IIMIr Five Hundred Dollars No Cents 500.00 $1,000.00 82 33 12 10 2 I EA 2-inch Multiple Service Branch Seven Hundred Dollars No Cents $700.00 $1,400.00 83 33 12 10 5 EA Relocate 3/44nch Water Meter Five Hundred Dollars No Cents $500.00 $2,500.00 84 33 12 10 5 EA Relocate 1-inch Water Meter Five Hundred Dollars No Cents $500.00 $2,500.00 !IN SMALL DIAMETER WATER MAIN CRY OF FORT WORTH EXTENSIONS.REPLACEMENTS AND STANDARD CONSIAUCTION SPECIFICATION DOCUMENTS RELOCATIONS CONTRACT 2017 I—R�2012x120 Cary Prjs No.100991 OD 42 J3 BID PROPOSAL Paplufll SECTION 00 42 43 PROPOSAL FORM +ill UNIT PRICE BID Bidder's Application Project Itan Information Bidder's Proposal Bid List Item specification Unit of pay lmm No. Section No. Bid Quantity MeasmemaLL D—dalton Unit Prim .Bid value 85 33 12 10 5 EA Relocate 1 1/2-inch Water Meter tw Six Hundred Dollars No Cents $600.00 $3,000.00 86 33 12 10 5 EA Relocate 2-inch Water Meter Seven Hundred Dollars No Cents $700.00 $3,500.00 87 33 12 10 5 EA Sprinkler System Backflow Preventer Relocation , One Thousand Dollars No Cents $1.000.00 $5,000.00 88 3304.0102 330430 1,500 LF 2-inch Temporary Water Services asp Eight Dollars No Cents $8.00 $1Z000.00 89 3312.2801 33 12 11 10 EA 3-inch Water Meter and Vault Nine Thousand Dollars No Cents $9,000.00 $90,000.00 90 3312.2802 33 12 11 10 EA 4-inch Water Meter and Vault Fourteen Thousand Dollars No Cents $14,000.00 $140000.00 91 3312.2803 33 12 11 10 EA 6-inch Water Meter and Vault Fourteen Thousand Dollars No Cents $14,000.00 $140,000.00 Itil 92 3312.2804 33 12 11 5 EA 8-inch Water Meter and Vault Seventeen Thousand Dollars No Cents $17,000,00 $85,000,00 93 3312.2805 33 12 11 5 EA 10-inch Water Meter and Vault Seventeen Thousand Dollars No Cents $17,000.00 $85,000.00 94 0241.1602 0241 14 5 EA Remove Concrete Water Vault tib Two Thousand Dollars No Cents $2,000.00 $10,000.00 95 3312.0002 33 12 50 5 EA Water Sampling Station till Thirteen Hundred Dollars No Cents $1,300.00 $6,500.00 96 0241.1118 0241 14 10 EA 4-inch to 12-inch Water Pressure Plug Eight Hundred Dollars No Cents $800.00 $8,000.00 aai +Rta SMALL DIAMETER WATER/RAIN CITY OF FORT WORTH EXTENSIONS.REPLACEMENTS AND STANDARD CONSrRIICnON SPECIF (U ICATION DOCUMENTS RELOCATIONS CONTRACT 2017 Faro Ra.i.W 20120120 Cit,Plj-Nn 100991 OR 004243 BIDPROPOSAL Pole 9 of I3 a/ SECTION 00 42 43 PROPOSAL FORM ru UNIT PRICE BID Bidder's Application Prgem Item Inrwmation Biddu's Plopwal Bid List It® spWificauon Unit of P.Y.It® No. Section No. Bid Quentiry Meas,nement Deaaiptial Unit Pria Bid Value 97 0241.1106 0241 14 5 EA 16-inch Water Pressure Plug r DELETED Dollars Cents 98 33 05 10 50 LF Water Main Extra Depth (>than 1'of Standard Depth) Ten Dollars No Cents $10.00 $500.00 99 3305.0109 33 05 10 100 LF Trench Safety Three Dollars No Cents $3.00 $300.00 100 3305.0103 33 05 30 5 EA Exploratory Excavation of Existing Utilites(0'-5') Twelve Hundred Dollars No Cents $1200.00 $6,000.00 101 3305.0103 33 05 30 5 EA Exploratory Excavation of Existing Utilities(5'-1(Y) 1 Eighteen Hundred Dollars No Cents $1,800.00 $9,000.00 102 3305.0103 33 05 30 5 EA Exploratory Excavation of Existing Utilities(1(Y-20') Three Thousand Dollars No Cents $3000.00 $15,000.00 �. 103 3305.0116 33 05 10 25 CY Concrete Encasement for Utility Pipes One Hundred Sixty Five Dollars No Cents $165.00 $4,125.00 104 3305.0203 33 05 10 100 CY Imported Embedment/Backfill, CLSM(Fklwable Fill) � One Hundred Thirty Dollars No Cents $130.00 $13,000.00 105 3137.0101 31 3700 10 SY Concrete Rip-Rap One Hundred Fifty Dollars No Cents $150.00 $1500.00 106 3137.0202 313700 10 SY Large Stone Rip-Rap,Dry rj One Hundred Twenty Five Dollars No Cents $125.00 $1,250.00 107 3137.0103 31 3700 10 SY Large Stone Rip-Rap,Grouted Two Hundred Twenty Five Dollars 17 No Cents $225.00 $2,250.00 108 3292.0100 32 92 13 100 SY Block Sod Placement Ten Dollars 1< No Cents $10.00 $1,000.00 7 11I1I1 SMALL DIAMETER WATER MAIN CRY OF FORT WORTH EXTENSIONS REPLACEMENTS AND STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS REIACATIONS CONTRACT2017 J_Rsvimd 3012 0170 City Rqm Nn 100993 OR 00 42 43 BID PROPOSAL. Pw 10 or IJ so SECTION 00 42 43 PROPOSAL FORM am UNIT PRICE BID Bidder's Application Project item Information Bidder's Pmpml II® Bid List It.. Speofi-ioo Bid Unit of No. Sodion No. Miry Measure t Description Unit Pria Bid V.I. 109 3292.0400 32 92 13 100 SY Seeding,Hydromulch Five Dollars No Cents $5.GO $500.00 110 3201.0151 3201 17 200 LF Asphalt Pavement Repair, Water Service ■II' Forty Five Dollars No Cents $45.00 $9-000.00 111 3201.0111 3201 17 500 LF 4-foot Wide Asphalt Pavement Repair,Residential Fifty Dollars No Cents $50.00 $25,000.00 112 3201.0112 3201 17 500 LF 5-foot Wide Asphalt Pavement (Repair,Residential I Sixty Dollars III No Cents $60.00 $30,000.00 113 3201.0113 3201 17 500 LF 6-foot Wide Asphalt Pavement Repair,Residential Seventy Dollars No Cents $70.00 $35,000.00 114 3201.0121 3201 17 500 LF 4-foot Wide Asphalt Pavement Repair,Arterial Fifty Five Dollars No Cents $55.00 $27,500.00 115 3201.0122 3201 17 500 LF 5-foot Wide Asphalt Pavement Repair,Arterial Sixty Five Dollars No Cents $65.00 $32,5W.00 116 3201.0123 3201 17 500 LF 6-foot Wide Asphalt Pavement Repair,Arterial Seventy Five Dollars No Cents $75.00 $37,500.00 117 3201.0131 3201 17 500 LF 4-foot Wide Asphalt Pavement Repair,Industrial Fifty Five Dollars No Cents $55.00 $27,500X0 118 3201.0132 3201 17 500 LF 5-foot Wide Asphalt Pavement Repair,Industrial 111b Sixty Five Dollars No Cents 5.00 $32,500.00 119 3201.0133 3201 17 500 LF 6-foot Wide Asphalt Pavement Repair,Industrial r� Eighty Dollars No Cents $80.00 $40,000.00 120 3201.0201 3201 17 500 SY Asphalt Pavement Repair Beyond Defined Width,Residential me Thirty Dollars No Cents $30.00 $15,000.00 AI! ataa SMALL DIAMETER WATER MAIN CITY OF FDRT WORTH EXTENSIONS.REPLACEMENTS AND STANDARD CONSRHICTION SPECIFICATION DOCIMFNIS RELOCATIONS CONTRACT 2017 I—Revd 20120120 City Pnja Na 100993 004243 BID PROPOSAL Page 11 er 13 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application P(v ect It..Inrorm tion Bidders Proposal Pay Bid List Item specificationUnit of Item No. Section No. Bid Quantity Measurementon Unit Price Bid Value 121 3201.0202 3201 17 500 SY Asphalt Pavement Repair Beyond Defined Width,Arterial Thirty Dollars No Cents $30.00 $15,000.00 122 3201.0203 3201 17 500 SY Asphalt Pavement Repair Beyond Defined Width,Industrial Forty Dollars No Cents $40.00 $20,000.00 123 3201.0301 3201 17 100 SY 2-inch Extra Width Asphalt Pavement Repair Eighteen Dollars OR No Cents $18.00 $1800.00 124 3201.0302 3201 17 100 SY 3-inch Extra Width Asphalt Pavement Repair Twenty Dollars No Cents $20.00 $2.000.00 7 125 3201.0303 3201 17 100 SY 4-inch Extra Width Asphalt Pavement Repair Twenty Five Dollars No Cents $25.00 $2.500.00 126 3201.0400 32 01 18 100 LF Temporary Ashalt Pavement !1 Repair Twenty One Dollars No Cents $21.00 $2,100.00 127 3211.0112 32 11 23 50 SY 6-inch Flexible Base, Type B,GRA Eighteen Dollars No Cents $18.00 $900.00 128 3211.0122 32 11 23 50 SY 6-inch Flexibble Base Type B,GR-2 Twenty Dollars No Cents $20.00 $1000.00 129 3201.0614 32 01 29 300 SY Concrete Pavement Repair, Residential Eighty Five Dollars No Cents $85.00 $25,500.00 130 3201.0616 32 01 29 300 SY Concrete Pavement Repair, Arterial/Industrial Ninety Dollars No Cents $90.00 $27,000.00 131 32 01 29 300 SY Concrete Pavement Repair Beyond Defined Width,Residential Eighty Five Dollars 7 No Cents $85.00 $25,500.00 132 3201 29 100 SY Concrete Pavement Repair Beyond Defined Width.Arterial/Industrial Ninety Dollars No Cents1 $90.00 1 $9,000.00 • SMALL DIAMETER WATER MAIN CITY OF FORT WORTH EXTENSIONS REPLACEMENTS AND STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RELOCATIONS CONTRACT 2017 Form Rm d 20120120 Ciry Pmjm No.100993 00 42 43 BID PR0?0SAL P.,12413 SECTION 00 42 43 PROPOSAL FORM �. UNIT PRICE BID Bidder's Application Pro mt Item Information Bidders Proposal .wt Bid List Item Sp=riwlion Unit of Pay lo® No. SecUm No. Bid QuaRUy Measore t DeacipUon Unit Prig Bid Value 133 3214.0300 32 14 16 100 SY Brick Pavement Repair One Hundred Dollars No Cents $100.00 $10,000.00 134 3214.0600 32 14 16 100 SY Brick Pavement Repair (City Supplied) Ninety Dollars No Cents $90.00 $9,000.00 6' 135 3216.0101 32 16 13 500 LF 6-inch Concrete Curb&Gutter, Repalcement Thirty Five Dollars Will No Cents $35.01; $17,500.00 136 32 16 13 500 LF 6-inch Concrete Curb&Gutter Attached to Concrete Pavement,Replacement Twenty Five Dollars No Cents $25.00 $12,5oaoo 137 3216.0301 32 16 13 50 SY 94nch Concrete Valley Gutter, Residential Eighty Dollars No Cents 0.00 $4,000.00 40 138 3216.0302 32 16 13 50 SY 11-inch Concrete Valley Gutter, Arterial/Industrial Ninety Five Dollars No Cents $95.00 $4.750.00 139 3213.0301 32 13 20 450 SF 4-inch Concrete Sidewalk Ten Dollars No Cents $10.00 $4,500,00 140 3213.0351 32 13 20 200 SF 44nch Concrete Sidewalk, Exposed Aggregate Twelve Dollars No Cents $12.00 $2,400.00 141 3213.0401 32 13 20 450 SF &inch Concrete Driveway Twelve Dollars No Cents $12.00 $5,400M 142 3213.0451 32 13 20 200 SF 6-inch Concrete Driveway, Exposed Aggregate Twelve Dollars No Cents $12.00 $2 400.00 143 3331.4112 3311 10 50 LF 6-inch DIP Sewer Pipe (Replacement at Variable Depths) Eighty Dollars II 1No Cents $80.00 1 $4,000.00 M1443331.4108 33 31 20 50 LF 6-inch PVC Sewer Pipe (Replacement at Variable Depths) Seventy Dollars No Cents $70.00 $3,500.00 O uwk 4� SMALL DIAMETER WATER MAIN CITY OF FORT WORT9I E%TENsioNs.REMACEMENTS AND STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS RELOCATIONS CONTRACT 2017 F—Reid 20120120 Ciy RqW Nu 100993 004243 BID PROPOSAL Pege 13 of 13 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Ptojmt Item Information Bidden Ropaaal NY Bid List Item Specification Unit of Ilan No. Smtion No. Btd Quantity Mmstaxment �c pilon Unit Dice Bid Val 145 3331.4119 3311 10 50 LF 8-inch DIP Sewer Pipe (Replacement at Variable Depths) Ninety Dollars No Cents $90.00 $4,500.00 146 3331.4115 3331 20 50 LF 8-inch PVC Sewer Pipe (Replacement at Variable Depths) Seventy Five Dollars No Cents $75.00 $3,750.00 147 3331.4205 3311 10 50 LF 10-inch DIP Sewer Pipe (Replacement at Variable Depths) One Hundred Dollars No Cents $100.00 $5,000.00 148 3331.4201 33 31 20 50 LF 10-inch PVC Sewer Pipe (Replacement at Variable Depths) Seventy Five Dollars No Cents $75.00 $3,750.00 149 3331.4212 3311 10 50 LF 12-inch DIP Sewer Pipe (Replacement at Variable Depths) One Hundred Ten Dollars No Cents $110.00 $5,500.00 150 3331.4208 33 31 20 50 LF 12-inch PVC Sewer Pipe (Replacement at Variable Depths) Eighty Five Dollars No Cents $85.00 $4,250.00 151 3331.4222 3311 10 50 LF 16-inch DIP Sewer Pipe (Replacement at Variable Depths) DELETED Dollars Cents 152 3331.4215 33 31 20 50 LF 15-inch PVC Sewer Pipe (Replacement at Variable Depths) DELETED Dollars Cents 153 3471.0003 34 17 13 50 EA Traffic Control Details 4�1 Eleven Hundred Dollars No Cents $1,100.00 $55,000.00 154 50 EA Sheet Use Permit One Hundred Dollars no Cents $100.00 $5.000.00 tawr Total Bid $2,870,225.00 END OF SECTION on In SMALL DIAMETE WATER MAIN CITY OF FORT WORTH EXTENSIONS.REPLACEMENTS AND 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RELOCATIONS CONTNAC'r 20I7 Form NeA d 20120120 City P"*t N,.1o(M3 I .r ,_..P-- Endurance Endurance American Insurance Company Bid Bond Know all men by these presents: That we, the undersigned Tejas Commercial Construction,LLC. rs as Principal(hereinafter the"Principal"), and Endurance American Insurance Company 750 Third Avenue,2nd Floor,New York,NY 10017, a Delaware corporation (hereinafter the "Surety"), are held and firmly bound unto City of Fort worth 1000 Throckmorton,Fort Worth,TX.76121 (hereinafter the"Obligee")in the penal sum of Five Percent of the amount bid not to exceed thirty seven thousand five hundred Dollars , $750,000.00 , for the payment of which sum the Principal and Surety bind themselves, their heirs, executors, administrators,successors and assigns,jointly and severally,as provided herein. .. Whereas, the Principal has submitted a bid for Small Diameter Water Main Extensions,Replacements and Relocations Contract 2017 , Now,therefore, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with w the Obligee in accordance with the terms of such bid, and give.such bond or bonds as may be specified in the bidding or contract documents with good and sufficient surety for the faithful performance of such contract and for the prompt payment of labor and materials furnished in prosecution thereof,or in the event of the failure of the Principal to enter into such contract and give such bond or bonds,if the Principal shall pay to the Obligee the difference,not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may reasonably contract with another party to perform the work covered by said bid,then this obligation shall be null and void,otherwise to remain in full force and effect.The liability of the Surety hereunder shall in no event exceed the lesser of:(a)the penalty hereof;or (b) the,difference between the amount specified in the Principal's bid and any larger amount for which the Obligee reasonably contracts with another party to perform the work specified in the Principal's bid. Signed and sealed this 6th day of July 2017 Principal:Tejas Commercial Construction,LLC. By: �z ``+ytttuitirrrrrr��� Name&Title:Charles Allen,Vice President GOk Cioll$t-, '-i 0 :V ' ': Surety: Endurance Am ican Insurance Co pany • S , Op�\��tow Name:Chris Holt •••••••••.2O �� (Attorney-in-Fact) r Endurance American insurance Comoanv Page 1 of 1 SUR 0205 0716 ENDURANCE AMERICAN INSURANCE COMPANY POA1000005467 127 POWER OF ATTORNEY New 7(mw aQ9Ken 6'these Twent, that ENDURANCE AMERICAN INSURANCE COMPANY,a Delaware corporation(the"Corporation j,with offices at 750 Third Avenue, New York,NY 10017,has made,constituted and appointed and by these presents,does make,constitute and appoint CHRIS L.HOLT,JOE RODNEY DUCKWORTH its We and lawful Attomey(s)-in-fact,at AMARILLO in the State of TX and each of them to have full power to act without the other or others,to make,execute,seal and deliver for and on its behalf fonds,undertakings or obligations in surety or co-surety with others,also to execute and deliver on its behalf renewals,extensions,agreements,waivers,consents or "" stipulations relating to such aforesaid bonds,undertakings or obligations provided,however,that no single bond or undertaking so made,executed and delivered shall obligate the Corporation for any poition.of the penal sum thereof in excess of the sum of TEN MILLION Dollars($10,000,000). Suchbon undertakfngi for said purposes,when duly executed by said attomey(s)in-fact,shall be binding upon the Corporation as fully and to the same extent as if signed by the P=of the° nundar its corporate seal attested by its Corporate Secretary. This Appoirilrt�er# 'made under Mby authority of certain resolutions adopted by the Board of Directors of the Corporation by unanimous written consent on the21st day of July,2011 a copy of ivhrctf appears below u r the.heading entitled"Certificate' This Power of AttorWjsrj and sealed by facsimile under and by authority of the following resolution adopted by the Board of Directors of the Corporation by unanimous written consantan the 21st aey of uly,2011 and sl3ftf resolution has not since been revoked,amended or repealed: RESOLVED,that in granting powers of att"pursuant to certain resolutions adopted by the Board of Directors of the Corporation by unanimous written consent on the 21st day of July,201 f ft sire of such&6ttorrewcFolfficers and the seal of the Corporation may be affixed to any such power of attorney or any cerfificate relating thereto by facsimile,and any such power d i6AM- 4 r Cerafic beefing such facsimile signature or seat shag be valid and binding upon the Corporation in the future with respect to any bond or undertaking to which it is attadillm. a: This Power of Atm iMY,elrpire and all authority hereunder shall terminate without notice at 12:01 a.m.(Standard Time where said attomey(s)-in-fact is authorized to act.) December 7,2019 IN WITNESS WHEREOF,the Corporation has caused these presents to be duly signed and its corporate seal to be hereunto affixed and attested this 2nd day of November,2016 at New York,New York. yet (Corporate Seal) ENDURANCE AMERICAN INSURANCE COMPANY ATTEST—.,, "N •..�,.� 'X)' MJ"L'". By RICHARD M.APPEL,SENIOR VICE PRESIDENT BRIAN BEGGS,EXECUTIVE VICE PRESIDENT STATE OF NEW YORK ss:MANHATTAN COUNTY OF NEW YORK On the 2nd day of4Jovember,n2%16.before me personally came BRIAN BEGGS to me known,who being by me duly sworn,did depose and say that(s)he resides in NEW YORK,NEW YORK thatis)he i &EXIEGUTWE VICIz PRESIDENT of ENDURANCE AMERICAN INSURANCE COMPANY,the Corporation described in and which executed the above instrument that(s)h"noM the Val of;aid 62�9ration;that the seal affixed to said instrument is such corporate seal;that it was so affixed by order of the Board of Directors of said Corporation, and thq('(s)Wi,igne` l*4 narr"pretd,fly like order, (Notarial ftjr , r ,. Nicholas James Benenati,Notary Public•My Commission Expires 12107/2019 40:. *t'-- `r CERTIFICATE STATE OF 0AX,d�-"• r ^ .�'w ss:MANHATTAN COUNTY61rwt%T4"ffS�+``, ' I,CHRISTOPHE9 5PARRO thePRESIDENT of ENDURANCE AMERICAN INSURANCE COMPANY,a Delaware Corporation(the"Corporation j,hereby certify: 1. That the original power of attorney of which the foregoing is a copy was duly executed on behalf of the Corporation and has not since been revoked amended or modified;that the undersigned has compared the foregoing copy thereof with the original power of attorney,and that the same is a true and correct copy of the original power of attorney and of the whole thereof, 2. The following are resolutions which were adopted by the Board of Directors of the Corporation by unanimous written consent on 21st day of July,2011 and said resolutions have not since been revoked,amended or modified: "RESOLVED,that each of the individuals named below is authorized to make,execute,seal and deliver for and on behalf of the Corporation any and all bonds,undertakings or obligations in surety or co-surety with others and to execute and deliver for and on behalf of the Corporation renewals,extensions,agreements,waivers,consents or stipulations relating to such aforesaid bonds,undertakings or obligations: RICHARD M.APPEL,BRIAN BEGGS And beit fiu `''` `*•�:,, RESO I .,�haCeach ot'61e fnd)v duaals named above is authorized to appoint aftomeys-in-fact for the purpose of making,executing,sealing and delivering bonds,undertakings or ;bfiga"a -,stiur,Wwcoauiryfx for and on be hag of the Corporation.' 3, undersigned further cerl.;I.Ohat he above resolutions are true and correct copies of the resolutions as so recorded and of the whole thereof IN EG W H*ESLOF 4&"ve herewizo set-ay hand and affixed the corporate seal this day of 20 (Corporate Sed '' a ^ ; CHRISTOPHER SPARRO,PRESIDENT Any reproductions are void. Primary Surety Claims Submission:suretybonddaims@endumnessaMees.com Surety Claims Hotline:877676-7575 Mailing Address:Endurance Surety Claims Department,750 Third Avenue-10th Floor,New York,W 10017 Policyholder Notice TEXAS-IMPORTANT NOTICE AVISO IMPORTANTE *■ To obtain information or make a complaint: Para obtener informacion o para someter una You may call the company's telephone number for queja: information or to make a complaint at: Usted puede Ilamar al numero de telefono de la compania para informacion o para someter una queja al: 1-877-676-7575 1-877-676-7575 You may write the Company at: Usted tambien puede escribir a: Endurance American Insurance Company Endurance American Insurance Company Attention:Surety Attention:Surety 750 Third Avenue 750 Third Avenue New York,NY 10017 New York, NY 10017 You may contact the Texas Department of Puede communicarse con el Departamento de Insurance to obtain information on companies,p Seguros de Texas para obtener information acerca coverages, rights or complaints at: de companias,coberturas,derechos o quejas al: 1-800-252-3439 1-800-252-3439 You may write the Puede escribir al .. Texas Department of Insurance Departamento de Seguros de Texas PO Box 149104 PO Box 149104 ew Austin,TX 78714-9104 Austin,TX 78714-9104 FAX#(512)490-1007 FAX#(512) 475-1771 ... Web: http://www.tdi.texas.gov Web: http://www.tdi.texas.gov E-mail: ConsumerProtection @tdi.texas.gov E-mail:ConsumerProtection@tdi.texas.gov ew PREMIUM OR CLAIM DISPUTES: Should you have a DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiene dispute concerning your premium or about a claim una disputa concerniente a su prima o a un you should contact the company first. If the dispute reclamo,debe comunicarse con Ja compania is not resolved,you may contact the Texas primero. Si no se resuelve la disputa, puede Department of Insurance. entonces comunicarse con el departamento (TDI). ATTACH THIS NOTICE TO YOUR POLICY: This notice UNA ESTE AVISO A SU POLIZA: Este aviso es solo is for information only and does not become a part para proposito de informacion y no se convierte en or condition of the attached document. parte o condicion del documento adjunto. .r 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page 1 of 1 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. �* A. Nonresident bidders in the State of our principal place of business, are required to be percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of , our principal place of business, are not required to underbid resident bidders. B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. BIDDER: Tejas Commercial Construction, LLC By: Charles D. Allen P.O. Box 10395 , , 0 (Signature) River Oaks, TX Title: Vice President Date: '71 END OF SECTION SMALL DIAMETER WATER MAIN CITY OF FORT WORTH EXTENSIONS,REPLACEMENTS AND STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RELOCATIONS CONTRACT 2017 Form Revised 20110627 City Project No.100993 004511-1 BIDDERS PREQUALIFICATIONS "® Page 1 of 3 „ 1 SECTION 00 4511 2 BIDDERS PREQUALIFICATIONS 3 .. 4 1. Summary.All contractors are required to be prequalified by the City prior to submitting 5 bids.To be eligible to bid the contractor must submit Section 00 45 12,Prequalification 6 Statement for the work type(s)listed with their Bid. Any contractor or subcontractor who is 7 not prequalified for the work type(s)listed must submit Section 00 45 13, Bidder 8 Prequalification Application in accordance with the requirements below. 9 10 The prequalification process will establish a bid limit based on a technical evaluation and 11 financial analysis of the contractor.The information must be submitted seven(7) days prior 12 to the date of the opening of bids.For example,a contractor wishing to submit bids on 13 projects to be opened on the 7th of April must file the information by the 31 st day of March 14 in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder's 15 Prequalification Application,the following must accompany the submission. 16 a. A complete set of audited or reviewed financial statements. 17 (1) Classified Balance Sheet 18 (2) Income Statement 19 (3) Statement of Cash Flows 20 (4) Statement of Retained Earnings 21 (5) Notes to the Financial Statements,if any 22 b. A certified copy of the firm's organizational documents (Corporate Charter,Articles 23 of Incorporation,Articles of Organization,Certificate of Formation, LLC 24 Regulations,Certificate of Limited Partnership Agreement). 25 c. A completed Bidder Prequalification Application. 26 (1) The firm's Texas Taxpayer Identification Number as issued by the Texas 27 Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification 28 number visit the Texas Comptroller of Public Accounts online at the 29 following web address www.window.state.tx.us/taxRermit/ and fill out the 30 application to apply for your Texas tax ID. 31 (2) The firm's e-mail address and fax number. 32 (3) The firm's DUNS number as issued by Dun&Bradstreet.This number 33 is used by the City for required reporting on Federal Aid projects.The DUNS 34 number may be obtained at www.dnb.com. 35 d. Resumes reflecting the construction experience of the principles of the firm for firms ,,. 36 submitting their initial prequalification. These resumes should include the size and 37 scope of the work performed 38 e. Other information as requested by the City. 39 .» 40 2. Prequalification Requirements 41 a. Financial Statements.Financial statement submission must be provided in 42 accordance with the following: 43 (1) The City requires that the original Financial Statement or a certified copy 44 be submitted for consideration. CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised July 1,2011 RELOCATIONS CONTRACT 2017 City Project No.100993 004511-2 BIDDERS PREQUALIFICATIONS Page 2 of 3 1 (2) To be satisfactory, the financial statements must be audited or reviewed 2 by an independent, certified public accounting firm registered and in 3 good standing in any state. Current Texas statues also require that 4 accounting firms performing audits or reviews on business entities within 5 the State of Texas be properly licensed or registered with the Texas State 6 Board of Public Accountancy. 7 (3) The accounting firm should state in the audit report or review whether 8 the contractor is an individual,corporation,or limited liability company. 9 (4) Financial Statements must be presented in U.S. dollars at the current rate 10 of exchange of the Balance Sheet date. 11 (5) The City will not recognize any certified public accountant as 12 independent who is not, in fact,independent. 13 (6) The accountant's opinion on the financial statements of the contracting 14 company should state that the audit or review has been conducted in 15 accordance with auditing standards generally accepted in the United 16 States of America.This must be stated in the accounting firm's opinion. 17 It should: (1) express an unqualified opinion, or(2)express a qualified 18 opinion on the statements taken as a whole. 19 (7) The City reserves the right to require a new statement at any time. 20 (8) The financial statement must be prepared as of the last day of any month, 21 not more than one year old and must be on file with the City 16 months 22 thereafter, in accordance with Paragraph 1. 23 (9) The City will determine a contractor's bidding capacity for the purposes 24 of awarding contracts. Bidding capacity is determined by multiplying the 25 positive net working capital(working capital=current assets—current 26 liabilities)by a factor of 10. Only those statements reflecting a positive 27 net working capital position will be considered satisfactory for 28 prequalification purposes. 29 (10) In the case that a bidding date falls within the time a new financial 30 statement is being prepared,the previous statement shall be updated with 31 proper verification. 32 b. Bidder Prequalification Application.A Bidder Prequalification Application must be 33 submitted along with audited or reviewed financial statements by firms wishing to be 34 eligible to bid on all classes of construction and maintenance projects. Incomplete 35 Applications will be rejected. 36 (1) In those schedules where there is nothing to report,the notation of 37 "None"or"N/A"should be inserted. 38 (2) A minimum of five(5)references of related work must be provided. 39 (3) Submission of an equipment schedule which indicates equipment under 40 the control of the Contractor and which is related to the type of work for 41 which the Contactor is seeking prequalification. The schedule must 42 include the manufacturer,model and general common description of 43 each piece of equipment. Abbreviations or means of describing 44 equipment other than provided above will not be accepted. 45 46 3. Eligibility to Bid 47 a. The City shall be the sole judge as to a contractor's prequalification. 48 b. The City may reject, suspend,or modify any prequalification for failure by the 49 contractor to demonstrate acceptable financial ability or performance. CrrY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised July 1,2011 RELOCATIONS CONTRACT 2017 City Project No.100993 "" r 004511-3 BIDDERS PREQUALIFYCATIONS ws Page 3 of 3 1 c. The City will issue a letter as to the status of the prequalification approval. 2 d. If a contractor has a valid prequalification letter,the contractor will be eligible to bid 3 the prequalified work types until the expiration date stated in the letter. 4 5 6 7 8 9 END OF SECTION �* 10 eAt CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised July 1,2011 RELOCATIONS CONTRACT 2017 "' City Project No.100993 00 45 12 BID FORM Page 1 of 1 go SECTION 00 45 12 PREQUALIFICATION STATEMENT Each Bidder for a City procurement is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date Water Improvements- "*" Replacement of Small Diameter Water Mains (12-inch Tejas Commercial Construction, LLC 7/31/2018 and Less) List work type here or space Company Name Here or space Date Here or space List work type here or space Company Name Here or space Date Here or space List work type here or space Company Name Here or space Date Here or space The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Tejas Commercial Construction, LLC By: Charles D. Allen P.O. Box 10395 0 (Signature) River Oaks, TX Title: Vice President Date: END OF SECTION SMALL DIAMETER WATER MAIN .. CITY OF FORT WORTH EXTENSIONS,REPLACEMENTS AND STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS RELOCATIONS CONTRACT 2017 Form Revised 20120120 City Project No. 100993 rODT WORTH SECTION 00 4513 BIDDER PREQUALIFICATION APPLICATION Date of Balance Sheet Mark only one: Individual Limited Partnership Name under which you wish to qualify General Partnership Corporation Limited Liability Company Post Office Box City State Zip Code Street Address (required) City State Zip Code Telephone Fax Email Texas Taxpayer Identification No. Federal Employers Identification No. DUNS No. (if applicable) MAIL THIS QUESTIONAIRE ALONG WITH FINANCIAL STATEMENTS TO: CITY OF FORT WORTH TEXAS 1000 THROCKMORTON STREET FORT WORTH,TEXAS 76102-6311 AND MARK THE ENVELOPE: "BIDDER PREQUALIFICATION APPLICATION" 0045 13-2 BIDDER PREQUALIFICATION APPLICATION Page 2 of 9 BUSINESS CLASSIFICATION The following should be completed in order that we may properly classify your firm: (Check the block(s) which are applicable—Block 3 is to be left blank if Block 1 and/or Block 2 is checked) Has fewer than 100 employees �. and/or ❑ Has less than$6,000,000.00 in annual gross receipts OR F] Does not meet the criteria for being designated a small business as provided in Section 2006.001 of the Texas Government Code. The classification of your firm as a small or large business is not a factor in determining eligibility to become prequalified. MAJOR WORK CATEGORIES Water Department Augur Boring- 24-inch diameter casing and less Augur Boring-Greater than 24-inch diameter casing and greater Tunneling—36-Inches—60—inches, and 350 LF or less Tunneling-36-Inches—60—inches, and greater than 350 LF Tunneling—66"and greater, 350 LF and greater Tunneling—66"and greater, 350 LF or Less Cathodic Protection Water Distribution,Development, 8-inch diameter and smaller Water Distribution,Urban and Renewal, 8-inch diameter and smaller Water Distribution, Development, 12-inch diameter and smaller Water Distribution, Urban and Renewal, 12-inch diameter and smaller Water Transmission,Development, 24-inches and smaller Water Transmission,Urban/Renewal,24-inches and smaller Water Transmission,Development,42-inches and smaller Water Transmission,Urban/Renewal,42-inches and smaller Water Transmission,Development,All Sizes Water Transmission,Urban/Renewal,All Sizes Sewer Bypass Pumping, 18-inches and smaller Sewer Bypass Pumping, 18-inches—36-inches Sewer Bypass Pumping 42-inches and larger CCTV, 8-inches and smaller CCTV, 12-inches and smaller CCTV, 18-inches and smaller CCTV, 24-inches and smaller CCTV,42-inches and smaller CCTV,48-inches and smaller CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised December 20,2012 RELOCATIONS CONTRACT 2017 City Project No.100993 004513-3 BIDDER PREQUALIFICATION APPLICATION �. Page 3 of 9 CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised December 20,2012 RELOCATIONS CONTRACT 2017 City Project No.100993 004513-4 BIDDER PREQUALIFICATION APPLICATION Page 4 of 9 -^ MAJOR WORK CATEGORIES, CONTINUED Sewer CIDP, 12-inches and smaller Sewer CIDP, 24-inches and smaller Sewer CIDP,42-inches and smaller Sewer CIDP, All Sizes Sewer Collection System,Development, 8-inches and smaller Sewer Collection System,Urban/Renewal, 8-inches and smaller Sewer Collection System,Development, 12-inches and smaller Sewer Collection System,Urban/Renewal, 12-inches and smaller Sewer Interceptors, Development, 24-inches and smaller Sewer Interceptors, Urban/Renewal,24-inches and smaller Sewer Interceptors, Development,42-inches and smaller Sewer Interceptors, Urban/Renewal,42-inches and smaller -- Sewer Interceptors, Development,48-inches and smaller Sewer Interceptors, Urban/Renewal,48-inches and smaller Sewer Pipe Enlargement 12-inches and smaller Sewer Pipe Enlargement 24-inches and smaller Sewer Pipe Enlargement, All Sizes Sewer Cleaning,24-inches and smaller -- Sewer Cleaning,42-inches and smaller Sewer Cleaning,All Sizes Sewer Cleaning, 8-inches and smaller �- Sewer Cleaning, 12-inches and smaller Sewer Siphons 12-inches or less Sewer Siphons 24-inches or less -- Sewer Siphons 42-inches or less Sewer Siphons All Sizes Transportation Public Works '- Asphalt Paving Construction/Reconstruction(LESS THAN 15,000 square yards) Asphalt Paving Construction/Reconstruction(15,000 square yards and GREATER) Asphalt Paving Heavy Maintenance(UNDER$1,000,000) Asphalt Paving Heavy Maintenance($1,000,000 and OVER) Concrete Paving Construction/Reconstruction(LESS THAN 15,000 square yards) Concrete Paving Construction/Reconstruction(15,000 square yards and GREATER) Roadway and Pedestrian Lighting CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised December 20,2012 RELOCATIONS CONTRACT 2017 City Project No.100993 ""` 004513-5 BIDDER PREQUALIFICATION APPLICATION Page 5 of 9 1. List equipment you do not own but which is available by renting DESCRIPTION OF EQUIPMENT NAME AND DETAILED ADDRESS OF OWNER 2. How many years has your organization been in business as a general contractor under your present name? List previous business names: 3. How many years of experience in construction work has your organization had: (a) As a General Contractor: (b)As a Sub-Contractor: 4. *What projects has your organization completed in Texas and elsewhere? CLASS LOCATION NAME AND DETAILED CONTRACT OF DATE CITY-COUNTY- ADDRESS OF OFFICIAL TO AMOUNT WORK COMPLETED STATE WHOM YOU REFER *If requalifying only show work performed since last statement. 5.Have you ever failed to complete any work awarded to you? If so,where and why? 6.Has any officer or owner of your organization ever been an officer of another organization that failed to complete a contract? If so, state the name of the individual,other organization and reason. 7.Has any officer or owner of your organization ever failed to complete a contract executed in his/her name? If so, state the name of the individual, name of owner and reason. CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised December 20,2012 RELOCATIONS CONTRACT 2017 City Project No.100993 004513-6 BIDDER PREQUALIFICATION APPLICATION Page 6 of 9 8. In what other lines of business are you financially interested? 9. Have you ever performed any work for the City? If so, when and to whom do you refer? 10. State names and detailed addresses of all producers from whom you have purchased principal ^— materials during the last three years. NAME OF FIRM OR COMPANY DETAILED ADDRESS 11. Give the names of any affiliates or relatives currently debarred by the City. Indicate your relationship to this person or firm 12. What is the construction experience of the principal individuals in your organization? PRESENT MAGNITUDE POSITION OR YEARS OF AND TYPE OF IN WHAT NAME OFFICE EXPERIENCE WORK CAPACITY 13. If any owner,officer,director,or stockholder of your firm is an employee of the City,or shares the ..-. same household with a City employee,please list the name of the City employee and the relationship. In addition,list any City employee who is the spouse,child,or parent of an owner,officer, stockholder,or director who does not live in the same household but who receives care and assistance from that person as a direct result of a documented medical condition. This includes foster children or those related by adoption or marriage. CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised December 20,2012 RELOCATIONS CONTRACT 2017 City Project No.100993 ,� 004513-7 BIDDER PREQUALIFICATION APPLICATION --- Page 7 of 9 CORPORATION BLOCK PARTNERSHIP BLOCK If a corporation: If a partnership: Date of Incorporation State of Organization Charter/File No. Date of organization President Is partnership general, limited,or registered limited liability partnership? Vice Presidents File No. (if Limited Partnership) General Partners/Officers Secretary Limited Partners (if applicable) Treasurer LIMITED LIABILITY COMPANY BLOCK If a corporation: State of Incorporation Date of organization File No. Individuals authorized to sign for Partnership Officers or Managers(with titles,if any) Except for limited partners,the individuals listed in the blocks above are presumed to have full signature authority for your firm unless otherwise advised. Should you wish to grant signature authority for additional individuals,please attach a certified copy of the corporate resolution, corporate minutes,partnership agreement,power of attorney or other legal documentation which grants this authority. CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised December 20,2012 RELOCATIONS CONTRACT 2017 City Project No.100993 004513-8 BIDDER PREQUALIFICATION APPLICATION Page 8 of 9 14. Equipment TOTAL BALANCESHEET ITEM QUANTITY ITEM DESCRIPTION VALUE 1 2 3 4 m 5 6 7 _. 8 9 . 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 Various- TOTAL Similar types of equipment may be lumped together. If your firm has more than 30 types of equipment, you may show these 30 types and show the remainder as "various".The City, by allowing you to show only 30 types of equipment,reserves the right to request a complete,detailed list of all your equipment. The equipment list is a representation of equipment under the control of the firm and which is related to the type of work for which the firm is seeking qualification. In the description include,the manufacturer, model,and general common description of each. CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised December 20,2012 RELOCATIONS CONTRACT 2017 City Project No.100993 004513-9 BIDDER PREQUALIFICATION APPLICATION Page 9 of 9 BIDDER PREQUALIFICATION AFFIDAVIT STATE OF COUNTY OF .. The undersigned hereby declares that the foregoing is a true statement of the financial condition of the entity herein first named, as of the date herein first given;that this statement is for the express purpose of inducing the party to whom it is submitted to award the submitter a contract;and that the accountant who prepared the balance sheet accompanying this report as well as any depository, vendor or any other agency herein named is hereby authorized to supply each party with any information,while this statement is in force,necessary to verify said statement. being duly sworn, deposes and says that helshe is the of , the entity described in and which executed the foregoing statement that helshe is familiar with the books of the said entity showing its financial condition; that the foregoing financial statement taken from the books of the said entity as of the date thereof and that the answers to the questions of the foregoing Bidder Prequalification Application are correct and true as of the date of this affidavit. Firm Name: Signature: Sworn to before me this day of , Notary Public Notary Public must not be an officer,director,or stockholder or relative thereof. CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised December 20,2012 RELOCATIONS CONTRACT 2017 City Project No.100993 004526-1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of 1 SECTION 00 45 26 2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 3 4 Pursuant to Texas Labor Code Section 406.096(a),as amended,.Contractor certifies that it 5 provides worker's compensation insurance coverage for all of its employees employed on City 6 Project No. 100993. Contractor further certifies that,pursuant to Texas Labor Code, Section 7 406.096(b),as amended, it will provide to City its subcontractor's certificates of compliance with 8 worker's compensation coverage. 9 10 CONTRACTOR: 11 12 _f -5�4J �v��u� . s% G-�. C By; G hca r��� l z- 13 Company (Please Print) 14 15 o..7 9 r— Signatures��- �— - 16 Address 17 18 u,4,e-, j.�` �G%/� Title: c af- 19 City/State/Zip (Please Print) 20 21 22 THE STATE OF TEXAS § 23 24 COUNTY OF TARRANT § 25 26 BEFORE ME, the undersigned authority, on this day personally appeared 27 Qk�c,r-w% 1). �j itn' , known to me to be the person whose name is 28 subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as 29 the act and deed of u0. for the purposes and 30 consideration therein expIlrbssed and in the capacity therein stated. 31 32 GIVEid Ur SER MY HAND AND SEAL OF OFFICE this day of 33 _ ,20Q. 34 35 36 37 Notary Pub ' and for t e State of Texas 38 39 END OF SECTION EMILY A JOWGON NOTARY PUBLIC STATE OF TEXAS 40MY COMM.EXP 10117 @0 NOTARY IO 12VA04 CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised July 1,2011 RELOCATIONS CONTRACT 2017 City Project No. 100993 004540-1 Minority Business Enterprise Specifications Pagel of 2 SECTION 00 45 40 2 Minority Business Enterprise Specifications 3 •• 4 APPLICATION OF POLICY 5 If the total dollar value of the contract is greater than $50,000, then a MBE subcontracting goal is 6 applicable. .. 7 8 POLICY STATEMENT 9 It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority 10 Business Enterprises (MBE) in the procurement of all goods and services. All requirements and 11 regulations stated in the City's current Business Diversity Enterprise Ordinance apply to this bid. 12 13 MBE PROJECT GOALS 14 The City's MBE goal on this project is 5 % of the total bid value of the contract (Base bid applies to 15 Parks and Community Services). 16 17 Note: If both MBE and SBE subcontracting goals are established for this project, then an Offeror 18 must submit both a MBE Utilization Form and a SBE Utilization Form to be deemed responsive. 19 20 COMPLIANCE TO BID SPECIFICATIONS 21 On City contracts $50,000 or more where a MBE subcontracting goal is applied, Offerors are required to 22 comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the following: ,a 23 1. Meet or exceed the above stated MBE goal through MBE subcontracting participation,or 24 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation,or 25 3. Good Faith Effort documentation,or; 26 4. Prime Waiver documentation. .. 27 28 SUBMITTAL OF REQUIRED DOCUMENTATION 29 The applicable documents must be received by the Purchasing Division, within the following times 30 allocated, in order for the entire bid to be considered responsive to the specifications. The Offeror shall 31 deliver the MBE documentation in person to the appropriate employee of the purchasing division and 32 obtain a date/time receipt. Such receipt shall be evidence that the City received the documentation in the .. 33 time allocated. A faxed and/or emailed copy will not be accepted. 34 1. Subcontractor Utilization Form, if received no later than 2:00 p.m., on the second City business .m goal is met or exceeded: day after the bid opening date, exclusive of the bid opening date. 2. Good Faith Effort and received no later than 2:00 p.m., on the second City business ,., Subcontractor Utilization Form,if day after the bid opening date, exclusive of the bid opening participation is less than statedgoal: date. 3. Good Faith Effort and received no later than 2:00 p.m., on the second City business Subcontractor Utilization Form,if no day after the bid opening date, exclusive of the bid opening MBE participation: date. 4. Prime Contractor Waiver Form, received no later than 2:00 p.m., on the second City business if you will perform all day after the bid opening date, exclusive of the bid opening .. contracting/supplier work: date. 35 CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised June 9,2015 RELOCATIONS CONTRACT 20I7 ,. City Project No. 100993 004540-2 Minority Business Enterprise Specifications Page 2 of 2 1 5. Joint Venture Form, if goal is met received no later than 2:00 p.m., on the second City business or exceeded. day after the bid opening date, exclusive of the bid opening date. 2 FAILURE TO COMPLY WITH THE CITY'S BUSINESS DIVERSITY ENTERPRISE ORDINANCE 3 WILL RESULT IN THE BID BEING CONSIDERED NON-RESONSIVE TO SPECIFICATIONS. _ 4 FAILURE TO SUBMIT THE REQUIRED MBE DOCUMENTATION WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE.A SECOND FAILURE WILL RESULT IN THE OFFEROR 5 BEING DISQUALIFIED FOR A PERIOD OF ONE YEAR.THREE FAILURES IN A FIVE YEAR PERIOD WILL RESULT IN A DISQUALIFICAITON PERIOD OF THREE YEARS. Mw 6 7 Any Questions,Please Contact The NI/WBE Office at(817)212-2674. 8 END OF SECTION 9 10 11 i i i i i i CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised June 9,2015 RELOCATIONS CONTRACT 2017 City Project No. 100993 .w 005243-1 Agreement A Page 1 of 5 1 SECTION 00 52 43 2 AGREEMENT 3 4 THIS AGREEMENT, authorized on AUG 2 9 2011 is made by and between the City of Forth 5 Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager, 6 ("City"), and Tejas Commercial Construction LLC , authorized to do business in 7 Texas,acting by and through its duly authorized representative, ("Contractor"). .. 8 City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 9 follows: 10 Article 1.WORK 11 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 12 Project identified herein. 13 Article 2.PROJECT 14 The project for which the Work under the Contract Documents may be the whole or only a part is 15 generally described as follows: 16 Small Diameter Water Main Extensions,Replacements& Relocations Contract 2017 17 City Project No. 100993 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 365 days after the date when the 24 Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 25 3.3 Liquidated damages 26 Contractor recognizes that time is of the essence of this Agreement and that City will 27 suffer financial loss if the Work is not completed within the times specified in Paragraph 28 3.2 above, plus any extension thereof allowed in accordance with Article 12 of the 29 General Conditions. The Contractor also recognizes the delays, expense and difficulties 30 involved in proving in a legal proceeding the actual loss suffered by the City if the Work 31 is not completed on time. Accordingly, instead of requiring any such proof, Contractor 32 agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay 33 City Three Hundred — Fifteen & 00/100 Dollars ($315.00) for each day that expires 34 after the time specified in Paragraph 3.2 for Final Acceptance until the City issues the 35 Final Letter of Acceptance. CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised January 6,2017 RELOCATIONS CONTRACT 2017 City Project No. 100993 .r 005243-2 Agreement .� Page 2 of 5 36 Article 4. CONTRACT PRICE *� 37 City agrees to pay Contractor for performance of the Work in accordance with the Contract 38 Documents an amount in current funds of Seven Hundred Fifty Thousand Dollars 39 ($ 750,000.00 ). 40 Article 5. CONTRACT DOCUMENTS 41 5.1 CONTENTS: 42 A. The Contract Documents which comprise the entire agreement between City and 43 Contractor concerning the Work consist of the following: 44 1. This Agreement. 45 2. Attachments to this Agreement: 46 a. Bid Form 47 1) Proposal Form 48 2) Vendor Compliance to State Law Non-Resident Bidder 49 3) Prequalification Statement 50 4) State and Federal documents(project specific) 51 b. Current Prevailing Wage Rate Table 52 c. Insurance ACORD Form(s) 53 d. Payment Bond ' 54 e. Performance Bond 55 f. Maintenance Bond 56 g. Power of Attorney for the Bonds 57 h. Worker's Compensation Affidavit 58 i. MBE and/or SBE Commitment Form 59 j. Form 1295 Certification No. 2017-243676 60 3. General Conditions. 61 4. Supplementary Conditions. 62 5. Specifications specifically made a part of the Contract Documents by attachment 63 or, if not attached, as incorporated by reference and described in the Table of 64 Contents of the Project's Contract Documents. 65 6. Drawings. 66 7. Addenda. 67 8. Documentation submitted by Contractor prior to Notice of Award. 68 9. The following which may be delivered or issued after the Effective Date of the 69 Agreement and, if issued, become an incorporated part of the Contract Documents: 70 a. Notice to Proceed. a. 71 b. Field Orders. 72 c. Change Orders. 73 d. Letter of Final Acceptance. 74 75 r CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised January 6,2017 RELOCATIONS CONTRACT 2017 "�" City Project No. I00993 005243-3 Agreement we Page 3 of 5 76 Article 6. INDEMNIFICATION ,.. 77 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 78 expense, the city, its officers, servants and employees, from and against any and all 79 claims arising out of, or alleged to arise out of,the work and services to be performed 80 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 81 under this contract. This indemnification provision is specifically intended to operate 82 and be effective even if it is alleged or proven that all or some of the damages beim 83 sought were caused,in whole or in part, by any act, omission or negligence of the city. .. 84 This indemnity provision is intended to include, without limitation, indemnity for 85 costs, expenses and legal fees incurred by the city in defending against such claims and 86 causes of actions. 87 88 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 89 the city,its officers,servants and employees,from and against any and all loss,damage 90 or destruction of property of the city,arising out of,or alleged to arise out of,the work 91 and services to be performed by the contractor, its officers, agents, employees, 92 subcontractors, licensees or invitees under this contract. This indemnification 93 provision is specifically intended to operate and be effective even if it is alleged or 94 proven that all or some of the damages being sought were caused, in whole or in part, 95 by any act,omission or negligence of the city. 96 97 Article 7.MISCELLANEOUS ., 98 7.1 Terms. 99 Terms used in this Agreement which are defined in Article 1 of the General Conditions will 100 have the meanings indicated in the General Conditions. 101 7.2 Assignment of Contract. 102 This Agreement, including all of the Contract Documents may not be assigned by the r` 103 Contractor without the advanced express written consent of the City. 104 7.3 Successors and Assigns. 105 City and Contractor each binds itself, its partners, successors, assigns and legal 106 representatives to the other party hereto, in respect to all covenants, agreements and 107 obligations contained in the Contract Documents. 108 7.4 Severability. 109 Any provision or part of the Contract Documents held to be unconstitutional, void or 110 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 111 remaining provisions shall continue to be valid and binding upon CITY and 112 CONTRACTOR. 113 7.5 Governing Law and Venue. 114 This Agreement, including all of the Contract Documents is performable in the State of .. 115 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 116 Northern District of Texas,Fort Worth Division. .r CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised January 6,2017 RELOCATIONS CONTRACT 2017 *R City Project No. 100993 .■ 005243-4 Agreement we Page 4 of 5 117 7.6 Other Provisions. .. 118 The Contractor agrees to pay at least minimum wage per hour for all labor as the same is 119 classified, promulgated and set out by the City, a copy of which is attached hereto and 120 made a part hereof the same as if it were copied verbatim herein. 121 7.7 Authority to Sign. 122 Contractor shall attach evidence of authority to sign Agreement, if other than duly ■,,, 123 authorized signatory of the Contractor. 124 125 enr Mr, ewe eew .re ns MA w Mer CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised January 6,2017 RELOCATIONS CONTRACT 2017 +� City Project No. 100993 005243-5 Agreement Page 5 of 5 127 IN WITNESS W iEREOF, City and Contractor have executed this Agreement in multiple ,... 128 counterparts. 129 130 This Agreement is effective as of the last date signed by the Parties("Effective Date'). 131 Contractor: City of FoqWorth By:_ � CA' Jesus J.Chapa By;����`��/C� Aeeiatant['iry Manager (Signature) lreta�ry 11—/ Date1 6 Gt•c3.r lam, A411•-- Attesa,.0 f `h� . ..r (Printed Name) City Seal � Title: t/, ( } .. Address: P.o i3-x /o3!P5_ M&C Date: 2 q i ►2 .-_.- � 4,�76 Tx ��it s- �kAS'. City/State/Zip: Contract Compliance Manager: By signing,I acknowledge that I am the person responsible for the monitoring and Date administration of this contract, including ensuring all performance and reporting �* require ••. Jim ter,P.E. Senior Professional Engineer Approved as to Form and Legality: Douglas .Black Senior Assistant City Attorney 132 133 134 APPROVAL RECOMMENDED: 135 ,.� 13 137 138 OFFICIAL RECORD Chris Harder,P.E. 139 ASSISTANT DIRECTOR 140 CITY SECRETARY Water Department 141 FT.WORTH,TX CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised January 6,2017 RELOCATIONS CONTRACT 2017 City Project No.100993 PROHIBITION ON CONTRACTS WITH COMPANIES BOYCOTTING ISRAEL Contractor acknowledges that in accordance with Chapter 2270 of the Texas Government Code, the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this contract, Contractor certifies that Contractor's signature provides written verification to the City that Contractor.- (]) ontractor:(1) does not boycott Israel, and (2) will not boycott Israel during the term of the contract. EXHIBIT A TO FUND CONTROL/DISBURSEMENT AGREEMENT ASSIGNMENT OF CONTRACT FUNDS AND CONSENT THERETO This Assignment of Contract Funds and Consent Thereto (hereinafter"Assignment")is entered into this 25th day of August, 2017 with Tejas Commercial Construction, LLC("Contractor") and City of Fort Worth("Owner"). RECITALS WHEREAS, Contractor has entered into an agreement for construction or other services ("Construction Contract") with Owner concerning that certain project known as Small Diameter Water Main Extensions, Replacement & Relocations Contract 2017 City Project 100993 p- ("Project"). WHEREAS, Contractor is required to obtain performance, payment and maintenance bonds(the"Bonds")regarding the Construction Contract and the Project; WHEREAS, Endurance American Insurance Company ("Surety") has agreed to issue the Bonds conditioned, in part, on Contractor selecting a fund control company to receive and disburse monies due under the Construction Contract; WHEREAS, Contractor selected and retained CSSG, Inc. d/b/a SOUTHWEST ESCROW COMPANY ("SWEC"), under the Southwest Escrow Company Fund Control / Disbursing Agreement dated the 25th day of August, 2017("Fund Control / Disbursement Agreement") to provide such administration services on its behalf; and WHEREAS, Contractor binds himself his successors, assigns and legal representatives,to all covenants of this Assignment. -- WHEREAS, Surety acknowledges that the Owner will make payments directly to SWEC for the purpose of carrying out SWEC's obligations under the Fund Control / Disbursing Agreement and agrees that this change in payment terms does not cause Owner to be in default of any previous agreements on payments. CLAUSES NOW THEREFORE, in consideration of the preceding recitals, and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged, Owner and Contractor agree as follows: 1. Through this instrument, Contractor requests, and Owner consents, that all Contract Funds due Contractor under the Construction Contract shall be made directly to "SOUTHWEST ESCROW COMPANY" at 200 River Pointe Dr. Suite 306 Conroe, TX 77304 or by wire transfer directly to Rev.09/06 1 of 2 LA1 60134541.1 Northern Trust Bank, 2701 Kirby Drive, Houston, TX 77098 Account number 2841054348 , including, but not limited to, any and all amounts now due, scheduled to become due in the future, or which become due on account of any increases in or amendments, additions, supplements, extensions, extras, change orders, additional work or other additional matters relating to the Construction Contract (collectively the "Contract Funds"). The foregoing assignment of Contract Funds is irrevocable, unconditional and absolute, and is not for security purposes. The parties recognize however that the foregoing does not prevent the Owner from withholding from payment to SWEC any amounts Owner would be entitled to withhold from Contractor by virtue of terms of the Construction Contract or by law. 2. The Contractor represents and warrants that he has full legal authority to enter into this Assignment, and that he has taken all corporate action necessary to authorize himself to enter into and perform under the Construction Contract and this Assignment. 3. SWEC shall distribute the Contract Funds received under this Assignment in accordance with the terms and conditions of the Fund Control / Disbursement Agreement in order to discharge Contractor's obligations to subcontractors and suppliers for any work performed under the .. Construction Contract. City of Fort Worth Tejas Commercial Construction LLC (Owner) (Contractor) By: (Sign) �__ZBy: (Sign e By: (Print)_Jesus J. Chapa By: (Print) CHAP! s D. AGLCA1 Its: Assistant City Manager Its: Email: Jesus.Chapa@fortworthtexas.gov Email: e 4 G 65d& 7E�A5�'OA/ ✓G711W. I1 of NOTE: This must be signed by an authorized representative of the Owner. The architect or engineer should not sign this document. ** Rev.09/06 2 of 2 LAI 60134541.1 SOUTHWEST ESCROW COMPANY FUND CONTROL/DISBURSEMENT AGREEMENT This FUND CONTROL/DISBURSEMENT AGREEMENT is made as of August 25th 2017by and between Tejas Commercial Construction LLC(hereinafter"Contractor"),and GSSG. INC.dba THE SOUTHWEST ESCROW COMPANY,a Texas Corporation,at 200 River Pointe Dr.,Suite 306,Conroe,Texas 77304(hereinafter"Funds Administrator"). RECITALS A. Contractor has entered or will enter into a Construction Contract for construction or other services with the City of Fort Worth Water Deparment("Owner")concerning that certain project known as Small Diameter Water Main Extensions,Replacemants u &Reclocations Contract 2017 City Project No.100993,("Project"). B. Pursuant to the Construction Contract,the Contractor is or may be required to obtain one or more surety bonds in order to secure the Contractor's payment of subcontractors and suppliers and/or the performance of work under the Construction Contract. C. In connection with,as a condition of,or as an inducement to the issuance of the surety bonds or as other evidence or assurance of the Contractor's ability to perform those obligations,the Contractor and the Funds Administrator are entering into this Agreement regarding the control and disbursement of all payments to be made by the Owner under the Construction Contract. �. D. Contractor desires that the Funds Administrator provide such disbursement services on its behalf and the Funds Administrator is willing to provide such services to the Contractor.Therefore,the Contractor and the Funds Administrator have agreed to enter into this Fund Control/Disbursement Agreement with respect to the provision of such disbursement services by the Funds Administrator in connection with the Project described above,on the terms and conditions hereinafter set forth. E. The Funds Administrator and the Contractor,respectively,bind themselves,their successors,assigns and legal representatives to -- the other party and their successors,assigns and legal representatives,with respect to all covenants of this Agreement. NOW THEREFORE,in consideration of the foregoing and the promises and mutual covenants hereinafter set forth,and other good and valuable consideration,the receipt and sufficiency of which are hereby acknowledged,the parties hereto agree as follows: ARTICLE 1 y. DEFINRIONS AND PURPOSE OF AGREEMENT 1.1 DEFINITIONS:The following terms shall have the following meanings: �. (a) Account Funds: All funds contained in the Fund Administration Account which the Funds Administrator receives pursuant to the Construction Contract and this Agreement shall be referred to collectively as the"Account Funds". (b) Agreement: The term"Agreement"shall mean and refer to this Fund Control/Disbursement Agreement(FCDA). (c) Bonds: The term"Bonds"shall mean and refer to the surety bonds issued by Surety(as defined below)at the request of the Contractor relevant to the Project,including,but not limited to,any and all Labor&Material Payment Bonds and .. Performance Bonds. (d) Construction Contract: The term"Construction Contract"shall mean and refer to the construction and/or service contract between the Contractor and the Owner related to the Project,including any and all modifications,amendments and changes thereto. SWEC FCDA Working Page 1 of 14 *� 12/4/2012-9:37:25 PM (e) Contract Funds: The term"Contract Funds"shall mean and refer to all payments paid or to be paid by the Owner pursuant to the terms of the Construction Contract including,without limitation,all amounts relating to any change orders, bonuses,claims for equitable adjustment,amendments,or replacements of or to the Construction Contract. (f) Fee: The term"Fee"shall mean and be calculated as an amount equal to three quarters of one percent(0.75)%of the original dollar value of the Construction Contract,for a total compensation of never less than$5,625.00arising from the original Construction Contract amount of$750,000.00as described above,and to otherwise be adjusted by an equal - percentage amount resulting from any change to all other payables which are or become Contract Funds.The term Fee shall also include a one-time set-up charge of$300.00. (g) Fund Administration Account: The term"Fund Administration Account"shall mean the bank account into which the Funds Administrator deposits any and all money received by the Funds Administrator pursuant to this Agreement;i.e.the Account Funds.The Fund Administration Account shall be maintained at a financial institution selected by the Funds Administrator. (h) Owner: The term"Owner",shall ordinarily mean the actual owner of the Project.But,when the Construction Contract is between the Contractor as a subcontractor or supplier of services to a prime,general or any other top tier contractor,then "Owner"shall mean that prime,general or any other top tier contractor instead of the actual owner. (i) Lure : The term"Surety"shall mean and refer to Endurance American Insurance Company the bonding company(ies)that provided the Bonds for the Contractor on the Project. 1.2 PURPOSE OF THE AGREEMENT AND THIRD PARTY BENEFICIARY: The purpose of this Agreement is to assist the Contractor with the administration and disbursement of the Account Funds and Contract Funds as required by the Surety.The parties intend this Agreement to create limited third party beneficiary rights in the Surety only. ARTICLE 2 TERM OF AGREEMENT ••� 2.1 TERM: The term of this Agreement shall commence on the date first above written and shall end,unless sooner terminated pursuant to the terms set forth in section 2.2 below,upon the final disbursement of all Account Funds;however,in no event shall this Agreement extend beyond three(3)years from the execution hereof,except as provided in section 2.3 below. 2.2 TERMINATION: This Agreement shall terminate upon completion of the Project by the Contractor,disbursement of all Account Proceeds by the Funds Administrator,and beneficial occupancy or acceptance of the Project by the Owner.However,the Funds ..w Administrator may,at any time,for any reason or for no reason and also for any of the reasons constituting grounds for default as specifically enumerated in section 12.2 below,terminate this Agreement and all of the Funds Administrator's associated responsibilities and obligations,by giving ten(10)days written notice to the Contractor and the Surety.In such event,any Account Funds remaining in the Fund Administration Account shall be disbursed by the Funds Administrator to the Surety for the benefit of those parties legally entitled thereto. In addition,the Funds Administrator shall provide copies of all its records relating to the Project to the Surety or to any party directed by the Surety.Upon such disbursement to the Surety,the Surety shall have all the rights,privileges and prerogatives that the Funds Administrator formerly had under this Agreement concerning the Fund Administration Account and the Contract Funds. 2.3 EXCEPTION: In the event that the Construction Contract shall not be completed before the expiration of three(3)years from the ■* execution hereof,this Agreement shall remain in full force and effect until such time as all work is completed and all Contract Funds have been paid and distributed pursuant to the terms of the Construction Contract and this Agreement. �. ARTICLE 3 SCOPE OF SERVICES 3.1 FUNDS DISBURSEMENT: To the extent requested by the Surety,the Funds Administrator will: (a) Receive Contract Funds as paid by the Owner pursuant to the terms of the Construction Contract; SWEC FCDA Working Page 2 of 14 12/4/2012-9:37:25 PM (b) Review,evaluate and compare applications for payment,individual invoices and other documentation received from the Contractor in accordance with the performance of the Construction Contract;and (c) Process payments in general conformance with the Funds Administration Procedures set forth in Exhibit"B"hereto. 3.2 POST CONSTRUCTION/PROJECT COMPLETION: After completion of the Project,to the extent requested by the Surety,the Funds Administrator will: (a) Require the Contractor to provide Final Lien Releases for itself and all subcontractors,suppliers and other vendors who provided labor,equipment,materials or services to the Project; (b) Require the Contractor to provide an executed Affidavit of Completion; (c) Require the Contractor to provide an executed Contractor's Affidavit of Completion and Payment of Bills and Indemnity as set forth within the Funds Administration Procedures, Exhibit"B." 3.3 SURETY RESERVE: The Funds Administrator is hereby authorized and directed to and shall reserve an amount of Contract Funds ("Surety Reserve")in the Funds Administration Account for the protection of the Surety from all claims,losses,damages or expenses asserted against or incurred by the Surety with respect to the Bonds or the Contract.The amount of the Surety Reserve shall at all times be,in the aggregate,equal to u of all payments the Funds Administrator receives from the Owner.The parties acknowledge and agree that Surety Reserve may be increased or decreased from time to time as the Surety may determine,in its sole discretion,appropriate.The Funds Administrator shall apply the Surety Reserve to any such claim,loss, damage or expense and/or shall reimburse the Surety directly for the same,upon Funds Administrator's receipt of a written request for the same from the Surety.The Surety Reserve shall not be available for direct payment to the Contractor or any creditor,until and unless the Funds Administrator receives written direction from the Surety to do so.The Contractor authorizes the Funds Administrator to comply immediately with any directions that the Surety delivers to the Funds Administrator concerning the Surety Reserve maintained in the Funds Administration Account. 3.4 FUNDED AMOUNT: Upon execution of this agreement and prior to the issuance of any Bonds,the Contractor shall place the sum of $0.00 into the Funds Administration Account.The purpose of these funds will be to provide additional security for the Surety and to assure the availability of working capital to fund the contractor's start-up costs,payroll,overhead,and related expenses directly attributable to the project. In order to obtain any portion of these funds,Contractor must provide sufficient documentation of such start-up costs and expenses.To the extent feasible,a$0.00 balance shall be maintained in the Funds Administration Account. Where necessary in order to maintain the$0.00 minimum balance,Funds Administrator may,at its option,withhold all or a portion of any balance remaining after payment of obligations,from any contract draw that is received from the Owner. ARTICLE 4 " CONSENT OF CONTRACTOR 4.1 CONSENT: The Contractor hereby consents to the Funds Administrator providing the service contemplated in this Agreement,to include,but not be limited to receiving and disbursing all Contract Funds. 4.2 NO INTERFERENCE OR CONTROL: The Contractor Consents,acknowledges and agrees that the Funds Administrator,by virtue of its performance of this Agreement,shall in no way be construed to interfere with the Contractor's business,any agreement the Contractor may enter into in connection with the Construction Contract,the Project or the Contractor's performance of the work contemplated by the Construction Contract documents,and that the Funds Administrator is not acting in any way to exercise dominion and/or control of the Contractor's operations. 4.3 DISPUTES: The Contractor hereby further consents,acknowledges and agrees that,in any dispute between the Contractor and the Funds Administrator or Surety,that the Funds Administrator shall be governed by,without liability for acts or failures to act in reliance on and performance pursuant to,the instructions of the Surety. 4.4 DISBURSEMENT AGENT: The Contractor acknowledges and agrees that the Funds Administrator may,in its sole and absolute discretion,utilize a Disbursement Agent to perform any or all of the obligations under this Agreement,including without limitation,to SWEC FCDA Working Page 3 of 14 12/4/2012-9:37:25 PM .� review Disbursement Authorizations and other disbursement procedures under this Agreement.The Contractor acknowledges that the use of any Disbursement Agent by the Funds Administrator is solely for the Funds Administrator's benefit and that the Contractor shall have no rights against any Disbursement Agent as a third party beneficiary of any such use. It is understood that the use of the term"agent"herein(or any other similar term)with reference to the Disbursement Agent is not intended to connote or confer any fiduciary or other implied or express obligations arising under agency doctrine of any applicable law. Instead,such a term is used only as a matter of market custom,and is intended to reflect only an administrative relationship between the Funds -- Administrator and the Disbursement Agent as contracting parties. ARTICLE 5 �. FUND ADMINISTRATION ACCOUNT 5.1 THE ACCOUNT: The Contractor agrees and acknowledges that the Funds Administrator will open and establish a Fund Administration Account at a commercial checking account through an insured financial institution for the deposit and disbursement of all Contract Funds in accordance with the terms set forth herein. 5.2 FUNDS: All funds payable under the Construction Contract shall hereinafter be delivered to the Funds Administrator for deposit into .- the Fund Administration Account to accommodate the purpose hereunder.The Contractor hereby authorizes and directs the Funds Administrator's bank to accept for deposit any checks made payable to the Contractor and presented by the Funds Administrator in accordance herewith.The Funds Administrator's bank shall be entitled to rely on the above directive of the Contractor until such -- time as both the Contractor and the Funds Administrator provide the bank with written notice regarding the revocation of the authorization and direction stated herein. 5.3 SOLE SIGNATORY: The Contractor agrees and authorizes the Funds Administrator to endorse the Contractor's payments for deposit into the Fund Administration Account and further agrees that the Funds Administrator will be the sole authorized signatory on the Fund Administration Account. �- 5.4 NOT A FIDUCIARY OR TRUST RELATIONSHIP: The Contractor acknowledges that this Agreement constitutes the Funds Administrator as an administrator and disburser,not as a trustee or other fiduciary,of the Account Funds and that legal title to the Account Funds shall be in the name of the Contractor until such time as the Funds Administrator disburses such Account Funds.The Contractor -- further agrees that the Funds Administrator's sole capacity under this Agreement is to administer and disburse the Account Funds in accordance with the terms of this Agreement as an accommodation to the Surety and the Contractor. The Contractor further acknowledges and agrees that no term of this Agreement or of any related agreement,document or instrument,and no course of dealing between the parties,shall be deemed to create any agency,partnership or joint venture relationship between the parties or any fiduciary duty on part of the Funds Administrator or any Disbursement Agent in favor of the Contractor or the Owner,any subcontractor,supplier or any other person or entity involved with the Project. 5.4 No INTEREST ON ACCOUNT FUNDS: The Contractor agrees that the Funds Administrator assumes no responsibility for the earning of any interest or other income on the Account Funds and that the Funds Administrator shall not be required to pay any interest to the Contractor on the Account Funds,whether or not any such interest is earned. 5.5 NO LIABILITY ARISING FROM ACTS OR OMISSIONS OF THE FINANCIAL INSTITUTION: The Contractor agrees that the Funds Administrator shall assume no responsibility,nor is the Funds Administrator liable or obligated towards the Contractor,in connection with the financial institution's actions,or inactions,regarding the Fund Administration Account.The Contractor agrees that the Funds Administrator shall not be liable for any loss of the Account Funds occasioned by,arising out of,or in any way connected to,the selection of the financial institution in which Contract Funds are to be deposited and from which they are to be distributed.The Contractor agrees further that the Funds Administrator assumes no responsibility in the event of any failure of the financial institution to honor any item drawn on the Fund Administration Account or to credit the Fund Administration Account with any funds improperly released or paid by the financial institution,whether by forged endorsement or the failure of said financial institution to exercise commercially reasonable practices in connection with the maintenance of said account. 5.6 NO LIABILITY FOR BANKRUPTCY: The Funds Administrator shall have no responsibility or liability for any loss or diminution in value of any assets held under this Agreement which may result from the bankruptcy,insolvency,liquidation or receivership of the Funds SWEC FCDA Working Page 4 of 14 12/4/2012-9:37:25 PM Administrator's financial institution.The parties acknowledge and agree that the Funds Administrator shall be irrebuttably presumed to have acted in accordance with commercially reasonable standards if the Contract Funds are deposited at a bank or savings and loan institution chartered by the United States of America or the State of Texas. ARTICLE 6 CONTRACTOR RESPONSIBILITIES 6.1 BOOKS AND RECORDS: The Contractor hereby agrees to maintain accurate and complete books and records relating to the Project, the Construction Contract and all Disbursement Authorizations,and copies of all correspondence to or from the Owner,Contractor, any governmental authority and any other party involved with the Project. 6.2 AGREEMENT TO COMPLY WITH DOCUMENTS: The Contractor hereby agrees to comply with all terms and conditions of the Construction Contract and this Agreement and to cooperate in and facilitate implementation and execution of all of terms,purposes and intentions of this Agreement,including,but not limited to,the Funds Administration Procedures attached hereto as Exhibit"B". 6.3 AssIGNMENT of CONTRACT FUNDS: By executing this Agreement,the Contractor assigns to the Funds Administrator the right to receive all Contract Funds,including but not limited to all payments of any kind due to the Contractor under the Construction Contract,whether now existing,arising in the future,vested or contingent,for ultimate disbursement in accordance with the terms and provisions of this Agreement.The Contractor further agrees to execute on its own behalf and then deliver to the Owner for their u� acceptance,agreement and execution an Assignment of Contract Funds and Consent Thereto in the form attached hereto as Exhibit"A",directing the Owner to forward all payments due under the Construction Contract directly to the Funds Administrator for deposit into the Fund Administration Account.In the event that the Owner remits any Contract Funds to the Contractor instead of to the Funds Administrator,the Contractor must and will immediately forward said funds to the Funds Administrator. 6.4 AGREEMENT TO PROVIDE DOCUMENTATION: The Contractor will provide to the Funds Administrator any and all documentation reasonably necessary to facilitate this Agreement.Such documentation shall include,but not be limited to,any and all preliminary lien and/or statutory notices,lien notices,stop notices,claims or demands,etc. Additionally,the Contractor shall immediately notify the Funds Administrator of any disputes or disagreements with the Owner,subcontractors,suppliers,vendors,architects, -- engineers or any other party relating to the Project. 6.4 RESPONSIBILITY FoR TAxEs: The Contractor shall at all time be is solely responsible for the timely payment of all taxes and union dues(if applicable)and the timely compliance with all related reporting,including,but not limited to,payroll,income,sales,and 1099 reporting,and/or any and all other similar requirements,whether federal,state,local,union or other entity.The Funds Administrator is not responsible for the payment of any taxes for or on behalf of the Contractor,nor for complying with any related reporting,including,but not limited to,payroll,income,sales,and 1099 reporting. 6.5 CONTRACTOR'S PRE-COMMENCEMENT RESPONSIBILITIES: Prior to commencement of any work on the Project under or pursuant to the Construction Contract,the Contractor shall deliver to Funds Administrator the following items,fully completed and executed as applicable: (a) The Construction Contract;to also include,if requested,all exhibits,addenda,general conditions and related documents, -- the plans and specifications for the Project and copies of all permits,approvals and licenses required to be obtained from any governmental authority for the construction work to be performed on the Project; (b) The Project Fact Sheet as referred to in the Funds Administration Procedures attached hereto as Exhibit"B"; (c) A sworn statement in the form referred to in the Funds Administration Procedures attached hereto as Exhibit"B",which identifies the names,addresses and telephone numbers of all subcontractors with whom the Contractor has contracted regarding the Project and a brief description of each such subcontractor together with the dollar value of such contract (the"Sub-Contractor List"); (d) Copies of all subcontracts disclosed on the Sub-Contractor List; (e) Copies of all purchase orders,estimates,invoices,statements and the like; SWEC FCDA Working Page 5 of 14 12/4/2012-9:37:25 PM (f) A detailed budget for the Project using standard industry codes in the form referred to in the Funds Administration Procedures attached hereto as Exhibit"B"or alternative coding acceptable to the Funds Administrator;and (g) Any other information or written materials regarding the Project budget which are relevant to the Agreement which the .. Funds Administrator may request in writing. 6.6 CONTRACTOR'S RESPONSIBILITIES DURING CONSTRUCTION. During construction of the Project and within five(5)days of the Contractor becoming aware of the following,the Contractor shall deliver the following to the Funds Administrator: (a) If,at any time,there are any subcontractors or suppliers or other creditors under the Construction Contract or the Project, who are not listed on the Sub-Contractor List but who:(1)are used for any purpose under the Construction Contract to perform services or provide labor or material to the Project,including also but not limited to on-site or off-site testing;(2) may otherwise obtain liens under the Construction Contract;or(3)to which the Funds Administrator or the Owner may have any liability then the Contractor shall provide the Funds Administrator with a supplemental Sub-Contractor List identifying all such persons,together with all related information("Supplemental List").Likewise,a Supplemental List shall be submitted to the Funds Administrator immediately upon any change to the information contained on the Sub-Contractor List due to the addition or deletion of a subcontractor,a change in the dollar amount of each subcontract or the like; (b) Copies of all changed and/or new subcontracts which have not been previously disclosed on the Sub-Contractor List; (c) Copies of any and all additional purchase orders,estimates,invoices,statements and/or any written notice of any change orders,modifications,extras,additional improvements or work to the Project,including,but not limited to,any increases or decreases in the Construction Contract amount,or any work contiguous to,or in the immediate vicinity of, �. the Project with which the Contractor is involved,and which have not been previously disclosed on the Sub-Contractor List; (d) Any modified or updated budgets for the Project,showing all construction costs,labor,overhead,profit and the like, together with interim and final completion dates; (e) Notice of any actual,potential or asserted backcharge,credit or offset,including also those for delay,liquidated or punitive damages to assessed against the contract; (f) Notice of any substantial amendments to or modifications of the Project timeline; (g) Notice of any actual,potential or asserted default under the contract; (h) Notice of any actual,potential or asserted default or dispute under a subcontract,or claim of delay or interference by a subcontractor or any other person or entity on the Project; (i) Copies of any Claims, Notices,Sworn Statements of Account or Liens filed or to be filed by the Contractor against the Owner or other prime or general contractor Written notice of any disagreement or dispute between the Contractor and any of the following:(1)the Owner;(2)any of the Contractor's subcontractors or materialmen;or(3)any others who have provided labor,materials,equipment or services to the Project; (k) Copies of all preliminary notices and any claim,lien or other notice received by the Contractor involving nonpayment for labor,materials,equipment or services supplied to the Project;and (1) Any other information or written materials regarding the Project budget which are relevant to the Agreement which the �. Funds Administrator may request in writing. 6.7 SHORTAGE IN PROJECT BUDGET: In the event the actual costs of construction of the Project appear to the Funds Administrator,in its sole discretion,to exceed the Project budget prepared by the Contractor,excluding any cost increase as a result of approved Change Orders executed by the Owner,then the amount by which actual construction costs exceed the Project budget(the "Project Shortage")shall be the responsibility of the Contractor.In the event of any such Project Shortage,the Funds Administrator shall request that the Contractor deposit into the Fund Administration Account additional funds in an amount necessary to satisfy any such Project Shortage.The Contractor's failure to deposit required additional funds into the Funds Administration Account may be deemed to be a material default of this Agreement.Should the Contractor fail to fund the forecasted shortage,the Funds SWEC FCDA Working Page 6 of 14 12/4/2012-9:37:25 PM Administrator may also,in Funds Administrator's sole discretion withhold from the Contractor's profit and/or expense reimbursement,the amount necessary to pay for any such Project Shortage. 6.8 INDEMNIFICATION IN THE EVENT OF SHORTAGE OR LIEN CLAIMANT. The Contractor,and all other parties individually executing this " Agreement on behalf of Contract, if any,and their successors and assigns,jointly and severally indemnify,defend and hold harmless both the Surety and the Funds Administrator and their officers,directors,shareholders,agents,employees,successors and assigns from and against any and all liability,costs and expenses,including,but not limited to,attorneys',witness'and accountants'fees,investigation costs,travel costs,transcript costs,disbursements,settlement amounts,judgments,fines or penalties,which either the Surety or the Funds Administrator may incur in connection with any such Project Shortage or Claim. ^' ARTICLE 7 DISBURSEMENTS .. 7.1 DISBURSEMENT AUTHORIZATIONS. The Funds Administrator Shall disburse all Contract Funds to either:(1)the Contractor;(2)the applicable creditor of the Contractor;(3)the Funds Administrator;or(4)all or any combination of the preceding,all in accordance with the terms of this Agreement.Separate Disbursement Authorizations shall be submitted for each and every party for which Contractor is requesting a disbursement of Account Funds.The Contractor represents and warrants to the Funds Administrator that,prior to submitting any Disbursement Authorization,the Contractor will inspect the applicable work performed or materials delivered and determine the sufficiency of the same.All Disbursement Authorizations shall be executed by an authorized representative of the Contractor and shall: (a) Identify the parties to be paid and the amount to be paid to such party;,and (b) Identify all applicable invoice numbers,their relationship to budget line items included in Section 6.7(%and the supporting documentation required under Section 7.2(b)below;,and (c) Provide a detailed breakdown of prior amounts paid to such party and the amount of payments remaining to be made to such party,through Project completion;indicate whether the requested payment is the final payment for such payee; instruct the Funds Administrator to withhold any billings in excess of costs(including overhead and profit)in the Accounts Funds and to apply such excess to cost in excess billings at future draw periods. 7.2 DISBURSEMENTS FOR LABOR,SERVICES OR MATERIALS: Funds Administrator will not disburse any Account Funds to any party unless and until Funds Administrator receives the following;documents and until any and all other applicable requirements of Article 7 have been satisfied: �. (a) Copies of any disbursement requests submitted by the Contractor to the Owner relating to or including the same payments covered by the Disbursement Authorization; .. (b) Appropriate supporting documents,including,but not limited to,invoices,statements,receipts,delivery tickets,and the like evidencing that disbursements were for a Project expense; (c) Copies of certified payrolls,as required by law or the contract,of the Contractor for the Project;and (d) Appropriate partial or final lien waivers or similar documents,properly executed,regarding such Disbursement Authorization. In the absence of a statutorily required release,progress payment lien waivers in the form attached referred to in the Funds Administration Procedures attached hereto as Exhibit"B"shall be acceptable in connection with partial payments,and final payment lien waivers in the form referred to in the Funds Administration Procedures attached hereto as Exhibit"B"shall be acceptable.All lien releases shall be subject to the Funds Administrator's review and approval. 7.3 CERTAIN DISBURSEMENTS TO CONTRACTOR: If any Disbursement Authorization requests that Contractor receive a direct payment of Contract Funds for overhead,supervision,profit or otherwise,the Funds Administrator shall make such disbursement directly to the Contractor only if:(1)all applicable requirements set forth in this Article 7 are satisfied;(2)the amount of such payment is within line of the overall completion budget of the Project;such to be periodically reviewed and evaluated by the Funds Administrator. Completion of the project shall be measured by a percentage equal to project costs(excluding overhead and profit payments)paid by the Funds Administrator divided by total estimated costs for the project.The overhead and profit amount as shown in the SWEC FCDA Working Page 7 of 14 ^� 12/4/2012-9:37:25 PM Contractor's detailed budget will be reduced to cover all costs in excess of those itemized therein unless the original cost projections are revised as the result of Change Orders or other appropriate adjustments as agreed to by the Funds Administrator. 7.4 FINAL DISBURSEMENT OF CONTRACT FUNDS: The Contractor shall not be entitled to receive the final disbursement of Contract Funds,including the Surety Reserve and Funded Amount,until all the following requirements are satisfied: (a) All conditions of Articles 6 and 7 are satisfied and the Funds Administrator has received all documentation required under this Agreement; (b) The Funds Administrator has received final payment from the Owner; (C) Any and all claims and disputes are resolved to the satisfaction of the Funds Administrator and the Surety; (d) The Funds Administrator receives written notice from the Owner that the Contractor has fully performed all of its obligations under the Contract,that there are no outstanding liens filed against the Project,and that the Owner has accepted the Project; (e) The Funds Administrator receives written consent of the Surety authorizing the release of final disbursement to the Contractor; (f) The Funds Administrator receives verification in form satisfactory to the Funds Administrator,from the appropriate financial institutions of the exact amount remaining in the Fund Administration Account; (g) The Contractor has submitted to the Funds Administrator an Affidavit regarding Project completion; (h) The Contractor has submitted to the Funds Administrator an affidavit substantially in the form referred to in the Funds Administration Procedures attached hereto as Exhibit"B"that all bills relating to the Project have been paid;and (i) The Funds Administrator has received all amounts due it under this Agreement. ARTICLE 8 REPRESENTATIONS AND WARRANTIES 8.1 INDUCEMENT: To induce the Funds Administrator to enter into this Agreement,the Contractor makes the representations and warranties set forth in Sections 8.2 through 8.6 of this Agreement.The Contractor covenants that said representations and warranties are true and correct as of the date of this Agreement and will remain true and correct throughout the term of this Agreement. 8.2 AUTHORITY: The Contractor has full legal and equitable authority to enter into and perform this Agreement. 8.3 SUBSTANTIVE OPERATION: The Contractor has read and fully understands the terms and provisions of this Agreement and its substantive application.The Contractor further represents and warrants that no term or provision set forth in this Agreement will impede the Contractor's ability to comply with or perform under the Construction Contract or hinder the Contractor's general operation of its business. 8.4 No BREACH: The execution of and performance under this Agreement by the Contractor will not conflict with,result in the breach or termination of,or constitute a default under any of the Contractor's organizational documents or any lease,agreement,contract, commitment or other instrument,or any order,judgment or decree,to which the either is a party or by which the either is bound.The terms and provisions of this Agreement will not constitute a breach of any law,rule or regulation of any court or governmental department,commission,board,agency or instrumentality that is binding on the Contractor. 8.5 LITIGATION: The Contractor represents that,to the best if its knowledge,there are no legal actions, proceedings or investigations pending against the Contractor or the Project. 8.6 ACCESS To BOOKS AND RECORDS: The Contractor will provide the Funds Administrator or any of its agents,representatives, accountants or attorneys full access to all books,records,contracts,commitments and properties of the Contractor related to the Project,if requested in writing by the Funds Administrator to do so. SWEC FCDA Working Page 8 of 14 12/4/2012-9:37:25 PM ARTICLE 9 FUNDS ADMINISTRATOR RESPONSIBILITIES 9.1 ADMINISTRATION OF DISBURSING ACCOUNT: The Funds Administrator shall maintain the Fund Administration Account from which it shall have the authority to execute such checks,bank wires and disbursement orders and order such checks and/or disbursement orders as necessary for the Funds Administrator to discharge its responsibilities.The Contractor agrees that the Funds Administrator shall pay no interest on the deposited funds,whether earned or not,and the Funds Administrator assumes no responsibility for the earning of any income thereon. 9.2 TIMING OF PAYMENTS: The Funds Administrator shall process collected funds within seven(7)days from receipt of sufficient Contract Funds and all properly submitted documentation required herein.The Funds Administrator shall not be held liable for any claim for costs,expenses,interest or penalties arising from any alleged late payment if the Funds Administrator properly makes the requested disbursement within the time set forth herein.The Contractor shall indemnify and hold the Funds Administrator harmless from any such claims. 9.3 DATA TRANSMISSION: The Funds Administrator shall deliver to the Contractor at its own expense,copies of applicable reports regarding processed disbursements via two-day delivery,otherwise by regular mail. 9.4 RIGHT TO WITHHOLD DISBURSEMENTS. Disbursements to the Contractor maybe withheld by the Funds Administrator until such time that all documents reasonably required by this Agreement have been furnished to the Funds Administrator or as otherwise authorized herein. 9.5 CONFLICTING DEMANDS: ,., (a) If at any time a dispute arises concerning the Account Funds or in connection with this Agreement,or Funds Administrator receives instructions from the Contractor,.,the Owner or any creditor which the Funds Administrator deems to conflict with any term or provision of this Agreement or the instructions the Funds Administrator receives from any other party,all Account Funds then on deposit,or thereafter deposited,shall be disbursed only with the written consent of or direction of the Surety.Upon the giving of said consent or direction by said Surety,the Funds Administrator shall have the right to either:(1)refrain from taking any action other than to keep safely the Account Funds until such conflict is resolved to the Funds Administrator's sole satisfaction;(2)forward all Account Funds held under this Agreement to the Surety,or(3)return all Account funds held under this Agreement to the Owner;or(4)with reasonable notice to the Contractor,deposit all Account Funds with the appropriate court("Court"). (b) In the event that the Funds Administrator deposits the Account Funds with the Surety or a Court,the Funds Administrator shall be relieved of all obligations under this Agreement and shall no longer be responsible to account for or disburse the Account Funds. Effective as of the date of any such deposit with the Surety or a Court,the Contractor fully releases all claims which in any way concern the Account Funds or this Agreement that the Contractor may have against the Funds Administrator whether known or not,contingent or vested,arising at law,in equity or otherwise,excepting such claims for distributions in violation of this Agreement,willful misconduct,or gross negligence.In any event,the Contractor agrees to indemnify and hold harmless the Funds Administrator from any damages,costs and expenses incurred in connection with any such dispute. (c) The Contractor agrees further that the Funds Administrator shall be entitled to deduct from the Account Funds all 'Po damages,costs and expenses incurred by the Funds Administrator in connection with any such dispute upon the incurrence of any such cost or expense. 9.6 EFFECT OF JUDICIAL ACTION CONCERNING THE CONTRACT FUNDS. If a court,administrative or arbitration order at anytime attaches, gamishes or levies upon any Account Funds,or stays or enjoins the assignment,conveyance,transfer or delivery of any Account Funds,or if any judgment or decree which affects all or a portion of the Account Funds is entered,then the Funds Administrator is authorized,in its sole discretion,to rely upon and comply with such order,writ,judgment or decree,irrespective of whether the body which issued the same had proper Jurisdiction,venue or competence.The Funds Administrator will,whenever practicable,give the Contractor up to sixty(60)days to cure or resolve problems prior to depositing the Account Funds with the Court. If the Funds Administrator complies with any such order,writ,judgment or decree,the Funds Administrator shall not be liable to the Contractor SWEC FCDA Worldng Page 9 of 14 12/4/2012-9:37:25 PM .. or any successor of the aforesaid or to any person,entity,firm or corporation by reason of such compliance,even though such writ, order,judgment or decree subsequently may be reversed,modified,annulled,set aside or otherwise vacated.If any suit or proceeding concerning this Agreement involves or threatens the Funds Administrator,the Funds Administrator shall have a first lien on the Account Funds for any and all costs and reasonable attorneys'fees which the Funds Administrator may incur in connection therewith,whether the Funds Administrator's attorney is regularly retained or specially employed.The Funds Administrator also shall have a first lien in the Account Funds for any and all other reasonable expenses which the Funds Administrator may incur or for which the Funds Administrator becomes liable in connection with any such suit or proceeding. If the Account Funds are insufficient to allow the Funds Administrator full reimbursement for the foregoing items,the Contractor shall immediately upon written demand pay to the Funds Administrator the remaining balance of such costs and expenses. 9.7 MAINTENANCE OF RECORDS: The Funds Administrator will maintain,at its place of business,adequate records of Account Funds received and disbursed,appropriate releases from the Contractor,subcontractors,material suppliers,and laborers in connection with the Construction Contract and will permit inspection of these records at any reasonable time by the Contractor. 9.8 NOTICE of LIENS. The Funds Administrator shall contact the Surety and the Contractor immediately once it is aware of any liens or documented and potentially supportable claims.Should the Contractor fail to comply with its obligations herein,including,but not -- limited to,compliance with section 6.10 above,the Funds Administrator shall be entitled to follow the Surety's direction with regard to same. 9.9 COPIES OF REPORTS. The Funds Administrator shall provide the Contractor with copies of funds administration disbursement reports and/or other information relevant to the performance of this Agreement as reasonably requested. 9.10 RIGHT OF COMMUNICATION. The Funds Administrator may communicate with the Contractor,Owner,subcontractors,suppliers or other creditors as necessary to determine the status of their accounts with the Contractor and with respect to the Project. 9.11 GENERAL POWERS AND RIGHTS OF THE FUNDS ADMINISTRATOR. In addition to any powers of the Funds Administrator that are either implied or expressed elsewhere in this Agreement,the Funds Administrator shall have the following powers and discretion in the administration and distribution of all Contract Funds: (a) The Funds Administrator may rely upon any signed affidavit,certificate,letter,document,instrument,notice or other evidence which the Funds Administrator reasonably believes to be genuine,and,on the basis of such evidence,the Funds Administrator may make any distribution under this Agreement in good faith and without liability;. (b) Without limiting the generality of the preceding sentence,the Funds Administrator shall have no responsibility to inquire -- into or determine the genuineness,authenticity or sufficiency of any signature or other documents or instruments submitted to it in connection with its duties hereunder and shall be entitled to deem the signature on any documents or instruments submitted to it as being those purported to be authorized to sign such documents or instruments on behalf of the party or parties without any requirement for substantiating evidence thereof;and (c) The Funds Administrator may charge against the Account Funds any part of its Fee or other compensation authorized under this Agreement,and/or any expenses the Funds Administrator reasonably incurs in connection thereto,if the Owner or Contractor fails to pay the same on demand. 9.12 LIMITATION OF LIABILITY: The Funds Administrator's liability,if any,shall be limited as follows: (a) As soon as the Funds Administrator disburses any Account Funds pursuant to any term of this Agreement,Funds Administrator shall have no obligation whatsoever to monitor or oversee the use or application of such former Account Funds,including,but not limited to,whether or not the party receiving such disbursement utilizes any such disbursed former Account Funds for payroll,withholding,other taxes or other payments which such receiving party is obligated to make.Funds Administrator's disbursement of Account Funds upon good-faith reliance on signed vouchers,or documentation submitted by the Contractor,or its representative,shall be deemed to be the exercise of due care by the Funds Administrator.The Funds Administrator is entitled to assume conclusively that all such disbursed Contract Proceeds were applied to the appropriate purpose by the party receiving such disbursement. SWEC FCDA Working Page 10 of 14 "'"^ 12/4/2012-9:37:25 PM (b) The Funds Administrator's duties and responsibilities are limited to those expressly set forth in this Agreement and the Funds Administrator may only be held liable under this Agreement solely for its own bad faith,or-gross negligence or willful misconduct in performance of its duties. ARTICLE 10 FUNDS ADMINISTRATOR COMPENSATION 10.1 ADDITIONAL SERVICES: Additional Services are those services not specifically set forth in this Agreement. If the Funds Administrator is required to perform services outside the services and obligations set forth herein,including but not limited to payroll services,claims analysis,consulting,attending settlement conferences with the Surety,Contractors,suppliers,the IRS,other vendors,etc.,the Contractor shall pay the Funds Administrator its normal consulting rates for any such additional services.Further, the Contractor shall reimburse the Funds Administrator for any expenses relating to these additional services,such as travel or report production expenses,at cost.Prior to performing such consulting work,if any,the Funds Administrator shall provide the Contractor with written notification,if practicable. 10.2 MISCELLANEous EXPENSES: The Contractor shall reimburse the Funds Administrator for miscellaneous expenses directly related to processing the Contractor's payment requests at cost,such as special delivery charges,wire transmissions,etc. 10.3 INCREASES IN CONTRACT AMOUNT: In the event that the total dollar value of the Construction Contract increases,the Contractor shall pay to the Funds Administrator the additional Fee at the time of any change order increasing the price of the Construction Contract. 10.4 LEGAL FEES: If,for any reason,the Funds Administrator becomes a party to any claim,demand,arbitration,settlement,litigation, or threat of litigation arising out of labor or material lien claims involved in the Project or other litigation arising out of this Agreement or the Construction Contract,Contractor shall be liable to pay or reimburse the Funds Administrator all of its attorney's fees,legal costs and the amount of any settlement,judgment or other award rendered in connection with such claim.Specifically included are legal fees arising out of the Funds Administrator's good faith performance of its responsibilities regardless of the source of litigation or threat of litigation. ARTICLE 11 RELEASE OF LIABILITY AND INDEMNIFICATION 11.1 CONTRACTOR'S WAIVER OF DAMAGES AND REMEDIES: The Contractor shall not hold the Funds Administrator liable for,and the Contractor waives any claims or remedies it may have against the Funds Administrator for direct,indirect,special,consequential, incidental or punitive damages,whether asserted by the Owner,Contractor or any third party,which arise out of(1)any breach of '® this Agreement by the Funds Administrator,(2)the Funds Administrator's disbursement or handling of the Contract Funds,(3)any other claim or obligation arising out of this Agreement or the Construction Contract,(4)any claim which arises pursuant to any tort (including negligence and strict liability,but excluding gross negligence and willful misconduct)or other claim,or(5)for any claim made against the Contractor by any other party,even if the Funds Administrator has been advised of the possibility of any such claim. 11.2 INDEMNIFICATION: (a) The Contractor and its successors and assigns,jointly and severally agree to indemnify,defend and hold harmless the Funds Administrator and its officers,directors,shareholders,agents,employees,successors and assigns from and against any and all liability and reasonable expense,including,but not limited to,attorneys',witness'and accountants'fees,investigation costs,travel costs,transcript costs,disbursements,settlement amounts,judgments,fines or penalties,which any Funds Administrator may incur in connection with,in settlement of or resulting from any claim,action,suit or proceeding(whether civil,criminal,administrative or investigative,including any associated appeals)which involves or threatens the Funds Administrator as a party or otherwise,that in any way pertains to this Agreement,the interpretation of this Agreement,the Funds Administrator's discharge of its obligations under this Agreement,the Construction Contract or the Project. SWEC FCDA Working Page 11 of 14 12/4/2012-9:37:25 PM (b) The Contractor further indemnifies and holds the Funds Administrator and its officers,directors,shareholders,agents, employees,successors and assigns harmless from any and all liability which the Funds Administrator may incur as a result of the Contractor's failure to maintain all necessary licenses,permits or registrations for performing services as a Contractor or for rendering services or improvements to the Project. (c) The Contractor is not required to indemnify Funds Administrator for any actions resulting from Funds Administrator's gross negligence or willful misconduct. 11.3 No GUARANTY: The Funds Administrator does not guaranty nor is the Funds Administrator responsible for ensuring:(1)that construction of the Project will proceed or be completed;(2)that the Project will be in accordance with governmental rules and regulations or the Construction Contract when and if the Project is completed;(3)the quality of workmanship or materials;(4)that all ... obligations incurred by the Contractor in connection with the Project will be paid,satisfied or discharged;or(5)that sufficient Contract Funds will be available to complete the Project. ARTICLE 12 MISCELLANEOUS 12.1 INDEPENDENT CONTRACTOR: The Contractor agrees that the Funds Administrator's capacity under this Agreement Is that of an independent contractor and not an agent,employee or independent contractor of the Contractor for all purposes,including,but not limited to,payment of taxes and standards of care and liability. 12.2 DEFAULT: A default,for which the Surety should be notified,shall be deemed to have occurred under this Agreement in the event that any of the following occurs: ,. (a) The Principal fails to perform any material obligation required to be performed pursuant to the Contract,Bonds,or any other agreement made between the Surety and the Contractor,which the Funds Administrator has been furnished,or under this Agreement; ,.. (b) The Contractor makes any untrue or misleading statement to the Funds Administrator as to any material fact for the purpose of causing the Funds Administrator to disburse Contract Funds or to take other action or to omit to take any action hereunder: (c) The Contractor fails to use and apply,within a reasonable time,Contract Funds for the purpose for which the Contract Funds �. were paid; (d) Removal or diversion to any other use of materials furnished,delivered to,designated for or obtained for use in the Project by the Contractor: (e) Filing of a petition by the Contractor or by the Contractor's creditors against the Contractor for bankruptcy reorganization or for other relief under the United States Bankruptcy Code; (f) The Contractor makes an assignment of the Construction Contract or the Contract Funds for the benefit of creditors; — (g) The appointment of a receiver for the Contractor or the Contractor's property; (h) The insolvency of the Contractor; (i) Transfer,assignment,sale,etc.,by the Contractor of the Contract,or of this Agreement,or of any rights,benefits or moneys received or payable(including receivable invoices)hereunder,except to persons entitled having directly furnished labor, materials,or services required in the completion of the Project; (j) Pre-completion termination of the Contract,whether by mutual agreement,default,or unilateral actions by either the ^^ Contractor or the Owner; (k) If the Contractor is an individual and dies or becomes incapacitated for any reason,thereby preventing the Contractor from performing the Contractor's obligations under the Construction Contract or this Agreement,or if the Contractor becomes a fugitive from justice or for any reason disappears and cannot be found at the address appearing below,or at a subsequently supplied address. 12.3 NOTICES: All notices relating to this Agreement shall be given in writing as follows:(1)by actual delivery into the hands of the party entitled to receive it;(2)by mailing such notice by registered or certified mail,return receipt requested,in which case the notice shall be deemed to be given on the date of its mailing;(3)by any overnight carrier,in which case the notice shall be deemed to be given on the date next succeeding the date of its transmission;or(4)by facsimile,in which case the notice shall be deemed given as of the SWEC FCDA Working Page 12 of 14 12/4/2012-9:37:25 PM date it is sent.All notices under this Agreement shall be given to the respective parties at the addresses which appear below or as may otherwise be set forth in the Project Fact Sheet,provided for in Exhibit"B"hereunder. ... 12.4 INTERPRETATION OF AGREEMENT: Whenever context may require,any pronouns used in this Agreement shall include the corresponding masculine,feminine or neuter forms and the singular form of nouns and pronouns shall also include the plural,and vice versa.The Article headings contained in this Agreement shall in no way be construed to define,limit,extend or prescribe the scope of this Agreement or the intent of any of its provisions.Each party has been afforded an opportunity to consult with counsel and enters into this Agreement voluntarily.No provision of this Agreement shall be construed against any party or its counsel merely because such party or counsel drafted such provision,nor shall any ambiguity herein be construed more strictly against one party or -- the other. 12.5 INCORPORATION OF EXHIBITS AND RECITALS: All Exhibits attached to,and all Recitals contained in this Agreement are fully incorporated into and constitute part of the substantive portion of this Agreement. 12.6 COMPLETENESS AND MODIFICATION: This Agreement,and the Exhibits attached hereto,constitute the entire understanding between the parties with respect to funds administration and disbursement to be performed hereunder,and thus supersedes any prior or contemporaneous agreements or understandings,negotiations,proposals and other representations which may exist or have existed related to the Project. No waiver or modification of this Agreement shall be valid unless made in writing and signed by the parties hereto.No covenant,representation or condition not otherwise expressed in this Agreement shall replace,modify,interpret, change or restrict the express provisions of this Agreement. 12.7 NON-WAIVER OF CUMULATIVE RIGHTS: No failure or delay on the part of the Funds Administrator,any Disbursing Agent or the Surety and no forbearance,neglect or failure by the Funds Administrator,any Disbursing Agent or the Surety to insist upon strict �. compliance with this Agreement or to exercise any right,power or privilege under this Agreement and no course of dealing between the Funds Administrator,any Disbursing Agent or the Surety shall operate as a waiver of any such right,power or privilege nor shall any single exercise thereof preclude any other or further exercise thereof or the exercise of any other right,power or privilege.The rights,powers and privileges provided for herein are cumulative and not exclusive of any rights,powers,privileges or remedies which the Funds Administrator would otherwise have under applicable law. •— 12.8 ARBITRATION: All disputes or differences arising out of the performance or the interpretation of this Agreement shall,as a pre-requisite to and substitute for any suit,first be submitted to binding arbitration by one arbitrator pursuant to the Commercial Arbitration Rules of the American Arbitration Association then in effect.The locale of the Arbitration shall be Houston,Texas,and the arbitration shall include in any award the costs of the arbitration proceeding and expenses,including,without limitation,the legal and consulting fees,of the prevailing party.This Article shall survive the termination of this Agreement. 12.9 GOVERNING LAW. The internal law,without regard to conflicts of laws principles,of the State of Texas will govern all questions as between the Contractor and Funds Administrator concerning the construction,validity and interpretation of this Agreement and the performance and enforcement of the obligations imposed by this Agreement.Notwithstanding,nothing set forth herein is intended or shall in any way modify,alter or otherwise limit the Contractor's obligation to comply with all federal,state and local laws,codes, regulations or otherwise,as may be applicable,regarding the performance of the Construction Contract. 12.10 CONSENT TO JURISDICTION: ANY SUITS,CLAIMS OR CAUSES OF ACTION ARISING DIRECTLY OR INDIRECTLY FROM THIS AGREEMENT OR ANY OTHER AGREEMENTS BETWEEN THE PARTIES SHALL BE BROUGHT FOR RESOLUTION IN A STATE OR FEDERAL COURT OF APPROPRIATE JURISDICTION ONLY IN HARRIS COUNTY IN THE STATE OF TEXAS,AND ALL OBJECTIONS TO VENUE AND PERSONAL JURISDICTION IN SUCH FORUM ARE HEREBY EXPRESSLY WAIVED. .. 12.11 WAIVER OF TRIAL BY JURY: WITH RESPECT TO ANY CLAIMS OR DISPUTES PERTAINING TO THIS AGREEMENT OR ANY MATTER ARISING OUT OF OR RELATED TO THIS AGREEMENT,CONTRACTOR HEREBY(A)COVENANTS AND AGREES NOT TO ELECT A TRIAL BY JURY FULLY TO THE EXTENT THAT ANY SUCH RIGHT SHALL NOW OR HEREAFTER EXIST.THIS WAIVER OF A RIGHT TO A TRIAL BY JURY IS SEPARATELY GIVEN AND KNOWINGLY AND VOLUNTARILY MADE BY THE CONTRACTOR.THIS WAIVER IS INTENDED TO ENCOMPASS INDIVIDUALLY EACH INSTANCE AND EACH ISSUE AS TO WHICH THE RIGHT TO A JURY TRIAL WOULD OTHERWISE ACCRUE.THE FUNDS ADMINISTRATOR IS HEREBY AUTHORIZED AND REQUESTED TO SUBMIT THIS AGREEMENT TO ANY COURT HAVING JURISDICTION OVER THE SUBJECT MATTER AND THE PARTIES TO THIS SWEC FCDA Working Page 13 of 14 ^� 12/4/2012-9:37:25 PM AGREEMENT,SO AS TO SERVE AS CONCLUSIVE EVIDENCE OF THE CONTRACTOR'S WAIVER OF THE RIGHT TO JURY TRIAL.FURTHER THE CONTRACTOR HEREBY CERTIFIES THAT NO REPRESENTATIVE OR AGENT OF THE FUNDS ADMINISTRATOR.INCLUDING THE FUNDS ADMINISTRATOR'S COUNSEL,HAS REPRESENTED,EXPRESSLY OR OTHERWISE,TO THE CONTRACTOR THAT THE FUNDS ADMINISTRATOR WILL —. NOT SEEK TO ENFORCE THIS WAIVER OF RIGHT TO JURY TRIAL. 12.12 VALIDITY: The unenforceability of any provision of this Agreement shall not affect the validity or enforceability of any other provision hereof. 12.13 SEVERABILITY: In the event any term,covenant,promise or undertaking,section,subsection,sentence,clause,phrase,word,or any of the provisions of this Agreement or any application thereto to any person or circumstance shall be declared prohibited,invalid �- or unenforceable to any extent,in whole or in part,by a court of competent jurisdiction,such term or provision shall,in that jurisdiction,be ineffective only to the extent of such persons or circumstances,without invalidating or rendering unenforceable the remaining provisions in any other jurisdiction or affecting the validity of the remaining portions of this Agreement in such jurisdiction, �- unless such would effect a substantial deviation from the general intent and purpose of the parties or make a significant change in the economic effect of this Agreement on the party benefited by such term or provision. 12.14 THIRD PARTY BENEFICIARY: With the exception of limited third party beneficiary rights in favor of the Surety, nothing in this Agreement is intended to nor shall it be interpreted in any way so as to create beneficiary rights in any other third party. 12.15 SUCCESSORS AND ASSIGNS: This Agreement shall bind and inure to the benefit of the heirs,executors,administrators and successors in interest of the parties of the Agreement;provided,however,that the Contractor may not assign its rights hereunder or any interest herein without the prior written consent of the Funds Administrator and any such assignment or attempted assignment by the Contractor shall be void and of no effect with respect to the Funds Administrator or the Surety. 12.16 MULTIPLE ORIGINALS: This Agreement may be executed in multiple original counterparts,each of which original counterpart shall be of equal dignity. The authorized representatives of the parties to this Agreement have hereunto affixed their signatures below and executed it to become effective on the day first written above. FUNDS ADMINISTRATOR: CONTRACTOR: GSSG, Inc.dba THE SOUTHWEST ESCROW COMPANY TEJAS COMMERICAL CONSTRUCTION,LLC By: J By! -' h Gary, President Charles D.Allen,Vice President Date: Date: 200 River Pointe Dr.,Suite 306 P.0 Box 10395 Conroe,TX 77304 River Oaks,TX Phone: (281)298-5161 Phone: 817-901-8499 -� Fax: (936)756-7548 Fax: Email: boary(a.swec-csQ.com Email: callen(a.tejasconstruction.net SWEC FCDA Working Page 14 of 14 ^— 12/4/2012-9:37:25 PM „. 00 610:1 PERFORMANCE BOND Page 1 of 3 1 SECTION 00 6113 EAlC127000010 2 PERFORMANCE BOND -� 3 1 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § I7 •• 8 That we, Teias Commercial Construction LLC ,known as 9 "Principal”herein and Endurance American Insurance Company ,a corporate 10 surety(sureties,if more than one)duly authorized to do business in the State of Texas,known as 11 "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, Seven Hundred Fifty Thosand Dollars 14 ($ 750,000:00 J,lawful money of the United States,to be paid in Fort Worth, 15 Tarrant County,Texas for the payment of which sum well and truly to be made,we bind 16 ourselves, our heirs,executors,administrators,successors and assigns,jointly and severally, 17 firmly by these presents. 18 WHEREAS,the Principal has entered into a certain written contract with the City ._ 19 awarded the day of AUG 2 9 2017 .20._,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 21 labor and other accessories defined by law,in the prosecution of the Work,including any Change 22 Orders,as provided for in said Contract designated as Small Diameter Water Main Extensions, 23 Replacements&Relocations Contract 2017; City Proiect No. 100993 24 NOW,THEREFORE,the condition of this obligation is such that if the said Principal 25 shall faithfully perform it obligations under the Contract and shall in all respects duly and 26 faithfully perform the Work,including Change Orders,under the Contract,according to the plans, 27 specifications, and contract documents therein referred to, and as well during any period of I 28 extension of the Contract that may be granted on the part of the City,then this obligation shall be w 29 and become null and void,otherwise to remain in full force and effect. aw CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMETNS& Revised July 1,2011 RELOCATIONS CONTRACT 2017 City Project No.100993 a 006113-2 PERFORMANCE BOND Page 2 of 3 1 PROVIDED FURTHER,that if any legal action be filed on this Bond,venue shall lie in 2 Tarrant County,Texas or the United States District Court for the Northern District of Texas,Fort 3 Worth Division. i 4 This bond is made and executed in compliance with the provisions of Chapter 2253 of the I 5 Texas Government Code, as amended,and all liabilities on this bond shall be determined in 6 accordance with the provisions of said statue. 7 IN WITNESS WHEREOF,the Principal and the Surety have SIGNED and SEALED 8 this instrument by duly authorized agents and officers on this theof Aday �* 920 ' ercial 10 ��``�\\GG.GORPD G�p4, � PRINCIPAL 11 �• Tejas Commercial Construction LLC 12 14 BY: 15 w 40�` Signature �, 16 ATTEST: f.,�. jr ...........:' • 17 `%'�:2005 18 '�R"►►� Charles Allen,Vice President ^* ( 19 (Principal)Secretary Name and Title I 20 21 Address: PO Box 10395 22 River Oaks,TX 76114 rsa I 23 ?Ctjo� 24 25 Witness as to'frincipal „.. 26 SURETY: 27 Endurance American Insurance Company 28 29 _ *� I 30 BY: 31 4iganature 32 33 Chris Holt.Attomey in Fact 34 Name and Title l 35 , 36 Address: 750 Third Avenue,2nd Floor 37 / New York NY 10017 3839 ►►►""" 111 40 Witness as to Surety Telephone Number: 817-261-1101 " 41 42 43 I a CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACENMI'NS& Revised July 1,2011 RELOCATIONS CONTRACT 2017 City ProjedNw.100983 006113-3 PERFORMANCE BOND IPage 3 of 3 00 1 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 2 from the by-laws showing that this person has authority to sign such obligation. If I 3 Surety's physical address is different from its mailing address,both must be'provided. 4 The date of the bond shall not be prior to the date the Contract is awarded 5 f i l I l owl CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACF.M13TNS& Revised July 1,2011 RELOCATIONS CONTRACT 2017 ICity Prgja No,i0OM ENDURANCE AMERICAN INSURANCE COMPANY 127 POWER OF ATTORNEY KjimV aZifen 6r these Tresent, that ENDURANCE AMERICAN INSURANCE COMPANY,a Delaware corporation(the"Corporation"),with offices at 750 Third Avenue,New Yak, NY 10017,has made,constituted and appointed and by these presents,does make,constitute and appoint CHRIS L.HOLT,JOE RODNEY DUCKWORTH,KIMBERLY DENNIS,KARISSA GREER its true and lawful Attomey(s)-in-fact,at AMARILLO in the State of TX and each of them to have full power to act without the other or others,to make, execute,seal and deliver for and on its behalf bonds,undertakings or obligations in surety or co-surety with others,also to execute and deliver on its behalf renewals,extensions,agreements, waivers,consents or stipulations relating to such aforesaid bonds,undertakings or obligations provided,however,that no single bond or undertaking so made,executed and delivered shall obligate the Coryor51 (a jLF portion of the penal sum thereof in excess of the sum of TEN MILLION Dollars($10,000,000). Such bc•,s,�r C ue a k n.s for s5,::r L_s-a when duly executed by said attomey(s}in-fact,shall be binding upon the Corporation as fully and to the same extent as if signed by the Presidenl;a rr e:e,:-vau x :e: x e r cal attested by its Corporate Secretary. ■era This f ,rntrnenws mace uncer an�.avrrarc._,;certain resolutions adopted by the Board of Directors of the Corporation by unanimous written consent on the 21st day of July,2011,a copy of YN::weW below under the I' ad r;emit+ed'Certificate". T-s rower of Attorg0A;j and sealed to 1.,csimile under and by authority of the following resolution adopted by the Board of Directors of the Corporation by unanimous written consent on tht.'-I t fay of Jule,.b',11 act*said resolutitn.has not since been revoked,amended or repealed: REWLJE a 'hnt , r ar:y aursuant to certain resolutions adopted by the Board of Directors of the Corporation by unanimous written consent on the 21st day of July,2011 the s1 e1d< * , r: °-'c rrtt n';,yrs w:ne seal of the Corporation may be affixed to any such power of attomey or any certificate relating thereto by facsimile,and any such power of alto me¢n«°r;`c;1 cei-"inc S.r""irse ssignature or seal shall be valid and binding upon the Corporation in the future with respect to any bond or undertaking to which it is attached. IN WITNESS 04EREOf$the Corc,is, las caused these presents to be duly signed and its corporate seal to be hereunto affixed and attested this 21st day of June,2017 at New York,New York. (Corporate Seal) � � ENDURANCE AMERICAN INSURANCE COMPANY ATTEST f 'yy( e2,.O BY RICHARD M.APPEL,SENIOR VICE PRESIDENT BRIAN BEGGS,EXECUTIVE VICE PRESIDENT STATE OF NEW YORK ss:MANHATTAN COUNTY OF NEW YORK On the 21st day of June,2017 before me personally came BRIAN BEGGS to me known,who being by me duly swom,did depose and say that(s)he resides in NEW YORK,NEW YORK that (s)he is a EXECUTIVE VICE PRESIDENT of ENDURANCE AMERICAN INSURANCE COMPANY,the Corporation described in and which executed the above instrument;that(s)he knows the seal of said Corporation;that the seal affixed to said instrument is such corporate seal;that it was so affixed by order of the Board of Directors of said Corporation,and that(s)he signed his(her) name thereto Nlikeprder.l 1 f (Notarial`eiaij aA�iase�`� .. NO Z 119�i53�9}� •7 a- Nicholas James Benenab,Notary Public-My Commission Expires 12/07/2019 —g•>a�rrv�sax t>r: CERTIFICATE STATE QF%IE- 0 ss'MANHATTAN GOl1NTY JPrQfE�h 1,CHRIST(#P! . �'.Py EWT of ENDURANCE AMERICAN INSURANCE COMPANY,a Delaware Corporation(the"Corporation"),hereby certify: 1.That thdori inal p5pr 4430ey of which the foregoing is a copy was duly executed on behalf of the Corporation and has not since been revoked,amended or modified;that the undersigned 12gcgmpared the foregoing copy thereof with the original power of attorney,and that the same is a true and correct copy of the original power of attorney and of the whole thereof; 2.The following are resolutions which were adopted by the Board of Directors of the Corporation by unanimous written consent on 21st day of July,2011 and said resolutions have not since been revoked,amended or modified: "RESOLVED,that each of the individuals named below is authorized to make,execute,seal and deliver for and on behalf of the Corporation any and all bonds,undertakings or obligations in surety or co-surety with others and to execute and deliver for and on behalf of the Corporation renewals,extensions,agreements,waivers,consents or stipulations relating to such aforesaid bonds,undertakings or obligations: RICHARD M.APPEL,BRIAN BEGGS And be it further RESOLVED,that ea.-)f the individuals named above is authorized to appoint attomeys-in-fact for the purpose of making,executing,sealing and delivering bonds,undertakings or obligations in Ion - surety ar -surafV rc. 'rm of the Corporation." above resolutions are true and correct copies of the resolutions as so recorded and of the whole thereof. :.IT`i=5 i. N. EO Amy hand and affixed the corporate seal this day of ,20_. i«arate Seal) 1996 CHRISTOPHER SPARRO,PRESIDENT Any reproducdms are void. Primary Surety Claims SuWkson:msalybonddakns®sornpa-intl.rum t`i'atr+s a€rutY4i'�'at Surety Claims Hotline:877-876-7575 Mailing Address:Surety Claims D.parmierit,750 Third Avenue-10th Floor,New Yak,NY 10017 oft 411 ,w. 006114-1 PAYMENT BOND IPage 1 of 2 1 SECTION 00 6114 EAIC127000010 ! I2 PAYMENT BOND I -- 3 4 THE STATE OF TEXAS § I5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we, Tejas,Commercial Construction LLC aknown as 9 "Principal" herein, and Endurance American Insurance Company a "■" 10 corporate surety (sureties), duly authorized to do business in the State of Texas, known as f11 "Surety" herein(whether one or more), are held and firmly bound unto the City.of Fort Worth, a i ., 12 municipal corporation created pursuant to the laws of the State of Texas,known as"City"herein, I 13 in the penal sum of Seven Hundred Fifty Thosand Dollars I 14 ($ 7sn nnn nn 1, lawful money of the United States, to be paid in Fort Worth, 15 Tarrant County,Texas,for the payment of which sum well and truly be made, we bind ourselves, I 16 our heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these j 17 presents: I 18 WHEREAS,Principal has entered into a certain written Contract with City, awarded the 19 day Of _ AUG 2 9 2017 20 , 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, 21 labor and other accessories as defined by law, in the prosecution of the Work as provided for in 22 said Contract and designated as Small Diameter Water Main Extensions. Reulacements & 23 Relocations Contract 2017;City Proiect No. 100993 24 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 25 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 26 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 27 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 28 force and effect. I29 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 30 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 31 accordance with the provisions of said statute. 32 rw CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMI�FMI iS& Revised July 1,201.1 RELOCATIONS CONTRACT 20t', ICity Project No.100993 I00 61 14-2 PAYMENT BOND Page 2 of 2 y" 1 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED 2 this instrument by duly authorized agents and officers on this the day of 3 AUG 2 9 2017 20 C�11'i19t�/ �,.` GG .......... $/ , PRINCIPAL: 0")10**%.9� Tejas Commercial Construction LLC 1 ATTEST: • 4S, ^^ : Signature 409 .. •• ���`���`\ Charles Allen,Vice President (Principal) Secretary """" Name and Title Address: PO Box 10395 River Oaks TX 76114 I Witness as to Pfilcipal ( SURETY: . 1 � Endurance American Insurance Company w ATTEST: BY: CJ 1 Signature i Chris Holt,Attorney in Fact ! (Surety)Secretary Name and Title I _ I . Address: 750 Third Avenue,2nd Floor i New York, NY 10017 ' NM l Witness as to Surety Telephone Number: 817-261-1101 5 ` 6 Note: If signed by an officer of the Surety, there must be on file a certified extract from the 7 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. ` 9 10 The date of the bond shall not be prior to the date the Contract is awarded. .w( 11 END OF SECTION I 12 I CITY OF FORT WORTH SMALL DIAMETER`NATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& - Revised July 1,2011 RELOCATIONS CONTRACT 2017 ...( City Project No.100993 I we ENDURANCE AMERICAN INSURANCE COMPANY 127 POWER OF ATTORNEY no Kmw allAfen by these 417esent, that ENDURANCE AMERICAN INSURANCE COMPANY,a Delaware corporation(the"Corporation"),with offices at 750 Thins Avenue,New York, NY 10017,has made,constituted and appointed and by these presents,does make,constitute and appoint CHRIS L.HOLT,JOE RODNEY DUCKWORTH,KIMBERLY DENNIS,KARISSA GREER its true and lawful Attomey(s)-in-fact,at AMARILLO in the State of TX and each of them to have full power to act without the other or others,to make, execute,seal and deliver for and on its behalf bonds,undertakings or obligations in surety or co-surety with others,also to execute and deliver on its behalf renewals,extensions,agreements, waivers,consents or stipulations relating to such aforesaid bonds,undertakings or obligations provided,however,that no single bond or undertaking so made,executed and delivered shall obligate the Corppo�(g4 por ion of the penal sum thereof in excess of the sum of TEN MILLION Dollars($10,000,000). Such bony 9:,,,u. gw rh,Nrposes,when duly executed by said attomey(s}in-fad,shall be binding upon the Corporation as fully and to the same extent as if signed by the P"esidegraL n r r dAuonnoF gate seal attested by its Corporate Secretary. a:alwm.lr)etN e .ty of certain resolutions adopted by the Board o Directors of the Corporation by unanimous written consent on the 21st day of July,2011,a copy yr Apes be. she dm Med"CeNficete". 6�-LW e,of Aftosa"and sea csimile under and by authority of the following resolution adopted by the Board of Directors of the Corporation by unanimous written consent on r r 1�t Jay of July,�flxt101tsaid resolut' s not since been revoked,amended or repealed: RE$�.k.JL, .^ in grrann►tinggppowf,-.!'?�B�pursuant to certain resolutions adopted by the Board of Directors of the Corporation by unanimous written consent on the 21st day of July,2011 the slkW `ak'Ni directors xu ces*p�titl the seal of the Corporation may be affixed to any such power of attorney or any certificate relating thereto by facsimile,and any such power of attomeyotpec .'_ firm=t' ucelp Jpsignature or seal shall be valid and binding upon the Corporation in the future with respect to any bond or undertaking to which ri is attached. IN WITNE?Sl V.I+EREOPpthe Cor�pration has caused these presents to be duly signed and its corporate seal to be hereunto affixed and attested this 21st day of June,2017 at New York,New York. "r%tr.rxr.•+'' win (Corporate Seal) Q_ ENDURANCE AMERICAN INSURANCE COMPANY ATTEST-A �"C By RICHARD M.APPEL,SENIOR VICE PRESIDENT BRIAN BEGGS,EXECUTIVE VICE PRESIDENT STATE OF NEW YORK ss:MANHATTAN COUNTY OF NEW YORK On the 21st day of June,2017 before me personally came BRIAN BEGGS to me known,who being by me duly swom,did depose and say that(s)he resides in NEW YORK,NEW YORK that (s)he is a EXECUTIVE VICE PRESIDENT of ENDURANCE AMERICAN INSURANCE COMPANY,the Corporation described in and which executed the above instrument;that(s)he knows the seal of said Corporation;that the seal affixed to said instrument is such corporate seal;that it was so affixed b order of the Board of Directors of said y Corporation,and that(s)he signed his(her) name thereto Nike 0 � (Notarial Shay 1 � ��s• , �Qb bTAj�y yam' ®1�ti 33911 •P4. Nicholas James Benenati,Notary Public-My Commission Expires 12/07/2019 U• QUALInslo 1K s-""',rolax,04 tri . CERTIFICATE STZ;rAF� 0W IEVgA. ss:MANHATTAN crow COUr47,jPVE911� � ,'�' ` I,CHRI6Tl34P6kV.�1e 0W, T of ENDURANCE AMERICAN INSURANCE COMPANY,a Delaware Corporation(the"Corporation"),hereby certify: 1.That d40rigAI 02114111 4JAy ofwhich the foregoing is a copy was duty executed on behalf of the Corporation and has not since been revoked,amended or modified;that the undersigned Itagc9mpared the foregoing copy thereof with the original power of attorney,and that the same is a true and correct copy of the original power of attorney and of the whole fhereof; 2.The following are resolutions which were adopted by the Board of Directors of the Corporation by unanimous written consent on 21 st day of July,2011 and said resolutions have not since been revoked,amended or modified: "RESOLVED,that each of the individuals named below is authorized to make,execute,seal and deliver for and on behalf of the Corporation any and all bonds,undertakings or obligations in surety or co-surety with others and to execute and deliver for and on behalf of the Corporation renewals,extensions,agreements,waivers,consents or slipulaborts relating M such aforesaid bonds,undertakings or obligations: RICHARD M.APPEL,BRIAN BEGGS And be it further RESOLVED,that each of the indr"ials named above is authorized to appoint attomeys-in-fact for the purpose of making,executing,sealing and delivering bonds,undertakings or obligations in surety or co so,rm,*�Vj etv;f)f the Corporation." 3.The ,n e•. ,,^.: , r w;h' above resolutions are true and corned copies of the resolutions as so recorded and of the whole thereof. IN ISS rhrREO,: i`ave-a my hand and affixed the corporate seal this day of 20—. s (C le Seal) SP A l+ j SP t 19% CHRISTOPHER SPARRO,PRESIDENT Any reprodaklions are void. ''r,,, `,�.. ��! }+s•,, Primary Surety Claims Submission:&ffe1y1xxWdavns@swq)o-md.oam ''r••ttriEktru.•a•rt Surety Claims Hotline:877-6767575 Mailing Address:Surety Claims Department,750 Third Avenue-10th Floor,New Yak,NY 10017 NW Irk .w 00 61 19-1 MAINTENANCE BOND _ ( Page 1 of 3 1 SECTION 00 6119 EAIC127000010 2 MAINTENANCE BOND .., 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we Tejas Commercial Construction LLC known as 9 "Principal"herein and Endurance American Insurance Company ,a corporate surety — 10 (sureties, if more than one)duly authorized to do business in the State of Texas,known as .. 11 "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 the State of Texas,known as"City"herein, 13 in the sum of Seven Hundred Fifty Thosand Dollars u( 14 ($ 750,nnn On ),lawful money of the United States,to be paid in Fort Worth, 15 Tarrant County,Texas,for payment of which sum well and tally be made unto the City and its 16 successors, we bind ourselves,our heirs,executors, administrators,successors and assigns,jointly j 17 and severally,firmly by these presents. 18 19 WHEREAS,the Principal_has entered into a certain written contract with the City awarded ; ^— 20 the day of AUG 2 9 2917 ,20 ,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, 24 the"Work") as provided for in said contract and designated as Small Diameter Water Main 4 25 Extensions.Replacements &Relocations Contract 2017: City Project No. 100993;and i 26 27 WHEREAS,Principal binds itself to use such materials and to so construct the Work in 28 accordance with the plans,specifications and Contract Documents that the Work is and will 29 remain free from defects in materials or workmanship for and during the period of two(2)years 30 after the date of Final Acceptance of the Work by the City("Maintenance Period");and 31 y 32 WHEREAS,Principal binds itself to repair or reconstruct the Work in whole or in part i 33 upon receiving notice from the City of the need therefor at any time within the Maintenance l 34 Period. CITY OF FORT WORTH SMALL DIAMETER WATER WIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS 8t Revised July 1,2011 RELOCATIONS CONTRACT 2017 ICity Project No.100993 006119-2 MAINTENANCE BOND IPage 2 of 3 2 NOW THEREFORE,the condition of this obligation is such that if Principal shall 3 remedy any defective Work,for which timely notice was provided by City,to a completion `! f 4 satisfactory to the City,then this obligation shall become null and void;otherwise to remain in 5 full force and effect. ! I 6 7 PROVIDED,HOWEVER, if Principal shall fail so to repair or reconstruct any timely 8 noticed defective Work,it is agreed that the City may cause any and all such defective Work to 9 be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and 10 the Surety under this Maintenance bond; and I 11 12 PROVIDED FURTHER, that if any legal action be filed on this Bond,venue shall lie in I 13 Tarrant County,Texas or the United States District Court for the Northern District of Texas,Fort I 14 Worth Division;and 15 16 PROVIDED FURTHER,that this obligation shall be continuous in nature and { 17 successive recoveries may be had hereon for successive breaches. 1 18 19 20 owl . 1 . i �I w I CITY OF FORT WORTH SMALL DIAMETER WATER MAIN f STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised July 1,2011 RELOCATIONS CONTRAM2017 w I City Project No.100993 a� 006119-3 MAINTENANCE BOND — ( Page 3 of 3 1 IN WITNESS WHEREOF,the Principal and the Surety have each SIGNED and SEALED this — 2 instrument by duly authorized agents and officers on this the day of 3 AUG 2 92017 ,20 4 `'' rt►r�erc;� G I 5r:,ORpOa� PRINCIPAL: I 6 Wim : ,�uA Tejas Commercial Construction LLC c 8 _ rn 10 cO6 p, ` Signature 11 ATTEST: 19 •••...... '7 12 2009•.. j 13 ��till 11111101111\ Chn6mg AIIep Vico Prps* Pnt 14 (Principal)Secretary Name and Title 15 16 Address: PO Box 10395 17 Iver UaKS 18 19 _ .r 20 Witness as to Pr cipal f 21 SURETY: 22 Endurance American Insurance Company 23 24 e"25 BY: 26 Signature 27 ' . 28 Chris Holt,Attorney in Fact 29 ATTEST: Name and Title 30 31 Address: 750 Third Avenue,2nd Floor 32 ( urety)Secretary New York, NY 10017 33 34 J\J'w v •/�_ ( 35 Witness as to Surety Telephone Number: 817-261-1101 36 37 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 38 from the by-laws showing that this person has authority to sign such obligation. If 39 Surety's physical address is different from its mailing address,both must be provided. 40 The date of the bond shall not be prior to the date the Contract is awarded. 41 I lCITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMI3NTS& Revised July I,2011 RELOCATIONS CONTRACT 2017 ICity Project No.100993 ENDURANCE AMERICAN INSURANCE COMPANY _._.. 127 POWER OF ATTORNEY Xww a!l9Ken Gy these fPlBsent, that ENDURANCE AMERICAN INSURANCE COMPANY,a Delaware corporation(the"Corporation'),with offices at 750 Third Avenue,New York, _ NY 10017,has made,constituted and appointed and by these presents,does make,constitute and appoint CHRIS L.HOLT,JOE RODNEY DUCKWORTH,KIMBERLY DENNIS,KARISSA GREER its true and lawful Adomey(s)-in-fact,at AMARILLO in the State of TX and each of them to have full power to act without the other or others,to make, execute,seal and deliver for and on its behalf bonds,undertakings or obligations in surety or co-surety with others,also to execute and deliver on its behalf renewals,extensions,agreements, '""r waivers,consents or stipulations relating to such aforesaid bonds,undertakings or obligations provided,however,that no single bond or undertaking so made,executed and delivered shall obligate the Corpora w for on of the penal sum thereof in excess of the sum of TEN MILLION Dollars($10,000,000). s Such bc-- 37.'«c�rr'o-*, s'r =.,;o�roses,when duty executed by said attomey(s}in-fact,shall be binding upon the Corporation as fully and to the same extent as if signed by the President,tf�,w?below ra,; z-"'rate seal attested by its Corporate Secretary. d'Thisfiuirvrade un a "?1 'ty of certainresolutions adopted by the Board of Directors of the Corporation by unanimous written consent on the 21st day of July,2011,a copy or yh� 3pce under the v actio Med"CeNfirate �,r:er of Attor ."and sea •r csimile under and by authority of the following resolution adopted by the Board of Directors of the Corporation by unanimous written consent on 1sc Jay of JuIv e•:r v d said resoluti((t�;Nvs not since been revoked,amended or repealed: '101A,„�or s1h>�4 pursuant to certain resolutions adopted by the Board of Directors of the Corporation by unanimous written consent on the 21st day of July,2011 We;%�•`sl,rn �qd eocera a*the seal of the Corporation may be affixed to any such power of attorney or any certificate relating thereto by facsimile,and any such power of attomogpi�e; �a�rr® f ,J signature or seal shall be valid and binding upon the Corporation in the future with respect to any bond or undertaking to which d is attached. IN WITNESr9 he Coon has caused these presents to be duly signed and its corporate seal to be hereunto affixed and attested this 21st day of June,2017 at New York,New York. ,.,...+ tlaltl (Corporate Seal) ENDURANCE AMERICAN INSURANCE COMPANY ATTEST-"-g} By _ RICHARD M.APPEL,SENIOR VICE PRESIDENT BRIAN BEGGS,EXECUTIVE VICE PRESIDENT STATE OF NEW YORK ss:MANHATTAN COUNTY OF NEW YORK On the 21st day of June,2017 before me personally came BRIAN BEGGS to me known,who being by me duty sworn,did depose and say that(s)he resides in NEW YORK,NEW YORK that (s)he is a EXECUTIVE VICE PRESIDENT of ENDURANCE AMERICAN INSURANCE COMPANY,the Corporation described in and which executed the above instrument;that(s)he knows the seal of said Corporation;that the seal affixed to said instrument is such gate seal;that it was so affixed by order of the Board of Directors of said Corporation,and that(s)he signed his(her) name thereto by lik8VdIer.l 0 , (Notarial`eay 1 h i .441, Y■n 10 OTAl�y ey�0, rstl •• ; NO, . Z : ' S1S£fi3339ti1 •Z . ' V� GtlA11�SU 1N �7. ,; Nicholas James Benenati,Notary Public-My Commission Expires 12107/2019 ST;,AMEW YOAS<.OUSY;= CERTIFICATE F1iIEW*0%XM- ass:MANHATTAN ,nrtl C011I�TY�P'1QrE��G , �."`' I,CHRI6T%#e''F?6�A,,ePDECIT of ENDURANCE AMERICAN INSURANCE COMPANY,a Delaware Corporation(the"Corporation"),hereby certify: 1.That thlon$$41 I�4igeydwhich the foregoing is a copy was duly executed on behalf of the Corporation and has not since been revoked,amended or modified;that the undersigned Ikgcgmparrdd the foregoing copy thereof with the original power of attorney,and that the same is a true and correct copy of the original power of attorney and of the whole thereof; 2.The following are resolutions which were adopted by the Board of Directors of the Corporation by unanimous written consent on 21st day of July,2011 and said resolutions have not since been revoked,amended or modified: 'RESOLVED,that each of the individuals named below is authorized to make,execute,seal and deliver for and on behalf of the Corporation any and all bonds,undertakings or obligations in surety or co-surety with others and to execute and deliver for and on behalf of the Corporation renewals,extensions,agreements,waivers,consents or stipulations relating to such aforesaid bonds,undertakings or obligations: RICHARD M.APPEL,BRIAN BEGGS And be it further RESOLVED,that each of the individuals named above is authorized to appoint attorneys-in-fad for the purpose of making,executing,sealing and delivering bonds,undertakings or obligations in w� surety or of the Corporation.' 3.The z r!P, jeeamfles,rraftw above resolutions are true and correct copies of the resolutions as so recorded and of the whole thereof. IN S;i&ERECr I`ave ar.nr ado Ty hand and affixed the corporate seal this day of 20—. (cseal) SPAL L�3 .� 199 aw �` CHRISTOPHER SPARRO.PRESIDENT i .'\~ Any reprOductons are void. Pmnary Surety CWims Submission:sureyxindrdaknsiiiisompo-ine.cam Surety Claims Hotline:877-676.7575 Mailing Address:Surety Claims Deper iment,750 Third Avenue—1081 Floor,New York,NY 10017 rw er! gniern� STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fehmary2,2016 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article 1 —Definitions and Terminology............................................................................................:.............1 .�. 1.01 Defined Terms...............................................................................................................................l 1.02 Terminology.......... ...................................................................................................................6 Article2—Preliminary Matters.........................................................................................................................7 2.01 Copies of Documents.................. ..................................................................................................7 2.02 Commencement of Contract Time;Notice to Proceed................................................................7 2.03 Starting the Work:.........................................................................................................................8 2.04 Before Starting Construction........................................................................................................8 2.05 Preconstruction Conference..........................................................................................................8 2.06 Public Meeting..............................................................................................................................8 . 2.07 Initial Acceptance of Schedules.................................................................... ...............................8 Article 3—Contract Documents: Intent,Amending, Reuse............................................................................8 3.01 Intent..............................................................................................................................................8 3.02 Reference Standards....................................................................................:.................................9 3.03 Reporting and Resolving Discrepancies.......................................................................................9 3.04 Amending and Supplementing Contract Documents.................................................................10 3.05 Reuse of Documents..............................................:................................:...................................10 3.06 Electronic Data............................................................................................................................l l Article 4—Availability of Lands; Subsurface and Physical Conditions;Hazardous Environmental -- Conditions;Reference Points...........................................................................................................11 4.01 Availability of Lands..................................................................................................................11 4.02 Subsurface and Physical Conditions..........................................................................................12 4.03 Differing Subsurface or Physical Conditions.............................................................................12 4.04 Underground Facilities ...............................................................................................................13 4.05 Reference Points.........................................................................................................................14 .. 4.06 Hazardous Environmental Condition at Site..............................................................................14 Article 5—Bonds and Insurance '....................................16 ................................................................................. 5.01 Licensed Sureties and Insurers...................................................................................................16 5.02 Performance, Payment, and Maintenance Bonds.......................................................................16 5.03 Certificates of Insurance.............................................................................................................16 5.04 Contractor's Insurance................................................................................................................18 5.05 Acceptance of Bonds and Insurance;Option to Replace...................... Article 6—Contractor's Responsibilities........................................................................................................19 6.01 Supervision and Superintendence...............................................................................................19 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnmy2,2016 """ 6.02 Labor;Working Hours................................................................................................................20 6.03 Services,Materials, and Equipment...........................................................................................20 6.04 Project Schedule..........................................................................................................................21 6.05 Substitutes and"Or-Equals".......................................................................................................21 6.06 Concerning Subcontractors, Suppliers, and Others....................................................................24 6.07 Wage Rates..................................................................................................................................25 6.08 Patent Fees and Royalties...........................................................................................................26 6.09 Permits and Utilities....................................................................................................................27 6.10 Laws and Regulations.................................................................................................................27 6.11 Taxes ..............................................28 ............................................................................................. 6.12 Use of Site and Other Areas.......................................................................................................28 6.13 Record Documents......................................................................................................................29 '�► 6.14 Safety and Protection..................................................................................................................29 6.15 Safety Representative..................................................................................................................30 6.16 Hazard Communication Programs .............................................................................................30 6.17 Emergencies and/or Rectification...............................................................................................30 6.18 Submittals....................................................................................................................................31 6.19 Continuing the Work...................................................................................................................32 6.20 Contractor's General Warranty and Guarantee..........................................................................32 6.21 Indemnification.........................................................................................................................33 6.22 Delegation of Professional Design Services............................................... ...........................34 6.23 Right to Audit..............................................................................................................................34 6.24 Nondiscrimination.......................................................................................................................35 Article 7-Other Work at the Site....................................................................................................................35 7.01 Related Work at Site...................................................................................................................35 7.02 Coordination................................................................................................................................36 Article 8-City's Responsibilities...................................................................................................................36 8.01 Communications to Contractor...................................................................................................36 8.02 Furnish Data................................................................................................................................36 8.03 Pay When Due ............................................................................................................................36 8.04 Lands and Easements;Reports and Tests...................................................................................36 8.05 Change Orders.............................................................................................................................36 8.06 Inspections,Tests, and Approvals..............................................................................................36 8.07 Limitations on City's Responsibilities........................................................................................37 8.08 Undisclosed Hazardous Environmental Condition....................................................................37 8.09 Compliance with Safety Program...............................................................................................37 Article 9-City's Observation Status During Construction...........................................................................37 9.01 City's Project Manager ............................................................................................................37 9.02 Visits to Site................................................................................................................................37 9.03 Authorized Variations in Work..................................................................................................38 9.04 Rejecting Defective Work..........................................................................................................38 9.05 Determinations for Work Performed..........................................................................................38 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work.....................38 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS w Revision:F ruary2.2016 Article 10-Changes in the Work;Claims;Extra Work................................................................................38 -- 10.01 Authorized Changes in the Work...............................................................................................38 10.02 Unauthorized Changes in the Work...........................................................................................39 10.03 Execution of Change Orders.......................................................................................................39 10.04 Extra Work..................................................................................................................................39 10.05 Notification to Surety..................................................................................................................39 10.06 Contract Claims Process.............................................................................................................40 Article 11 -Cost of the Work;Allowances;Unit Price Work;Plans Quantity Measurement......................41 11.01 Cost of the Work.........................................................................................................................41 11.02 Allowances..................................................................................................................................43 11.03 Unit Price Work..........................................................................................................................44 11.04 Plans Quantity Measurement................................ 45 ...................................................................... Article 12-Change of Contract Price; Change of Contract Time.................................................................46 12.01 Change of Contract Price............................................................................................................46 12.02 Change of Contract Time............................................................................................................47 12.03 Delays..........................................................................................................................................47 Article 13-Tests and Inspections;Correction,Removal or Acceptance of Defective Work......................48 13.01 Notice of Defects........................................................................................................................48 13.02 Access to Work...........................................................................................................................48 13.03 Tests and Inspections..................................................................................................................48 13.04 Uncovering Work........................................................................................................................49 13.05 City May Stop the Work.............................................................................................................49 13.06 Correction or Removal of Defective Work................................................................................50 13.07 Correction Period........................................................................................................................50 13.08 Acceptance of Defective Work...................................................................................................51 13.09 City May Correct Defective Work.............................................................................................51 Article 14-Payments to Contractor and Completion....................................................................................52 14.01 Schedule of Values......................................................................................................................52 14.02 Progress Payments......................................................................................................................52 14.03 Contractors Warranty of Title 54 14.04 Partial Utilization........................................................................................................................55 14.05 Final Inspection...........................................................................................................................55 14.06 Final Acceptance.........................................................................................................................55 . 14.07 Final Payment..............................................................................................................................56 14.08 Final Completion Delayed and Partial Retainage Release........................................................56 14.09 Waiver of Claims........................................................................................................................57 Article 15-Suspension of Work and Termination........................................................................................57 15.01 City May Suspend Work.............................................................................................................57 15.02 City May Terminate for Cause...................................................................................................58 15.03 City May Terminate For Convenience.......................................................................................60 Article 16-Dispute Resolution......................................................................................................................61 16.01 Methods and Procedures.............................................................................................................61 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fehmmy2,2016 w Article17—Miscellaneous..............................................................................................................................62 17.01 Giving Notice..............................................................................................................................62 17.02 Computation of Times................................................................................................................62 17.03 Cumulative Remedies.................................................................................................................62 17.04 Survival of Obligations................................................................................................................63 17.05 Headings......................................................................................................................................63 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS +� Revision:Fehmary2,2016 00 7200-1 GENERAL CONDITIONS Page 1 of 63 ARTICLE 1—DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed-defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda—Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the proposed Contract Documents. 2. Agreement—The written instrument which is evidence of the agreement between City and -- Contractor covering the Work. 3. Application for Payment—The form acceptable to City which is to be used by Contractor -- during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos—Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 5. Award—Authorization by the City Council for the City to enter into an Agreement. 6. Bid—The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 7. Bidder—The individual or entity who submits a Bid directly to City. 8. Bidding Documents—The Bidding Requirements and the proposed Contract Documents (including all Addenda). 9. Bidding Requirements—The advertisement or Invitation to Bid, Instructions to Bidders, Bid security of acceptable form, if any, and the Bid Form with any supplements. 10. Business Day — A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 11.Buzzsaw—City's on-line,electronic document management and collaboration system 12. Calendar Day—A day consisting of 24 hours measured from midnight to the next midnight. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:F humy2,2016 00 7200-1 GENERAL CONDITIONS Page 2 of 63 13. Change Order—A document, which is prepared and approved by the City, which is signed by Contractor and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 14. City— The City of Fort Worth, Texas, a home-rule municipal corporation, authorized and chartered under the Texas State Statutes, acting by its governing body through its City Manager, his designee, or agents authorized under his behalf, each of which is required by Charter to perform specific duties with responsibility for final enforcement of the contracts involving the City of Fort Worth is by Charter vested in the City Manager and is the entity with whom Contractor has entered into the Agreement and for whom the Work is to be performed. 15. City Attorney - The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. 16. City Council - The duly elected and qualified governing body of the City of Fort Worth, Texas. 17. City Manager - The officially appointed and authorized City Manager of the City of Fort Worth,Texas,or his duly authorized representative. 18. Contract Claim—A demand or assertion by City or Contractor seeking an adjustment of Contract Price or Contract Time, or both, or other relief with respect to the terms of the Contract. A demand for money or services by a third party is not a Contract Claim. 19. Contract—The entire and integrated written document between the City and Contractor concerning the Work. The Contract contains the Agreement and all Contract Documents and supersedes prior negotiations,representations,or agreements,whether written or oral. 20. Contract Documents—Those items so designated in the Agreement. All items listed in the Agreement are Contract Documents. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 21. Contract Price—The moneys payable by City to Contractor for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of Paragraph 11.03 in the case of Unit Price Work). 22. Contract Time—The number of days or the dates stated in the Agreement to: (i) achieve Milestones,if any and(ii) complete the Work so that it is ready for Final Acceptance. 23. Contractor—The individual or entity with whom City has entered into the Agreement. -° 24. Cost of the Work—See Paragraph 11.01 of these General Conditions for definition. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febwary2,2016 00 7200-1 GENERAL CONDITIONS Page 3 of 63 25.Damage Claims — A demand for money or services arising from the Project or Site from a third party, City or Contractor exclusive of a Contract Claim -- 26. Day or day—A day, unless otherwise defined, shall mean a Calendar Day. 27. Director of Aviation —The officially appointed Director of the Aviation Department of the City of Fort Worth,Texas,or his duly appointed representative, assistant,or agents. 28. Director of Parks and Community Services — The officially appointed Director of the Parks and Community Services Department of the City of Fort Worth,Texas, or his duly appointed representative, assistant,or agents. 29. Director of Planning and Development — The officially appointed Director of the Planning and Development Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant,or agents. 30. Director of Transportation Public Works — The officially appointed Director of the _. Transportation Public Works Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant,or agents. 31. Director of Water Department —The officially appointed Director of the Water Department of the City of Fort Worth,Texas,or his duly appointed representative, assistant,or agents. 32. Drawings—That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. ._ 33. Effective Date of the Agreement—The date indicated in the Agreement on which it becomes effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 34.Engineer—The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the City. 35. Extra Work — Additional work made necessary by changes or alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents.Extra work shall be part of the Work. 36.Field Order— A written order issued by City which requires changes in the Work but which does not involve a change in the Contract Price, Contract Time,or the intent of the Engineer. Field Orders are paid from Field Order Allowances incorporated into the Contract by funded work type at the time of award. 37. Final Acceptance — The written notice given by the City to the Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Frbn=y2,2016 00 7200-1 GENERAL CONDITIONS Page 4 of 63 38. Final Inspection — Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. ,.. 39. General Requirements—Sections of Division 1 of the Contract Documents. 40. Hazardous Environmental Condition—The presence at the Site of Asbestos, PCBs, ., Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto. 41. Hazardous Waste—Hazardous waste is defined as any solid waste listed as hazardous or possesses one or more hazardous characteristics as defined in the federal waste regulations, as amended from time to time. 42. Laws and Regulations—Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 43. Liens—Charges, security interests, or encumbrances upon Project funds, real property, or �. personal property. 44. Major Item—An Item of work included in the Contract Documents that has a total cost equal to or greater than 5%of the original Contract Price or$25,000 whichever is less. 45. Milestone—A principal event specified in the Contract Documents relating to an intermediate ,,. Contract Time prior to Final Acceptance of the Work. 46. Notice of Award—The written notice by City to the Successful Bidder stating that upon timely compliance by the Successful Bidder with the conditions precedent listed therein, City will sign and deliver the Agreement. 47. Notice to Proceed—A written notice given by City to Contractor fixing the date on which the Contract Time will commence to run and on which Contractor shall start to perform the Work specified in Contract Documents. 48. PCBs—Polychlorinated biphenyls. 49. Petroleum—Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non-Hazardous Waste and crude oils. 50. Plans—See definition of Drawings. CITY OF FORT WORTH • STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fe6mazy2,2016 007200-1 GENERAL CONDITIONS Page 5 of 63 51. Project Schedule—A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Time. 52. Project—The Work to be performed under the Contract Documents. 53. Project Manager—The authorized representative of the City who will be assigned to the Site. — 54. Public Meeting — An announced meeting conducted by the City to facilitate public participation and to assist the public in gaining an informed view of the Project. -- 55.Radioactive Material—Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954(42 USC Section 2011 et seq.) as amended from time to time. .. 56.Regular Working Hours — Hours beginning at 7:00 am. and ending at 6:00 p.m., Monday thru Friday(excluding legal holidays). 57. Samples—Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 58. Schedule of Submittals—A schedule, prepared and maintained by Contractor, of required -„ submittals and the time requirements to support scheduled performance of related construction activities. 59. Schedule of Values—A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for reviewing Contractor's Applications for Payment. 60. Site—Lands or areas indicated in the Contract Documents as being furnished by City upon which the Work is to be performed, including rights-of-way, permits, and easements for . access thereto, and such other lands furnished by City which are designated for the use of Contractor. 61. Specifications—That part of the Contract Documents consisting of written requirements for — materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. -- 62. Subcontractor—An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febwg2,2016 007200-1 GENERAL CONDITIONS Page 6 of 63 63. Submittals—All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. -. 64. Successful Bidder—The Bidder submitting the lowest and most responsive Bid to whom City makes an Award. 65. Superintendent—The representative of the Contractor who is available at all times and able to receive instructions from the City and to act for the Contractor. .. 66. Supplementary Conditions—That part of the Contract Documents which amends or supplements these General Conditions. 67. Supplier—A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 68. Underground Facilities—All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water,other liquids or chemicals,or traffic or other control systems. 69. Unit Price Work—See Paragraph 11.03 of these General Conditions for definition. 70. Weekend Working Hours— Hours beginning at 9:00 a.m and ending at 5:00 p.m, Saturday, Sunday or legal holiday, as approved in advance by the City. 71. Work—The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction .. including any Change Order or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction,all as required by the Contract Documents. 72. Working Day—A working day is defined as a day, not including Saturdays, Sundays,or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m and 6 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.B through E are not defined but, when used in the Bidding Requirements or Contract Documents,have the indicated meaning. B. Intent of Certain Terms or Adjectives: CITY OF FORT WORTH .� STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:FebftuwyZ2016 007200-1 GENERAL CONDITIONS Page 7 of 63 1. The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of like effect or import to authorize an exercise of judgment by City. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory;" or adjectives of like effect or import are used to describe an action or determination of City as to the Work. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, the Work for compliance with the information in the Contract Documents and with the design concept of the Project as a functioning whole as . shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). C. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents;or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. D. Furnish,Install, Perform, Provide: 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in '* accordance with such recognized meaning. ARTICLE 2—PRELIMINARY MATTERS 2.01 Copies of Documents City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be furnished upon request at the cost of reproduction. 2.02 Commencement of Contract Time;Notice to Proceed The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within 14 days after the Effective Date of the Agreement. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revisioir Febnmy2,2016 00 7200-1 GENERAL CONDITIONS Page 8 of 63 2.03 Starting the Work Contractor shall start to perform the Work on the date when the Contract Time commences to run. No Work shall be done at the Site prior to the date on which the Contract Time commences to run. 2.04 Before Starting Construction Baseline Schedules: Submit in accordance with the Contract Documents, and prior to starting the Work. 2.05 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.06 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. 2.07 Initial Acceptance of Schedules No progress payment shall be made to Contractor until acceptable schedules are submitted to City in "y accordance with the Schedule Specification as provided in the Contract Documents. ARTICLE 3—CONTRACT DOCUMENTS: INTENT,AMENDING,REUSE 3.01 Intent A. The Contract Documents are complementary; what is required by one is as binding as if required by all. B. It is the intent of the Contract Documents to describe a functionally complete project (or part thereof) to be constructed in accordance with the Contract Documents. Any labor, documentation, services, materials, or equipment that reasonably may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result will be provided whether or not specifically called for, at no additional cost to City. C. Clarifications and interpretations of the Contract Documents shall be issued by City. D. The Specifications may vary in form, format and style. Some Specification sections may be written in varying degrees of streamlined or declarative style and some sections may be relatively narrative by comparison. Omission of such words and phrases as "the Contractor shall," "in conformity with," "as shown," or "as specified" are intentional in streamlined sections. Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear in various parts of a section or articles within a part depending on the format of the CITY OF FORT WORTH .. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:FvbniwyZ20I6 007200-1 GENERAL CONDITIONS Page 9 of 63 section. The Contractor shall not take advantage of any variation of form, format or style in making Contract Claims. LL E. The cross referencing of specification sections under the subparagraph heading "Related Sections include but are not necessarily limited to:" and elsewhere within each Specification section is provided as an aid and convenience to the Contractor. The Contractor shall not rely on the cross referencing provided and shall be responsible to coordinate the entire Work under the Contract Documents and provide a complete Project whether or not the cross referencing is provided in each section or whether or not the cross referencing is complete. 3.02 Reference Standards A. Standards, Specifications, Codes,Laws,and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids),except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of City, Contractor, or any of their subcontractors,consultants, agents,or employees, from those set forth in the Contract Documents. No such provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority " to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: 1. Contractor's Review of Contract Documents Before Starting Work: Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures therein against all applicable field measurements and conditions. Contractor shall promptly report in writing to City any conflict, error, ambiguity, or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification from City before proceeding with any Work affected thereby. 2. Contractor's Review of Contract Documents During Performance of Work: If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation , (b) any standard, specification, manual, or code, or(c) any instruction of any Supplier, then Contractor shall promptly report it to City in writing. Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Paragraph CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febniary2,2016 007200-1 GENERAL CONDITIONS Page 10 of 63 6.17.A) until an amendment or supplement to the Contract Documents has been issued by - one of the methods indicated in Paragraph 3.04. 3. Contractor shall not be liable to City for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof. B. Resolving Discrepancies: 1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and the provisions of any standard, specification, manual, or the instruction of any Supplier(whether or not specifically incorporated by reference in the Contract Documents). 2. In case of discrepancies, figured dimensions shall govern over scaled dimensions, Plans shall govern over Specifications, Supplementary Conditions shall govern over General Conditions _ and Specifications, and quantities shown on the Plans shall govern over those shown in the proposal. 3.04 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized,by one or more of the following ways: 1. A Field Order; 2. City's review of a Submittal(subject to the provisions of Paragraph 6.18.C);or 3. City's written interpretation or clarification. 3.05 Reuse of Documents A. Contractor and any Subcontractor or Supplier shall not: 1. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer, including electronic media editions;or 2. reuse any such Drawings, Specifications,other documents, or copies thereof on extensions of the Project or any other project without written consent of City and specific written verification or adaptation by Engineer. CITY OF FORT WORTH „ STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fbhuery2,2016 00 7200-1 GENERAL CONDITIONS Page 11 of 63 B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract -- Documents for record purposes. 3.06 Electronic Data A. Unless otherwise stated in the Supplementary Conditions,the data furnished by City or Engineer to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the printed copies included in the Contract Documents (also known as hard copies) and other Specifications referenced and located on the City's Buzzsaw site. Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the -- receiving party. Any conclusion or information obtained or derived from such electronic files will be at the user's sole risk. If there is a discrepancy between the electronic files and the hard copies,the hard copies govern. B. When transferring documents in electronic media format, the transferring party makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data's creator. ARTICLE 4-AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availability of Lands A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work. City will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. -, 1. The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding right-of-way, and/or easements. 2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Site. Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding utilities or obstructions to be removed,adjusted, and/or relocated by others. B. Upon reasonable written request, City shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be performed. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:F b uary2,2016 00 7200-1 GENERAL CONDITIONS Page 12 of 63 C. Contractor shall provide for all additional lands and access thereto that may be required for .^ construction facilities or storage of materials and equipment. 4.02 Subsurface and Physical Conditions A. Reports and Drawings: The Supplementary Conditions identify: 1. those reports known to City of explorations and tests of subsurface conditions at or contiguous to the Site; and 2. those drawings known to City of physical conditions relating to existing surface or subsurface structures at the Site(except Underground Facilities). B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors,members,partners,employees, agents, consultants,or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto;or 2. other data, interpretations, opinions, and information contained in such reports or shown or ., indicated in such drawings;or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data,interpretations,opinions,or information. 4.03 Differing Subsurface or Physical Conditions .� A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or revealed either: 1. is of such a nature as to establish that any "technical data" on which Contractor is entitled to rely as provided in Paragraph 4.02 is materially inaccurate;or 2. is of such a nature as to require a change in the Contract Documents;or 3. differs materially from that shown or indicated in the Contract Documents;or 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; CITY OF FORT WORTH .» STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fehuary2,2016 00 7200-1 GENERAL CONDITIONS Page 13 of 63 then Contractor shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection therewith (except m an emergency as required by Paragraph 6.17.A),notify City in writing about such condition. B. Possible Price and Time Adjustments Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time if. 1. Contractor knew of the existence of such conditions at the time Contractor made a final commitment to City with respect to Contract Price and Contract Time by the submission of a Bid or becoming bound under a negotiated contract;or 2. the existence of such condition could reasonably have been discovered or revealed as a result of the examination of the Contract Documents or the Site;or 3. Contractor failed to give the written notice as required by Paragraph 4.03.A. 4.04 Underground Facilities A. Shown or Indicated: The information and data shown or indicated in the Contract Documents _. with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to City or Engineer by the owners of such Underground Facilities, including City, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1. City and Engineer shall not be responsible for the accuracy or completeness of any such information or data provided by others; and 2. the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibility for: a. reviewing and checking all such information and data; b. locating all Underground Facilities shown or indicated in the Contract Documents; c. coordination and adjustment of the Work with the owners of such Underground Facilities, including City,during construction; and d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown or Indicated: 1. If an Underground Facility which conflicts with the Work is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fdruuy2,2016 007200-1 GENERAL CONDITIONS Page 14 of 63 Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), identify the owner of such Underground Facility and give notice to that owner and to City. City will review the discovered Underground Facility and determine the extent, if any, to which a change may be required in the Contract Documents to reflect and document the - consequences of the existence or location of the Underground Facility. Contractor shall be responsible for the safety and protection of such discovered Underground Facility. 2. If City concludes that a change in the Contract Documents is required, a Change Order may be issued to reflect and document such consequences. - 3. Verification of existing utilities, structures, and service lines shall include notification of all utility companies a minimum of 48 hours in advance of construction including exploratory excavation if necessary. 4.05 Reference Points A. City shall provide engineering surveys to establish reference points for construction, which in City's judgment are necessary to enable Contractor to proceed with the Work. City will provide construction stakes or other customary method of marking to establish line and grades for roadway and utility construction, centerlines and benchmarks for bridgework. Contractor shall protect and preserve the established reference points and property monuments, and shall make no changes or relocations. Contractor shall report to City whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations. The City shall be responsible for the replacement or relocation of reference points or property monuments not carelessly or willfully destroyed by the Contractor. The Contractor shall notify City in advance and with sufficient time to avoid delays. B. Whenever, in the opinion of the City, any reference point or monument has been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost for replacing such points plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. 4.06 Hazardous Environmental Condition at Site A. Reports and Drawings: The Supplementary Conditions identify those reports and drawings known to City relating to Hazardous Environmental Conditions that have been identified at the Site. B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors,members,partners,employees, agents,consultants,or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of MY OF FORT WORTH .. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Felniwy2,2016 00 7200-1 GENERAL CONDITIONS Page 15 of 63 construction to be employed by Contractor and safety precautions and programs incident thereto;or 2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings;or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data,interpretations,opinions or information. C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by Contractor, Subcontractors, Suppliers,or anyone else for whom Contractor is responsible. D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall w immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with such condition and in any area affected thereby (except in an emergency as required by Paragraph 6.17.A); and (iii) notify City (and promptly thereafter confirm such notice in writing). City may consider the necessity to retain a qualified expert to evaluate such condition or take corrective action,if any. E. Contractor shall not be required to resume Work in connection with such condition or in any affected area until after City has obtained any required permits related thereto and delivered written notice to Contractor: (i) specifying that such condition and any affected area is or has been rendered suitable for the resumption of Work; or (ii) specifying any special conditions under which such Work may be resumed. F. If after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then City may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. City may have such deleted portion of the Work performed by City's own forces or others. G. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City,from and against all claims, costs, losses, and damages(including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court - or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by Contractor or by anyone for whom Contractor is responsible. Nothing in this Paragraph 4.06.G shall obligate Contractor to indemnify any individual or entity from and against the consequences of that individual's or entity's own negligence. H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnimy2,2016 007200-1 GENERAL CONDITIONS Page 16 of 63 ARTICLE 5—BONDS AND INSURANCE 5.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.02 Performance,Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds, in accordance with Texas Government •. Code Chapter 2253 or successor statute, each in an amount equal to .the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of"Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and -- as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney-in-fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney-in-fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or — its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 5.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 5.01 and 5.02.C. 5.03 Certificates of Insurance Contractor shall deliver to City, with copies to each additional insured and loss payee identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by City or any other additional insured)which Contractor is required to purchase and maintain. 1. The certificate of insurance shall document the City, and all identified entities named in the +— Supplementary Conditions as"Additional Insured"on all liability policies. CITY OF FORT WORTH ^" STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febway 2,2016 00 7200-1 GENERAL CONDITIONS Page 17 of 63 2. The Contractor's general liability insurance shall include a, "per project" or "per location", endorsement, which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property&Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in the Supplementary Conditions - 6. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. 7. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 8. Unless otherwise stated, all required insurance shall be written on the"occurrence basis". If coverage is underwritten on a claims-made basis, the retroactive date shall be coincident with 4 or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims-made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 9. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements m_ are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 10. Any self-insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fehuary2,2016 00 7200-1 GENERAL CONDITIONS Page 18 of 63 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups,must also be approved by City. 11. Any deductible in excess of$5,000.00, for any policy that does not provide coverage on a ,. first-dollar basis, must be acceptable to and approved by the City. 12. City, at its sole discretion, reserves the right to review the insurance requirements and to . make reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall -- be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 13. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies. 14. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 5.04 Contractor's Insurance A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, -- whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other CITY OF FORT WORTH �. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmmy2,2016 00 7200-1 GENERAL CONDITIONS Page 19 of 63 insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, -- products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy,unless the City approves such exclusions in writing. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3). years following the completion of the project (if identified in the Supplementary -- Conditions). C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto', defined as autos owned, hired and non-owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work,or by anyone for whose acts any of them may be liable. D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the requirements identified in the Supplementary Conditions. —' E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured.There shall be no time credit for days not worked pursuant to this section. 5.05 Acceptance of Bonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 6—CONTRACTOR'S RESPONSIBILITIES 6.01 Supervision and Superintendence A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods,techniques, sequences,and procedures of construction. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION.DOCUMENTS ^^ Revision:Febnmy 2,2016 00 7200-1 GENERAL CONDITIONS Page 20 of 63 B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be -� binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 6.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without -� City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication)to perform Work: 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 6.03 Services,Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor,transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up,and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source,kind, and quality of materials and equipment. CITY OF FORT WORTH *.- STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnjwy2,2016 00 7200-1 GENERAL CONDITIONS Page 21 of 63 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. D. All items of standard equipment to be incorporated into the Work shall be the latest model at the time of bid, unless otherwise specified. 6.04 Project Schedule .- A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.07 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.07 and the General Requirements) proposed adjustments in the Project Schedule that will not result in changing the Contract Time. Such adjustments will comply with any provisions of the General Requirements applicable thereto. 2. Contractor shall submit to City a monthly Project Schedule with a monthly progress payment for the duration of the Contract in accordance with the schedule specification 01 32 16. 3. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 12. Adjustments in Contract Time may only be made by a Change Order. 6.05 Substitutes and "Or-Equals" A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or-equal' item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. .. 1. "Or-Equal" Items: If in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an "or-equal' item, in which case review and approval of the proposed item may, in City's sole discretion, be accomplished without compliance with some or all of the requirements for approval of .- proposed substitute items. For the purposes of this Paragraph 6.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. the City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febrmy 2,2016 00 7200-1 GENERAL CONDITIONS Page 22 of 63 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole;and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or-equal" item under Paragraph 6.05.A.1, it may be submitted as a .. proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 01 25 00 and: 1) shall certify that the proposed substitute item will: a) perform adequately the functions and achieve the results called for by the general design; b) be similar in substance to that specified; c) be suited to the same use as that specified; and 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; b) whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; CITY OF FORT WORTH -. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnmy2,2016 00 7200-1 GENERAL CONDITIONS Page 23 of 63 c) whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty;and -- 3) will identify: a) all variations of the proposed substitute item from that specified; b) available engineering, sales, maintenance,repair,and replacement services;and _. 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage _. Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 6.05.A.2. C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.05.A and 6.05.B. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or-equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an •- accepted Submittal for an"or-equal."City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or �- submitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6.05.B. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents (or in the provisions of any other direct contract with City) resulting from the acceptance of each proposed substitute. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or-equal" at Contractor's expense. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fvbcuary2,2016 007200-1 GENERAL CONDITIONS Page 24 of 63 G. City Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Change Order. H. Time Extensions: No additional time will be granted for substitutions. 6.06 Concerning Subcontractors, Suppliers, and Others A. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract,unless otherwise approved by the City. B. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, against whom City may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom Contractor has reasonable objection (excluding those acceptable to City as indicated in Paragraph 6.06.C). C. The City may from time to time require the use of certain Subcontractors, Suppliers, or other individuals or entities on the project, and will provide such requirements in the Supplementary Conditions. D. Minority Business Enterprise Compliance: It is City policy to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MBE goal, Contractor is required to comply with the intent of the City's MBE Ordinance(as amended)by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MBE. Material misrepresentation of any nature will be grounds for termination of the Contract in accordance with Paragraph 15.02.A. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. E. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:FehmazyZ2016 0072 00-1 GENERAL CONDITIONS Page 25 of 63 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity;nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys -- due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. F. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. G. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. H. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically - binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of City. 6.07 Wage Rates A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of .. Chapter 2258,Texas Government Code(as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract -- Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs,pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31 st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fehuary2,2016 00 7200-1 GENERAL CONDITIONS Page 26 of 63 D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and(ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258,Texas Government Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 6.08 Patent Fees and Royalties A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the ^- performance of the Work or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product, or device is specified in the Contract Documents for use in the performance of the Work and if, to the actual knowledge of City, its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by City in the Contract Documents. Failure of the City to disclose such information does not relieve the Contractor from its obligations to pay for the use of said fees or royalties to others. B. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City,from and against all claims, costs, losses, and damages(including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any in of patent rights or copyrights incident to the use in the performance of the Work or resulting from CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmary2,2016 007200-1 GENERAL CONDITIONS Page 27 of 63 the incorporation in the Work of any invention, design,process,product, or device not specified in the Contract Documents. 6.09 Permits and Utilities A. Contractor obtained permits and licenses. Contractor shall obtain and pay for all construction permits and licenses except those provided for in the Supplementary Conditions or Contract Documents. City shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement, except for permits provided by the City as specified in 6.09.B. City shall pay all charges of utility owners for connections for providing permanent service to the Work. B. City obtained permits and licenses. City will obtain and pay for all permits and licenses as provided for in the Supplementary Conditions or Contract Documents. It will be the Contractor's responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the Contract and the City approves the changes, the Contractor is responsible for obtaining clearances and coordinating with the appropriate regulatory agency. The City will not reimburse the Contractor for any cost associated with these requirements of any City acquired permit. The following are permits the City will obtain if required: 1. Texas Department of Transportation Permits 2. U.S. Army Corps of Engineers Permits 3. Texas Commission on Environmental Quality Permits 4. Railroad Company Permits C. Outstanding permits and licenses. The City anticipates acquisition of and/or access to permits and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding permits and licenses. -- 6.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or -� Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febn=y2,20I6 00 7200-1 GENERAL CONDITIONS Page 28 of 63 court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.02. C. Changes in Laws or Regulations not known at the time of opening of Bids having an effect on the cost or time of performance of the Work may be the subject of an adjustment in Contract Price or Contract Time. 6.11 Taxes A. On a contract awarded by the City, an organization which qualifies for exemption pursuant to Texas Tax Code, Subchapter H, Sections 151.301-335 (as amended), the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's Ruling .007. Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the provision of State Comptroller's Ruling .011, and any other applicable rulings pertaining to the Texas Tax Code, Subchapter H. B. Texas Tax permits and information may be obtained from: 1. Comptroller of Public Accounts Sales Tax Division Capitol Station Austin, TX 78711;or 2. http://www.window.state.tx.us/taxinfo/taxforms/93-forms.html 6.12 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas. 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work,the City may require the Contractor to finish the - section on which operations are in progress before work is commenced on any additional area of the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fehuary2,2016 00 7200-1 GENERAL CONDITIONS Page 29 of 63 3. Should any Damage Clain be made by any such owner or occupant because of the performance of the Work,Contractor shall promptly attempt to resolve the Damage Claim •� 4. Pursuant to Paragraph 6.21, Contractor shall indemnify and hold harmless Ciry,from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Per of the Work: During the progress of the Work . Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City, if the.Contractor -- fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and the costs of such direct action, plus 25 % of -~ such costs, shall be deducted from the monies due or to become due to the Contractor. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and �- the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property ~ disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.13 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written.interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 6.14 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ^` Revision:FelauxyZ2016 00 7200-1 GENERAL CONDITIONS Page 30 of 63 take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site;and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for _. removal,relocation,or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal,relocation,and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 6.14.A.2 or 6.14.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work,or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 6.15 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. 6.16 Hazard Communication Programs mm Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 6.17 Emergencies and/or Rectification A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give City prompt written notice if Contractor believes that any significant CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fehuary 2,2016 00 7200-1 GENERAL CONDITIONS Page 31 of 63 changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. If City determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Change Omer may be issued. B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies, omissions, or correction necessary to conform with the requirements of the Contract Documents, the City shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not show just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due or become due the Contractor on the Project. 6.18 Submittals A. Contractor shall submit required Submittals to City for review and acceptance in accordance with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be identified as City may require. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to .. review the information for the limited purposes required by Paragraph 6.18.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for ~- conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For-Information-Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier,pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 6.18.C. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fehuary 2,2016 00 7200-1 GENERAL CONDITIONS Page 32 of 63 B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent Submittal will be at the sole expense and responsibility of Contractor. C. City's Review. 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract •- Documents)or to safety precautions or programs incident thereto.The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied ~- with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 6.19 Continuing the Work Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule during all disputes or disagreements with City. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as City and Contractor may otherwise agree in writing. 6.20 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible;or CITY OF FORT WORTH ^� STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fehtuzy2,2016 007200-1 GENERAL CONDITIONS Page 33 of 63 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform •• the Work in accordance with the Contract Documents: 1. observations by City; -- 2. recommendation or payment by City of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection,test,or approval by others;or 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 5.02.13. The City will give notice of observed defects with reasonable promptness. 6.21 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. TIRS INDEMNIFICATION PROVISION IS SP . IFI .AI, .Y INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS Ai. , .GF.D OR PROVEN THAT ALL OR SOME. OF THE DAMAGES BRING SOUGHT WERE. CAUSED, IN WHOLE OR IN PART. BY ANY ACT. OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. TAUS MEMNIFICATION PROVISION IS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmacy2,2016 IT 00 7200-1 GENERAL CONDITIONS Page 34 of 63 SPECIFICALLY INTENDED TO OPERATE AND HE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE. CAUSED. IN WHOLE OR IN PRT, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY, 6.22 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, . techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, ,.. materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose �- signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 6.22, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review ^� and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 6.18.C. -- 6.23 Right to Audit A. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. B. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all CITY OF FORT WORTH .. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fdruwy2,2016 007200-1 GENERAL CONDITIONS Page 35 of 63 Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. C. Contractor and Subcontractor agree to photocopy such documents as may be requested by the -- City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 6.24 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit- related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. ARTICLE 7—OTHER WORK AT THE SITE 7.01 Related Work at Site A. City may perform other work related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the — introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed — by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmary2,2016 00 7200-1 GENERAL CONDITIONS Page 36 of 63 7.02 Coordination A. If City intends to contract with others for the performance of other work on the Project at the Site,the following will be set forth in Supplementary Conditions: 1. the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; 2. the specific matters to be covered by such authority and responsibility will be itemized;and 3. the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the Supplementary Conditions, City shall have authority for such coordination. ARTICLE 8—CITY'S RESPONSIBILITIES 8.01 Communications to Contractor Except as otherwise provided in the Supplementary Conditions, City shall issue all communications to Contractor. 8.02 Furnish Data City shall timely furnish the data required under the Contract Documents. 8.03 Pay When Due City shall make payments to Contractor in accordance with Article 14. 8.04 Lands and Easements;Reports and Tests City's duties with respect to providing lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City's identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at or contiguous to the Site that have been utilized by City in preparing the Contract Documents. 8.05 Change Orders City shall execute Change Orders in accordance with Paragraph 10.03. 8.06 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections,tests, and approvals is set forth in Paragraph 13.03. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fehmary2,2016 00 7200-1 GENERAL CONDITIONS Page 37 of 63 8.07 Limitations on City's Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 6.14. 8.08 Undisclosed Hazardous Environmental Condition City's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06. 8.09 Compliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 6.14. —° ARTICLE 9—CITY'S OBSERVATION STATUS DURING CONSTRUCTION 9.01 City's Project Manager City will provide one or more Project Manager(s) during the construction period. The duties and �- responsibilities and the limitations of authority of City's Project Manager during construction are set forth in the Contract Documents. The City's Project Manager for this Contract is < insert name here >, or his/her successor pursuant to written notification from the Director of < insert managing department here>. 9.02 Visits to Site A. City's Project Manager will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, City's Project Manager will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Manager will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City's Project Manager's efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City's Project Manager's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents including those set forth in Paragraph 8.07. — CITY OF FORT WORTH .. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnimy2,2016 �. 007200-1 GENERAL CONDITIONS Page 38 of 63 9.03 Authorized Variations in Work City's Project Manager may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City and also on Contractor,who shall perform the Work involved promptly. 9.04 Rejecting Defective Work City will have authority to reject Work which City's Project Manager believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 13, whether or not the Work is fabricated, installed, or completed. 9.05 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City's Project .,, Manager will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City's written decision will be final (except as modified to reflect changed factual conditions or more accurate data). 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work A. City will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. B. City will render a written decision on any issue referred. C. City's written decision on the issue referred will be final and binding on the Contractor, subject to the provisions of Paragraph 10.06. ARTICLE 10—CHANGES IN THE WORK; CLAIMS; EXTRA WORK 10.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety,City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price, a Field Order may be issued by the City. CITY OF FORT WORTH «.. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:FebuaryZ2016 007200-1 GENERAL CONDITIONS Page 39 of 63 10.02 Unauthorized Changes in the Work Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.17. 10.03 Execution of Change Orders . , A. City and Contractor shall execute appropriate Change Orders covering: 1. changes in the Work which are:: (i) ordered by City pursuant to Paragraph 10.01.A, (ii) required because of acceptance of defective Work under Paragraph 13.08 or City's correction of defective Work under Paragraph 13.09,or(iii) agreed to by the parties; .. 2. changes in the Contract Price or Contract Time which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed. .. 10.04 Extra Work A. Should a difference arise as to what does or does not constitute Extra Work,or as to the payment thereof, and the City insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof. Contract Claims regarding Extra Work shall be made pursuant to Paragraph 10.06. B. The Contractor shall furnish the City such installation records of all deviations from the original Contract Documents as may be necessary to enable the City to prepare for permanent record a corrected set of plans showing the actual installation. .. C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or Extra Work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or Extra Work. .... 10.05 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:B:I m 2,2016 00 7200-1 GENERAL CONDITIONS Page 40 of 63 10.06 Contract Claims Process A. City's Decision Required: All Contract Claims, except those waived pursuant to Paragraph 14.09, shall be referred to the City for decision. A decision by City shall be required as a condition precedent to any exercise by Contractor of any rights or remedies he may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Contract Claims. B. Notice: ,,. 1. Written notice stating the general nature of each Contract Claim shall be delivered by the Contractor to City no later than 15 days after the start of the event giving rise thereto. The responsibility to substantiate a Contract Claim shall rest with the party making the Contract Claim. 2. Notice of the amount or extent of the Contract Claim, with supporting data shall be delivered to the City on or before 45 days from the start of the event giving rise thereto(unless the City allows additional time for Contractor to submit additional or more accurate data in support of such Contract Claim). 3. A Contract Claim for an adjustment in Contract Price shall be prepared in accordance with the provisions of Paragraph 12.01. 4. A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions of Paragraph 12.02. 5. Each Contract Claim shall be accompanied by Contractor's written statement that the adjustment claimed is the entire adjustment to which the Contractor believes it is entitled as a result of said event. 6. The City shall submit any response to the Contractor within 30 days after receipt of the claimant's last submittal(unless Contract allows additional time). C. City's Action: City will review each Contract Claim and, within 30 days after receipt of the last submittal of the Contractor, if any,take one of the following actions in writing: 1. deny the Contract Claim in whole or in part; 2. approve the Contract Claim; or 3. notify the Contractor that the City is unable to resolve the Contract Claim if, in the City's sole discretion, it would be inappropriate for the City to do so. For purposes of further resolution of the Contract Claim, such notice shall be deemed a denial. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnimy 2,2016 007200-1 GENERAL CONDITIONS Page 41 of 63 D. City's written action under Paragraph 10.06.0 will be final and binding, unless City or Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such action or denial. E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not -� submitted in accordance with this Paragraph 10.06. ARTICLE 11-COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS QUANTITY MEASUREMENT 11.01 Cost of the Work A. Costs Included: The term Cost of the Work means the sum of all costs,except those excluded in Paragraph 11.01.B, necessarily incurred and paid by Contractor in the proper performance of the -- Work. When the value of any Work covered by a Change Order, the costs to be reimbursed to Contractor will be only those additional or incremental costs required because of the change in the Work. Such costs shall not include any of the costs itemized in Paragraph 11.01.B, and shall -- include but not be limited to the following items: 1. Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by City and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include; a. salaries with a 55% markup,or b. salaries and wages plus the cost of fringe benefits, which shall include social security -- contributions, unemployment, excise, and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of Regular Working Hours, Weekend - Working Hours, or legal holidays,shall be included in the above to the extent authorized by City. 2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. " 3. Rentals of all construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fehuary2,2016 00 7200-1 GENERAL CONDITIONS Page 42 of 63 4. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If -� required by City, Contractor shall obtain competitive bids from subcontractors acceptable to City and Contractor and shall deliver such bids to City, who will then determine, which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same manner as Contractor's Cost of the Work and fee as provided in this Paragraph 11.01. 5. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work. 6. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost, less market value, of such items used but not consumed which remain the property of Contractor. c. Sales, consumer, use, and other similar taxes related to the Work, and for which Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and Regulations. d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. e. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by Contractor in connection with the performance of the Work, provided such losses and damages have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of City. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor's fee. f. The cost of utilities, fuel, and sanitary facilities at the Site. g. Minor expenses such as telegrams, long distance telephone calls, telephone and communication services at the Site, express and courier services, and similar petty cash items in connection with the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Felxuary2,2016 00 7200-1 GENERAL CONDITIONS Page 43 of 63 h. The costs of premiums for all bonds and insurance Contractor is required by the Contract Documents to purchase and maintain. B. Costs Excluded:The term Cost of the Work shall not include any of the following items: 1. Payroll costs and other compensation of Contractor's officers, executives, principals (of partnerships and sole proprietorships), general managers, safety managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 11.0I.A.1 or specifically covered by Paragraph 11.0I.A.4, all of which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Contractor's principal and branch offices other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the negligence of Contractor, any Subcontractor,or anyone directly or indirectly employed by any Of them Or for whose acts any Of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 5. Other overhead or general expense costs of any kind. C. Contractor's Fee: When all the Work is performed on the basis of cost-plus, Contractor's fee shall be determined as set forth in the Agreement. When the value of any Work covered by a _.. Change Order for an adjustment in Contract Price is determined on the basis of Cost of the Work,Contractor's fee shall be determined as set forth in Paragraph 12.01.C. D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11.01.A and 11.01.13, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to City an itemized cost breakdown together with supporting data. 11.02 Allowances A. Specified Allowance: It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to City. B. Pre-bid Allowances: _. 1. Contractor agrees that: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Felnvary2,2016 .� 00 7200-1 GENERAL CONDITIONS Page 44 of 63 a. the pre-bid allowances include the cost to Contractor of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes;and b. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the pre-bid allowances have been included in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. C. Contingency Allowance: Contractor agrees that a contingency allowance, if any, is for the sole use of City. D. Prior to final payment, an appropriate Change Order will be issued to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.03 Unit Price Work A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by .. City subject to the provisions of Paragraph 9.05. C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. Work described in the Contract Documents, or reasonably inferred as required for a functionally complete installation, but not identified in the listing of unit price items shall be considered incidental to unit price work listed and the cost of incidental work included as part of the unit price. D. City may make an adjustment in the Contract Price in accordance with Paragraph 12.01 if: 1. the quantity of any item of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Agreement;and 2. there is no corresponding adjustment with respect to any other item of Work. E. Increased or Decreased Quantities: The City reserves the right to order Extra Work in accordance with Paragraph 10.01. 1. If the changes in quantities or the alterations do not significantly change the character of work under the Contract Documents, the altered work will be paid for at the Contract unit price. CITY OF FORT WORTH ... STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:F binary 2,2016 00 7200-1 GENERAL CONDITIONS Page 45 of 63 2. If the changes in quantities or alterations significantly change the character of work, the Contract will be amended by a Change Order. -- 3. If no unit prices exist, this will be considered Extra Work and the Contract will be amended by a Change Order in accordance with Article 12. 4. A significant change in the character of work occurs when: a. the character of work for any Item as altered differs materially in kind or nature from that in the Contract or b. a Major Item of work varies by more than 25%from the original Contract quantity. 5. When the quantity of work to be done under any Major Item of the Contract is more than 125% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price on the portion of the work that is above 125%. 6. When the quantity of work to be done under any Major Item of the Contract is less than 75% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price. 11.04 Plans Quantity Measurement A. Plans quantities may or may not represent the exact quantity of work performed or material moved, handled, or placed during the execution of the Contract. The estimated bid quantities are designated as final payment quantities, unless revised by the governing Section or this Article. B. If the quantity measured as outlined under "Price and Payment Procedures" varies by more than 25% (or as stipulated under "Price and Payment Procedures" for specific Items) from the total estimated quantity for an individual Item originally shown in the Contract Documents, an adjustment may be made to the quantity of authorized work done for payment purposes. The party to the Contract requesting the adjustment will provide field measurements and calculations _ showing the final quantity for which payment will be made. Payment for revised quantity will be made at the unit price bid for that Item,except as provided for in Article 10. C. When quantities are revised by a change in design approved by the City, by Change Order, or to correct an error, or to correct an error on the plans, the plans quantity will be increased or decreased by the amount involved in the change, and the 25% variance will apply to the new .. plans quantity. D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than $250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans quantity Item if the City and Contractor agree in writing to fix the final quantity as a plans quantity. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fehtuwy2,2016 00 7200-1 GENERAL CONDITIONS Page 46 of 63 E. For callout work or non-site specific Contracts,the plans quantity measurement requirements are -- not applicable. ARTICLE 12—CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 12.01 Change of Contract Price A. The Contract Price may only be changed by a Change Order. B. The value of any Work covered by a Change Order will be determined as follows: 1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of Paragraph 11.03);or 2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum or unit price (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.0l.C.2), and shall include the cost of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work; or 3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum or unit price is not reached under Paragraph 12.0l.B.2, on the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor's fee for overhead and profit(determined as provided in Paragraph 12.01.C). C. Contractor's Fee: The Contractor's additional fee for overhead and profit shall be determined as follows: 1. a mutually acceptable fixed fee;or 2. if a fixed fee is not agreed upon,then a fee based on the following percentages of the various portions of the Cost of the Work: a. for costs incurred under Paragraphs 11.0l.A.1, 11.0l.A.2. and 11.0l.A.3, the Contractor's additional fee shall be 15 percent except for: 1) rental fees for Contractor's own equipment using standard rental rates; 2) bonds and insurance; b. for costs incurred under Paragraph 11.0I.A.4 and 11.0I.A.5,the Contractor's fee shall be five percent(5%); 1) where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.0l.C.2.a and 12.0l.C.2.b is that the Subcontractor who actually performs the Work, at whatever CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:FebmmyZ2016 00 7200-1 GENERAL CONDITIONS Page 47 of 63 tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs 11.0l.A.1 and 11.0l.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent(5%) of the amount paid to the next lower tier Subcontractor, however in no case shall the cumulative total of fees paid be in excess of 25%; c. no fee shall be payable on the basis of costs itemized under Paragraphs I1.0l.A.6, and 11.01.B; d. the amount of credit to be allowed by Contractor to City for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor's fee by an amount equal to five percent (5%) of such net decrease. 12.02 Change of Contract Time A. The Contract Time may only be changed by a Change Order. B. No extension of the Contract Time will be allowed for Extra Work or for claimed delay unless the Extra Work contemplated or claimed delay is shown to be on the critical path of the Project Schedule or Contractor can show by Critical Path Method analysis how the Extra Work or claimed delay adversely affects the critical path. 12.03 Delays A. Where Contractor is reasonably delayed in the performance or completion of any part of the .. Work within the Contract Time due to delay beyond the control of Contractor,the Contract Time may be extended in an amount equal to the time lost due to such delay if a Contract Claim is made therefor. Delays beyond the control of Contractor shall include, but not be limited to, acts or neglect by City, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God. Such an adjustment shall be Contractor's sole and exclusive remedy for the delays described in this Paragraph. B. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. C. Contractor shall not be entitled to an adjustment in Contract Price or Contract Time for delays within the control of Contractor. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Contractor. D. The Contractor shall receive no compensation for delays or hindrances to the Work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material,if any, which is to be furnished by the City. C]I TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ^— Revision:Febnmy2,2016 00 7200-1 GENERAL CONDITIONS Page 48 of 63 ARTICLE 13—TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF w. DEFECTIVE WORK 13.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected,corrected,or accepted as provided in this Article 13. 13.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 13.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections,which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re-tests, or approvals required for City's acceptance of materials or _. equipment to be incorporated in the Work;or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re-tests, or approvals shall be performed by organizations acceptable to City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City. _. 1. City will coordinate such Testing to the extent possible, with Contractor; 2. Should any Testing under this Section 13.03 D result in a "fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. CITY OF FORT WORTH -. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fthumy2,2016 00 7200-1 GENERAL CONDITIONS Page 44 of 63 3. Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Contractor. -•- 4. If Contractor fails to pay the Testing Lab, City will not issue Final Payment until the Testing Lab is paid. E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor's expense. G. Contractor shall have the right to make a Contract Claim regarding any retest or invoice issued under Section 13.03 D. _. 13.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. . B. If City considers it necessary or advisable that covered Work be observed by City or inspected or tested by others, Contractor, at City's request, shall uncover, expose,or otherwise make available for observation, inspection, or testing as City may require, that portion of the Work in question, furnishing all necessary labor, material, and equipment. 1. If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); or City shall be entitled to accept defective Work in accordance with Paragraph 13.08 in which case Contractor shall still be responsible for all costs associated with exposing,observing, and testing the defective Work. 2. If the uncovered Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure,observation,inspection,testing,replacement, and reconstruction. 13.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fehumy2,2016 00 7200-1 GENERAL CONDITIONS Page 50 of 63 Subcontractor, any Supplier, any other individual or entity,or any surety for,or employee or agent of - any of them. 13.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee,if any, on said Work. 13.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may - be prescribed by the terms of any applicable special guarantee required by the Contract Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 6.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: 1. repair such defective land or areas;or 2. correct such defective Work;or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others)will be paid by Contractor. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Felniaty2,2016 00 7200-1 GENERAL CONDITIONS Page 51 of 63 C. In special circumstances where a particular item of equipment is placed in continuous service before Final Acceptance of all the Work,the correction period for that item may start to run from — an earlier date if so provided in the Contract Documents. D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or -- removed and replaced under this Paragraph 13.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor should such -- additional warranty coverage be required. Contractor may dispute this requirement by filing a Contract Claim, pursuant to Paragraph 10.06. E. Contractor's obligations under this Paragraph 13.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for, or a waiver of,the provisions of any applicable statute of limitation or repose. 13.08 Acceptance of Defective Work If, instead of requiring correction or removal and replacement of defective Work, City prefers to accept it, City may do so. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all �^ court or other dispute resolution costs) attributable to City's evaluation of and determination to accept such defective Work and for the diminished value of the Work to the extent not otherwise paid by Contractor. If any such acceptance occurs prior to Final Acceptance, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and City shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of Work so-accepted. 13.09 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 13.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven(7)days written notice to Contractor,correct,or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 13.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —' Revision:Febuzy 2,2016 007200-1 GENERAL CONDITIONS Page 52 of 63 costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph �- 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 13.09. ARTICLE 14—PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Values The Schedule of Values for lump sum contracts established as provided in Paragraph 2.07 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to City. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 Progress Payments A. Applications for Payments: 1. Contractor is responsible for providing all information as required to become a vendor of the City. 2. At least 20 days before the date established in the General Requirements for each progress payment, Contractor shall submit to City for review an Application for Payment filled out and signed by Contractor covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. 3. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that City has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate insurance or other arrangements to protect City's interest therein, all of which must be satisfactory to City. 4. Beginning with the second Application for Payment, each Application shall include an affidavit of Contractor stating that previous progress payments received on account of the Work have been applied on account to discharge Contractor's legitimate obligations associated with prior Applications for Payment. ... 5. The amount of retainage with respect to progress payments will be as stipulated in the Contract Documents. CITY OF FORT WORTH -� STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febma yZ2016 00 7200-1 GENERAL CONDITIONS Page 53 of 63 B. Review of Applications: 1. City will, after receipt of each Application for Payment, either indicate in writing a recommendation of payment or return the Application to Contractor indicating reasons for refusing payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application. 2. City's processing of any payment requested in an Application for Payment will be based on City's observations of the executed Work, and on City's review of the Application for Payment and the accompanying data and schedules,that to the best of City's knowledge: a. the Work has progressed to the point indicated; b. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Final Acceptance, the results of any subsequent tests called for in the Contract Documents, a final determination of quantities and classifications for Work performed under Paragraph 9.05, and any other qualifications stated in the recommendation). 3. Processing any such payment will not thereby be deemed to have represented that: -- a. inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or .. involved detailed inspections of the Work beyond_ the responsibilities specifically assigned to City in the Contract Documents;or b. there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by City or entitle City to withhold payment to Contractor,or c. Contractor has complied with Laws and Regulations applicable to Contractor's performance of the Work. 4. City may refuse to process the whole or any part of any payment because of subsequently discovered evidence or the results of subsequent inspections or tests, and revise or revoke any such payment previously made, to such extent as may be necessary to protect City from .� loss because: a. the Work is defective, or the completed Work has been damaged by the Contractor or his subcontractors,requiring correction or replacement; b. discrepancies in quantities contained in previous applications for payment; .. c. the Contract Price has been reduced by Change Orders; d. City has been required to correct defective Work or complete Work in accordance with Paragraph 13.09;or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:FrbnimyZ 2016 .. 00 7200-1 GENERAL CONDITIONS Page 54 of 63 e. City has actual knowledge of the occurrence of any of the events enumerated in -- Paragraph 15.02.A. C. Retainage: 1. For contracts less than $400,000 at the time of execution, retainage shall be ten percent (10%). 2. For contracts greater than $400,000 at the time of execution, retainage shall be five percent (5%). D. Liquidated Damages. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, the sum per day specified in the Agreement, will be ,., deducted from the monies due the Contractor, not as a penalty, but as liquidated damages suffered by the City. ,.. E. Payment: Contractor will be paid pursuant to the requirements of this Article 14 and payment will become due in accordance with the Contract Documents. ,. F. Reduction in Payment: 1. City may refuse to make payment of the amount requested because: a. Liens have been filed in connection with the Work, except where Contractor has delivered a specific bond satisfactory to City to secure the satisfaction and discharge of such Liens; b. there are other items entitling City to a set-off against the amount recommended;or c. City has actual knowledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.4.a through 14.02.B.4.e or Paragraph 15.02.A. 2. If City refuses to make payment of the amount requested, City will give Contractor written notice stating the reasons for such action and pay Contractor any amount remaining after deduction of the amount so withheld. City shall pay Contractor the amount so withheld, or any adjustment thereto agreed to by City and Contractor, when Contractor remedies the reasons for such action. 14.03 Contractor's Warranty of Title _. Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to City no later than the time of payment free and clear of all Liens. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2,2016 00 7200-1 GENERAL CONDITIONS Page 55 of 63 14.04 Partial Utilization Ar. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City t0 use Or occupy any such part of the Work which City determines t0 be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. "! 3. Partial Utilization will not constitute Final Acceptance by City. 14.05 Final Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: 1, within 10 days,City will schedule a Final Inspection with Contractor. -- 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. B. No time charge will be made against the Contractor between said date of notification of the City and the date of Final Inspection. Should the City determine that the Work is not ready for Final Inspection, City will notify the Contractor in writing of the reasons and Contract Time will resume. 14.06 Final Acceptance Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection,City will issue to Contractor a letter of Final Acceptance. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnmy2,2016 00 7200-1 GENERAL CONDITIONS Page 56 of 63 14.07 Final Payment .� A. Application for Payment. 1. Upon Final Acceptance, and in the opinion of City, Contractor may make an application for final payment following the procedure for progress payments in accordance with the Contract Documents. 2. The final Application for Payment shall be accompanied(except as previously delivered)by: a. all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; b. consent of the surety, if any,to final payment; c. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and d. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. B. Payment Becomes Due: 1. After City's acceptance of the Application for Payment and accompanying documentation, requested by Contractor, less previous payments made and any sum City is entitled, including but not limited to liquidated damages, will become due and payable. 2. After all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 3. The making of the final payment by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. 14.08 Final Completion Delayed and Partial Retainage Release A. If final completion of the Work is significantly delayed, and if City so confirms, City may, upon receipt of Contractor's final Application for Payment, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by City for Work not fully completed or corrected is less than the retainage stipulated in Paragraph 14.02.C, and if bonds have been furnished as required in Paragraph 5.02, the written consent of the surety to the payment of the balance due for that CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Felniary2,2016 00 7200-1 GENERAL CONDITIONS Page 57 of 63 portion of the Work fully completed and accepted shall be submitted by Contractor to City with the Application for such payment. Such payment shall be made under the terms and conditions �- governing final payment,except that it shall not constitute a waiver of Contract Claims. B. Partial Retainage Release. For a Contract that provides for a separate vegetative establishment and maintenance, and test and performance periods following the completion of all other construction in the Contract Documents for all Work locations, the City may release a portion of the amount retained provided that all other work is completed as determined by the City. Before ~~ the release, all submittals and final quantities must be completed and accepted for all other work. An amount sufficient to ensure Contract compliance will be retained. 14.09 Waiver of Claims The acceptance of final payment will constitute a release of the City from all claims or liabilities -� under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of City related to or connected with the Contract. ARTICLE 15—SUSPENSION OF WORK AND TERMINATION 15.01 City May Suspend Work -- A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor .� shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will make no extra payment for stand-by time of construction equipment and/or construction crews. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by -- mutual consent of the Contractor and City that a solution to allow construction to proceed is not available within a reasonable period of time, Contractor may request an extension in Contract Time,directly attributable to any such suspension. -~ C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily -- nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed;he shall provide suitable drainage about the work, and erect temporary structures where necessary. -" D. Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the City that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. Reimbursement may not be allowed if the equipment is moved to another construction project for the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fdixuary2,2016 00 7200-1 GENERAL CONDITIONS Page 58 of 63 15.02 City May Terminate for Cause A. The occurrence of any one or more of the following events by way of example, but not of limitation, may justify termination for cause: 1. Contractor's persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment, failure to adhere to the Project Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04, or failure to adhere to the City's Business Diversity Enterprise Ordinance #20020-12-2011established under -- Paragraph 6.06.D); 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction; .� 3. Contractor's repeated disregard of the authority of City;or 4. Contractor's violation in any substantial way of any provisions of the Contract Documents; or 5. Contractor's failure to promptly make good any defect in materials or workmanship, or defects of any nature,the correction of which has been directed in writing by the City;or 6. Substantial indication that the Contractor has made an unauthorized assignment of the Contract or any funds due therefrom for the benefit of any creditor or for any other purpose; or 7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the Work satisfactorily;or 8. Contractor commences legal action in a court of competent jurisdiction against the City. B. If one or more of the events identified in Paragraph 15.02A. occur, City will provide written notice to Contractor and Surety to arrange a conference with Contractor and Surety to address Contractor's failure to perform the Work. Conference shall be held not later than 15 days, after receipt of notice. 1. If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to perform the construction Contract, the City may, to the extent permitted by Laws and Regulations, declare a Contractor default and formally terminate the Contractor's right to complete the Contract. Contractor default shall not be declared earlier than 20 days after the Contractor and Surety have received notice of conference to address Contractor's failure to perform the Work. 2. If Contractor's services are terminated, Surety shall be obligated to take over and perform the Work. If Surety does not commence performance thereof within 15 consecutive calendar days after date of an additional written notice demanding Surety's performance of its CITY OF FORT WORTH —+ STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnmy 2,2016 00 7200-1 GENERAL CONDITIONS Page 59 of 63 obligations, then City, without process or action at law, may take over any portion of the Work and complete it as described below. a. If City completes the Work, City may exclude Contractor and Surety from the site and take possession of the Work, and all materials and equipment incorporated into the Work -- stored at the Site or for which City has paid Contractor or Surety but which are stored elsewhere, and finish the Work as City may deem expedient. 3. Whether City or Surety completes the Work, Contractor shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by City arising out of or resulting from completing the Work, such excess will be paid to Contractor. If such claims, costs, losses and damages exceed such unpaid balance, Contractor shall pay the difference to City. Such claims, costs, losses and damages incurred by City will be incorporated in a Change Order, provided that when exercising any rights or remedies under this Paragraph, City shall not be required to obtain the lowest price for the Work performed. 4. Neither City, nor any of its respective consultants, agents, officers, directors or employees shall be in any way liable or accountable to Contractor or Surety for the method by which the completion of the said Work, or any portion thereof, may be accomplished or for the price paid therefor. 5. City, notwithstanding the method used in completing the Contract, shall not forfeit the right to recover damages from Contractor or Surety for Contractor's failure to timely complete the entire Contract. Contractor shall not be entitled to any claim on account of the method used by City in completing the Contract. 6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as provided for in the bond requirements of the Contract Documents or any special guarantees provided for under the Contract Documents or any other obligations otherwise prescribed by law. C. Notwithstanding Paragraphs 15.02.B, Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. D. Where Contractor's services have been so terminated by City, the termination will not affect any rights or remedies of City against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by City will not release Contractor from liability. E. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.02,the termination procedures of that bond shall not supersede the provisions of this Article. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnmy2,2016 00 7200-1 GENERAL CONDITIONS Page 60 of 63 15.03 City May Terminate For Convenience A. City may, without cause and without prejudice to any other right or remedy of City, terminate the Contract. Any termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of Work under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the City. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim, demand or suit shall be required of the City regarding such discretionary action. B. After receipt of a notice of termination, and except as otherwise directed by the City, the Contractor shall: 1. Stop work under the Contract on the date and to the extent specified in the notice of termination; 2. place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the Work under the Contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of the Work terminated by notice of termination; 4. transfer title to the City and deliver in the manner, at the times, and to the extent, if any, directed by the City: a. the fabricated or unfabricated parts, Work in progress, completed Work, supplies and other material produced as a part of, or acquired in connection with the performance of, ,. the Work terminated by the notice of the termination; and b. the completed, or partially completed plans, drawings, information and other property which, if the Contract had been completed, would have been required to be furnished to the City. 5. complete performance of such Work as shall not have been terminated by the notice of termination; and 6. take such action as may be necessary, or as the City may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. C. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the City a list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of which has been directed or authorized by City. CITY OF FORT WORTH ,.. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fehuary2,2016 00 7200-1 GENERAL CONDITIONS Page 61 of 63 D. Not later than 15 days thereafter, the City shall accept title to such items provided, that the list submitted shall be subject to verification by the City upon removal of the items or, if the items •- are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to final settlement. E. Not later than 60 days after the notice of termination, the Contractor shall submit his termination claim to the City in the form and with the certification prescribed by the City. Unless an extension is made in writing within such 60 day period by the Contractor, and granted by the City, any and all such claims shall be conclusively deemed waived. F. In such case,Contractor shall be paid for(without duplication of any items): ~� 1. completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 2. expenses sustained prior to the effective date of termination in performing services and — furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work,plus fair and reasonable sums for overhead and profit on such expenses; and 3, reasonable expenses directly attributable to termination. G. In the event of the failure of the Contractor and City to agree upon the whole amount to be paid to the Contractor by reason of the termination of the Work,the City shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the -- termination and shall pay to the Contractor the amounts determined. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. ARTICLE 16—DISPUTE RESOLUTION 16.01 Methods and Procedures A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision under Paragraph 10.06 before such decision becomes final and binding. The request for mediation shall be submitted to the other party to the Contract. Timely submission of the request shall stay the effect of Paragraph 10.06.E. B. City and Contractor shall participate in the mediation process in good faith. The process shall be commenced within 60 days of filing of the request. .. C. If the Contract Claim is not resolved by mediation, City's action under Paragraph 10.06.0 or a denial pursuant to Paragraphs 10.06.C.3 or 10.06.1) shall become final and binding 30 days after termination of the mediation unless, within that time period,City or Contractor: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnimy2,2016 007200-1 GENERAL CONDITIONS Page 62 of 63 1. elects in writing to invoke any other dispute resolution process provided for in the Supplementary Conditions;or 2. agrees with the other party to submit the Contract Claim to another dispute resolution .. process;or 3. gives written notice to the other party of the intent to submit the Contract Claim to a court of competent jurisdiction. ARTICLE 17—MISCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if: 1. delivered in person to the individual or to a member of the firm or to an Officer of the corporation for whom it is intended;or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 17.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 17.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnimy2,2016 00 7200-1 GENERAL CONDITIONS Page 63 of 63 17.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 17.05 Headings �. Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ^ Revision:Fe6mary2,2016 007300-1 SUPPLEMENTARY CONDITIONS ... Pagel of 5 1 SECTION 00 73 00 2 SUPPLEMENTARY CONDITIONS 3 TO 4 GENERAL CONDITIONS 5 6 Supplementary Conditions 7 8 These Supplementary Conditions modify and supplement Section 00 72 00-General Conditions,and other 9 provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are 10 modified or supplemented remain in full force and effect as so modified or supplemented. All provisions . 11 of the General Conditions which are not so modified or supplemented remain in full force and effect. 12 13 Defined Terms 14 15 The terms used in these Supplementary Conditions which are defined in the General Conditions have the 16 meaning assigned to them in the General Conditions,unless specifically noted herein. 17 .� 18 Modifications and Supplements 19 20 The following are instructions that modify or supplement specific paragraphs in the General Conditions and 21 other Contract Documents. 22 23 SC-3.03B.2,"Resolving Discrepancies" 24 �. 25 Plans govern over Specifications. 26 27 SC-4.01A 28 29 Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. 30 Upon receiving the final easements descriptions,Contractor shall compare them to the lines shown on the 31 Contract Drawings. „., 32 33 SC-4.01A.1.,"Availability of Lands" 34 35 The following is a list of known outstanding right-of-way,and/or easements to be acquired,if any as of 36 May 31,2017: 37 38 Outstanding Right-Of-Way,and/or Easements to Be Acquired PARCEL OWNER TARGET DATE NUMBER OF POSSESSION — None .� 39 The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, 40 and do not bind the City. 41 42 If Contractor considers the final easements provided to differ materially from the representations on the 43 Contract Drawings,Contractor shall within five (5) Business Days and before proceeding with the Work, 44 notify City in writing associated with the differing easement line locations. 45 CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised January 22,2016 RELOCATIONS CONTRACT 2017 City Project No.100993 007300-2 SUPPLEMENTARY CONDITIONS Page 2 of 5 1 SC-4.01A.2,"Availability of Lands" 2 ... 3 Utilities or obstructions to be removed,adjusted,and/or relocated 4 5 The following is list of utilities and/or obstructions that have not been removed,adjusted,and/or relocated 6 as of May 31,2017 7 EXPECTED UTILITY AND LOCATION TARGET DATE OF' OWNER ADJUSTMENT _ None 8 The Contractor understands and agrees that the dates listed above are estimates only,are not guaranteed, 9 and do not bind the City. 10 11 SC-4.02A.,"Subsurface and Physical Conditions" 12 13 The following are reports of explorations and tests of subsurface conditions at the site of the Work: 14 None 15 16 The following are drawings of physical conditions in or relating to existing surface and subsurface 17 structures(except Underground Facilities)which are at or contiguous to the site of the Work: _ 18 None 19 20 SC-4.06A.,"Hazardous Environmental Conditions at Site" 21 ^^ 22 The following are reports and drawings of existing hazardous environmental conditions known to the City: 23 None 24 25 SC-5.03A.,"Certificates of Insurance" 26 27 The entities listed below are "additional insureds as their interest may appear"including their respective 28 officers,directors,agents and employees. 29 30 (1) City 31 (2) Consultant: None 32 (3) Other: None 33 34 SC-5.04A.,"Contractor's Insurance" 35 -- 36 The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following 37 coverages for not less than the following amounts or greater where required by laws and regulations: 38 39 5.04A.Workers'Compensation,under Paragraph GC-5.04A. 40 41 Statutory limits 42 Employer's liability 43 $1009000 each accident/occurrence 44 $100,000 Disease-each employee 45 $500,000 Disease-policy limit 46 47 48 CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised January 22,2016 RELOCATIONS CONTRACT 2017 City Project No.100993 007300-3 SUPPLEMENTARY CONDITIONS Page 3 of 5 1 SC-5.04B.,"Contractor's Insurance" 2 3 5.04B.Commercial General Liability,under Paragraph GC-5.04B.Contractor's Liability Insurance 4 under Paragraph GC-5.04B.,which shall be on a per project basis covering the Contractor with 5 minimum limits of- 6 7 $1,000,000 each occurrence 8 $2,000,000 aggregate limit 9 10 The policy must have an endorsement(Amendment—Aggregate Limits of Insurance)making the I I General Aggregate Limits apply separately to each job site. 12 13 The Commercial General Liability Insurance policies shall provide"X","C",and"V'coverage's. 14 Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. 15 16 SC 5.04C.,"Contractor's Insurance" 17 5.04C. Automobile Liability,under Paragraph GC-5.040.Contractor's Liability Insurance under 18 Paragraph GC-5.04C.,which shall be in an amount not less than the following amounts: 19 20 (1) Automobile Liability-a commercial business policy shall provide coverage on "Any Auto", 21 defined as autos owned,hired and non-owned. 22 23 $1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at 24 least: 25 26 $250,000 Bodily Injury per person/ 27 $500,000 Bodily Injury per accident/ 28 $100,000 Property Damage 29 30 SC-5.04D.,"Contractor's Insurance" 31 32 The Contractor's construction activities will require its employees,agents,subcontractors,equipment,and 33 material deliveries to cross railroad properties and tracks None 34 35 The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, 36 hinder,or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains 37 or other property. Such operations on railroad properties may require that Contractor to execute a"Right of 38 Entry Agreement"with the particular railroad company or companies involved,and to this end the 39 Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute 40 the right-of-entry(if any)required by a railroad company.The requirements specified herein likewise relate 41 to the Contractor's use of private and/or construction access roads crossing said railroad company's 42 properties. 43 44 The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide 45 coverage for not less than the following amounts,issued by companies satisfactory to the City and to the 46 Railroad Company for a term that continues for so long as the Contractor's operations and work cross, 47 occupy,or touch railroad property: 48 49 (1) General Aggregate: $Confirm Limits with Railroad 50 51 (2) Each Occurrence: $Confirm Limits with Railroad 52 53 _Required for this Contract _Not required for this Contract 54 CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised January 22,2016 RELOCATIONS CONTRACT 2017 City Project No.100993 007300-4 SUPPLEMENTARY CONDITIONS Page 4 of 5 1 With respect to the above outlined insurance requirements,the following shall govern: 2 3 1. Where a single railroad company is involved, the Contractor shall provide one insurance policy in 4 the name of the railroad company. However, if more than one grade separation or at-grade 5 crossing is affected by the Project at entirely separate locations on the line or lines of the same 6 railroad company,separate coverage may be required,each in the amount stated above. 7 8 2. Where more than one railroad company is operating on the same right-of-way or where several 9 railroad companies are involved and operated on their own separate rights-of-way, the Contractor 10 may be required to provide separate insurance policies in the name of each railroad company. 11 12 3. If,in addition to a grade separation or an at-grade crossing,other work or activity is proposed on a 13 railroad company's right-of-way at a location entirely separate from the grade separation or at- 14 grade crossing,insurance coverage for this work must be included in the policy covering the grade 15, separation. 16 17 4. If no grade separation is involved but other work is proposed on a railroad company's right-of- 18 way,all such other work may be covered in a single policy for that railroad,even though the work 19 may be at two or more separate locations. 20 *� 21 No work or activities on a railroad company's property to be performed by the Contractor shall be 22 commenced until the Contractor has furnished the City with an original policy or policies of the insurance 23 for each railroad company named,as required above. All such insurance must be approved by the City and .r 24 each affected Railroad Company prior to the Contractor's beginning work. 25 26 The insurance specified above must be carried until all Work to be performed on the railroad right-of-way 27 has been completed and the grade crossing,if any,is no longer used by the Contractor. In addition, •■ 28 insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. 29 Such insurance must name the railroad company as the insured,together with any tenant or lessee of the 30 railroad company operating over tracks involved in the Project. 31 32 SC-6.04.,"Project Schedule" 33 34 Project schedule shall be tier 1 for the project. «• 35 36 SC-6.07.,"Wage Rates" 37 38 The following is the prevailing wage rate table(s)applicable to this project and is provided in the 39 Appendixes: 40 GC-6.07 2013 PREVAILING WAGE RATE(Heavy and Highway Construction Projects) 41 42 SC-6.09.,"Permits and Utilities" 43 44 SC-6.09A.,"Contractor obtained permits and licenses" 45 The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: 46 None 47 48 SC-6.09B."City obtained permits and licenses" ..� 49 The following are known permits and/or licenses required by the Contract to be acquired by the City:None 50 51 52 53 54 CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised January 22,2016 RELOCATIONS CONTRACT 2017 City Project No.100993 007300-5 SUPPLEMENTARY CONDITIONS Page 5 of 5 1 SC-6.09C."Outstanding permits and licenses" 2 �. 3 The following is a list of known outstanding permits and/or licenses to be acquired,if any as of May 31, 4 2017 5 6 Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION None 7 8 SC-7.02.,"Coordination" 9 10 The individuals or entities listed below have contracts with the City for the performance of other work at I 1 the Site: 12 Vendor -Scope of Work Coordination Authority None 13 14 15 SC-8.01,"Communications to Contractor" 16 None 17 18 SC-9.01.,"City's Project Manager" 19 20 The City's Project Manager for this Contract is Adolfo Lopez,or his/her successor pursuant to written 21 notification from the Director of Water Department 22 23 SC-13.03C.,"Tests and Inspections" 24 None 25 -- 26 SC-16.01C.1,"Methods and Procedures" 27 None 28 29 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1/22/2016 F.Griffin SC-9.01.,"City's Project Representative"wording changed to City's Project Manager. CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised January 22,2016 RELOCATIONS CONTRACT 2017 City Project No.100993 011100-1 SUMMARY OF WORK Page 1 of 3 1 SECTION 011100 2 SUMMARY OF WORK 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Summary of Work to be performed in accordance with the Contract Documents 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0-Bidding Requirements,Contract Forms, and Conditions of the Contract 11 2. Division 1 -General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Work Covered by Contract Documents 19 1. Work is to include furnishing all labor,materials,and equipment, and performing 20 all Work necessary for this construction project as detailed in the Drawings and 21 Specifications. 22 B. Subsidiary Work 23 1. Any and all Work specifically governed by documentary requirements for the 24 project, such as conditions imposed by the Drawings or Contract Documents in 25 which no specific item for bid has been provided for in the Proposal and the item is 26 not a typical unit bid item included on the standard bid item list,then the item shall -- 27 be considered as a subsidiary item of Work,the cost of which shall be included in 28 the price bid in the Proposal for various bid items. 29 C. Use of Premises 30 1. Coordinate uses of premises under direction of the City. 31 2. Assume full responsibility for protection and safekeeping of materials and �. 32 equipment stored on the Site. 33 3. Use and occupy only portions of the public streets and alleys,or other public places 34 or other rights-of-way as provided for in the ordinances of the City,as shown in the �. 35 Contract Documents,or as may be specifically authorized in writing by the City. CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised December 20,2012 RELOCATIONS CONTRACT 2017 "" City Project No.100993 011100-2 SUMMARY OF WORK Page 2 of 3 1 a. A reasonable amount of tools, materials, and equipment for construction 2 purposes may be stored in such space,but no more than is necessary to avoid „ 3 delay in the construction operations. 4 b. Excavated and waste materials shall be stored in such a way as not to interfere 5 with the use of spaces that may be designated to be left free and unobstructed 6 and so as not to inconvenience occupants of adjacent property. 7 c. If the street is occupied by railroad tracks,the Work shall be carried on in such 8 manner as not to interfere with the operation of the railroad. 9 1) All Work shall be in accordance with railroad requirements set forth in 10 Division 0 as well as the railroad permit. 11 D. Work within Easements 12 1. Do not enter upon private property for any purpose without having previously 13 obtained permission from the owner of such property. 14 2. Do not store equipment or material on private property unless and until the 15 specified approval of the property owner has been secured in writing by the 16 Contractor and a copy furnished to the City. 17 3. Unless specifically provided otherwise,clear all rights-of-way or easements of .. 18 obstructions which must be removed to make possible proper prosecution of the 19 Work as a part of the project construction operations. 20 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery,plants, —, 21 lawns, fences,culverts,curbing, and all other types of structures or improvements, 22 to all water, sewer, and gas lines,to all conduits, overhead pole lines, or 23 appurtenances thereof, including the construction of temporary fences and to all 24 other public or private property adjacent to the Work. 25 5. Notify the proper representatives of the owners or occupants of the public or private 26 lands of interest in lands which might be affected by the Work. 27 a. Such notice shall be made at least 48 hours in advance of the beginning of the 28 Work. 29 b. Notices shall be applicable to both public and private utility companies and any 30 corporation,company, individual,or other,either as owners or occupants, 31 whose land or interest in land might be affected by the Work. 32 c. Be responsible for all damage or injury to property of any character resulting 33 from any act,omission,neglect, or misconduct in the manner or method or 34 execution of the Work,or at any time due to defective work, material,or 35 equipment. 36 6. Fence 37 a. Restore all fences encountered and removed during construction of the Project 38 to the original or a better than original condition. 39 b. Erect temporary fencing in place of the fencing removed whenever the Work is 40 not in progress and when the site is vacated overnight, and/or at all times to 41 provide site security. 42 c. The cost for all fence work within easements, including removal,temporary -- 43 closures and replacement, shall be subsidiary to the various items bid in the 44 project proposal,unless a bid item is specifically provided in the proposal. CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised December 20,2012 RELOCATIONS CONTRACT 2017 City Project No.100993 011100-3 SUMMARY OF WORK Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY,STORAGE, AND HANDLING[NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2- PRODUCTS [NOT USED] 10 PART 3- EXECUTION [NOT USED] 1 i END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE -- 13 CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised December 20,2012 RELOCATIONS CONTRACT 2017 City Project No.100993 012500-1 SUBSTITUTION PROCEDURES Page 1 of 5 1 SECTION 0125 00 2 SUBSTITUTION PROCEDURES 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedure for requesting the approval of substitution of a product that is not 7 equivalent to a product which is specified by descriptive or performance criteria or 8 defined by reference to 1 or more of the following: 9 a. Name of manufacturer 10 b. Name of vendor 11 c. Trade name 12 d. Catalog number 13 2. Substitutions are not "or-equals". 14 B. Deviations from this City of Fort Worth Standard Specification 15 1. None. 16 C. Related Specification Sections include,but are not necessarily limited to: 17 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 18 2. Division 1 —General Requirements 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Work associated with this Item is considered subsidiary to the various items bid. 22 No separate payment will be allowed for this Item. 23 1.3 REFERENCES [NOT USED] 24 1.4 ADMINISTRATIVE REQUIREMENTS 25 A. Request for Substitution-General 26 1. Within 30 days after award of Contract(unless noted otherwise),the City will 27 consider formal requests from Contractor for substitution of products in place of 28 those specified. 29 2. Certain types of equipment and kinds of material are described in Specifications by 30 means of references to names of manufacturers and vendors,trade names,or 31 catalog numbers. 32 a. When this method of specifying is used, it is not intended to exclude from 33 consideration other products bearing other manufacturer's or vendor's names, 34 trade names,or catalog numbers,provided said products are"or-equals," as 35 determined by City. 36 3. Other types of equipment and kinds of material may be acceptable substitutions 37 under the following conditions: CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised July 1,2011 RELOCATIONS CONTRACT 2017 City Project No.100993 012500-2 SUBSTITUTION PROCEDURES Page 2 of 5 1 a. Or-equals are unavailable due to strike,discontinued production of products 2 meeting specified requirements, or other factors beyond control of Contractor; 3 or, 4 b. Contractor proposes a cost and/or time reduction incentive to the City. 5 1.5 SUBMITTALS -- 6 A. See Request for Substitution Form(attached) 7 B. Procedure for Requesting Substitution .... 8 1. Substitution shall be considered only: 9 a. After award of Contract 10 b. Under the conditions stated herein w- 11 2. Submit 3 copies of each written request for substitution, including: 12 a. Documentation 13 1) Complete data substantiating compliance of proposed substitution with 14 Contract Documents 15 2) Data relating to changes in construction schedule, when a reduction is 16 proposed 17 3) Data relating to changes in cost 18 b. For products 19 1) Product identification 20 a) Manufacturer's name 21 b) Telephone number and representative contact name 22 c) Specification Section or Drawing reference of originally specified 23 product,including discrete name or tag number assigned to original 24 product in the Contract Documents 25 2) Manufacturer's literature clearly marked to show compliance of proposed 26 product with Contract Documents 27 3) Itemized comparison of original and proposed product addressing product 28 characteristics including,but not necessarily limited to: 29 a) Size 30 b) Composition or materials of construction 31 c) Weight 32 d) Electrical or mechanical requirements 33 4) Product experience 34 a) Location of past projects utilizing product 35 b) Name and telephone number of persons associated with referenced 36 projects knowledgeable concerning proposed product 37 c) Available field data and reports associated with proposed product 38 5) Samples 39 a) Provide at request of City. 40 b) Samples become the property of the City. 41 c. For construction methods: 42 1) Detailed description of proposed method ... 43 2) Illustration drawings 44 C. Approval or Rejection 45 1. Written approval or rejection of substitution given by the City _. CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised July 1,2011 RELOCATIONS CONTRACT 2017 City Project No.100993 ""' 012500-3 SUBSTITUTION PROCEDURES y^ Page 3 of 5 1 2. City reserves the right to require proposed product to comply with color and pattern .� 2 of specified product if necessary to secure design intent. 3 3. In the event the substitution is approved,the resulting cost and/or time reduction 4 will be documented by Change Order in accordance with the General Conditions. 5 4. No additional contract time will be given for substitution. 6 5. Substitution will be rejected if: 7 a. Submittal is not through the Contractor with his stamp of approval 9 b. Request is not made in accordance with this Specification Section 9 c. In the City's opinion, acceptance will require substantial revision of the original 10 design .. 11 d. In the City's opinion, substitution will not perform adequately the function 12 consistent with the design intent 13 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] .. 14 1.7 CLOSEOUT SUBMITTALS [NOT USED] 15 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 16 1.9 QUALITY ASSURANCE 17 A. In making request for substitution or in using an approved product,the Contractor 18 represents that the Contractor: 19 1. Has investigated proposed product,and has determined that it is adequate or 20 superior in all respects to that specified,and that it will perform function for which 21 it is intended 22 2. Will provide same guarantee for substitute item as for product specified 23 3. Will coordinate installation of accepted substitution into Work,to include building -- 24 modifications if necessary,making such changes as may be required for Work to be 25 complete in all respects 26 4. Waives all claims for additional costs related to substitution which subsequently -- 27 arise 28 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 29 1.11 FIELD [SITE] CONDITIONS [NOT USED] 30 1.12 WARRANTY [NOT USED] 31 PART 2- PRODUCTS [NOT USED] 32 PART 3- EXECUTION [NOT USED] -- 33 END OF SECTION 34 Revision Log CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised July 1,2011 RELOCATIONS CONTRACT 2017 City Project No.100993 012500-4 SUBSTITUTION PROCEDURES Page 4 of S DATE NAME SUN04ARY OF CHANGE CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised July 1,2011 RELOCATIONS CONTRACT 2017 City Project No.100993 "� 012500-5 SUBSTITUTION PROCEDURES Page 5 of 5 1 EXHIBIT A 2 REQUEST FOR SUBSTITUTION FORM: 3 4 TO: 5 PROJECT: DATE: 6 We hereby submit for your consideration the following product instead of the specified item for 7 the above project: 8 SECTION PARAGRAPH SPECIFIED ITEM 9 10 11 Proposed Substitution: 12 Reason for Substitution: 13 Include complete information on changes to Drawings and/or Specifications which proposed 14 substitution will require for its proper installation. 15 16 Fill in Blanks Below: .— 17 A. Will the undersigned contractor pay for changes to the building design, including engineering 18 and detailing costs caused by the requested substitution? 19 20 21 B. What effect does substitution have on other trades? 22 23 ,! 24 C. Differences between proposed substitution and specified item? 25 26 27 D. Differences in product cost or product delivery time? .. 28 29 30 E. Manufacturer's guarantees of the proposed and specified items are: 31 32 Equal Better(explain on attachment) 33 The undersigned states that the function, appearance and quality are equivalent or superior to the 34 specified item. 35 Submitted By: For Use by City 36 37 Signature _Recommended _Recommended -- 38 as noted 39 40 Firm _Not recommended _Received late 41 Address By 42 Date 43 Date Remarks 44 Telephone 45 46 For Use by City: 47 48 Approved Rejected 49 City Date CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised July 1,2011 RELOCATIONS CONTRACT 2017 City Project No.100993 013119-1 PRECONSTRUCTION MEETING Pagel of 3 1 SECTION 013119 2 PRECONSTRUCTION MEETING 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provisions for the preconstruction meeting to be held prior to the start of Work to 7 clarify construction contract administration procedures 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include,but are not necessarily limited to: 11 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract ,.� 12 2. Division 1 —General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES .. 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Coordination 20 1. Attend preconstruction meeting. .. 21 2. Representatives of Contractor, subcontractors and suppliers attending meetings 22 shall be qualified and authorized to act on behalf of the entity each represents. 23 3. Meeting administered by City may be tape recorded. 24 a. If recorded,tapes will be used to prepare minutes and retained by City for 25 future reference. 26 B. Preconstruction Meeting 27 1. A preconstruction meeting will be held within 14 days after the execution of the 28 Agreement and before Work is started. 29 a. The meeting will be scheduled and administered by the City. 30 2. The Project Representative will preside at the meeting,prepare the notes of the 31 meeting and distribute copies of same to all participants who so request by fully 32 completing the attendance form to be circulated at the beginning of the meeting. 33 3. Attendance shall include: 34 a. Project Representative 35 b. Contractor's project manager 36 c. Contractor's superintendent CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised August 17,2012 RELOCATIONS CONTRACT 2017 "" City Project No.100993 013119-2 PRECONSTRUCTION MEETING Page 2 of 3 1 d. Any subcontractor or supplier representatives whom the Contractor may desire 2 to invite or the City may request 3 e. Other City representatives 4 f. Others as appropriate 5 4. Construction Schedule r, 6 a. Prepare baseline construction schedule in accordance with Section 0132 16 and 7 provide at Preconstruction Meeting. 8 b. City will notify Contractor of any schedule changes upon Notice of 9 Preconstruction Meeting. 10 5. Preliminary Agenda may include: 11 a. Introduction of Project Personnel 12 b. General Description of Project 13 c. Status of right-of--way,utility clearances,easements or other pertinent permits 14 d. Contractor's work plan and schedule 15 e. Contract Time 16 f. Notice to Proceed 17 g. Construction Staking 18 h. Progress Payments 19 i. Extra Work and Change Order Procedures 20 j. Field Orders 21 k. Disposal Site Letter for Waste Material 22 1. Insurance Renewals 23 in. Payroll Certification 24 n. Material Certifications and Quality Control Testing 25 o. Public Safety and Convenience 26 p. Documentation of Pre-Construction Conditions 27 q. Weekend Work Notification .� 28 r. Legal Holidays 29 s. Trench Safety Plans 30 t. Confined Space Entry Standards 31 u. Coordination with the City's representative for operations of existing water 32 systems 33 v. Storm Water Pollution Prevention Plan 34 w. Coordination with other Contractors 35 x. Early Warning System 36 y. Contractor Evaluation 37 z. Special Conditions applicable to the project 38 aa. Damages Claims 39 bb. Submittal Procedures 40 cc. Substitution Procedures 41 dd. Correspondence Routing 42 ee. Record Drawings 43 ff. Temporary construction facilities 44 gg. M/WBE or MBE/SBE procedures 45 hh. Final Acceptance 46 ii. Final Payment 47 aj. Questions or Comments CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised August 17,2012 RELOCATIONS CONTRACT 2017 City Project No.100993 �"` 013119-3 PRECONSTRUCTION MEETING Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY,STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2- PRODUCTS [NOT USED] 10 PART 3- EXECUTION [NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised August 17,2012 RELOCATIONS CONTRACT 2017 �. City Project No.100993 013216-1 CONSTRUCTION PROGRESS SCHEDULE -- Pagel of 5 1 SECTION 013216 2 CONSTRUCTION PROGRESS SCHEDULE 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. General requirements for the preparation, submittal, updating, status reporting and .� 7 management of the Construction Progress Schedule 8 2. Specific requirements are presented in the City of Fort Worth Schedule Guidance 9 Document 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include,but are not necessarily limited to: 13 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 14 2. Division 1 —General Requirements 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Work associated with this Item is considered subsidiary to the various items bid. 18 No separate payment will be allowed for this Item 19 1.3 REFERENCES 20 A. Definitions 21 1. Schedule Tiers 22 a. Tier 1 -No schedule submittal required by contract. Small,brief duration 23 projects 24 b. Tier 2-No schedule submittal required by contract,but will require some 25 milestone dates. Small,brief duration projects 26 c. Tier 3 -Schedule submittal required by contract as described in the 27 Specification and herein.Majority of City projects, including all bond program 28 projects 29 d. Tier 4- Schedule submittal required by contract as described in the 30 Specification and herein. Large and/or complex projects with long durations .� 31 1) Examples: large water pump station project and associated pipeline with 32 interconnection to another governmental entity 33 e. Tier 5-Schedule submittal required by contract as described in the 34 Specification and herein. Large and/or very complex projects with long ' 35 durations,high public visibility 36 1) Examples might include a water or wastewater treatment plant 37 2. Baseline Schedule-Initial schedule submitted before work begins that will serve 38 as the baseline for measuring progress and departures from the schedule. CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised July 1,2011 RELOCATIONS CONTRACT 2017 "" City Project No.100993 013216-2 CONSTRUCTION PROGRESS SCHEDULE Page 2 of 5 '~ 1 3. Progress Schedule-Monthly submittal of a progress schedule documenting 2 progress on the project and any changes anticipated. 3 4. Schedule Narrative-Concise narrative of the schedule including schedule 4 changes,expected delays,key schedule issues, critical path items, etc 5 B. Reference Standards 6 1. City of Fort Worth Schedule Guidance Document 7 1.4 ADMINISTRATIVE REQUIREMENTS _. 8 A. Baseline Schedule 9 1. General 10 a. Prepare a cost-loaded baseline Schedule using approved software and the 11 Critical Path Method(CPM) as required in the City of Fort Worth Schedule 12 Guidance Document. 13 b. Review the draft cost-loaded baseline Schedule with the City to demonstrate 14 understanding of the work to be performed and known issues and constraints 15 related to the schedule. 16 c. Designate an authorized representative(Project Scheduler)responsible for - 17 developing and updating the schedule and preparing reports. 18 B. Progress Schedule 19 1. Update the progress Schedule monthly as required in the City of Fort Worth 20 Schedule Guidance Document. 21 2. Prepare the Schedule Narrative to accompany the monthly progress Schedule. 22 3. Change Orders 23 a. Incorporate approved change orders,resulting in a change of contract time, in 24 the baseline Schedule in accordance with City of Fort Worth Schedule 25 Guidance Document. 26 C. Responsibility for Schedule Compliance 27 1. Whenever it becomes apparent from the current progress Schedule and CPM Status 28 Report that delays to the critical path have resulted and the Contract completion 29 date will not be met,or when so directed by the City, make some or all of the 30 following actions at no additional cost to the City -- 31 a. Submit a Recovery Plan to the City for approval revised baseline Schedule 32 outlining: 33 1) A written statement of the steps intended to take to remove or arrest the 34 delay to the critical path in the approved schedule 35 2) Increase construction manpower in such quantities and crafts as will 36 substantially eliminate the backlog of work and return current Schedule to .. 37 meet projected baseline completion dates 38 3) Increase the number of working hours per shift, shifts per day,working 39 days per week,the amount of construction equipment,or any combination 40 of the foregoing, sufficiently to substantially eliminate the backlog of work 41 4) Reschedule activities to achieve maximum practical concurrency of 42 accomplishment of activities,and comply with the revised schedule CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised July 1,2011 RELOCATIONS CONTRACT 2017 City Project No.100993 013216-3 CONSTRUCTION PROGRESS SCHEDULE Page 3 of 5 1 2. If no written statement of the steps intended to take is submitted when so requested 2 by the City,the City may direct the Contractor to increase the level of effort in 3 manpower(trades), equipment and work schedule(overtime, weekend and holiday 4 work, etc.)to be employed by the Contractor in order to remove or arrest the delay 5 to the critical path in the approved schedule. 6 a. No additional cost for such work will be considered. 7 D. The Contract completion time will be adjusted only for causes specified in this 8 Contract. 9 a. Requests for an extension of any Contract completion date must be 10 supplemented with the following: 11 1) Furnish justification and supporting evidence as the City may deem 12 necessary to determine whether the requested extension of time is entitled 13 under the provisions of this Contract. 14 a) The City will, after receipt of such justification and supporting 15 evidence, make findings of fact and will advise the Contractor,in 16 writing thereof. 17 2) If the City finds that the requested extension of time is entitled,the City's 18 determination as to the total number of days allowed for the extensions 19 shall be based upon the approved total baseline schedule and on all data 20 relevant to the extension. 21 a) Such data shall be included in the next updating of the Progress 22 schedule. 23 b) Actual delays in activities which, according to the Baseline schedule, 24 do not affect any Contract completion date shown by the critical path in 25 the network will not be the basis for a change therein. 26 2. Submit each request for change in Contract completion date to the City withinr30 27 days after the beginning of the delay for which a time extension is requested but 28 before the date of final payment under this Contract. 29 a. No time extension will be granted for requests which are not submitted within 30 the foregoing time limit. 31 b. From time to time, it may be necessary for the Contract schedule or completion 32 time to be adjusted by the City to reflect the effects of job conditions, weather, 33 technical difficulties, strikes,unavoidable delays on the part of the City or its 34 representatives, and other unforeseeable conditions which may indicate 35 schedule adjustments or completion time extensions. 36 1) Under such conditions,the City will direct the Contractor to reschedule the 37 work or Contract completion time to reflect the changed conditions and the 38 Contractor shall revise his schedule accordingly. 39 a) No additional compensation will be made to the Contractor for such - 40 schedule changes except for unavoidable overall contract time 41 extensions beyond the actual completion of unaffected work, in which 42 case the Contractor shall take all possible action to minimize any time 43 extension and any additional cost to the City. 44 b) Available float time in the Baseline schedule may be used by the City 45 as well as by the Contractor. 46 3. Float or slack time is defined as the amount of time between the earliest start date 47 and the latest start date or between the earliest finish date and the latest finish date 48 of a chain of activities on the Baseline Schedule. CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised July 1,2011 RELOCATIONS CONTRACT 2017 City Project No.100993 013216-4 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 5 1 a. Float or slack time is not for the exclusive use or benefit of either the 2 Contractor or the City. do 3 b. Proceed with work according to early start dates, and the City shall have the 4 right to reserve and apportion float time according to the needs of the project. 5 c. Acknowledge and agree that actual delays, affecting paths of activities 6 containing float time, will not have any effect upon contract completion times, 7 providing that the actual delay does not exceed the float time associated with 8 those activities. 9 E. Coordinating Schedule with Other Contract Schedules 10 1. Where work is to be performed under this Contract concurrently with or contingent 11 upon work performed on the same facilities or area under other contracts,the .. 12 Baseline Schedule shall be coordinated with the schedules of the other contracts. 13 a. Obtain the schedules of the other appropriate contracts from the City for the 14 preparation and updating of Baseline schedule and make the required changes 15 in his schedule when indicated by changes in corresponding schedules. 16 2. In case of interference between the operations of different contractors,the City will 17 determine the work priority of each contractor and the sequence of work necessary , 18 to expedite the completion of the entire Project. 19 a. In such cases,the decision of the City shall be accepted as final. 20 b. The temporary delay of any work due to such circumstances shall not be 21 considered as justification for claims for additional compensation. 22 1.5 SUBMITTALS 23 A. Baseline Schedule 24 1. Submit Schedule in native file format and pdf format as required in the City of Fort 25 Worth Schedule Guidance Document. 26 a. Native file format includes: 27 1) Primavera(P6 or Primavera Contractor) 28 2. Submit draft baseline Schedule to City prior to the pre-construction meeting and 29 bring in hard copy to the meeting for review and discussion. 30 B. Progress Schedule 31 1. Submit progress Schedule in native file format and pdf format as required in the 32 City of Fort Worth Schedule Guidance Document. 33 2. Submit progress Schedule monthly no later than the last day of the month. 34 C. Schedule Narrative 35 1. Submit the schedule narrative in pdf format as required in the City of Fort Worth 36 Schedule Guidance Document. 37 2. Submit schedule narrative monthly no later than the last day of the month. 38 D. Submittal Process 39 1. The City administers and manages schedules through Buzzsaw. 40 2. Contractor shall submit documents as required in the City of Fort Worth Schedule 41 Guidance Document. 42 3. Once the project has been completed and Final Acceptance has been issued by the 43 City, no further progress schedules are required. CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised July 1,2011 RELOCATIONS CONTRACT 2017 City Project No.100993 �.. 013216-5 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 5 1 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4 1.9 QUALITY ASSURANCE 5 A. The person preparing and revising the construction Progress Schedule shall be -- 6 experienced in the preparation of schedules of similar complexity. 7 B. Schedule and supporting documents addressed in this Specification shall be prepared, 8 updated and revised to accurately reflect the performance of the construction. 9 C. Contractor is responsible for the quality of all submittals in this section meeting the 10 standard of care for the construction industry for similar projects. - 11 1.10 DELIVERY,STORAGE,AND HANDLING[NOT USED] 12 1.11 FIELD [SITE] CONDITIONS [NOT USED] 13 1.12 WARRANTY [NOT USED] 14 PART 2- PRODUCTS [NOT USED] 15 PART 3- EXECUTION [NOT USED] 16 END OF SECTION 17 Revision Log DATE NAME SUMMARY OF CHANGE 18 CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised July 1,2011 RELOCATIONS CONTRACT 2017 City Project No.100993 013233-1 PRECONSTRUCITON VIDEO Pagel of 2 1 SECTION 0132 33 2 PRECONSTRUCTION VIDEO 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Administrative and procedural requirements for: 7 a. Preconstruction Videos 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include,but are not necessarily limited to: 11 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 —General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Preconstruction Video 20 1. Produce a preconstruction video of the sitelalignment, including all areas in the 21 vicinity of and to be affected by construction. 22 a. Provide digital copy of video upon request by the City. 23 2. Retain a copy of the preconstruction video until the end of the maintenance surety 24 period. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] -- 30 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 31 1.11 FIELD [SITE] CONDITIONS [NOT USED] 32 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised July 1,2011 RELOCATIONS CONTRACT 2017 City Project No.100993 013233-2 PRECONSTRUCTION VIDEO Page 2 of 2 1 PART 2- PRODUCTS [NOT USED] 2 PART 3- EXECUTION [NOT USED] 3 END OF SECTION 4 Revision Log DATE NAME SUMMARY OF CHANGE 5 CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised July 1,2011 RELOCATIONS CONTRACT 2017 City Project No.100993 013300-1 SUBMITTALS Pagel of 8 m 1 SECTION 0133 00 2 SUBMITTALS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. General methods and requirements of submissions applicable to the following 7 Work-related submittals: 8 a. Shop Drawings 9 b. Product Data(including Standard Product List submittals) 10 c. Samples 11 d. Mock Ups 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include,but are not necessarily limited to: .� 15 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 16 2. Division 1 —General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various items bid 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Coordination 24 1. Notify the City in writing, at the time of submittal, of any deviations in the 25 submittals from the requirements of the Contract Documents. 26 2. Coordination of Submittal Times 27 a. Prepare,prioritize and transmit each submittal sufficiently in advance of 28 performing the related Work or other applicable activities,or within the time 29 specified in the individual Work Sections, of the Specifications. 30 b. Contractor is responsible such that the installation will not be delayed by 31 processing times including,but not limited to: 32 a) Disapproval and resubmittal(if required) 33 b) Coordination with other submittals ^! 34 c) Testing 35 d) Purchasing 36 e) Fabrication 37 f) Delivery 38 g) Similar sequenced activities CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised December 20,2012 RELOCATIONS CONTRACT 2017 '" City Project No.100993 013300-2 SUBMITTALS Page 2 of 8 1 c. No extension of time will be authorized because of the Contractor's failure to 2 transmit submittals sufficiently in advance of the Work. ._ 3 d. Make submittals promptly in accordance with approved schedule, and in such 4 sequence as to cause no delay in the Work or in the work of any other 5 contractor. 6 B. Submittal Numbering 7 1. When submitting shop drawings or samples,utilize a 9-character submittal cross- 8 reference identification numbering system in the following manner: —° 9 a. Use the first 6 digits of the applicable Specification Section Number. 10 b. For the next 2 digits number use numbers 01-99 to sequentially number each 11 initial separate item or drawing submitted under each specific Section number. 12 c. Last use a letter,A-Z,indicating the resubmission of the same drawing(i.e. 13 A=2nd submission, B=3rd submission,C=4th submission,etc.). A typical 14 submittal number would be as follows: _ 15 16 03 30 00-08-B 17 18 1) 03 30 00 is the Specification Section for Concrete ®` 19 2) 08 is the eighth initial submittal under this Specification Section 20 3) B is the third submission(second resubmission) of that particular shop 21 drawing 22 C. Contractor Certification 23 1. Review shop drawings,product data and samples, including those by 24 subcontractors,prior to submission to determine and verify the following: 25 a. Field measurements 26 b. Field construction criteria 27 c. Catalog numbers and similar data 28 d. Conformance with the Contract Documents 29 2. Provide each shop drawing, sample and product data submitted by the Contractor 30 with a Certification Statement affixed including: 31 a. The Contractor's Company name 32 b. Signature of submittal reviewer 33 c. Certification Statement -- 34 1) `By this submittal,I hereby represent that I have determined and verified 35 field measurements, field construction criteria,materials, dimensions, 36 catalog numbers and similar data and I have checked and coordinated each -- 37 item with other applicable approved shop drawings." 38 D. Submittal Format 39 1. Fold shop drawings larger than 8 'h inches x 11 inches to 8 'h inches x 11 inches. 40 2. Bind shop drawings and product data sheets together. 41 3. Order 42 a. Cover Sheet 43 1) Description of Packet 44 2) Contractor Certification 45 b. List of items/Table of Contents 46 c. Product Data/Shop Drawings/Samples/Calculations CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised December 20,2012 RELOCATIONS CONTRACT 2017 City Project No.100993 013300-3 SUBMITTALS Page 3 of 8 1 E. Submittal Content 2 1. The date of submission and the dates of any previous submissions 3 2. The Project title and number 4 3. Contractor identification 5 4. The names of: 6 a. Contractor 7 b. Supplier 8 c. Manufacturer 9 5. Identification of the product,with the Specification Section number,page and 10 paragraph(s) 11 6. Field dimensions,clearly identified as such 12 7. Relation to adjacent or critical features of the Work or materials 13 8. Applicable standards, such as ASTM or Federal Specification numbers 14 9. Identification by highlighting of deviations from Contract Documents 15 10. Identification by highlighting of revisions on resubmittals 16 11. An 8-inch x 3-inch blank space for Contractor and City stamps 17 F. Shop Drawings 18 1. As specified in individual Work Sections includes,but is not necessarily limited to: 19 a. Custom-prepared data such as fabrication and erection/installation(working) 20 drawings 21 b. Scheduled information 22 c. Setting diagrams 23 d. Actual shopwork manufacturing instructions 24 e. Custom templates 25 f. Special wiring diagrams 26 g. Coordination drawings 27 h. Individual system or equipment inspection and test reports including: 28 1) Performance curves and certifications 29 i. As applicable to the Work 30 2. Details 31 a. Relation of the various parts to the main members and lines of the structure 32 b. Where correct fabrication of the Work depends upon field measurements 33 1) Provide such measurements and note on the drawings prior to submitting 34 for approval. 35 G. Product Data 36 1. For submittals of product data for products included on the City's Standard Product 37 List,clearly identify each item selected for use on the Project. 38 2. For submittals of product data for products not included on the City's Standard 39 Product List, submittal data may include,but is not necessarily limited to: mm 40 a. Standard prepared data for manufactured products(sometimes referred to as 41 catalog data) 42 1) Such as the manufacturer's product specification and installation 43 instructions 44 2) Availability of colors and patterns CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised December 20,2012 RELOCATIONS CONTRACT 2017 City Project No.100993 013300-4 SUBMITTALS Page 4 of 8 1 3) Manufacturer's printed statements of compliances and applicability 2 4) Roughing-in diagrams and templates 3 5) Catalog cuts 4 6) Product photographs 5 7) Standard wiring diagrams 6 8) Printed performance curves and operational-range diagrams 7 9) Production or quality control inspection and test reports and certifications 8 10) Mill reports 9 11) Product operating and maintenance instructions and recommended 10 spare-parts listing and printed product warranties 11 12) As applicable to the Work 12 H. Samples 13 1. As specified in individual Sections, include,but are not necessarily limited to: 14 a. Physical examples of the Work such as: 15 1) Sections of manufactured or fabricated Work 16 2) Small cuts or containers of materials 17 3) Complete units of repetitively used products color/texture/pattern swatches 18 and range sets 19 4) Specimens for coordination of visual effect 20 5) Graphic symbols and units of Work to be used by the City for independent 21 inspection and testing, as applicable to the Work 22 I. Do not start Work requiring a shop drawing, sample or product data nor any material to 23 be fabricated or installed prior to the approval or qualified approval of such item. 24 1. Fabrication performed, materials purchased or on-site construction accomplished 25 which does not conform to approved shop drawings and data is at the Contractor's 26 risk. 27 2. The City will not be liable for any expense or delay due to corrections or remedies 28 required to accomplish conformity. 29 3. Complete project Work, materials, fabrication, and installations in conformance .. 30 with approved shop drawings, applicable samples, and product data. 31 J. Submittal Distribution 32 1. Electronic Distribution 33 a. Confirm development of Project directory for electronic submittals to be 34 uploaded to City's Buzzsaw site,or another external FTP site approved by the 35 City. 36 b. Shop Drawings 37 1) Upload submittal to designated project directory and notify appropriate 38 City representatives via email of submittal posting. 39 2) Hard Copies 40 a) 3 copies for all submittals 41 b) If Contractor requires more than 1 hard copy of Shop Drawings 42 returned,Contractor shall submit more than the number of copies listed 43 above. 44 c. Product Data 45 1) Upload submittal to designated project directory and notify appropriate 46 City representatives via email of submittal posting. CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised December 20,2012 RELOCATIONS CONTRACT 2017 City Project No.100993 q,. 013300-5 SUBMITTALS Page 5 of 8 1 2) Hard Copies 2 a) 3 copies for all submittals 3 d. Samples 4 1) Distributed to the Project Representative 5 2. Hard Copy Distribution(if required in lieu of electronic distribution) 6 a. Shop Drawings 7 1) Distributed to the City 8 2) Copies 9 a) 8 copies for mechanical submittals 10 b) 7 copies for all other submittals 11 c) If Contractor requires more than 3 copies of Shop Drawings returned, 12 Contractor shall submit more than the number of copies listed above. 13 b. Product Data 14 1) Distributed to the City 15 2) Copies 16 a) 4 copies 17 c. Samples 18 1) Distributed to the Project Representative 19 2) Copies 20 a) Submit the number stated in the respective Specification Sections. .. 21 3. Distribute reproductions of approved shop drawings and copies of approved 22 product data and samples,where required,to the job site file and elsewhere as 23 directed by the City. 24 a. Provide number of copies as directed by the City but not exceeding the number 25 previously specified. 26 K. Submittal Review 27 1. The review of shop drawings,data and samples will be for general conformance 28 with the design concept and Contract Documents. This is not to be construed as: 29 a. Permitting any departure from the Contract requirements 30 b. Relieving the Contractor of responsibility for any errors,including details, 31 dimensions,and materials 32 c. Approving departures from details furnished by the City,except as otherwise 33 provided herein 34 2. The review and approval of shop drawings, samples or product data by the City 35 does not relieve the Contractor from his/her responsibility with regard to the .. 36 fulfillment of the terms of the Contract. 37 a. All risks of error and omission are assumed by the Contractor,and the City will 38 have no responsibility therefore. 39 3. The Contractor remains responsible for details and accuracy,for coordinating the 40 Work with all other associated work and trades,for selecting fabrication processes, 41 for techniques of assembly and for performing Work in a safe manner. 42 4. If the shop drawings,data or samples as submitted describe variations and show a 43 departure from the Contract requirements which City finds to be in the interest of 44 the City and to be so minor as not to involve a change in Contract Price or time for 45 performance,the City may return the reviewed drawings without noting an 46 exception. 47 5. Submittals will be returned to the Contractor under 1 of the following codes: CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised December 20,2012 RELOCATIONS CONTRACT 2017 City Project No.100993 013300-6 SUBMITTALS Page 6 of 8 1 a. Code 1 2 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or 3 comments on the submittal. 4 a) When returned under this code the Contractor may release the 5 equipment and/or material for manufacture. 6 b. Code 2 7 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of 8 the notations and comments IS NOT required by the Contractor. 9 a) The Contractor may release the equipment or material for manufacture; 10 however, all notations and comments must be incorporated into the 11 final product. 12 c. Code 3 13 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is 14 assigned when notations and comments are extensive enough to require a 15 resubmittal of the package. 16 a) The Contractor may release the equipment or material for manufacture; 17 however, all notations and comments must be incorporated into the 18 final product. 19 b) This resubmittal is to address all comments, omissions and 20 non-conforming items that were noted. 21 c) Resubmittal is to be received by the City within 15 Calendar Days of 22 the date of the City's transmittal requiring the resubmittal. �. 23 d. Code 4 24 1) "NOT APPROVED" is assigned when the submittal does not meet the 25 intent of the Contract Documents. 26 a) The Contractor must resubmit the entire package revised to bring the 27 submittal into conformance. 28 b) It may be necessary to resubmit using a different manufacturer/vendor -- 29 to meet the Contract Documents. 30 6. Resubmittals 31 a. Handled in the same manner as first submittals -- 32 1) Corrections other than requested by the City 33 2) Marked with revision triangle or other similar method 34 a) At Contractor's risk if not marked 35 b. Submittals for each item will be reviewed no more than twice at the City's 36 expense. 37 1) All subsequent reviews will be performed at times convenient to the City 38 and at the Contractor's expense,based on the City's or City 39 Representative's then prevailing rates. 40 2) Provide Contractor reimbursement to the City within 30 Calendar Days for 41 all such fees invoiced by the City. �. 42 c. The need for more than 1 resubmission or any other delay in obtaining City's 43 review of submittals,will not entitle the Contractor to an extension of Contract 44 Time. 45 7. Partial Submittals 46 a. City reserves the right to not review submittals deemed partial,at the City's 47 discretion. CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised December 20,2012 RELOCATIONS CONTRACT 2017 City Project No.106993 013300-7 SUBMITTALS ^"^ Page 7 of 8 1 b. Submittals deemed by the City to be not complete will be returned to the 2 Contractor,and will be considered "Not Approved" until resubmitted. 3 c. The City may at its option provide a list or mark the submittal directing the 4 Contractor to the areas that are incomplete. 5 8. If the Contractor considers any correction indicated on the shop drawings to 6 constitute a change to the Contract Documents,then written notice must be 7 provided thereof to the City at least 7 Calendar Days prior to release for 8 manufacture. 9 9. When the shop drawings have been completed to the satisfaction of the City,the 10 Contractor may carry out the construction in accordance therewith and no further 11 changes therein except upon written instructions from the City. 12 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days 13 following receipt of submittal by the City. .. 14 L. Mock ups 15 1. Mock Up units as specified in individual Sections, include, but are not necessarily 16 limited to,complete units of the standard of acceptance for that type of Work to be 17 used on the Project. Remove at the completion of the Work or when directed 18 M. Qualifications 19 1. If specifically required in other Sections of these Specifications,submit a P.E. 20 Certification for each item required. 21 N. Request for Information(RFI) .. 22 1. Contractor Request for additional information 23 a. Clarification or interpretation of the contract documents 24 b. When the Contractor believes there is a conflict between Contract Documents 25 c. When the Contractor believes there is a conflict between the Drawings and 26 Specifications 27 1) Identify the conflict and request clarification 28 2. Use the Request for Information(RFT)form provided by the City. 29 3. Numbering of RFT 30 a. Prefix with"RFI"followed by series number,"-xxx",beginning with"01"and 31 increasing sequentially with each additional transmittal. 32 4. Sufficient information shall be attached to permit a written response without further 33 information. -- 34 5. The City will log each request and will review the request. 35 a. If review of the project information request indicates that a change to the 36 Contract Documents is required,the City will issue a Field Order or Change ... 37 Order, as appropriate. 38 1.5 SUBMITTALS [NOT USED] 39 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 40 1.7 CLOSEOUT SUBMITTALS [NOT USED] -• 41 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 42 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised December 20,2012 RELOCATIONS CONTRACT 2017 City Project No.100993 013300-8 SUBMITTALS Page 8 of 8 .� 1 1.10 DELIVERY,STORAGE,AND HANDLING[NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2- PRODUCTS [NOT USED] 5 PART 3- EXECUTION [NOT USED] 6 END OF SECTION 7 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 1.4.K.8.Working Days modified to Calendar Days 8 CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised December 20,2012 RELOCATIONS CONTRACT 2017 City Project No.100993 �` 013513-1 SPECIAL PROJECT PROCEDURES Page 1 of 11 1 SECTION 013513 2 SPECIAL PROJECT PROCEDURES 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedures for special project circumstances that includes,but is not limited to: 7 a. Coordination with the Texas Department of Transportation 8 b. Work near High Voltage Lines 9 c. Confined Space Entry Program 10 d. Air Pollution Watch Days 11 e. Use of Explosives, Drop Weight,Etc. 12 f. Water Department Notification 13 g. Public Notification Prior to Beginning Construction 14 h. Coordination with United States Army Corps of Engineers 15 i. Coordination within Railroad permits areas 16 j. Dust Control 17 k. Employee Parking 18 B. Deviations from this City of Fort Worth Standard Specification 19 1. NON-EXCLUSIVE CONTRACT 20 This contract is non-exclusive.During the term of this contract or any renewal 21 hereof,the City reserves the right to advertise and award another contract for 22 like or similar work.If a second contract is awarded,the City further reserves 23 the right to issue work orders under either contract as it deems in its best 24 interest,without recourse. 25 The City also reserves the right to execute additional contracts for emergency 26 work,foregoing the advertising and awarding process,as it deems in its best 27 interest,without recourse. 28 2. MOVE IN CHARGES 29 A work order may contain one or more locations. One move-in fee will be paid 30 to the contractor per Work Order issued. Locations for multiple sites per 31 Work Order will be in the same general vicinity,if possible,and if so,only one 32 mobilization charge will be paid.When water and sewer work are required, 33 only the water move-in fee will be paid. At no time will both charges be paid 34 for one specific location. CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised December 20,2012 RELOCATIONS CONTRACT 2017 City Project No.100993 013513-2 SPECIAL PROJECT PROCEDURES Page 2 of 11 ... 1 3. DETERMINATION AND INITIATION OF WORKThe Engineer shall 2 determine and designate to the Contractor the location of the service main 3 requiring replacement by a Work Order together with a sketch for each such 4 replacement,giving the limits,size and nature of work required.The Engineer 5 will notify the Contractor that a Work Order is ready and fax and/or e-mail 6 the Contractor a copy of the Work Order notification. The Contractor is to 7 provide his fax number and e-mail address to the Engineer at the pre- 8 construction conference. Single or several Work Orders may be issued at one 9 time.The Contractor shall initiate work on a replacement within seven(7) 10 working days of the date the Work Order is sent to the Contractor,and 11 continue work on the Work Order until it has been completed,not including 12 paving.The Contractor shall furnish and supply sufficient equipment and 13 personnel to complete the Work Order in the amount of time provided for in 14 the Work Order. Should the Contractor fail to start any Work Order within 15 the time specified,he shall add the necessary work crews and equipment to 16 prosecute the work to complete the Work Order or Work Orders in the time 17 provided. 18 4. PAYMENT 19 Because of the unique nature of this contract,Article 14,PAYMENTS TO 20 CONTRACTOR AND COMPLETION of the General Conditions shall be 21 amended and superseded by the following: (Please initial below) - 22 Whenever the improvements prescribed by an individual Work Order have 23 been completed,the Contractor shall notify the Engineer. The Engineer or 24 other appropriate official of the Owner will,within a reasonable time,perform 25 the inspections.If such inspection reveals that the improvements are in an 26 acceptable condition and have been completed in accordance with the terms of 27 the Contract Documents and all approved modifications thereof,the Engineer 28 will recommend acceptance of the work under that particular Work Order 29 and recommend payment therefore. 30 If the Engineer finds that the work has not been completed as required,he -- 31 shall so advise the Contractor in writing,furnishing him an itemized list of all 32 known items which have not been completed or which or not in an acceptable 33 condition.When the Contractor has corrected all such items,he shall again 34 notify the Engineer that the improvements are ready for inspection,and the 35 Engineer shall proceed as outlined above. 36 Whenever the improvements prescribed by the individual Work Order have 37 been completed and all requirements of the Contract Documents have been 38 fulfilled on the part of the Contractor,an estimate showing the value of the 39 work will be prepared by the Engineer as soon as the necessary measurements, 40 computations and checks can be made. CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised December 20,2012 RELOCATIONS CONTRACT 2017 City Project No.100993 .M 013513-3 SPECIAL PROJECT PROCEDURES Page 3 of 11 1 The amount of the estimate will be paid to the Contractor after acceptance by 2 the Water Department Director,provided the Contractor has furnished to the 3 Owner satisfactory evidence of payment as follows: Prior to submission of the 4 estimate for payment,the Contractor shall execute affidavit,as furnished by 5 the City,certifying that all persons,firms,associations,corporations or other 6 organizations furnishing labor and/or materials under that Work Order have 7 been paid in full,that the wage scale established by the City Council in the 8 City of Fort Worth has been paid,and that there are no claims pending for 9 personal injury and/or property damages. 10 The acceptance by the Contractor of the individual payment as aforesaid shall 11 operate as and shall release the Owner from all claims or liabilities under the 12 Contract for anything done or furnished or relating to the work under that 13 Work Order or any act or neglect of said City relating to or connected with the 14 Contract. 15 The making of the payment by the Owner shall not relieve the Contractor of 16 any guarantees or other requirements of the Contract Documents which 17 specifically continue thereafter. 18 19 Bidder's Initials 20 5. BID QUANTITIES AND CONTRACT AWARD 21 Bid quantities of the various items in the proposal are for comparison only and 22 may not reflect the actual quantities.There is no limit to which a bid item can 23 be increased or decreased. 24 Contractor shall not be entitled to renegotiation of unit prices regardless of the 25 final measured quantities.To the extent that Articles 10, 11 or 12 conflicts with 26 this provision,this provision controls. No claim will be considered for lost or 27 anticipated profits based upon differences in estimated quantities versus actual 28 quantities. 29 Total quantities given in the bid proposal may not reflect actual quantities; 30 however,they are given for the purpose of bidding and awarding the contract. 31 A contract in the amount of$750.000.00 shall be awarded with the final 32 payment based on actual measured quantities and the unit price bid in this 33 proposal.Moreover,there is to be no limit on the variation between the 34 estimated quantities shown and actual quantities performed. 35 6. LIFE OF CONTRACT 36 It is contemplated that Work Orders will be issued to the Contractor for work 37 to be performed under this Contract for not to exceed 365 calendar days 38 following the date of the Contract nor to exceed the limit of the award price, 39 whichever should occur last. The contractor shall be required to complete any 40 work covered by a Work Order issued prior to that date of termination but 41 will not be required to accept any work order for execution dated after that 42 date of termination.If the cost of the work performed under this Contract is 43 less than the limit of the contract award at the end of the 365 calendar day 44 period,at the City's option and at the Contractor's concurrence,the Project 45 may be extended to the limit of the contract award. 46 CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised December 20,2012 RELOCATIONS CONTRACT 2017 City Project No.100993 01 35 13-4 SPECIAL PROJECT PROCEDURES Page 4 of 11 1 7. OPTION TO RENEW 2 The time period of this Agreement will be for one calendar year or the 3 expiration of the funding,whichever occurs last.The City reserves the right to 4 renew the contract for up to two(2)additional time periods under the same 5 terms,conditions and unit prices.The City shall provide at least sixty(60) 6 days' notice to the Contractor of the City's intent to renew. 7 8. LIQUIDATED DAMAGES 8 The Contractor shall pay liquidated damages of three hundred—fifteen& - 9 00/100 dollars($315.00)per day per Work Order,for failure to begin a Work 10 Order within the seven(7)working days of the date of the Work Order is sent 11 to the Contractor.Failure to complete project within the stipulated 12 construction time on the Work Order,the Contractor will pay liquidated 13 damages in the amount stipulated in these contract documents. 14 9. TRENCH SAFETY SYSTEM DESIGN 15 Because of the unique nature of this contract,the number of trench safety 16 system designs required is not known at the time bids are received. While the 17 Contractor is still bound by the latest version of the U.S. Department of Labor, 18 Occupational Safety and Health Administration Standards,29 CFR Part 1926, 19 Subpart P-Excavations,it is the City's intention that all costs incurred by the 20 Contractor in acquiring trench safety designs be included in the unit price bid 4 21 for Job Move In or Mobilization. 22 23 C. Related Specification Sections include, but are not necessarily limited to: -- 24 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 25 2. Division 1 —General Requirements 26 3. Section 33 12 25 —Connection to Existing Water Mains 27 1.2 PRICE AND PAYMENT PROCEDURES 28 A. Measurement and Payment .. 29 1. Coordination within Railroad permit areas 30 a. Measurement 31 1) Measurement for this Item will be by lump sum. 32 b. Payment 33 1) The work performed and materials furnished in accordance with this Item 34 will be paid for at the lump sum price bid for Railroad Coordination. 35 c. The price bid shall include: 36 1) Mobilization 37 2) Inspection 38 3) Safety training 39 4) Additional Insurance 40 5) Insurance Certificates -- 41 6) Other requirements associated with general coordination with Railroad, 42 including additional employees required to protect the right-of-way and 43 property of the Railroad from damage arising out of and/or from the 44 construction of the Project. 45 2. Railroad Flagmen CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised December 20,2012 RELOCATIONS CONTRACT 2017 City Project No.100993 "`" ti. 013513-5 SPECIAL PROJECT PROCEDURES Page 5 of 11 1 a. Measurement w 2 1) Measurement for this Item will be per working day. 3 b. Payment 4 1) The work performed and materials furnished in accordance with this Item 5 will be paid for each working day that Railroad Flagmen are present at the 6 Site. 7 c. The price bid shall include: 8 1) Coordination for scheduling flagmen .. 9 2) Flagmen 10 3) Other requirements associated with Railroad 11 3. All other items 12 a. Work associated with these Items is considered subsidiary to the various Items 13 bid. No separate payment will be allowed for this Item 14 1.3 REFERENCES 15 A. Reference Standards 16 1. Reference standards cited in this Specification refer to the current reference 17 standard published at the time of the latest revision date logged at the end of this 18 Specification, unless a date is specifically cited. 19 2. Health and Safety Code,Title 9. Safety, Subtitle A. Public Safety,Chapter 752. 20 High Voltage Overhead Lines. 21 3. North Central Texas Council of Governments (NCTCOG)—Clean Construction 22 Specification 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 A. Coordination with the Texas Department of Transportation 25 1. When work in the right-of-way which is under the jurisdiction of the Texas 26 Department of Transportation(TxDOT): 27 a. Notify the Texas Department of Transportation prior to commencing any work 28 therein in accordance with the provisions of the permit 29 b. All work performed in the TxDOT right-of-way shall be performed in 30 compliance with and subject to approval from the Texas Department of 31 Transportation 32 B. Work near High Voltage Lines 33 1. Regulatory Requirements 34 a. All Work near High Voltage Lines(more than 600 volts measured between 35 conductors or between a conductor and the ground) shall be in accordance with 36 Health and Safety Code,Title 9, Subtitle A,Chapter 752. 37 2. Warning sign 38 a. Provide sign of sufficient size meeting all OSHA requirements. 39 3. Equipment operating within 10 feet of high voltage lines will require the following 40 safety features 41 a. Insulating cage-type of guard about the boom or arm 42 b. Insulator links on the lift hook connections for back hoes or dippers 43 c. Equipment must meet the safety requirements as set forth by OSHA and the 44 safety requirements of the owner of the high voltage lines CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised December 20,2012 RELOCATIONS CONTRACT 2017 City Project No.100993 013513-6 SPECIAL.PROJECT PROCEDURES Page 6 of 11 1 4. Work within 6 feet of high voltage electric lines 2 a. Notification shall be given to: 3 1) The power company(example:ONCOR) 4 a) Maintain an accurate log of all such calls to power company and record 5 action taken in each case. 6 b. Coordination with power company 7 1) After notification coordinate with the power company to: 8 a) Erect temporary mechanical barriers,de-energize the lines, or raise or 9 lower the lines 10 c. No personnel may work within 6 feet of a high voltage line before the above 11 requirements have been met. 12 C. Confined Space Entry Program 13 1. Provide and follow approved Confined Space Entry Program in accordance with 14 OSHA requirements. 15 2. Confined Spaces include: 16 a. Manholes 17 b. All other confined spaces in accordance with OSHA's Permit Required for 18 Confined Spaces 19 D. Air Pollution Watch Days 20 1. General 21 a. Observe the following guidelines relating to working on City construction sites 22 on days designated as"AIR POLLUTION WATCH DAYS". 23 b. Typical Ozone Season 24 1) May 1 through October 31. 25 c. Critical Emission Time 26 1) 6:00 a.m. to 10:00 a.m. 27 2. Watch Days 28 a. The Texas Commission on Environmental Quality(TCEQ),in coordination 29 with the National Weather Service, will issue the Air Pollution Watch by 3:00 30 p.m. on the afternoon prior to the WATCH day. 31 b. Requirements 32 1) Begin work after 10:00 a.m whenever construction phasing requires the 33 use of motorized equipment for periods in excess of 1 hour. 34 2) However,the Contractor may begin work prior to 10:00 a.m. if: 35 a) Use of motorized equipment is less than 1 hour,or 36 b) If equipment is new and certified by EPA as "Low Emitting",or 37 equipment bums Ultra Low Sulfur Diesel(ULSD),diesel emulsions,or 38 alternative fuels such as CNG. 39 E. TCEQ Air Permit 40 1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ. 41 F. Use of Explosives,Drop Weight,Etc. -- 42 1. When Contract Documents permit on the project the following will apply: 43 a. Public Notification 44 1) Submit notice to City and proof of adequate insurance coverage, 24 hours - 45 prior to commencing. 46 2) Minimum 24 hour public notification in accordance with Section 0131 13 CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised December 20,2012 RELOCATIONS CONTRACT 2017 City Project No.100993 0135 13-7 SPECIAL PROJECT PROCEDURES ^ Page 7 of 11 1 G. Water Department Coordination 2 1. During the construction of this project, it will be necessary to deactivate,for a 3 period of time, existing lines. The Contractor shall be required to coordinate with 4 the Water Department to determine the best times for deactivating and activating 5 those lines. 6 2. Coordinate any event that will require connecting to or the operation of an existing 7 City water line system with the City's representative. 8 a. Coordination shall be in accordance with Section 33 12 25. 9 b. If needed, obtain a hydrant water meter from the Water Department for use 10 during the life of named project. 11 c. In the event that a water valve on an existing live system be turned off and on 12 to accommodate the construction of the project is required,coordinate this 13 activity through the appropriate City representative. 14 1) Do not operate water line valves of existing water system. 15 a) Failure to comply will render the Contractor in violation of Texas Penal 16 Code Title 7,Chapter 28.03(Criminal Mischief)and the Contractor 17 will be prosecuted to the full extent of the law. —• 18 b) In addition, the Contractor will assume all liabilities and 19 responsibilities as a result of these actions. 20 H. Public Notification Prior to Beginning Construction 21 1. Prior to beginning construction on any block in the project, on a block by block 22 basis,prepare and deliver a notice or flyer of the pending construction to the front 23 door of each residence or business that will be impacted by construction. The notice 24 shall be prepared as follows: 25 a. Post notice or flyer 7 days prior to beginning any construction activity on each 26 block in the project area. 27 1) Prepare flyer on the Contractor's letterhead and include the following 28 information: 29 a) Name of Project 30 b) City Project No(CPN) 31 c) Scope of Project(i.e. type of construction activity) 32 d) Actual construction duration within the block 33 e) Name of the contractor's foreman and phone number 34 f) Name of the City's inspector and phone number 35 g) City's after-hours phone number 36 2) A sample of the `pre-construction notification' flyer is attached as Exhibit 37 A- 38 3) Submit schedule showing the construction start and finish time for each 39 block of the project to the inspector. 40 4) Deliver flyer to the City Inspector for review prior to distribution. 41 b. No construction will be allowed to begin on any block until the flyer is 42 delivered to all residents of the block. 43 I. Public Notification of Temporary Water Service Interruption during Construction 44 1. In the event it becomes necessary to temporarily shut down water service to 45 residents or businesses during construction,prepare and deliver a notice or flyer of 46 the pending interruption to the front door of each affected resident. 47 2. Prepared notice as follows: CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised December 20,2012 RELOCATIONS CONTRACT 2017 City Project No.100993 013513-8 SPECIAL PROJECT PROCEDURES Page 8 of 11 1 a. The notification or flyer shall be posted 24 hours prior to the temporary 2 interruption. 3 b. Prepare flyer on the contractor's letterhead and include the following 4 information: 5 1) Name of the project 6 2) City Project Number ' 7 3) Date of the interruption of service 8 4) Period the interruption will take place 9 5) Name of the contractor's foreman and phone number 10 6) Name of the City's inspector and phone number 11 c. A sample of the temporary water service interruption notification is attached as 12 Exhibit B. -- 13 d. Deliver a copy of the temporary interruption notification to the City inspector 14 for review prior to being distributed. 15 e. No interruption of water service can occur until the flyer has been delivered to 16 all affected residents and businesses. 17 f. Electronic versions of the sample flyers can be obtained from the Project 18 Construction Inspector. 19 J. Coordination with United States Army Corps of Engineers (USACE) 20 1. At locations in the Project where construction activities occur in areas where 21 USACE permits are required,meet all requirements set forth in each designated 22 permit. 23 K. Coordination within Railroad Permit Areas 24 1. At locations in the project where construction activities occur in areas where 25 railroad permits are required, meet all requirements set forth in each designated 26 railroad permit. This includes,but is not limited to,provisions for: 27 a. Flagmen 28 b. Inspectors 29 c. Safety training 30 d. Additional insurance 31 e. Insurance certificates 32 f. Other employees required to protect the right-of-way and property of the 33 Railroad Company from damage arising out of and/or from the construction of -- 34 the project. Proper utility clearance procedures shall be used in accordance 35 with the permit guidelines. 36 2. Obtain any supplemental information needed to comply with the railroad's 37 requirements. 38 3. Railroad Flagmen 39 a. Submit receipts to City for verification of working days that railroad flagmen -- 40 were present on Site. 41 L. Dust Control 42 1. Use acceptable measures to control dust at the Site. 43 a. If water is used to control dust, capture and properly dispose of waste water. 44 b. If wet saw cutting is performed,capture and properly dispose of slurry. 45 M. Employee Parking 46 1. Provide parking for employees at locations approved by the City. CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised December 20,2012 RELOCATIONS CONTRACT 2017 City Project No.100993 0135 13-9 SPECIAL PROJECT PROCEDURES _u. Page 9 of 11 1 1.5 SUBMITTALS [NOT USED] "µ 2 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY,STORAGE,AND HANDLING[NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2- PRODUCTS [NOT USED] 10 PART 3- EXECUTION [NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 1.4.B--Added requirement of compliance with Health and Safety Code,Title 9. 8/31/2012 D.Johnson Safety,Subtitle A.Public Safety,Chapter 752.High Voltage Overhead Lines. 1.4.E—Added Contractor responsibility for obtaining a TCEQ Air Permit 13 CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised December 20,2012 RELOCATIONS CONTRACT 2017 City Project No.100993 .. 0135 13-10 SPECIAL PROJECT PROCEDURES Page 10 of 11 ^" 1 EXHIBIT A 2 (To be printed on Contractor's Letterhead) 3 4 5 6 Date: 7 8 CPN No.: 9 Project Name: 10 Mapsco Location: 11 Limits of Construction: 12 13 14 15 16 17 THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT 18 WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR 19 PROPERTY. 20 21 CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE 22 OF THIS NOTICE. 23 24 IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER 25 ISSUE, PLEASE CALL: 26 27 28 Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> 29 30 OR 31 32 Mr. <CITY INSPECTOR> AT<TELEPHONE NO.> 33 34 AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 35 MR 36 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL 37 am om CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised December 20,2012 RELOCATIONS CONTRACT 2017 City Project No.100993 WA 0135 13-11 SPECIAL PROJECT PROCEDURES Page 11 of 11 EXHIBIT B LL FORT WORTH DOE NO.XXXX project[lame: NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT-OUT,PLEASE CALL: MR. AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR MR. AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, .CONTRACTOR w 3 - - ---- '^ 4 ae CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised December 20,2012 RELOCATIONS CONTRACT 2017 w City Project No.100993 014523-1 TESTING AND INSPECTION SERVICES Page 1 of 3 1 SECTION 0145 23 2 TESTING AND INSPECTION SERVICES 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Testing and inspection services procedures and coordination ® 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 a. Contractor is responsible for performing,coordinating, and payment of all 17 Quality Control testing. 18 b. City is responsible for performing and payment for first set of Quality 19 Assurance testing. ... 20 1) If the first Quality Assurance test performed by the City fails, the 21 Contractor is responsible for payment of subsequent Quality Assurance 22 testing until a passing test occurs. 23 a) Final acceptance will not be issued by City until all required payments 24 for testing by Contractor have been paid in full. 25 1.3 REFERENCES [NOT USED] 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Testing 28 1. Complete testing in accordance with the Contract Documents. 29 2. Coordination 30 a. When testing is required to be performed by the City, notify City, sufficiently 31 in advance,when testing is needed. 32 b. When testing is required to be completed by the Contractor, notify City, 33 sufficiently in advance,that testing will be performed 34 3. Distribution of Testing Reports 35 a. Electronic Distribution 36 1) Confirm development of Project directory for electronic submittals to be 37 uploaded to City's Buzzsaw site,or another external FTP site approved by 38 the City. CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised July 1,2011 RELOCATIONS CONTRACT 2017 .M. City Project No.100993 014523-2 TESTING AND INSPECTION SERVICES Page 2 of 3 1 2) Upload test reports to designated project directory and notify appropriate 2 City representatives via email of submittal posting. 3 3) Hard Copies 4 a) 1 copy for all submittals submitted to the Project Representative 5 b. Hard Copy Distribution(if required in lieu of electronic distribution) 6 1) Tests performed by City 7 a) Distribute 1 hard copy to the Contractor 8 2) Tests performed by the Contractor 9 a) Distribute 3 hard copies to City's Project Representative 10 4. Provide City's Project Representative with trip tickets for each delivered load of 11 Concrete or Lime material including the following information: 12 a. Name of pit 13 b. Date of delivery 14 c. Material delivered 15 B. Inspection 16 1. Inspection or lack of inspection does not relieve the Contractor from obligation to 17 perform work in accordance with the Contract Documents. 18 1.5 SUBMITTALS [NOT USED] 19 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] W. 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY,STORAGE, AND HANDLING[NOT USED] - 24 1.11 FIELD [SITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] _. 26 PART 2- PRODUCTS [NOT USED] 27 PART 3- EXECUTION [NOT USED] 28 END OF SECTION 29 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised July 1,2011 RELOCATIONS CONTRACT 2017 City Project No.100993 014523-3 TESTING AND INSPECTION SERVICES Page 3 of 3 1 CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised July 1,2011 RELOCATIONS CONTRACT 2017 '" City Project No.100993 015000-1 TEMPORARY FACILITIES AND CONTROLS Page]of 4 1 SECTION 0150 00 2 TEMPORARY FACILITIES AND CONTROLS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provide temporary facilities and controls needed for the Work including,but not 7 necessarily limited to: 8 a. Temporary utilities 9 b. Sanitary facilities 10 c. Storage Sheds and Buildings 11 d. Dust control 12 e. Temporary fencing of the construction site 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. None. 15 C. Related Specification Sections include,but are not necessarily limited to: 16 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 17 2. Division 1 —General Requirements 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Work associated with this Item is considered subsidiary to the various Items bid. 21 No separate payment will be allowed for this Item 22 1.3 REFERENCES [NOT USED] 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 A. Temporary Utilities 25 1. Obtaining Temporary Service 26 a. Make arrangements with utility service companies for temporary services. 27 b. Abide by rules and regulations of utility service companies or authorities 28 having jurisdiction. 29 c. Be responsible for utility service costs until Work is approved for Final 30 Acceptance. -- 31 1) Included are fuel,power, light,heat and other utility services necessary for 32 execution,completion,testing and initial operation of Work. 33 2. Water -r° 34 a. Contractor to provide water required for and in connection with Work to be 35 performed and for specified tests of piping, equipment,devices or other use as 36 required for the completion of the Work. �. 37 b. Provide and maintain adequate supply of potable water for domestic 38 consumption by Contractor personnel and City's Project Representatives. 39 c. Coordination CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised July 1,2011 RELOCATIONS CONTRACT 2017 City Project No.100993 015000-2 TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 1 1) Contact City 1 week before water for construction is desired 2 d. Contractor Payment for Construction Water 3 1) Obtain construction water meter from City for payment as billed by City's 4 established rates. 5 3. Electricity and Lighting 6 a. Provide and pay for electric powered service as required for Work, including 7 testing of Work. 8 1) Provide power for lighting, operation of equipment,or other use. 9 b. Electric power service includes temporary power service or generator to 10 maintain operations during scheduled shutdown. 11 4. Telephone 12 a. Provide emergency telephone service at Site for use by Contractor personnel 13 and others performing work or furnishing services at Site. 14 5. Temporary Heat and Ventilation 15 a. Provide temporary heat as necessary for protection or completion of Work. 16 b. Provide temporary heat and ventilation to assure safe working conditions. 17 B. Sanitary Facilities 18 1. Provide and maintain sanitary facilities for persons on Site. 19 a. Comply with regulations of State and local departments of health. 20 2. Enforce use of sanitary facilities by construction personnel at job site. 21 a. Enclose and anchor sanitary facilities. 22 b. No discharge will be allowed from these facilities. 23 c. Collect and store sewage and waste so as not to cause nuisance or health 24 problem. 25 d. Haul sewage and waste off-site at no less than weekly intervals and properly 26 dispose in accordance with applicable regulation. 27 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 28 4. Remove facilities at completion of Project 29 C. Storage Sheds and Buildings 30 1. Provide adequately ventilated,watertight,weatherproof storage facilities with floor 31 above ground level for materials and equipment susceptible to weather damage. 32 2. Storage of materials not susceptible to weather damage may be on blocks off 33 ground. 34 3. Store materials in a neat and orderly manner. 35 a. Place materials and equipment to permit easy access for identification, 36 inspection and inventory. 37 4. Equip building with lockable doors and lighting, and provide electrical service for 38 equipment space heaters and heating or ventilation as necessary to provide storage 39 environments acceptable to specified manufacturers. 40 5. Fill and grade site for temporary structures to provide drainage away from .. 41 temporary and existing buildings. 42 6. Remove building from site prior to Final Acceptance. 43 D. Temporary Fencing CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised July 1,2011 RELOCATIONS CONTRACT 2017 City Project No.100993 015000-3 TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 1 1. Provide and maintain for the duration or construction when required in contract 2 documents 3 E. Dust Control 4 1. Contractor is responsible for maintaining dust control through the duration of the 5 project. 6 a. Contractor remains on-call at all times 7 b. Must respond in a timely manner 8 F. Temporary Protection of Construction 9 1. Contractor or subcontractors are responsible for protecting Work from damage due 10 to weather. 11 1.5 SUBMITTALS [NOT USED] 12 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 13 1.7 CLOSEOUT SUBMITTALS [NOT USED] 14 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 15 1.9 QUALITY ASSURANCE [NOT USED] ... 16 1.10 DELIVERY,STORAGE, AND HANDLING [NOT USED] 17 1.11 FIELD [SITE] CONDITIONS [NOT USED] 18 1.12 WARRANTY [NOT USED] 19 PART 2- PRODUCTS [NOT USED] 20 PART 3- EXECUTION[NOT USED] 21 3.1 INSTALLERS [NOT USED] 22 3.2 EXAMINATION [NOT USED] 23 3.3 PREPARATION [NOT USED] 24 3.4 INSTALLATION 25 A. Temporary Facilities 26 1. Maintain all temporary facilities for duration of construction activities as needed. CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised July 1,2011 RELOCATIONS CONTRACT 2017 City Project No.100993 015000-4 TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 1 3.5 [REPAIR]/[RESTORATION] 2 3.6 RE-INSTALLATION 3 3.7 FIELD [OR]SITE QUALITY CONTROL [NOT USED] 4 3.8 SYSTEM STARTUP[NOT USED] 5 3.9 ADJUSTING[NOT USED] 6 3.10 CLEANING[NOT USED] 7 3.11 CLOSEOUT ACTIVITIES 8 A. Temporary Facilities 9 1. Remove all temporary facilities and restore area after completion of the Work,to a 10 condition equal to or better than prior to start of Work. -- 11 3.12 PROTECTION [NOT USED] 12 3.13 MAINTENANCE[NOT USED] 13 3.14 ATTACHMENTS [NOT USED] 14 END OF SECTION 15 Revision Log DATE NAME SUMMARY OF CHANGE 16 CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised July 1,2011 RELOCATIONS CONTRACT 2017 City Project No.100993 015526-1 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 1 of 3 1 SECTION 0155 26 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Administrative procedures for: 7 a. Street Use Permit 8 b. Modification of approved traffic control 9 c. Removal of Street Signs 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. 1.2 PRICE AND PAYMENT PROCEDURES- 12 Given the nature of this contract Street Use Permits will be paid for at the pre- 13 bid price of$100.00 each on an as needed basis. 14 C. Related Specification Sections include,but are not necessarily limited to: 15 1. Division 0-Bidding Requirements,Contract Forms and Conditions of the Contract 16 2. Division 1 -General Requirements 17 3. Section 34 71 13-Traffic Control .� 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Work associated with this Item is considered subsidiary to the various Items bid. 21 No separate payment will be allowed for this Item 22 1.3 REFERENCES 23 A. Reference Standards 24 1. Reference standards cited in this specification refer to the current reference standard 25 published at the time of the latest revision date logged at the end of this 26 specification,unless a date is specifically cited. 27 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 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 34 71 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. M- 36 1) Allow minimum 10 working days for review of proposed Traffic Control. 37 B. Street Use Permit CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised July 1,2011 RELOCATIONS CONTRACT 2017 "" City Project No.100993 015526-2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 1 1. Prior to installation of Traffic Control, a City Street Use Permit is required 2 a. To obtain Street Use Permit, submit Traffic Control Plans to City 3 Transportation and Public Works Department. 4 1) Allow a minimum of 5 working days for permit review. 5 2) Contractor's responsibility to coordinate review of Traffic Control plans for 6 Street Use Permit, such that construction is not delayed. 7 C. Modification to Approved Traffic Control 8 1. Prior to installation traffic control: 9 a. Submit revised traffic control plans to City Department Transportation and 10 Public Works Department. 11 1) Revise Traffic Control plans in accordance with Section 34 71 13. 12 2) Allow minimum 5 working days for review of revised Traffic Control. 13 3) It is the Contractor's responsibility to coordinate review of Traffic Control 14 plans for Street Use Permit, such that construction is not delayed. 15 D. Removal of Street Sign 16 1. If it is determined that a street sign must be removed for construction, then contact 17 City Transportation and Public Works Department, Signs and Markings Division to 18 remove the sign. 19 E. Temporary Signage 20 1. In the case of regulatory signs,replace permanent sign with temporary sign meeting 21 requirements of the latest edition of the Texas Manual on Uniform Traffic Control 22 Devices (MUTCD). 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 SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised July 1,2011 RELOCATIONS CONTRACT 2017 City Project No.100993 015526-3 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY,STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2- PRODUCTS [NOT USED] 10 PART 3- EXECUTION [NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE - 13 CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised July 1,2011 RELOCATIONS CONTRACT 2017 City Project No.100993 0157 13 1 STORM WATER POLLUTION PREVENTION Page 1 of 3 1 SECTION 015713 2 STORM WATER POLLUTION PREVENTION 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Procedures for Storm Water Pollution Prevention Plans 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0- Bidding Requirements,Contract Forms and Conditions of the 11 Contract 12 2. Division 1 -General Requirements 13 3. Section 3125 00-Erosion and Sediment Control 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Construction Activities resulting in less than 1 acre of disturbance 17 a. Work associated with this Item is considered subsidiary to the various Items 18 bid. No separate payment will be allowed for this Item 19 2. Construction Activities resulting in greater than 1 acre of disturbance 20 a. Measurement and Payment shall be in accordance with Section 3125 00. 21 1.3 REFERENCES 22 A. Abbreviations and Acronyms 23 1. Notice of Intent: NOI 24 2. Notice of Termination: NOT 25 3. Storm Water Pollution Prevention Plan: SWPPP 26 4. Texas Commission on Environmental Quality:TCEQ ^- 27 5. Notice of Change: NOC 28 A. Reference Standards 29 1. Reference standards cited in this Specification refer to the current reference 30 standard published at the time of the latest revision date logged at the end of this 31 Specification,unless a date is specifically cited. 32 2. Integrated Storm Management(iSWM)Technical Manual for Construction 33 Controls 34 1.4 ADMINISTRATIVE REQUIREMENTS 35 A. General CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised July 1,2011 RELOCATIONS CONTRACT 2017 City Project No.100993 015713-2 STORM WATER POLLUTION PREVENTION Page 2 of 3 1 1. Contractor is responsible for resolution and payment of any fines issued associated 2 with compliance to Stormwater Pollution Prevention Plan. 3 B. Construction Activities resulting in: 4 1. Less than 1 acre of disturbance 5 a. Provide erosion and sediment control in accordance with Section 3125 00 and 6 Drawings. 7 2. 1 to less than 5 acres of disturbance 8 a. Texas Pollutant Discharge Elimination System(TPDES)General Construction 9 Permit is required 10 b. Complete SWPPP in accordance with TCEQ requirements 11 1) TCEQ Small Construction Site Notice Required under general permit -- 12 TXR 150000 13 a) Sign and post at job site 14 b) Prior to Preconstruction Meeting, send 1 copy to City Department of -- 15 Transportation and Public Works,Environmental Division, (817) 392- 16 6088. 17 2) Provide erosion and sediment control in accordance with: 18 a) Section 3125 00 19 b) The Drawings 20 c) TXR 150000 General Permit 21 d) SWPPP 22 e) TCEQ requirements 23 3. 5 acres or more-of Disturbance 24 a. Texas Pollutant Discharge Elimination System(TPDES)General Construction 25 Permit is required 26 b. Complete SWPPP in accordance with TCEQ requirements 27 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee " 28 a) Sign and post at job site 29 b) Send copy to City Department of Transportation and Public Works, 30 Environmental Division, (817) 392-6088. 31 2) TCEQ Notice of Change required if making changes or updates to NOI 32 3) Provide erosion and sediment control in accordance with: 33 a) Section 3125 00 34 b) The Drawings 35 c) TXR 150000 General Permit 36 d) SWPPP 37 e) TCEQ requirements 38 4) Once the project has been completed and all the closeout requirements of 39 TCEQ have been met a TCEQ Notice of Termination can be submitted. 40 a) Send copy to City Department of Transportation and Public Works, 41 Environmental Division, (817) 392-6088. 42 1.5 SUBMITTALS _ 43 A. SWPPP 44 1. Submit in accordance with Section 0133 00, except as stated herein. 45 a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City 46 as follows: CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised July 1,2011 RELOCATIONS CONTRACT 2017 City Project No.100993 ... 015713-3 STORM WATER POLLUTION PREVENTION ... Page 3 of 3 1 1) 1 copy to the City Project Manager 2 a) City Project Manager will forward to the City Department of 3 Transportation and Public Works,Environmental Division for review 4 B. Modified SWPPP 5 1. If the SWPPP is revised during construction,resubmit modified SWPPP to the City 6 in accordance with Section 0133 00. 7 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 8 1.7 CLOSEOUT SUBMITTALS [NOT USED] 9 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 10 1.9 QUALITY ASSURANCE [NOT USED] 11 1.10 DELIVERY,STORAGE,AND HANDLING[NOT USED] 12 1.11 FIELD [SITE] CONDITIONS [NOT USED] .� 13 1.12 WARRANTY [NOT USED] 14 PART 2- PRODUCTS [NOT USED] 15 PART 3- EXECUTION [NOT USED] 16 END OF SECTION _w. 17 Revision Log DATE NAME SUMMARY OF CHANGE 18 CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised July 1,2011 RELOCATIONS CONTRACT 2017 City Project No.100993 015813-1 TEMPORARY PROJECT SIGNAGE Page 1 of 3 1 SECTION 015813 2 TEMPORARY PROJECT SIGNAGE 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Temporary Project Signage Requirements 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item �. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] .� 18 1.5 SUBMITTALS [NOT USED] 19 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS[NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 24 1.11 FIELD [SITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 PART 2- PRODUCTS 27 2.1 OWNER-FURNISHED[ole]OWNER-SUPPLIEDPRODUCTS [NOT USED] 28 2.2 EQUIPMENT,PRODUCT TYPES,AND MATERIALS 29 A. Design Criteria CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised July 1,2011 RELOCATIONS CONTRACT 2017 City Project No.100993 015813-2 TEMPORARY PROJECT SIGNAGE Page 2 of 3 ... 1 1. Provide free standing Project Designation Sign in accordance with City's Standard 2 Details for project signs. ... 3 B. Materials 4 1. Sign 5 a. Constructed of 3/-inch fir plywood, grade A-C(exterior)or better 6 2.3 ACCESSORIES [NOT USED] 7 2.4 SOURCE QUALITY CONTROL [NOT USED] 8 PART 3- EXECUTION 9 3.1 INSTALLERS [NOT USED] 10 3.2 EXAMINATION [NOT USED] 11 3.3 PREPARATION [NOT USED] 12 3.4 INSTALLATION 13 A. General 14 1. Provide vertical installation at extents of project. —' 15 2. Relocate sign as needed,upon request of the City. 16 B. Mounting options 17 a. Skids 18 b. Posts 19 c. Barricade 20 3.5 REPAIR J RESTORATION [NOT USED] 21 3.6 RE-INSTALLATION [NOT USED] 22 3.7 FIELD[OR]SITE QUALITY CONTROL [NOT USED] 23 3.8 SYSTEM STARTUP[NOT USED] 24 3.9 ADJUSTING[NOT USED] 25 3.10 CLEANING[NOT USED] - 26 3.11 CLOSEOUT ACTIVITIES [NOT USED] 27 3.12 PROTECTION[NOT USED] 28 3.13 MAINTENANCE 29 A. General 30 1. Maintenance will include painting and repairs as needed or directed by the City. 31 3.14 ATTACHMENTS [NOT USED] 32 END OF SECTION 33 CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised July 1,2011 RELOCATIONS CONTRACT 2017 City Project No.100993 015813-3 TEMPORARY PROJECT SIGNAGE Page 3 of 3 1 Revision Log DATE NAME SUMMARY OF CHANGE 2 CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised July 1,2011 RELOCATIONS CONTRACT 2017 '" City Project No.100993 01 60 00-1 PRODUCT REQUIREMENTS Page 1 of 2 1 SECTION 0160 00 2 PRODUCT REQUIREMENTS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. References for Product Requirements and City Standard Products List " 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 13 1.3 REFERENCES [NOT USED] 14 1.4 ADMINISTRATIVE REQUIREMENTS 15 A. A list of City approved products for use is located on Buzzsaw as follows: 16 1. Resources\02-Construction Documents\.Standard Products List 17 B. Only products specifically included on City's Standard Product List in these Contract 18 Documents shall be allowed for use on the Project. 19 1. Any subsequently approved products will only be allowed for use upon specific 20 approval by the City. 21 C. Any specific product requirements in the Contract Documents supersede similar 22 products included on the City's Standard Product List. 23 1. The City reserves the right to not allow products to be used for certain projects even 24 though the product is listed on the City's Standard Product List. 25 D. Although a specific product is included on City's Standard Product List, not all �. 26 products from that manufacturer are approved for use,including but not limited to,that 27 manufacturer's standard product. 28 E. See Section 0133 00 for submittal requirements of Product Data included on City's .. 29 Standard Product List. 30 1.5 SUBMITTALS [NOT USED] ., 31 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 32 1.7 CLOSEOUT SUBMITTALS [NOT USED] 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 34 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised December 20,2012 RELOCATIONS CONTRACT 2017 City Project No.100993 016000-2 PRODUCT REQUIREMENTS Page 2 of 2 1 1.10 DELIVERY,STORAGE,AND HANDLING[NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2- PRODUCTS [NOT USED] 5 PART 3- EXECUTION [NOT USED] 6 END OF SECTION 7 Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D.Johnson Modified Location of City's Standard Product List 8 CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised December 20,2012 RELOCATIONS CONTRACT 2017 City Project No.100993 ,. 016600-1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 1 SECTION 0166 00 2 PRODUCT STORAGE AND HANDLING REQUIREMENTS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Scheduling of product delivery 7 2. Packaging of products for delivery 8 3. Protection of products against damage from: 9 a. Handling 10 b. Exposure to elements or harsh environments 11 B. Deviations from this City of Fort Worth Standard Specification 12 1. None. 13 C. Related Specification Sections include,but are not necessarily limited to: 14 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 15 2. Division 1 —General Requirements 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES [NOT USED] 21 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 22 1.5 SUBMITTALS [NOT USED] 23 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 24 1.7 CLOSEOUT SUBMITTALS [NOT USED] 25 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 26 1.9 QUALITY ASSURANCE [NOT USED] 27 1.10 DELIVERY AND HANDLING 28 A. Delivery Requirements 29 1. Schedule delivery of products or equipment as required to allow timely installation .— 30 and to avoid prolonged storage. 31 2. Provide appropriate personnel and equipment to receive deliveries. 32 3. Delivery trucks will not be permitted to wait extended periods of time on the Site 33 for personnel or equipment to receive the delivery. CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised July 1,2011 RELOCATIONS CONTRACT 2017 �` City Project No.100993 016600-2 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 .� 1 4. Deliver products or equipment in manufacturer's original unbroken cartons or other 2 containers designed and constructed to protect the contents from physical or �. 3 environmental damage. 4 5. Clearly and fully mark and identify as to manufacturer,item and installation 5 location. ,.. 6 6. Provide manufacturer's instructions for storage and handling. 7 B. Handling Requirements 8 1. Handle products or equipment in accordance with these Contract Documents and 9 manufacturer's recommendations and instructions. 10 C. Storage Requirements 11 1. Store materials in accordance with manufacturer's recommendations and 12 requirements of these Specifications. 13 2. Make necessary provisions for safe storage of materials and equipment. -- 14 a. Place loose soil materials and materials to be incorporated into Work to prevent 15 damage to any part of Work or existing facilities and to maintain free access at 16 all times to all parts of Work and to utility service company installations in 17 vicinity of Work. 18 3. Keep materials and equipment neatly and compactly stored in locations that will 19 cause minimum inconvenience to other contractors,public travel, adjoining owners, 20 tenants and occupants. 21 a. Arrange storage to provide easy access for inspection. 22 4. Restrict storage to areas available on construction site for storage of material and �» 23 equipment as shown on Drawings,or approved by City's Project Representative. 24 5. Provide off-site storage and protection when on-site storage is not adequate. 25 a. Provide addresses of and access to off-site storage locations for inspection by -- 26 City's Project Representative. 27 6. Do not use lawns,grass plots or other private property for storage purposes without 28 written permission of owner or other person in possession or control of premises. 29 7. Store in manufacturers' unopened containers. 30 8. Neatly,safely and compactly stack materials delivered and stored along line of 31 Work to avoid inconvenience and damage to property owners and general public 32 and maintain at least 3 feet from fire hydrant. 33 9. Keep public and private driveways and street crossings open. 34 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to 35 satisfaction of City's Project Representative. 36 a. Total length which materials may be distributed along route of construction at 37 one time is 1,000 linear feet,unless otherwise approved in writing by City's 38 Project Representative. CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised July 1,2011 RELOCATIONS CONTRACT 2017 City Project No.100993 016600-3 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2- PRODUCTS [NOT USED] 4 PART 3- EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 ERECTION [NOT USED] 9 3.5 REPAIR/RESTORATION [NOT USED] 10 3.6 RE-INSTALLATION [NOT USED] 11 3.7 FIELD [OR]SITE QUALITY CONTROL 12 A. Tests and Inspections 13 1. Inspect all products or equipment delivered to the site prior to unloading. -- 14 B. Non-Conforming Work 15 1. Reject all products or equipment that are damaged,used or in any other way 16 unsatisfactory for use on the project. 17 3.8 SYSTEM STARTUP[NOT USED] 18 3.9 ADJUSTING [NOT USED] 19 3.10 CLEANING[NOT USED] 20 3.11 CLOSEOUT ACTIVITIES [NOT USED] 21 3.12 PROTECTION 22 A. Protect all products or equipment in accordance with manufacturer's written directions. 23 B. Store products or equipment in location to avoid physical damage to items while in 24 storage. 25 C. Protect equipment from exposure to elements and keep thoroughly dry if required by 26 the manufacturer. 27 3.13 MAINTENANCE[NOT USED] 28 3.14 ATTACHMENTS [NOT USED] 29 END OF SECTION CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised July 1,2011 RELOCATIONS CONTRACT 2017 " City Project No.100993 016600-4 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 1 Revision Log DATE NAME SUMMARY OF CHANGE 2 CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised July 1,2011 RELOCATIONS CONTRACT 2017 City Project No.100993 017000-1 MOBILIZATION AND REMOBILIZATION Pagel of 4 ® 1 SECTION 0170 00 2 MOBILIZATION AND REMOBILIZATION ! 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Mobilization and Demobilization 7 a. Mobilization 8 1) Transportation of Contractor's personnel, equipment, and operating supplies 9 to the Site 10 2) Establishment of necessary general facilities for the Contractor's operation 11 at the Site 12 3) Premiums paid for performance and payment bonds 13 4) Transportation of Contractor's personnel,equipment, and operating supplies 14 to another location within the designated Site 15 5) Relocation of necessary general facilities for the Contractor's operation 16 from 1 location to another location on the Site. 17 b. Demobilization 18 1) Transportation of Contractor's personnel,equipment, and operating supplies 19 away from the Site including disassembly .. 20 2) Site Clean-up 21 3) Removal of all buildings and/or other facilities assembled at the Site for this 22 Contract 23 c. Mobilization and Demobilization do not include activities for specific items of 24 work that are for which payment is provided elsewhere in the contract. 25 2. Remobilization 26 a. Remobilization for Suspension of Work specifically required in the Contract 27 Documents or as required by City includes: 28 1) Demobilization 29 a) Transportation of Contractor's personnel,equipment, and operating 30 supplies from the Site including disassembly or temporarily securing 31 equipment, supplies, and other facilities as designated by the Contract 32 Documents necessary to suspend the Work. 33 b) Site Clean-up as designated in the Contract Documents 34 2) Remobilization 35 a) Transportation of Contractor's personnel,equipment, and operating 36 supplies to the Site necessary to resume the Work. 37 b) Establishment of necessary general facilities for the Contractor's 38 operation at the Site necessary to resume the Work. .. 39 3) No Payments will be made for: 40 a) Mobilization and Demobilization from one location to another on the 41 Site in the normal progress of performing the Work. 42 b) Stand-by or idle time 43 c) Lost profits 44 3. Mobilizations and Demobilization for Miscellaneous Projects CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised November 22,2016 RELOCATIONS CONTRACT 2017 "" City Project No.100993 017000-2 MOBILIZATION AND REMOBILIZATION Page 2 of 4 1 a. Mobilization and Demobilization 2 1) Mobilization shall consist of the activities and cost on a Work Order basis 3 necessary for: 4 a) Transportation of Contractor's personnel,equipment, and operating 5 supplies to the Site for the issued Work Order. 6 b) Establishment of necessary general facilities for the Contractor's 7 operation at the Site for the issued Work Order 8 2) Demobilization shall consist of the activities and cost necessary for: 9 a) Transportation of Contractor's personnel,equipment, and operating —' 10 supplies from the Site including disassembly for each issued Work 11 Order 12 b) Site Clean-up for each issued Work Order 13 c) Removal of all buildings or other facilities assembled at the Site for 14 each Work Oder 15 b. Mobilization and Demobilization do not include activities for specific items of 16 work for which payment is provided elsewhere in the contract. 17 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects 18 a. A Mobilization for Miscellaneous Projects when directed by the City and the -- 19 mobilization occurs within 24 hours of the issuance of the Work Order. 20 B. Deviations from this City of Fort Worth Standard Specification 21 1. None. 22 C. Related Specification Sections include,but are not necessarily limited to: 23 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the 24 Contract 25 2. Division 1 —General Requirements 26 1.2 PRICE AND PAYMENT PROCEDURES 27 A. Measurement and Payment [Consult City Department/Division for direction on if 28 Mobilization pay item to be included or the item should be subsidiary. Include the -� 29 appropriate Section 1.2 A. 1.] 30 1. Mobilization and Demobilization 31 a. Measure -w 32 1) This Item is considered subsidiary to the various Items bid. 33 b. Payment 34 1) The work performed and materials furnished in accordance with this Item 35 are subsidiary to the various Items bid and no other compensation will be 36 allowed. 37 2. Remobilization for suspension of Work as specifically required in the Contract 38 Documents 39 a. Measurement 40 1) Measurement for this Item shall be per each remobilization performed. 41 b. Payment 42 1) The work performed and materials furnished in accordance with this Item 43 and measured as provided under"Measurement"will be paid for at the unit 44 price per each"Specified Remobilization"in accordance with Contract 45 Documents. CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised November 22,2016 RELOCATIONS CONTRACT 2017 City Project No.100993 017000-3 MOBILIZATION AND REMOBILIZATION Page 3 of 4 1 c. The price shall include: 2 1) Demobilization as described in Section 1.1.A.2.a.1) 3 2) Remobilization as described in Section 1.1.A.2.a.2) 4 d. No payments will be made for standby, idle time, or lost profits associated this 5 Item 6 3. Remobilization for suspension of Work as required by City 7 a. Measurement and Payment 8 1) This shall be submitted as a Contract Claim in accordance with Article 10 9 of Section 00 72 00. 10 2) No payments will be made for standby, idle time, or lost profits associated 11 with this Item. ` 12 4. Mobilizations and Demobilizations for Miscellaneous Projects 13 a. Measurement 14 1) Measurement for this Item shall be for each Mobilization and 15 Demobilization required by the Contract Documents 16 b. Payment 17 1) The Work performed and materials furnished in accordance with this Item — 18 and measured as provided under"Measurement" will be paid for at the unit 19 price per each"Work Order Mobilization'in accordance with Contract 20 Documents. Demobilization shall be considered subsidiary to mobilization 21 and shall not be paid for separately. 22 c. The price shall include: 23 1) Mobilization as described in Section 1.1.A.3.a.1) 24 2) Demobilization as described in Section 1.1.A.3.a.2) 25 d. No payments will be made for standby, idle time, or lost profits associated this 26 Item. 27 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects 28 a. Measurement 29 1) Measurement for this Item shall be for each Mobilization and 30 Demobilization required by the Contract Documents 31 b. Payment 32 1) The Work performed and materials furnished in accordance with this Item 33 and measured as provided under"Measurement"will be paid for at the unit 34 price per each"Work Order Emergency Mobilization'in accordance with 35 Contract Documents. Demobilization shall be considered subsidiary to 36 mobilization and shall not be paid for separately. 37 c. The price shall include 38 1) Mobilization as described in Section 1.1.A.4.a) 39 2) Demobilization as described in Section 1.1.A.3.a.2) 40 d. No payments will be made for standby,idle time, or lost profits associated this 41 Item. 42 1.3 REFERENCES [NOT USED] 43 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 44 1.5 SUBMITTALS [NOT USED] 45 1.6 INFORMATIONAL SUBMITTALS [NOT USED] CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised November 22,2016 RELOCATIONS CONTRACT 2017 City Project No.100993 017000-4 MOBILIZATION AND REMOBII.IZATION Page 4 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 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 5 1.11 FIELD [SITE] CONDITIONS [NOT USED] 6 1.12 WARRANTY [NOT USED] 7 PART 2- PRODUCTS [NOT USED] 8 PART 3- EXECUTION[NOT USED] -- 9 END OF SECTION 10 Revision Log DATE NAME SUMMARY OF CHANGE 11/22/16 Michael Owen 1.2 Price and Payment Procedures-Revised specification,including blue text,to make specification flexible for either subsidiary or paid bid item for Mobilization. 11 CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised November 22,2016 RELOCATIONS CONTRACT 2017 City Project No.100993 017123-1 CONSTRUCTION STAKING AND SURVEY Page 1 of 5 1 SECTION 017123 2 CONSTRUCTION STAKING AND SURVEY 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Requirements for construction staking and construction survey •. 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Construction Staking 15 a. Measurement 16 1) This Item is considered subsidiary to the various Items bid. 17 b. Payment 18 1) The work performed and the materials furnished in accordance with this 19 Item are subsidiary to the various Items bid and no other compensation will 20 be allowed. 21 2. Construction Survey 22 a. Measurement 23 1) This Item is considered subsidiary to the various Items bid. 24 b. Payment 25 1) The work performed and the materials furnished in accordance with this 26 Item are subsidiary to the various Items bid and no other compensation will 27 be allowed. 28 1.3 REFERENCES [NOT USED] 29 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 30 1.5 SUBMITTALS 31 A. Submittals,if required, shall be in accordance with Section 0133 00. 32 B. All submittals shall be approved by the City prior to delivery. 33 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 34 A. Certificates -- 35 1. Provide certificate certifying that elevations and locations of improvements are in 36 conformance or non-conformance with requirements of the Contract Documents. CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised December 20,2012 RELOCATIONS CONTRACT 2017 City Project No.100993 Im 017123-2 CONSTRUCTION STAKING AND SURVEY Page 2 of 5 ■. 1 a. Certificate must be sealed by a registered professional land surveyor in the 2 State of Texas. 3 B. Field Quality Control Submittals 4 1. Documentation verifying accuracy of field engineering work. 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE 8 A. Construction Staking 9 1. Construction staking will be performed by the City. 10 2. Coordination 11 a. Contact City's Project Representative at least 2 weeks in advance for 12 scheduling of Construction Staking. 13 b. It is the Contractor's responsibility to coordinate staking such that construction 14 activities are not delayed or negatively impacted. 15 3. General 16 a. Contractor is responsible for preserving and maintaining stakes furnished by 17 City. 18 b. If in the opinion of the City, a sufficient number of stakes or markings have 19 been lost,destroyed or disturbed,by Contractor's neglect, such that the 20 contracted Work cannot take place,then the Contractor will be required to pay 21 the City for new staking with a 25 percent markup. The cost for staking will be +� 22 deducted from the payment due to the Contractor for the Project. 23 B. Construction Survey 24 1. Construction Survey will be performed by the City. .. 25 2. Coordination 26 a. Contractor to verify that control data established in the design survey remains 27 intact. 28 b. Coordinate with the City prior to field investigation to determine which 29 horizontal and vertical control data will be required for construction survey. 30 c. It is the Contractor's responsibility to coordinate Construction Survey such that 31 construction activities are not delayed or negatively impacted. 32 d. Notify City if any control data needs to be restored or replaced due to damage 33 caused during construction operations. 34 1) City shall perform replacements and/or restorations. 35 3. General 36 a. Construction survey will be performed in order to maintain complete and 37 accurate logs of control and survey work as it progresses for Project Records. 38 b. The Contractor will need to ensure coordination is maintained with the City to 39 perform construction survey to obtain construction features,including but not -- 40 limited to the following: 41 1) All Utility Lines 42 a) Rim and flowline elevations and coordinates for each manhole or , 43 junction structure 44 2) Water Lines CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised December 20,2012 RELOCATIONS CONTRACT 2017 City Project No.100993 017123-3 CONSTRUCTION STAKING AND SURVEY Page 3 of 5 1 a) Top of pipe elevations and coordinates for waterlines at the following 2 locations: i 3 (1) Every 250 linear feet 4 (2) Horizontal and vertical points of inflection, curvature, etc. (All 5 Fittings) ' 6 (3) Cathodic protection test stations 7 (4) Sampling stations 8 (5) Meter boxes/vaults(All sizes) 9 (6) Fire lines 10 (7) Fire hydrants 11 (8) Gate valves 12 (9) Plugs, stubouts,dead-end lines 13 (10) Air Release valves(Manhole rim and vent pipe) 14 (11) Blow off valves (Manhole rim and valve lid) 15 (12) Pressure plane valves 16 (13) Cleaning wyes 17 (14) Casing pipe(each end) 18 b) Storm Sewer 19 (1) Top of pipe elevations and coordinates at the following locations: 20 (a) Every 250 linear feet 21 (b) Horizontal and vertical points of inflection,curvature,etc. 22 c) Sanitary Sewer 23 (1) Top of pipe elevations and coordinates for sanitary sewer lines at 24 the following locations: -- 25 (a) Every 250 linear feet 26 (b) Horizontal and vertical points of inflection,curvature,etc. 27 (c) Cleanouts 28 c. Construction survey will be performed in order to maintain complete and 29 accurate logs of control and survey work associated with meeting or exceeding 30 the line and grade required by these Specifications. 31 d. The Contractor will need to ensure coordination is maintained with the City to 32 perform construction survey and to verify control data,including but not 33 limited to the following: 34 1) Established benchmarks and control points provided for the Contractor's 35 use are accurate 36 2) Benchmarks were used to furnish and maintain all reference lines and 37 grades for tunneling 38 3) Lines and grades were used to establish the location of the pipe 39 4) Submit to the City copies of field notes used to establish all lines and 40 grades and allow the City to check guidance system setup prior to 41 beginning each tunneling drive. 42 5) Provide access for the City to verify the guidance system and the line and 43 grade of the carrier pipe on a daily basis. 44 6) The Contractor remains fully responsible for the accuracy of the work and 45 the correction of it, as required 46 7) Monitor line and grade continuously during construction. 47 8) Record deviation with respect to design line and grade once at each pipe 48 joint and submit daily records to City. CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised December 20,2012 RELOCATIONS CONTRACT 2017 City Project No.100993 017123-4 CONSTRUCTION STAKING AND SURVEY Page 4 of 5 -- 1 9) If the installation does not meet the specified tolerances, immediately notify 2 the City and correct the installation in accordance with the Contract 3 Documents. 4 1.10 DELIVERY,STORAGE,AND HANDLING[NOT USED] 5 1.11 FIELD [SITE] CONDITIONS [NOT USED] 6 1.12 WARRANTY [NOT USED] 7 PART 2- PRODUCTS [NOT USED] 8 PART 3- EXECUTION 9 3.1 INSTALLERS [NOT USED] . 10 3.2 EXAMINATION [NOT USED] 11 3.3 PREPARATION [NOT USED] 12 3.4 APPLICATION 13 3.5 REPAIR/RESTORATION[NOT USED] 14 3.6 RE-INSTALLATION[NOT USED] 15 3.7 FIELD [OR]SITE QUALITY CONTROL 16 A. It is the Contractor's responsibility to maintain all stakes and control data placed by the 17 City in accordance with this Specification. 18 B. Do not change or relocate stakes or control data without approval from the City. 19 3.8 SYSTEM STARTUP[NOT USED] . 20 3.9 ADJUSTING [NOT USED] 21 3.10 CLEANING [NOT USED] 22 3.11 CLOSEOUT ACTIVITIES [NOT USED] 23 3.12 PROTECTION [NOT USED] 24 3.13 MAINTENANCE [NOT USED] 25 3.14 ATTACHMENTS [NOT USED] 26 END OF SECTION 27 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised December 20,2012 RELOCATIONS CONTRACT 2017 City Project No.100993 017123-5 CONSTRUCTION STAKING AND SURVEY Page 5 of 5 8/31/2012 D.Johnson 1 CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised December 20,2012 RELOCATIONS CONTRACT 2017 City Project No.100993 017423-1 CLEANING Page 1 of 4 1 SECTION 0174 23 2 CLEANING 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Intermediate and final cleaning for Work not including special cleaning of closed 7 systems specified elsewhere 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include,but are not necessarily limited to: 11 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract .. 12 2. Division 1 —General Requirements 13 3. Section 32 92 13—Hydro-Mulching, Seeding and Sodding 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various Items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Scheduling -- 21 1. Schedule cleaning operations so that dust and other contaminants disturbed by 22 cleaning process will not fall on newly painted surfaces. 23 2. Schedule final cleaning upon completion of Work and immediately prior to final -- 24 inspection. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 STORAGE,AND HANDLING 31 A. Storage and Handling Requirements 32 1. Store cleaning products and cleaning wastes in containers specifically designed for 33 those materials. CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised July 1,2011 RELOCATIONS CONTRACT 2017 City Project No.100993 017423-2 CLEANING Page 2 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2- PRODUCTS 4 2.1 OWNER-FURNISHED[OR]OWNER-SUPPLIEDPRODUCTS [NOT USED] 5 2.2 MATERIALS 6 A. Cleaning Agents 7 1. Compatible with surface being cleaned 8 2. New and uncontaminated 9 3. For manufactured surfaces 10 a. Material recommended by manufacturer 11 2.3 ACCESSORIES [NOT USED] 12 2.4 SOURCE QUALITY CONTROL [NOT USED] 13 PART 3- EXECUTION 14 3.1 INSTALLERS [NOT USED] 15 3.2 EXAMINATION [NOT USED] 16 3.3 PREPARATION [NOT USED] 17 3.4 APPLICATION [NOT USED] 18 3.5 REPAIR/RESTORATION[NOT USED] 19 3.6 RE-INSTALLATION[NOT USED] 20 3.7 FIELD [OR]SITE QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP[NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING 24 A. General mm 25 1. Prevent accumulation of wastes that create hazardous conditions. 26 2. Conduct cleaning and disposal operations to comply with laws and safety orders of 27 governing authorities. 28 3. Do not dispose of volatile wastes such as mineral spirits,oil or paint thinner in 29 storm or sanitary drains or sewers. 30 4. Dispose of degradable debris at an approved solid waste disposal site. CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised July 1,2011 RELOCATIONS CONTRACT 2017 City Project No.100993 017423-3 CLEANING ^" Page 3 of 4 1 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an 2 alternate manner approved by City and regulatory agencies. 3 6. Handle materials in a controlled manner with as few handlings as possible. 4 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with . 5 this project. 6 8. Remove all signs of temporary construction and activities incidental to construction 7 of required permanent Work. •" 8 9. If project is not cleaned to the satisfaction of the City,the City reserves the right to 9 have the cleaning completed at the expense of the Contractor. 10 10. Do not burn on-site. 11 B. Intermediate Cleaning during Construction 12 1. Keep Work areas clean so as not to hinder health, safety or convenience of 13 personnel in existing facility operations. 14 2. At maximum weekly intervals,dispose of waste materials,debris and rubbish. 15 3. Confine construction debris daily in strategically located container(s): 16 a. Cover to prevent blowing by wind 17 b. Store debris away from construction or operational activities 18 c. Haul from site at a minimum of once per week —» 19 4. Vacuum clean interior areas when ready to receive finish painting. 20 a. Continue vacuum cleaning on an as-needed basis, until Final Acceptance. 21 5. Prior to storm events,thoroughly clean site of all loose or unsecured items, which 22 may become airborne or transported by flowing water during the storm. 23 C. Interior Final Cleaning 24 1. Remove grease, mastic, adhesives,dust,dirt, stains,fingerprints, labels and other 25 foreign materials from sight-exposed surfaces. 26 2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean. .. 27 3. Wash and shine glazing and mirrors. 28 4. Polish glossy surfaces to a clear shine. 29 5. Ventilating systems ^� 30 a. Clean permanent filters and replace disposable filters if units were operated 31 during construction. 32 b. Clean ducts,blowers and coils if units were operated without filters during .� 33 construction. 34 6. Replace all burned out lamps. 35 7. Broom clean process area floors. 36 8. Mop office and control room floors. 37 D. Exterior(Site or Right of Way)Final Cleaning 38 1. Remove trash and debris containers from site. 39 a. Re-seed areas disturbed by location of trash and debris containers in accordance 40 with Section 32 92 13. 41 2. Sweep roadway to remove all rocks,pieces of asphalt,concrete or any other object 42 that may hinder or disrupt the flow of traffic along the roadway. CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised July 1,2011 RELOCATIONS CONTRACT 2017 City Project No.100993 017423-4 CLEANING Page 4 of 4 1 3. Clean any interior areas including,but not limited to,vaults,manholes, structures, 2 junction boxes and inlets. 3 4. If no longer required for maintenance of erosion facilities,and upon approval by 4 City,remove erosion control from site. 5 5. Clean signs,lights, signals,etc. 6 3.11 CLOSEOUT ACTIVITIES [NOT USED] 7 3.12 PROTECTION [NOT USED] .,-- 8 3.13 MAINTENANCE [NOT USED] 9 3.14 ATTACHMENTS [NOT USED] 10 END OF SECTION 11 Revision Log DATE NAME SUMMARY OF CHANGE 12 CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised July 1,2011 RELOCATIONS CONTRACT 2017 City Project No.100993 017719-1 CLOSEOUT REQUIREMENTS Page 1 of 3 1 SECTION 017719 2 CLOSEOUT REQUIREMENTS 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedure for closing out a contract 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A- Measurement and Payment �. 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A- Guarantees,Bonds and Affidavits 19 1. No application for final payment will be accepted until all guarantees,bonds, 20 certificates, licenses and affidavits required for Work or equipment as specified are 21 satisfactorily filed with the City. 22 B. Release of Liens or Claims 23 1. No application for final payment will be accepted until satisfactory evidence of ~" 24 release of liens has been submitted to the City. 25 1.5 SUBMITTALS ^^ 26 A- Submit all required documentation to City's Project Representative. CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised July 1,2011 RELOCATIONS CONTRACT 2017 "� City Project No.100993 017719-2 CLOSEOUT REQUIREMENTS Page 2 of 3 1 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 PART 2- PRODUCTS [NOT USED] 4 PART 3- EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 CLOSEOUT PROCEDURE 9 A. Prior to requesting Final Inspection, submit: 10 1. Project Record Documents in accordance with Section 0178 39 11 2. Operation and Maintenance Data,if required, in accordance with Section 0178 23 12 B. Prior to requesting Final Inspection,perform final cleaning in accordance with Section 13 01 74 23. 14 C. Final Inspection 15 1. After final cleaning,provide notice to the City Project Representative that the Work -� 16 is completed. 17 a. The City will make an initial Final Inspection with the Contractor present. 18 b. Upon completion of this inspection,the City will notify the Contractor, in ,. 19 writing within 10 business days,of any particulars in which this inspection 20 reveals that the Work is defective or incomplete. 21 2. Upon receiving written notice from the City,immediately undertake the Work 22 required to remedy deficiencies and complete the Work to the satisfaction of the 23 City. 24 3. Upon completion of Work associated with the items listed in the City's written .. 25 notice, inform the City,that the required Work has been completed. Upon receipt 26 of this notice,the City, in the presence of the Contractor,will make a subsequent 27 Final Inspection of the project. 28 4. Provide all special accessories required to place each item of equipment in full 29 operation. These special accessory items include,but are not limited to: 30 a. Specified spare parts 31 b. Adequate oil and grease as required for the first lubrication of the equipment 32 c. Initial fill up of all chemical tanks and fuel tanks 33 d. Light bulbs 34 e. Fuses 35 f. Vault keys 36 g. Handwheels 37 h. Other expendable items as required for initial start-up and operation of all 38 equipment CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised July 1,2011 RELOCATIONS CONTRACT 2017 City Project No.100993 017719-3 CLOSEOUT REQUIREMENTS — Page 3 of 3 1 D. Notice of Project Completion .,, 2 1. Once the City Project Representative finds the Work subsequent to Final Inspection 3 to be satisfactory, the City will issue a Notice of Project Completion(Green Sheet). 4 E. Supporting Documentation 5 1. Coordinate with the City Project Representative to complete the following 6 additional forms: 7 a. Final Payment Request 8 b. Statement of Contract Time 9 c. Affidavit of Payment and Release of Liens 10 d. Consent of Surety to Final Payment ... 11 e. Pipe Report(if required) 12 f. Contractor's Evaluation of City 13 g. Performance Evaluation of Contractor 14 F. Letter of Final Acceptance 15 1. Upon review and acceptance of Notice of Project Completion and Supporting 16 Documentation, in accordance with General Conditions,City will issue Letter of 17 Final Acceptance and release the Final Payment Request for payment. 18 3.5 REPAIR/RESTORATION[NOT USED] 19 3.6 RE-INSTALLATION [NOT USED] 20 3.7 FIELD[OR]SITE QUALITY CONTROL [NOT USED] �. 21 3.8 SYSTEM STARTUP[NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING [NOT USED] 24 3.11 CLOSEOUT ACTIVITIES [NOT USED] 25 3.12 PROTECTION[NOT USED] 26 3.13 MAINTENANCE [NOT USED] 27 3.14 ATTACHMENTS [NOT USED] 28 END OF SECTION 29 Revision Log DATE NAME SUMMARY OF CHANGE 30 CrrY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised July 1,2011 RELOCATIONS CONTRACT 2017 #" City Project No.100993 017823-1 OPERATION AND MAINTENANCE DATA - Page 1 of 5 1 SECTION 0178 23 2 OPERATION AND MAINTENANCE DATA 3 PART1 - GENERAL 4 1.1 SUMMARY .. 5 A. Section Includes: 6 1. Product data and related information appropriate for City's maintenance and 7 operation of products furnished under Contract 8 2. Such products may include,but are not limited to: 9 a. Traffic Controllers 10 b. Irrigation Controllers (to be operated by the City) 11 c. Butterfly Valves 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include,but are not necessarily limited to: .. 15 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 16 2. Division 1 —General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. -» 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Schedule 24 1. Submit manuals in final form to the City within 30 calendar days of product 25 shipment to the project site. 26 1.5 SUBMITTALS 27 A. Submittals shall be in accordance with Section 0133 00 . All submittals shall be 28 approved by the City prior to delivery. 29 1.6 INFORMATIONAL SUBMITTALS 30 A. Submittal Form 31 1. Prepare data in form of an instructional manual for use by City personnel. 32 2. Format 33 a. Size: 81h inches x 11 inches 34 b. Paper 35 1) 40 pound minimum, white,for typed pages 36 2) Holes reinforced with plastic,cloth or metal CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised December 20,2012 RELOCATIONS CONTRACT 2017 """ City Project No.100993 017823-2 OPERATION AND MAINTENANCE DATA Page 2 of 5 1 c. Text: Manufacturer's printed data,or neatly typewritten 2 d. Drawings 3 1) Provide reinforced punched binder tab,bind in with text 4 2) Reduce larger drawings and fold to size of text pages. 5 e. Provide fly-leaf for each separate product,or each piece of operating 6 equipment. 7 1) Provide typed description of product, and major component parts of 8 equipment. 9 2) Provide indexed tabs. 10 f. Cover 11 1) Identify each volume with typed or printed title "OPERATING AND 12 MAINTENANCE INSTRUCTIONS". 13 2) List: 14 a) Title of Project 15 b) Identity of separate structure as applicable .. 16 c) Identity of general subject matter covered in the manual 17 3. Binders 18 a. Commercial quality 3-ring binders with durable and cleanable plastic covers 19 b. When multiple binders are used,correlate the data into related consistent 20 groupings. 21 4. If available,provide an electronic form of the O&M Manual. 22 B. Manual Content 23 1. Neatly typewritten table of contents for each volume, arranged in systematic order 24 a. Contractor,name of responsible principal, address and telephone number 25 b. A list of each product required to be included, indexed to content of the volume 26 c. List, with each product: 27 1) The name, address and telephone number of the subcontractor or installer 28 2) A list of each product required to be included, indexed to content of the 29 volume 30 3) Identify area of responsibility of each �^ 31 4) Local source of supply for parts and replacement 32 d. Identify each product by product name and other identifying symbols as set 33 forth in Contract Documents. 34 2. Product Data 35 a. Include only those sheets which are pertinent to the specific product. 36 b. Annotate each sheet to: �- 37 1) Clearly identify specific product or part installed 38 2) Clearly identify data applicable to installation 39 3) Delete references to inapplicable information 40 3. Drawings 41 a. Supplement product data with drawings as necessary to clearly illustrate: 42 1) Relations of component parts of equipment and systems 43 2) Control and flow diagrams 44 b. Coordinate drawings with information in Project Record Documents to assure 45 correct illustration of completed installation. 46 c. Do not use Project Record Drawings as maintenance drawings. 47 4. Written text, as required to supplement product data for the particular installation: CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised December 20,2012 RELOCATIONS CONTRACT 2017 City Project No.100993 017823-3 OPERATION AND MAINTENANCE DATA Page 3 of 5 1 a. Organize in consistent format under separate headings for different procedures. 2 b. Provide logical sequence of instructions of each procedure. 3 5. Copy of each warranty, bond and service contract issued 4 a. Provide information sheet for City personnel giving: 5 1) Proper procedures in event of failure 6 2) Instances which might affect validity of warranties or bonds 7 C. Manual for Materials and Finishes .A 8 1. Submit 5 copies of complete manual in final form. 9 2. Content, for architectural products,applied materials and finishes: 10 a. Manufacturer's data,giving full information on products 11 1) Catalog number, size,composition 12 2) Color and texture designations 13 3) Information required for reordering special manufactured products 14 b. Instructions for care and maintenance 15 1) Manufacturer's recommendation for types of cleaning agents and methods 16 2) Cautions against cleaning agents and methods which are detrimental to .. 17 product 18 3) Recommended schedule for cleaning and maintenance 19 3. Content, for moisture protection and weather exposure products: .. 20 a. Manufacturer's data,giving full information on products 21 1) Applicable standards 22 2) Chemical composition 23 3) Details of installation 24 b. Instructions for inspection,maintenance and repair 25 D. Manual for Equipment and Systems .r 26 1. Submit 5 copies of complete manual in final form. 27 2. Content,for each unit of equipment and system, as appropriate: 28 a. Description of unit and component parts -� 29 1) Function, normal operating characteristics and limiting conditions 30 2) Performance curves,engineering data and tests 31 3) Complete nomenclature and commercial number of replaceable parts —. 32 b. Operating procedures 33 1) Start-up,break-in,routine and normal operating instructions 34 2) Regulation, control, stopping, shut-down and emergency instructions 35 3) Summer and winter operating instructions 36 4) Special operating instructions 37 c. Maintenance procedures 38 1) Routine operations 39 2) Guide to "trouble shooting" 40 3) Disassembly,repair and reassembly 41 4) Alignment, adjusting and checking 42 d. Servicing and lubrication schedule 43 1) List of lubricants required 44 e. Manufacturer's printed operating and maintenance instructions 45 f. Description of sequence of operation by control manufacturer 46 1) Predicted life of parts subject to wear 47 2) Items recommended to be stocked as spare parts CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised December 20,2012 RELOCATIONS CONTRACT 2017 City Project No.100993 017823-4 OPERATION AND MAINTENANCE DATA Page 4 of 5 1 g. As installed control diagrams by controls manufacturer 2 h. Each contractor's coordination drawings 3 1) As installed color coded piping diagrams 4 i. Charts of valve tag numbers, with location and function of each valve 5 j. List of original manufacturer's spare parts,manufacturer's current prices, and 6 recommended quantities to be maintained in storage 7 k. Other data as required under pertinent Sections of Specifications 8 3. Content, for each electric and electronic system, as appropriate: 9 a. Description of system and component parts 10 1) Function,normal operating characteristics, and limiting conditions 11 2) Performance curves,engineering data and tests 12 3) Complete nomenclature and commercial number of replaceable parts 13 b. Circuit directories of panelboards 14 1) Electrical service 15 2) Controls 16 3) Communications 17 c. As installed color coded wiring diagrams 18 d. Operating procedures -- 19 1) Routine and normal operating instructions 20 2) Sequences required 21 3) Special operating instructions 22 e. Maintenance procedures 23 1) Routine operations 24 2) Guide to "trouble shooting" 25 3) Disassembly,repair and reassembly 26 4) Adjustment and checking 27 f. Manufacturer's printed operating and maintenance instructions 28 g. List of original manufacturer's spare parts,manufacturer's current prices,and 29 recommended quantities to be maintained in storage 30 h. Other data as required under pertinent Sections of Specifications 31 4. Prepare and include additional data when the need for such data becomes apparent 32 during instruction of City's personnel. 33 1.7 CLOSEOUT SUBMITTALS [NOT USED] 34 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 35 1.9 QUALITY ASSURANCE 36 A. Provide operation and maintenance data by personnel with the following criteria: 37 1. Trained and experienced in maintenance and operation of described products 38 2. Skilled as technical writer to the extent required to communicate essential data 39 3. Skilled as draftsman competent to prepare required drawings CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised December 20,2012 RELOCATIONS CONTRACT 2017 City Project No.100993 ... 017823-5 OPERATION AND MAINTENANCE DATA Page 5 of 5 1 1.10 DELIVERY,STORAGE, AND HANDLING [NOT USED] m` 2 1.11 FIELD[SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2- PRODUCTS [NOT USED] 5 PART 3- EXECUTION [NOT USED] 6 END OF SECTION 7 Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D.Johnson 1.5.A.1—title of section removed 8 CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised December 20,2012 RELOCATIONS CONTRACT 2017 City Project No.100993 017839-1 PROJECT RECORD DOCUMENTS Page 1 of 5 1 SECTION 0178 39 2 PROJECT RECORD DOCUMENTS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Work associated with the documenting the project and recording changes to project 7 documents, including: 8 a. Record Drawings 9 b. Water Meter Service Reports M 10 c. Sanitary Sewer Service Reports 11 d. Large Water Meter Reports 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 —General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 23 1.5 SUBMITTALS 24 A. Prior to submitting a request for Final Inspection,deliver Project Record Documents to 25 City's Project Representative. 26 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE 30 A. Accuracy of Records 31 1. Thoroughly coordinate changes within the Record Documents,making adequate 32 and proper entries on each page of Specifications and each sheet of Drawings and 33 other Documents where such entry is required to show the change properly. CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised July 1,2011 RELOCATIONS CONTRACT 2017 City Project No.100993 017839-2 PROJECT RECORD DOCUMENTS Page 2 of 5 1 2. Accuracy of records shall be such that future search for items shown in the Contract 2 Documents may rely reasonably on information obtained from the approved Project 3 Record Documents. 4 3. To facilitate accuracy of records,make entries within 24 hours after receipt of 5 information that the change has occurred. 6 4. Provide factual information regarding all aspects of the Work,both concealed and 7 visible,to enable future modification of the Work to proceed without lengthy and 8 expensive site measurement, investigation and examination. 9 1.10 STORAGE AND HANDLING 10 A. Storage and Handling Requirements ,.. 11 1. Maintain the job set of Record Documents completely protected from deterioration 12 and from loss and damage until completion of the Work and transfer of all recorded 13 data to the final Project Record Documents. 14 2. In the event of loss of recorded data,use means necessary to again secure the data 15 to the City's approval. 16 a. In such case,provide replacements to the standards originally required by the �. 17 Contract Documents. 18 1.11 FIELD [SITE] CONDITIONS [NOT USED] 19 1.12 WARRANTY [NOT USED] 20 PART 2- PRODUCTS 21 2.1 OWNER-FURNISHED[OR]OWNER-SUPPLIED PRODUCTS [NOT USED] 22 2.2 RECORD DOCUMENTS 23 A. Job set 24 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no 25 charge to the Contractor, 1 complete set of all Documents comprising the Contract. 26 B. Final Record Documents 27 1. At a time nearing the completion of the Work and prior to Final Inspection,provide 28 the City 1 complete set of all Final Record Drawings in the Contract. CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised July 1,2011 RELOCATIONS CONTRACT 2017 City Project No.100993 017839-3 PROJECT RECORD DOCUMENTS Page 3 of 5 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3- EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION [NOT USED] 7 3.4 MAINTENANCE DOCUMENTS 8 A. Maintenance of Job Set 9 1. Immediately upon receipt of the job set, identify each of the Documents with the 10 title, "RECORD DOCUMENTS -JOB SET". 11 2. Preservation 12 a. Considering the Contract completion time,the probable number of occasions 13 upon which the job set must be taken out for new entries and for examination, 14 and the conditions under which these activities will be performed, devise a 15 suitable method for protecting the job set. 16 b. Do not use the job set for any purpose except entry of new data and for review 17 by the City,until start of transfer of data to final Project Record Documents. 18 c. Maintain the job set at the site of work. 19 3. Coordination with Construction Survey 20 a. At a minimum, in accordance with the intervals set forth in Section 01 71 23, 21 clearly mark any deviations from Contract Documents associated with 22 installation of the infrastructure. 23 4. Making entries on Drawings 24 a. Record any deviations from Contract Documents. 25 b. Use an erasable colored pencil(not ink or indelible pencil),clearly describe the 26 change by graphic line and note as required. 27 c. Date all entries. 28 d. Call attention to the entry by a "cloud" drawn around the area or areas affected. 29 e. In the event of overlapping changes,use different colors for the overlapping 30 changes. 31 5. Conversion of schematic layouts 32 a. In some cases on the Drawings, arrangements of conduits,circuits,piping, .. 33 ducts, and similar items, are shown schematically and are not intended to 34 portray precise physical layout. 35 1) Final physical arrangement is determined by the Contractor, subject to the 36 City's approval. 37 2) However,design of future modifications of the facility may require 38 accurate information as to the final physical layout of items which are 39 shown only schematically on the Drawings. 40 b. Show on the job set of Record Drawings,by dimension accurate to within 1 41 inch,the centerline of each run of items. CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised July 1,2011 RELOCATIONS CONTRACT 2017 City Project No.100993 017839-4 PROJECT RECORD DOCUMENTS Page 4 of 5 1 1) Final physical arrangement is determined by the Contractor, subject to the 2 City's approval. 3 2) Show,by symbol or note,the vertical location of the Item("under slab", "in 4 ceiling plenum", "exposed", and the like). 5 3) Make all identification sufficiently descriptive that it may be related 6 reliably to the Specifications. 7 c. The City may waive the requirements for conversion of schematic layouts 8 where, in the City's judgment,conversion serves no useful purpose. However, 9 do not rely upon waivers being issued except as specifically issued in writing 10 by the City. 11 B. Final Project Record Documents 12 1. Transfer of data to Drawings 13 a. Carefully transfer change data shown on the job set of Record Drawings to the 14 corresponding final documents,coordinating the changes as required. 15 b. Clearly indicate at each affected detail and other Drawing a full description of 16 changes made during construction,and the actual location of items. 17 c. Call attention to each entry by drawing a "cloud" around the area or areas 18 affected. 19 d. Make changes neatly,consistently and with the proper media to assure 20 longevity and clear reproduction. 21 2. Transfer of data to other Documents 22 a. If the Documents, other than Drawings,have been kept clean during progress of 23 the Work, and if entries thereon have been orderly to the approval of the City, 24 the job set of those Documents,other than Drawings, will be accepted as final 25 Record Documents. 26 b. If any such Document is not so approved by the City, secure a new copy of that 27 Document from the City at the City's usual charge for reproduction and - 28 handling, and carefully transfer the change data to the new copy to the approval 29 of the City. 30 3.5 REPAIR/RESTORATION[NOT USED] 31 3.6 RE-INSTALLATION [NOT USED] 32 3.7 FIELD[oR]SITE QUALITY CONTROL [NOT USED] 33 3.8 SYSTEM STARTUP[NOT USED] 34 3.9 ADJUSTING[NOT USED] 35 3.10 CLEANING[NOT USED] 36 3.11 CLOSEOUT ACTIVITIES [NOT USED] 37 3.12 PROTECTION [NOT USED] 38 3.13 MAINTENANCE[NOT USED] 39 3.14 ATTACHMENTS [NOT USED] 40 END OF SECTION CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised July 1,2011 RELOCATIONS CONTRACT 2017 City Project No.100993 017839-5 PROJECT RECORD DOCUMENTS Page 5 of 5 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised July 1,2011 RELOCATIONS CONTRACT 2017 City Project No.100993 0241 14-1 UTILITY REMOVAI/ABANDONMENT Page 1 of 17 1 OSECTION 02 4114 2 UTILITY REMOVAL/ABANDONMENT 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Direction for the removal,abandonment or salvaging of the following utilities: 7 a. Cathodic Protection Test Stations 8 b. Water Lines 9 c. Gate Valves 10 d. Water Valves 11 e. Fire Hydrants 12 f. Water Meters and Meter Box 13 g. Water Sampling Station 14 h. Concrete Water Vaults 15 i. Sanitary Sewer Lines 16 j. Sanitary Sewer Manholes 17 k. Sanitary Sewer Junction Boxes 18 1. Storm Sewer Lines 19 m. Storm Sewer Manhole Risers 20 n. Storm Sewer Junction Boxes 21 o. Storm Sewer Inlets 22 p. Box Culverts 23 q. Headwalls and Safety End Treatments 24 r. Trench Drains 25 B. Deviations from this City of Fort Worth Standard Specification 26 1. CONCRETE WATER VAULT REMOVAL 27 Measurement and Payment for this Bid Item is for Large Concrete Vaults.No 28 payment will be made for small concrete water meter vaults(boxes) housing 2- 29 inch and smaller water meters. 30 2. SECTION 3.4 REMOVAL,SALVAGE AND ABANDONMENT 31 B.Water Lines and Appurtenances 32 5.Should read"Water Valve Abandonment" 33 6. Water Valve Removal and Salvage 34 e.Do not Fill,Valve is removed 35 C. Related Specification Sections include,but are not necessarily limited to: 36 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 37 2. Division 1 —General Requirements 38 3. Section 03 34 13—Controlled Low Strength Material(CLSM) 39 4. Section 33 05 10—Utility Trench Excavation,Embedment and Backfill 40 5. Section 33 05 24—Installation of Carrier Pipe in Casing or Tunnel Liner Plate CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised December 20,2012 RELOCATIONS CONTRACT 2017 City Project No.100993 024114-2 UTILITY REMOVAIJABANDONMENT Page 2 of 17 1 6. Section 33 11 11 —Ductile Iron Fittings 2 7. Section 33 11 13—Concrete Pressure Pipe, Bar-wrapped, Steel Cylinder Type 3 8. Section 33 11 14—Buried Steel Pipe and Fittings 4 9. Section 33 12 25 —Connection to Existing Water Mains 5 1.2 PRICE AND PAYMENT PROCEDURES I 6 A. Utility Lines 7 1. Abandonment of Utility Line by Grouting 8 a. Measurement 9 1) Measurement for this Item shall be per cubic yard of existing utility line to 10 be grouted. Measure by tickets showing cubic yards of gout applied. 11 b. Payment 12 1) The work performed and materials furnished in accordance with this Item 13 and measured as provided under"Measurement"shall be paid for at the unit 14 price per cubic yard of"Line Grouting"for: 15 a) Various types of utility line 16 c. The price bid shall include: 17 1) Low density cellular grout or CLSM 18 2) Water 19 3) Pavement removal R 20 4) Excavation 21 5) Hauling 22 6) Disposal of excess materials 23 7) Furnishing,placement and compaction of backfill 24 8) Clean-up 25 2. Utility Line Removal, Separate Trench 26 a. Measurement 27 1) Measurement for this Item shall be per linear foot of existing utility line to 28 be removed. 29 b. Payment 30 1) The work performed and materials furnished in accordance with this Item 31 and measured as provided under"Measurement"shall be paid for at the unit 32 price bid per linear foot of"Remove Line"for: 33 a) Various types of existing utility line 34 b) Various sizes 35 c. The price bid shall include: - 36 1) Removal and disposal of existing utility pipe 37 2) Pavement removal 38 3) Excavation . 39 4) Hauling 40 5) Disposal of excess materials 41 6) Furnishing,placement and compaction of backfill 42 7) Clean-up 43 3. Utility Line Removal, Same Trench 44 a. Measurement 45 1) This Item is considered subsidiary the proposed utility line being installed. 46 b. Payment CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised December 20,2012 RELOCATIONS CONTRACT 2017 City Project No.100993 0241 14-3 UTILITY REMOVAUABANDONMENT ^ Page 3 of 17 1 1) The work performed and materials furnished in accordance with this Item 2 are subsidiary to the installation of proposed utility pipe and shall be �. 3 subsidiary to the unit price bid per linear foot of pipe complete in place, and 4 no other compensation will be allowed. �. 5 4. Manhole Abandonment 6 a. Measurement 7 1). Measurement for this Item will be per each manhole to be abandoned 8 b. Payment 9 1) The work performed and materials furnished in accordance with this Item 10 and measured as provided under"Measurement"shall be paid for at the unit 11 price bid per each"Abandon Manhole"for: 12 a) Various diameters 13 b) Various types 14 c. The price bid shall include: 15 1) Removal and disposal of manhole cone 16 2) Removal, salvage and delivery of frame and cover to City, if applicable 17 3) Cutting and plugging of existing sewer lines 18 4) Concrete 19 5) Acceptable material for backfilling manhole void 20 6) Pavement removal 21 7) Excavation 22 8) Hauling 23 9) Disposal of excess materials 24 10) Furnishing,placement and compaction of backfill 25 11) Surface restoration 26 12) Clean-up 27 5. Cathodic Test Station Abandonment 28 a. Measurement 29 1) Measurement for this Item will be per each cathodic test station to be 30 abandoned. 31 b. Payment 32 1) The work performed and materials furnished in accordance with this Item 33 and measured as provided under"Measurement" shall be paid for at the unit ». 34 price bid per each"Abandon Cathodic Test Station". 35 c. The price bid shall include: 36 1) Abandon cathodic test station 37 2) CLSM 38 3) Pavement removal 39 4) Excavation 40 5) Hauling 41 6) Disposal of excess materials 42 7) Furnishing, placement and compaction of backfill 43 8) Clean-up 44 B. Water Lines and Appurtenances 45 1. Installation of a Water Line Pressure Plug 46 a. Measurement 47 1) Measurement for this Item shall be per each pressure plug to be installed. 48 b. Payment CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised December 20,2012 RELOCATIONS CONTRACT 2017 City Project No.100993 0241 14-4 UTILITY REMOVAL/ABANDONMENT Page 4 of 17 1 1) The work performed and materials furnished in accordance with this Item 2 and measured as provided under"Measurement"shall be paid for at the unit 3 price bid for each"Pressure Plug"installed for: 4 a) Various sizes 5 c. The price bid shall include: 6 1) Furnishing and installing pressure plug 7 2) Pavement removal 8 3) Excavation 9 4) Hauling 10 5) Disposal of excess material 11 6) Gaskets 12 7) Bolts and Nuts 13 8) Furnishing,placement and compaction of embedment 14 9) Furnishing,placement and compaction of backfill 15 10) Disinfection 16 11) Testing 17 12) Clean-up 18 2. Abandonment of Water Line by Cut and installation of Abandonment Plug 19 a. Measurement 20 1) Measurement for this Item shall be per each cut and abandonment plug 21 installed. 22 b. Payment 23 1) The work performed and materials furnished in accordance with this Item 24 and measured as provided under"Measurement" shall be paid_for at the unit 25 price bid for each"Water Abandonment Plug"installed for: 26 a) Various sizes 27 c. The price bid shall include: 28 1) Furnishing and installing abandonment plug 29 2) Pavement removal 30 3) Excavation 31 4) Hauling 32 5) CLSM 33 6) Disposal of excess material 34 7) Furnishing,placement and compaction of backfill 35 8) Clean-up 36 3. Water Valve Removal 37 a. Measurement 38 1) Measurement for this Item will be per each water valve to be removed. 39 b. Payment 40 1) The work performed and materials furnished in accordance with this Item 41 and measured as provided under"Measurement"shall be paid for at the unit 42 price bid per each"Remove Water Valve"for: 43 a) Various sizes 44 c. The price bid shall include: 45 1) Removal and disposal of valve 46 2) CLSM 47 3) Pavement removal 48 4) Excavation CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised December 20,2012 RELOCATIONS CONTRACT 2017 City Project No.100993 0241 14-5 UTILITY REMOVAUABANDONMENT " Page 5 of 17 1 5) Hauling " 2 6) Disposal of excess materials 3 7) Furnishing,placement and compaction of backfill 4 8) Clean-up 5 4. Water Valve Removal and Salvage 6 a. Measurement 7 1) Measurement for this Item will be per each water valve to be removed and 8 salvaged. " 9 b. Payment 10 1) The work performed and materials furnished in accordance with this Item 11 and measured as provided under"Measurement"shall be paid for at the unit " 12 price bid per each"Salvage Water Valve"for: 13 a) Various sizes 14 c. The price bid shall include: 15 1) Removal and Salvage of valve 16 2) CLSM 17 3) Delivery to City 18 4) Pavement removal 19 5) Excavation 20 6) Hauling m 21 7) Disposal of excess materials 22 8) Furnishing,placement and compaction of backfill 23 9) Clean-up „ 24 5. Water Valve Abandonment 25 a. Measurement 26 1) Measurement for this Item will be per each water valve to be abandoned. 27 b. Payment " 28 1) The work performed and materials furnished in accordance with this Item 29 and measured as provided under"Measurement" shall be paid for at the unit 30 price bid per each"Abandon Water Valve"for: 31 a) Various Sizes 32 c. The price bid shall include: 33 1) Abandonment of valve 34 2) CLSM 35 3) Pavement removal 36 4) Excavation 37 5) Hauling 38 6) Disposal of excess materials 39 7) Furnishing,placement and compaction of backfill " 40 8) Clean-up 41 6. Fire Hydrant Removal and Salvage 42 a. Measurement µ 43 1) Measurement for this Item will be per each fire hydrant to be removed. 44 b. Payment 45 1) The work performed and materials furnished in accordance with this Item 46 and measured as provided under"Measurement"shall be paid for at the unit 47 price bid per each"Salvage Fire Hydrant". 48 c. The price bid shall include: CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised December 20,2012 RELOCATIONS CONTRACT 2017 City Project No.100993 024114-6 UTILITY REMOVAUABANDONMENT Page 6 of 17 1 1) Removal and salvage of fire hydrant 2 2) Delivery to City 3 3) Pavement removal 4 4) Excavation 5 5) Hauling 6 6) Disposal of excess materials 7 7) Furnishing,placement and compaction of backfill 8 8) Clean-up 9 7. Water Meter Removal and Salvage 10 a. Measurement 11 1) Measurement for this Item will be per each water meter to be removed and 12 salvaged 13 b. Payment 14 1) The work performed and materials furnished in accordance with this Item 15 and measured as provided under"Measurement"shall be paid for at the unit 16 price bid per each"Salvage Water Meter"for: 17 a) Various sizes 18 2) If a"Water Meter Service Relocate"is performed in accordance with 19 Section 33 12 10,removal and salvage or disposal of the existing(2-inch or 20 smaller)water meter shall be subsidiary to the cost of the"Water Meter 21 Service Relocate", no other compensation will be allowed. 22 c. The price bid shall include: 23 1) Removal and salvage of water meter 24 2) Delivery to City 25 3) Pavement removal 26 4) Excavation 27 5) Hauling 28 6) Disposal of excess materials 29 7) Furnishing,placement and compaction of backfill 30 8) Clean-up 31 8. Water Sampling Station Removal and Salvage 32 a. Measurement 33 1) Measurement for this Item will be per each water sampling station to be 34 removed. 35 b. Payment 36 1) The work performed and materials furnished in accordance with this Item 37 and measured as provided under"Measurement"shall be paid for at the unit 38 price bid per each"Salvage Water Sampling Station". 39 c. The price bid shall include: 40 1) Removal and salvage of water sampling station 41 2) Delivery to City 42 3) Pavement removal 43 4) Excavation 44 5) Hauling 45 6) Disposal of excess materials 46 7) Furnishing,placement and compaction of backfill 47 8) Clean-up 48 9. Concrete Water Vault Removal CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised December 20,2012 RELOCATIONS CONTRACT 2017 City Project No.100993 " 0241 14-7 UTILITY REMOVAIJABANDONMENT Page 7 of 17 1 a. Measurement 2 1) Measurement for this Item will be per each concrete water vault to be 3 removed. 4 b. Payment 5 1) The work performed and materials furnished in accordance with this Item 6 and measured as provided under"Measurement" shall be paid for at the unit 7 price bid per each"Remove Concrete Water Vault". 8 c. The price bid shall include: 9 1) Removal and disposal of concrete water vault 10 2) Removal, salvage and delivery of frame and cover to City, if applicable 11 3) Removal, salvage and delivery of any valves to City, if applicable ... 12 4) Removal, salvage and delivery of any water meters to City,if applicable 13 5) Pavement removal 14 6) Excavation 15 7) Hauling 16 8) Disposal of excess materials 17 9) Furnishing,placement and compaction of backfill 18 10) Clean-up 19 C. Sanitary Sewer Lines and Appurtenances 20 1. Abandonment of Sanitary Sewer Line by Cut and installation of Abandonment Plug 21 a. Measurement 22 1) Measurement for this Item shall be per each cut and abandonment plug 23 installed. .,. 24 b. Payment 25 1) The work performed and materials furnished in accordance with this Item 26 and measured as provided under"Measurement"shall be paid for at the unit 27 price bid for each"Sewer Abandonment Plug"for: 28 a) Various sizes 29 c. The price bid shall include: 30 1) Furnishing and installing abandonment plug 31 2) Pavement removal 32 3) Excavation 33 4) Hauling 34 5) CLSM 35 6) Disposal of excess material 36 7) Furnishing,placement and compaction of backfill 37 8) Clean-up 38 2. Sanitary Sewer Manhole Removal 39 a. Measurement 40 1) Measurement for this Item will be per each sanitary sewer manhole to be 41 removed. 42 b. Payment �. 43 1) The work performed and materials furnished in accordance with this Item 44 and measured as provided under"Measurement" shall be paid for at the unit 45 price bid per each"Remove Sewer Manhole"for: 46 a) Various diameters 47 c. The price bid shall include: 48 1) Removal and disposal of manhole CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised December 20,2012 RELOCATIONS CONTRACT 2017 "" City Project No.100993 r. 0241 14-8 UTILITY REMOVAL/ABANDONMENT Page 8 of 17 1 2) Removal, salvage and delivery of frame and cover to City, if applicable 2 3) Cutting and plugging of existing sewer lines .. 3 4) Pavement removal 4 5) Excavation 5 6) Hauling 6 7) Disposal of excess materials 7 8) Furnishing,placement and compaction of backfill 8 9) Clean-up 9 3. Sanitary Sewer Junction Structure Removal 10 a. Measurement 11 1) Measurement for this Item will be per each sanitary sewer junction 12 structure being removed. 13 b. Payment 14 1) The work performed and materials furnished in accordance with this Item 15 and measured as provided under"Measurement" shall be paid for at the lump -- 16 sum bid per each"Remove Sewer Junction Box"location. 17 c. The price bid shall include: 18 1) Removal and disposal of junction box -� 19 2) Removal, salvage and delivery of frame and cover to City. 20 3) Pavement removal 21 4) Excavation 22 5) Hauling 23 6) Disposal of excess materials 24 7) Furnishing,placement and compaction of backfill 25 8) Clean-up 26 D. Storm Sewer Lines and Appurtenances 27 1. Abandonment of Storm Sewer Line by Cut and installation of Abandonment Plug -- 28 a. Measurement 29 1) Measurement for this Item shall be per each cut and abandonment plug to 30 be installed. 31 b. Payment 32 1) The work performed and materials furnished in accordance with this Item 33 and measured as provided under"Measurement" shall be paid for at the unit 34 price bid for each"Storm Abandonment Plug"installed for: 35 a) Various sizes 36 c. The price bid shall include: 37 1) Furnishing and installing abandonment plug 38 2) Pavement removal 39 3) Excavation 40 4) Hauling '- 41 5) CLSM 42 6) Disposal of excess material 43 7) Furnishing,placement and compaction of backfill -- 44 8) Clean-up 45 2. Storm Sewer Manhole Removal 46 a. Measurement •• 47 1) Measurement for this Item will be per each storm sewer manhole to be 48 removed. CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised December 20,2012 RELOCATIONS CONTRACT 2017 City Project No.100993 ,.. 0241 14-9 UTILITY REMOVAUABANDONMENT Page 9 of 17 1 b. Payment 2 1) The work performed and materials furnished in accordance with this Item .. 3 and measured as provided under"Measurement" shall be paid for at the unit 4 price bid per each"Remove Manhole Riser"for: 5 a) Various sizes 6 c. The price bid shall include: 7 1) Removal and disposal of manhole 8 2) Removal, salvage and delivery of frame and cover to City, if applicable 9 3) Pavement removal 10 4) Excavation 11 5) Hauling .., 12 6) Disposal of excess materials 13 7) Furnishing,placement and compaction of backfill 14 8) Clean-up 15 3. Storm Sewer Junction Box Removal 16 a. Measurement 17 1) Measurement for this Item will be per each storm sewer junction structure 18 to be removed. 19 b. Payment 20 1) The work performed and materials furnished in accordance with this Item 21 and measured as provided under"Measurement" shall be paid for at the unit 22 price bid per each"Remove Storm Junction Box"for: 23 a) Various sizes 24 c. The price bid shall include: 25 1) Removal and disposal of junction box 26 2) Removal, salvage and delivery of frame and cover to City, if applicable 27 3) Pavement removal — 28 4) Excavation 29 5) Hauling 30 6) Disposal of excess materials ... 31 7) Furnishing,placement and compaction of backfill 32 8) Clean-up 33 4.' Storm Sewer Junction Structure Removal -- 34 a. Measurement 35 1) Measurement for this Item will be per each storm sewer junction structure 36 being removed. 37 b. Payment 38 1) The work performed and materials furnished in accordance with this Item 39 and measured as provided under"Measurement" shall be paid for at the lump 40 sum bid per each"Remove Storm Junction Structure"location. 41 c. The price bid shall include: 42 1) Removal and disposal,of junction structure 43 2) Removal,salvage and delivery of frame and cover to City, if applicable 44 3) Pavement removal 45 4) Excavation 46 5) Hauling 47 6) Disposal of excess materials 48 7) Furnishing,placement and compaction of backfill CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised December 20,2012 RELOCATIONS CONTRACT 2017 """ City Project No.100993 0241 14-10 UTILITY REMOVAUABANDONMENT Page 10 of 17 '® 1 8) Clean-up 2 5. Storm Sewer Inlet Removal -- 3 a. Measurement 4 1) Measurement for this Item will be per each storm sewer inlet to be 5 removed. 6 b. Payment 7 1) The work performed and materials furnished in accordance with this Item 8 and measured as provided under"Measurement"shall be paid for at the unit .. 9 price bid per each"Remove Storm Inlet"for: 10 a) Various types 11 b) Various sizes 12 c. The price bid shall include: 13 1) Removal and disposal of inlet 14 2) Pavement removal 15 3) Excavation -~ 16 4) Hauling 17 5) Disposal of excess materials 18 6) Furnishing,placement and compaction of backfill .- 19 7) Clean-up 20 6. Storm Sewer Junction Box Removal 21 a. Measurement 22 1) Measurement for this Item shall be per linear foot of existing storm sewer 23 box to be removed. 24 b. Payment 25 1) The work performed and materials furnished in accordance with this Item 26 and measured as provided under"Measurement"shall be paid for at the unit 27 price bid per linear foot of"Remove Storm Junction Box"for all sizes. 28 c. The price bid shall include: 29 1) Removal and disposal of Storm Sewer Box 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 7. Headwall/SET Removal 37 a. Measurement " 38 1) Measurement for this Item will be per each headwall or safety end 39 treatment(SET)to be removed. 40 b. Payment 41 1) The work performed and materials furnished in accordance with this Item 42 and measured as provided under"Measurement"shall be paid for at the unit 43 price bid per each"Remove Headwall/SET". 44 c. The price bid shall include: 45 1) Removal and disposal of Headwall/SET 46 2) Pavement removal 47 3) Excavation 48 4) Hauling CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised December 20,2012 RELOCATIONS CONTRACT 2017 City Project No.100993 .w 0241 14-11 UTILITY REMOVAL/ABANDONMENT Page 11 of 17 1 5) Disposal of excess materials .� 2 6) Furnishing,placement and compaction of backfill 3 7) Clean-up 4 8. Trench Drain Removal 5 a. Measurement 6 1) Measurement for this Item shall be per linear foot of storm sewer trench 7 drain to be removed. 8 b. Payment 9 1) The work performed and materials furnished in accordance with this Item 10 and measured as provided under"Measurement" shall be paid for at the unit 11 price bid per linear foot of"Remove Trench Drain'for: 12 a) Various sizes 13 c. The price bid shall include: 14 1) Removal and disposal of storm sewer line - 15 2) Pavement removal 16 3) Excavation 17 4) Hauling 18 5) Disposal of excess materials 19 6) Furnishing,placement and compaction of backfill 20 7) Clean-up 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Coordination 24 1. Contact Inspector and the Water Department Field Operation Storage Yard for 25 coordination of salvage material return. 26 1.5 SUBMITTALS [NOT USED] 27 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 28 1.7 CLOSEOUT SUBMITTALS [NOT USED] 29 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 30 1.9 QUALITY ASSURANCE [NOT USED] 31 1.10 DELIVERY,STORAGE,AND HANDLING 32 A. Storage and Handling Requirements 33 1. Protect and salvage all materials such that no damage occurs during delivery to the 34 City. CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised December 20,2012 RELOCATIONS CONTRACT 2017 City Project No.100993 0241 14-12 UTILITY REMOVAL/ABANDONMENT Page 12 of 17 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2- PRODUCTS 4 2.1 OWNER-FURNISHED[OR]OWNER-SUPPLIED PRODUCTS [NOT USED] 5 2.2 MATERIALS 6 2.3 ACCESSORIES [NOT USED] 7 2.4 SOURCE QUALITY CONTROL [NOT USED] 8 PART 3- EXECUTION u, 9 3.1 INSTALLERS [NOT USED] 10 3.2 EXAMINATION [NOT USED] 11 3.3 PREPARATION [NOT USED] 12 3.4 REMOVAL,SALVAGE,AND ABANDONMENT 13 A. General 14 1. Manhole Abandonment 15 a. All manholes that are to be taken out of service are to be removed unless 16 specifically requested and/or approved by City. 17 b. Excavate and backfill in accordance with Section 33 05 10. "^ 18 c. Remove and salvage manhole frame and cover as coordinated with City. 19 d. Deliver salvaged material to the City. 20 e. Cut and plug sewer lines to be abandoned. 21 f. Backfill manhole void in accordance with City Standard Details. 22 B. Water Lines and Appurtenances 23 1. Water Line Pressure Plugs 24 a. Ductile Iron Water Lines 25 1) Excavate,embed, and backfill in accordance with Section 33 05 10. 26 2) Plug with an MJ Plug with mechanical restraint and blocking in accordance 27 with Section 33 11 11. 28 3) Perform Cut and Plug in accordance with Section 33 12 25. 29 b. PVC C900 and C905 Water Lines 30 1) Excavate,embed,and backfill in accordance with Section 33 05 10. 31 2) Plug with an MJ Plug with mechanical restraint and blocking in accordance 32 with Section 33 11 11. -- 33 3) Perform Cut and Plug in accordance with Section 33 12 25. 34 c. Concrete Pressure Pipe, Bar Wrapped, Steel Cylinder Type Water Lines 35 1) Excavate,embed, and backfill in accordance with Section 33 05 10 36 2) Plug using: CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised December 20,2012 RELOCATIONS CONTRACT 2017 City Project No.100993 "` 0241 14-13 UTILITY REMOVAUABANDONMENT Page 13 of 17 1 a) A fabricated plug restrained by welding or by a Snap Ring in 2 accordance with Section 33 11 13; or �. 3 b) A blind flange in accordance with Section 33 11 13 4 3) Perform Cut and Plug in accordance with Section 33 12 25. 5 d. Buried Steel Water Lines 6 1) Excavate,embed, and backfill in accordance with Section 33 05 10. 7 2) Plug using: 8 a) A fabricated plug restrained by welding in accordance with Section 33 9 11 14;or 10 b) A blind flange in accordance with Section 33 11 14 11 3) Perform Cut and Plug in accordance with Section 33 12 25. 12 2. Water Line Abandonment Plug 13 a. Excavate and backfill in accordance with Section 33 05 10. 14 b. Plug with CLSM in accordance with Section 03 34 13. 15 3. Water Line Abandonment by Grouting 16 a. Excavate and backfill in accordance with Section 33 05 10. 17 b. Dewater from existing line to be grouted. 18 c. Fill line with Low Density Cellular Grout in accordance with Section 33 05 24 19 or CLSM in accordance with 03 34 13. 20 d. Dispose of any excess material. -- 21 4. Water Line Removal 22 a. Excavate and backfill in accordance with Section 33 05 10. 23 b. Cut existing line from the utility system prior to removal. .. 24 c. Cut any services prior to removal. 25 d. Remove existing pipe line and properly dispose as approved by City. 26 5. Water Valve Removal 27 a. Excavate and backfill in accordance with Section 33 05 10. 28 b. Remove and dispose of valve bonnet, wedge and stem. 29 c. Fill valve body with CLSM in accordance with Section 03 34 13. •• 30 6. Water Valve Removal and Salvage 31 a. Excavate and backfill in accordance with Section 33 05 10. 32 b. Remove valve bonnet, wedge and stem. 33 c. Deliver salvaged material to the Water Department Field Operation Storage 34 Yard. 35 d. Protect salvaged materials from damage. 36 e. Fill valve body with CLSM in accordance with Section 03 34 13. 37 7. Water Valve Abandonment 38 a. Excavate and backfill in accordance with Section 33 05 10. 39 b. Remove the top 2 feet of the valve stack and any valve extensions. 40 c. Fill the remaining valve stack with CLSM in accordance with Section 03 34 13. 41 8. Fire Hydrant Removal and Salvage 42 a. Excavate and backfill in accordance with Section 33 05 10. 43 b. Remove Fire Hydrant. 44 c. Place abandonment plug on fire hydrant lead line. 45 d. Deliver salvaged fire hydrant to the Water Department Field Operation Storage 46 Yard. 47 e. Protect salvaged materials from damage. CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised December 20,2012 RELOCATIONS CONTRACT 2017 City Project No.100993 0241 14-14 UTILITY REMOVAUABANDONMENT Page 14 of 17 �. 1 9. Water Meter Removal and Salvage 2 a. Remove and salvage water meter. 3 b. Return salvaged meter to Project Representative. 4 c. City will provide replacement meter for installation. 5 d. Meter Box and Lid 6 1) Remove and salvage cast iron meter box lid. 7 2) Remove and dispose of any non-cast iron meter box lid. 8 3) Return salvaged material to the Water Department Field Operation Storage 9 Yard. 10 4) Remove and dispose of meter box. 11 10. Water Sample Station Removal and Salvage 12 a. Remove and salvage existing water sample station. 13 b. Deliver salvaged material to the Water Department Field Operation Storage 14 Yard. 15 11. Concrete Water Vault Removal 16 a. Excavate and backfill in accordance with Section 33 05 10. 17 b. Remove and salvage vault lid. 18 c. Remove and salvage valves. 19 d. Remove and salvage meters. 20 e. Deliver salvaged material to the Water Department Field Operation Storage 21 Yard. 22 f. Remove and dispose of any piping or other appurtenances. 23 g. Demolish and remove entire concrete vault. 24 h. Dispose of all excess materials. 25 12. Cathodic Test Station Abandonment 26 a. Excavate and backfill in accordance with Section 33 05 10 27 b. Remove the top 2 feet of the cathodic test station stack and contents. 28 c. Fill any remaining voids with CLSM in accordance with Section 03 34 13. 29 C. Sanitary Sewer Lines and Appurtenances 30 1. Sanitary Sewer Line Abandonment Plug 31 a. Excavate and backfill in accordance with Section 33 05 10. 32 b. Remove and dispose of any sewage. 33 c. Plug with CLSM in accordance with Section 03 34 13. 34 2. Sanitary Sewer Line Abandonment by Grouting 35 a. Excavate and backfill in accordance with Section 33 05 10. 36 b. Dewater and dispose of any sewage from the existing line to be grouted. 37 c. Fill line with Low Density Cellular Grout in accordance with Section 33 05 24 38 or CLSM in accordance with 03 34 13. 39 d. Dispose of any excess material. .. 40 3. Sanitary Sewer Line Removal 41 a. Excavate and backfill in accordance with Section 33 05 10. 42 b. Cut existing line from the utility system prior to removal. r• 43 c. Cut any services prior to removal. 44 d. Remove existing pipe line and properly dispose as approved by City. 45 4. Sanitary Sewer Manholes Removal -- 46 a. All sanitary sewer manholes that are to be taken out of service are to be 47 removed unless specifically requested and/or approved by City. CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised December 20,2012 RELOCATIONS CONTRACT 2017 City Project No.100993 ""` 0241 14-15 UTILITY REMOVALABANDONMENT Page 15 of 17 1 b. Excavate and backfill in accordance with Section 33 05 10. 2 c. Remove and salvage manhole frame and cover. 3 d. Deliver salvaged material to the Water Department Field Operation Storage: 4 e. Demolish and remove entire concrete manhole. 5 f. Cut and plug sewer lines to be abandoned. 6 5. Sanitary Sewer Junction Structure Removal 7 a. Excavate and backfill in accordance with Section 33 05 10. 8 b. Remove and salvage manhole frame and cover. 9 c. Deliver salvaged material to the Water Department Field Operation Storage. 10 d. Demolish and remove entire concrete manhole. 11 e. Cut and plug sewer lines to be abandoned. 12 D. Storm Sewer Lines and Appurtenances 13 1. Storm Sewer Abandonment Plug 14 a. Excavate and backfill in accordance with Section 33 05 10. ,. 15 b. Dewater line. 16 c. Plug with CLSM in accordance with Section 03 34 13. 17 2. Storm Sewer Line Abandonment by Grouting 18 a. Excavate and backfill in accordance with Section 33 05 10. 19 b. Dewater the existing line to be grouted. 20 c. Fill line with Low Density Cellular Grout in accordance with Section 33 05 24 21 or CLSM in accordance with 03 34 13. 22 d. Dispose of any excess material. 23 3. Storm Sewer Line Removal �. 24 a. Excavate and backfill in accordance with Section 33 05 10. 25 b. Remove existing pipe line and properly dispose as approved by City. 26 4. Storm Sewer Manhole Removal 27 a. All storm sewer manholes that are to be taken out of service are to be removed 28 unless specifically requested and/or approved by City. 29 b. Excavate and backfill in accordance with Section 33 05 10. 30 c. Demolish and remove entire concrete manhole. 31 d. Cut and plug storm sewer lines to be abandoned. 32 5. Storm Sewer Junction Box and/or Junction Structure Removal 33 a. Excavate and backfill in accordance with Section 33 05 10. 34 b. Demolish and remove entire concrete structure. 35 c. Cut and plug storm sewer lines to be abandoned. 36 6. Storm Sewer Inlet Removal 37 a. Excavate and backfill in accordance with Section 33 05 10. 38 b. Demolish and remove entire concrete inlet. 39 c. Cut and plug storm sewer lines to be abandoned. 40 7. Storm Sewer Box Removal 41 a. Excavate and backfill in accordance with Section 33 05 10. 42 b. Cut existing line from the utility system prior to removal. 43 c. Cut any services prior to removal. 44 d. Remove existing pipe line and properly dispose as approved by City. 45 8. Headwall/SET Removal 46 a. Excavate and backfill in accordance with Section 33 05 10. CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised December 20,2012 RELOCATIONS CONTRACT 2017 '"" City Project No.100993 0241 14-16 UTILITY REMOVAL/ABANDONMENT Page 16 of 17 1 b. Demolish and remove entire concrete inlet. 2 c. Cut and plug storm sewer lines to be abandoned. 3 9. Storm Sewer Trench Drain Removal 4 a. Excavate and backfill in accordance with Section 33 05 10. 5 b. Remove existing pipe line and dispose as approved by City. 6 3.5 REPAIR/RESTORATION[NOT USED] 7 3.6 RE-INSTALLATION [NOT USED] 8 3.7 FIELD[OR]SITE QUALITY CONTROL 9 3.8 SYSTEM STARTUP[NOT USED] ... 10 3.9 ADJUSTING [NOT USED] 11 3.10 CLEANING[NOT USED] — 12 3.11 CLOSEOUT ACTIVITIES [NOT USED] 13 3.12 PROTECTION [NOT USED] 14 3.13 MAINTENANCE [NOT USED] 15 3.14 ATTACHMENTS [NOT USED] 16 CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised December 20,2012 RELOCATIONS CONTRACT 2017 City Project No.100993 0241 14-17 UTILITY REMOVAUABANDONMENT �- Page 17 of 17 1 END OF SECTION .. Revision Log DATE NAME SUMMARY OF CHANGE 1.2.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 and/or approved by City 2 CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised December 20,2012 RELOCATIONS CONTRACT 2017 "" City Project No.100993 3201 17-1 PERMANENT ASPHALT PAVING REPAIR Page 1 of 6 1 SECTION 32 0117 2 PERMANENT ASPHALT PAVING REPAIR 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section includes: 6 1. Flexible pavement repair to include,but not limited to: 7 a. Utility cuts(water, sanitary sewer,drainage, franchise utilities,etc.) 8 b. Warranty work 9 c. Repairs of damage caused by Contractor 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. 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 2.Asphalt Pavement Repair for Utility Service Trench 16 a.Measurement 17 1)Shall apply to Water Service Lines also 18 2)Measurement for proposed service line to be from liu of 19ug tter to the limit of the asphalt pavement repair for water 20 or sewer lines. ^� 21 3)Utility service repair will be paid for per linear foot, 22 regardless of the width. 23 C. Related Specification Sections include,but are not necessarily limited to: 24 1. Division 0-Bidding Requirements,Contract Forms,and Conditions of the 25 Contract -. 26 2. Division 1 -General Requirements 27 3. Section 03 34 16-Concrete Base Material for Trench Repair 28 4. Section 32 12 16-Asphalt Paving 29 5. Section 32 13 13-Concrete Paving 30 6. Section 33 05 10-Utility Trench Excavation,Embedment and Backfill 31 1.2 PRICE AND PAYMENT PROCEDURES 32 A. Measurement and Payment 33 1. Asphalt Pavement Repair 34 a. Measurement 35 1) Measurement for this Item will be by the linear foot of Asphalt Pavement 36 Repair based on the defined width and roadway classification specified in 37 the Drawings. 38 b. Payment CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised December 20,2012 RELOCATIONS CONTRACT 2017 `"" City Project No.100993 3201 17-2 PERMANENT ASPHALT PAVING REPAIR Page 2 of 6 1 1) The work performed and materials furnished in accordance with this Item 2 and measured as provided under"Measurement"will be paid for at the unit 3 price bid price per linear foot of Asphalt Pavement Repair. 4 c. The price bid shall include: 5 1) Preparing final surfaces 6 2) Furnishing, loading, unloading, storing, hauling and handling all materials 7 including freight and royalty 8 3) Traffic control for all testing 9 4) Asphalt, aggregate,and additive 10 5) Materials and work needed for corrective action 11 6) Trial batches 12 7) Tack coat -- 13 8) Removal and/or sweeping excess material 14 2. Asphalt Pavement Repair for Utility Service Trench 15 a. Measurement -- 16 1) Measurement for this Item will be by the linear foot of Asphalt Pavement 17 Repair centered on the proposed sewer service line measured from the face 18 of curb to the limit of the Asphalt Pavement Repair for the main sewer line. ,.. 19 b. Payment 20 1) The work performed and materials furnished in accordance with this Item 21 and measured as provided under"Measurement'will be paid for at the unit 22 price bid price per linear foot of"Asphalt Pavement Repair, Service" 23 installed for: 24 a) Various types of utilities 25 c. The price bid shall include: 26 1) Preparing final surfaces 27 2) Furnishing, loading,unloading, storing,hauling and handling all materials 28 including freight and royalty 29 3) Traffic control for all testing 30 4) Asphalt, aggregate,and additive 31 5) Materials and work needed for corrective action -- 32 6) Trial batches 33 7) Tack coat 34 8) Removal and/or sweeping excess material 35 3. Asphalt Pavement Repair Beyond Defined Width 36 a. Measurement 37 1) Measurement for this Item will be by the square yard for asphalt pavement 38 repair beyond pay limits of the defined width of Asphalt Pavement Repair 39 by roadway classification specified in the Drawings. 40 b. Payment 41 1) The work performed and materials furnished in accordance with this Item 42 and measured as provided under"Measurement'will be paid for at the unit 43 price bid per square yard of Asphalt Pavement Repair Beyond Defined 44 Width. 45 c. The price bid shall include: 46 1) Preparing final surfaces 47 2) Furnishing,loading,unloading, storing,hauling and handling all materials 48 including freight and royalty CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised December 20,2012 RELOCATIONS CONTRACT 2017 City Project No.100993 3201 17-3 PERMANENT ASPHALT PAVING REPAIR Page 3 of 6 1 3) Traffic control for all testing 2 4) Asphalt, aggregate,and additive 3 5) Materials and work needed for corrective action 4 6) Trial batches 5 7) Tack coat 6 8) Removal and/or sweeping excess material 7 4. Extra Width Asphalt Pavement Repair 8 a. Measurement 9 1) Measurement for this Item will be by the square yard for surface repair 10 (does not include base repair)for: 11 a) Various thicknesses -- 12 b. Payment 13 1) The work performed and materials furnished in accordance with this Item 14 and measured as provided under"Measurement"will be paid for at the unit 15 price bid per square yard of Extra Width Asphalt Pavement Repair 16 c. The price bid shall include: 17 1) Preparing final surfaces 18 2) Furnishing, loading,unloading, storing,hauling and handling all materials 19 including freight and royalty 20 3) Traffic control for all testing 21 4) Asphalt,aggregate, and additive 22 5) Materials and work needed for corrective action 23 6) Trial batches 24 7) Tack coat 25 8) Removal and/or sweeping excess material 26 1.3 REFERENCES 27 A. Definitions 28 1. H.M.A.C.—Hot Mix Asphalt Concrete .�, 29 1.4 ADMINISTRATIVE REQUIREMENTS 30 A. Permitting .. 31 1. Obtain Street Use Permit to make utility cuts in the street from the Transportation 32 and Public Works Department in conformance with current ordinances. 33 2. The Transportation and Public Works Department will inspect the paving repair 34 after construction. 35 1.5 SUBMITTALS [NOT USED] 36 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 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] CrrY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised December 20,2012 RELOCATIONS CONTRACT 2017 '"" City Project No.100993 3201 17-4 PERMANENT ASPHALT PAVING REPAIR Page 4 of 6 1 1.11 DELIVERY,STORAGE,AND HANDLING[NOT USED] 2 1.12 FIELD CONDITIONS 3 A. Place mixture when the roadway surface temperature is 45 degrees F or higher and 4 rising unless otherwise approved. 5 1.13 WARRANTY [NOT USED] 6 PART2- PRODUCTS 7 2.1 OWNER-FURNISHED [NOT USED] 8 2.2 MATERIALS 9 A. Backfill 10 1. See Section 33 05 10. 11 B. Base Material 12 1. Concrete Base Material for Trench Repair: See Section 03 34 16. 13 2. Concrete Base: See Section 32 13 13. 14 C. Asphalt Paving: see Section 32 12 16. 15 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 19 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 City meet prior to saw cutting to confirm limits of repairs. 25 3.4 INSTALLATION 26 A. General 27 1. Equipment 28 a. Use machine intended for cutting pavement. 29 b. Milling machines may be used as long as straight edge is maintained. 30 2. Repairs: In true and straight lines to dimensions shown on the Drawings. 31 3. Utility Cuts 32 a. In a true and straight line on both sides of the trench 33 b. Minimum of 12 inches outside the trench walls CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised December 20,2012 RELOCATIONS CONTRACT 2017 City Project No.100993 '"` 3201 17-5 PERMANENT ASPHALT PAVING REPAIR .� Page 5 of 6 1 c. If the existing flexible pavement is 2 feet or less between the lip of the existing 2 gutter and the edge of the trench repair,remove the existing paving to such 3 gutter. 4 4. Limit dust and residues from sawing from entering the atmosphere or drainage 5 facilities. 6 B. Removal 7 1. Use care to prevent fracturing existing pavement structure adjacent to the repair 8 area. 9 C. Base 10 1. Install replacement base material as specified in Drawings. 11 D. Asphalt Paving 12 1. H.M.A.0 placement: in accordance with Section 32 12 16 13 2. Type D surface mix 14 3. Depth: as specified in Drawings 15 4. Place surface mix in lifts not to exceed 3 inches. 16 5. Last or top lift shall not be less than 2 inches thick. 17 3.5 REPAIRlRESTORATION [NOT USED] 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 3.14 ATTACHMENTS [NOT USED] 27 28 END OF SECTION 29 Revision Log DATE NAME SUNIMARY OF CHANGE 1.2.A=Modified Items to be included in price bid;Added blue text for clarification 12/20/2012 D.Johnson of repair width on utility trench repair;Added a bid item for utility service trench _. repair. CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised December 20,2012 RELOCATIONS CONTRACT 2017 ^` City Project No.100993 3201 17-6 PERMANENT ASPHALT PAVING REPAIR Page 6 of 6 1 CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised December 20,2012 RELOCATIONS CONTRACT 2017 City Project No.100993 "" 3201 18-1 TEMPORARY ASPHALT PAVING REPAIR Page 1 of 4 1 SECTION 32 0118 2 TEMPORARY ASPHALT PAVING REPAIR 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Utility cuts (water, sanitary sewer,drainage, etc.)along streets programmed for 7 total reconstruction under a Capital Improvement Program or resurfacing under a 8 Street Maintenance Program 9 2. Repairs of damage caused by Contractor 10 3. Any other temporary pavement repair needed during the course of construction. 11 B. Deviations from this City of Fort Worth Standard Specification 12 1. 2-inch Temporary Pavement Repair shall include,2-inch HMAC Type D and 13 6-inch Type B Flex Base Material, Grade 2 14 C. Related Specification Sections include,but are not necessarily limited to: 15 1. Division 0 -Bidding Requirements,Contract Forms,and Conditions of the Contract 16 2. Division 1 -General Requirements 17 3. Section 32 1123 -Flexible Base Courses 18 4. Section 32 12 16-Asphalt Paving 19 5. Section 33 05 10 -Utility Trench Excavation,Embedment and Backfill 20 1.2 PRICE AND PAYMENT PROCEDURES 21 A. Measurement and Payment 22 1. Measurement 23 a. Measurement for this Item shall be by the linear foot of Temporary Asphalt 24 Paving Repair. 25 2. Payment 26 a. The work performed and materials furnished in accordance with this Item and 27 measured as provided under"Measurement'will be paid for at the unit price 28 bid per linear foot of Temporary Asphalt Paving Repair. No additional " 29 payment will be provided for repairs of damage to adjacent pavement caused by 30 the Contractor. 31 3. The price bid shall include: 32 a. Preparing final surfaces 33 b. Furnishing,loading,unloading, storing,hauling and handling all materials 34 including freight and royalty 35 c. Traffic control for all testing 36 d. Asphalt, aggregate, and additive 37 e. Materials and work needed for corrective action .— 38 f. Trial batches 39 g. Tack coat CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised December 20,2012 RELOCATIONS CONTRACT 2017 City Project No.100993 3201 18-2 TEMPORARY ASPHALT PAVING REPAIR Page 2 of 4 1 h. Removal and/or sweeping excess material 2 3 1.3 REFERENCES 4 A. Definitions 5 1. H.M.A.C.—Hot Mix Asphalt Concrete 6 1.4 ADMINISTRATIVE REQUIREMENTS 7 A. Permitting 8 1. Obtain Street Use Permit to make utility cuts in the street from the Transportation 9 and Public Works Department in conformance with current ordinances. .. 10 2. The Transportation and Public Works Department will inspect the paving repair 11 after construction. 12 1.5 SUBMITTALS [NOT USED] 13 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 14 A. Asphalt Pavement Mix Design: submit for approval. Section 32 12 16. 15 1.7 CLOSEOUT SUBMITTALS [NOT USED] 16 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 17 1.9 QUALITY ASSURANCE [NOT USED] 18 1.10 DELIVERY,STORAGE,AND HANDLING[NOT USED] 19 1.11 FIELD CONDITIONS 20 A. Weather Conditions: Place mixture when the roadway surface temperature is 40 degrees 21 F or higher and rising unless otherwise approved. 22 1.12 WARRANTY [NOT USED] 23 PART 2- PRODUCTS , 24 2.1 OWNER-FURNISHED [NOT USED] 25 2.2 MATERIALS 26 A. Backfill: see Section 33 05 10. 27 B. Base Material 28 1. Flexible Base: Use existing base and add new flexible base as required in 29 accordance with Section 32 1123. 30 C. Asphalt Concrete: See Section 32 12 16. 31 1. H.M.A.C.paving:Type D. 32 2.3 ACCESSORIES [NOT USED] 33 2.4 SOURCE QUALITY CONTROL[NOT USED] CrrY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised December 20,2012 RELOCATIONS CONTRACT 2017 City Project No.100993 3201 18-3 TEMPORARY ASPHALT PAVING REPAIR Page 3 of 4 1 PART 3- EXECUTION 2 3.1 INSTALLERS [NOT USED] 3 3.2 EXAMINATION [NOT USED] 4 3.3 PREPARATION [NOT USED] 5 3.4 INSTALLATION 6 A. Removal 7 1. Use an approved method that produces a neat edge. -w 8 2. Use care to prevent fracturing existing pavement structure adjacent to the repair 9 area. 10 B. Base 11 1. Install flexible base material per detail. 12 2. See Section 32 1123. 13 C. Apshalt Paving 14 1. H.M.A.C. placement: in accordance with Section 32 12 16. 15 2. Type D surface mix. 16 3.5 REPAIR/RESTORATION[NOT USED] 17 3.6 RE-INSTALLATION [NOT USED] 18 3.7 FIELD QUALITY CONTROL[NOT USED] 19 3.8 SYSTEM STARTUP[NOT USED] 20 3.9 ADJUSTING[NOT USED] ,,. 21 3.10 CLEANING[NOT USED] 22 3.11 CLOSEOUT ACTIVITIES [NOT USED] 23 3.12 PROTECTION [NOT USED] 24 3.13 MAINTENANCE [NOT USED] W 25 3.14 ATTACHMENTS [NOT USED] 26 END OF SECTION 27 Revision Log DATE NAME SUN lARY OF CHANGE 12/20/2012 D.Johnson 1.2.A—Modified Items to be included in price bid CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised December 20,2012 RELOCATIONS CONTRACT 2017 City Project No.100993 3201 18-4 TEMPORARY ASPHALT PAVING REPAIR Page 4 of 4 1 CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised December 20,2012 RELOCATIONS CONTRACT 2017 City Project No.100993 321723-1 PAVEMENT MARKINGS Page 1 of 11 1 SECTION 3217 23 2 PAVEMENT MARKINGS -... 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Pavement Markings 7 a. Thermoplastic,hot-applied, spray(HAS)pavement markings 8 b. Thermoplastic,hot-applied, extruded(HAE)pavement markings 9 c. Preformed polymer tape 10 d. Preformed heat-activated thermoplastic tape 11 2. Raised markers 12 3. Work zone markings ., 13 4. Removal of pavement markings and markers 14 B. Deviations from this City of Fort Worth Standard Specification 15 1. For Miscellaneous Water and Sewer Contracts,all Pavement Marking repairs 16 and replacements shall be subsidiary to the appropriate pavement repair bid 17 item. , 18 C. Related Specification Sections include,but are not necessarily limited to: 19 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 20 2. Division 1 —General Requirements 21 1.2 PRICE AND PAYMENT PROCEDURES 22 A. Measurement and Payment 23 1. Pavement Markings 24 a. Measurement 25 1) Measurement for this Item shall be per linear foot of material placed. 26 b. Payment 27 1) The work performed and materials furnished in accordance with this Item 28 and measured as provided under"Measurement"shall be paid for at the 29 unit price bid per linear foot of"Pvmt Marking"installed for: 30 a) Various Widths 31 b) Various Types 32 c) Various Materials 33 d) Various Colors 34 c. The price bid shall include: 35 1) Installation of Pavement Marking 36 2) Glass beads, when required 37 3) Surface preparation 38 4) Clean-up -- 39 5) Testing(when required) 40 2. Legends CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised November 22,2013 RELOCATIONS CONTRACT 2017 '"" City Project No.100993 321723-2 PAVEMENT MARKINGS Page 2 of 11 1 a. Measurement 2 1) Measurement for this Item shall be per each Legend installed. „ 3 b. Payment 4 1) The work performed and materials furnished in accordance with this Item 5 shall be paid for at the unit price bid per each"Legend"installed for: 6 a) Various types 7 b) Various applications 8 c. The price bid shall include: 9 1) Installation of Pavement Marking 10 2) Glass beads, when required 11 3) Surface preparation 12 4) Clean-up -- 13 5) Testing 14 3. Raised Markers 15 a. Measurement 16 1) Measurement for this Item shall be per each Raised Marker installed. 17 b. Payment 18 1) The work performed and materials furnished in accordance with this Item .. 19 shall be paid for at the unit price bid per each"Raised Marker"installed 20 for: 21 a) Various types 22 c. The price bid shall include: 23 1) Installation of Raised Markers 24 2) Surface preparation 25 3) Clean-up 26 4) Testing 27 4. Work Zone Tab Markers 28 a. Measurement 29 1) Measurement for this Item shall be per each Tab Marker installed. 30 b. Payment 31 1) The work performed and materials furnished in accordance with this Item 32 shall be paid for at the unit price bid per each"Tab Marker"installed for: 33 a) Various types 34 c. The price bid shall include: 35 1) Installation of Tab Work Zone Markers 36 5. Fire Lane Markings 37 a. Measurement 38 1) Measurement for this Item shall be per the linear foot. 39 b. Payment 40 1) The work performed and materials furnished in accordance with this Item 41 and measured as provided under"Measurement"shall be paid for at the 42 unit price bid per linear foot of"Fire Lane Marking"installed. 43 c. The price bid shall include: 44 1) Surface preparation 45 2) Clean-up 46 3) Testing 47 6. Pavement Marking Removal 48 a. Measurement CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised November 22,2013 RELOCATIONS CONTRACT 2017 City Project No.100993 321723-3 PAVEMENT MARKINGS Page 3 of 11 1 1) Measure for this Item shall be per linear foot. 2 b. Payment 3 1) The work performed and materials furnished in accordance with this Item 4 and measured as provided under"Measurement"shall be paid for at the 5 unit price bid per linear foot of"Remove Pvmt Marking"performed for: 6 a) Various widths 7 c. The price bid shall include: 8 1) Removal of Pavement Markings ... 9 2) Clean-up 10 7. Raised Marker Removal 11 a. Measurement 12 1) Measurement for this Item shall be per each Pavement Marker removed. 13 b. Payment 14 1) The work performed and materials furnished in accordance with this Item 15 shall be paid for at the unit price bid per each"Remove Raised Marker" 16 performed. 17 c. The price bid shall include: 18 1) Removal of each Marker 19 2) Disposal of removed materials 20 3) Clean-up 21 8. Legend Removal 22 a. Measurement 23 1) Measure for this Item shall be per each Legend removed. ... 24 b. Payment 25 1) The work performed and materials furnished in accordance with this Item 26 and measured as provided under"Measurement" shall be paid for at the 27 unit price bid per linear foot of"Remove Legend"performed for: 28 a) Various types 29 b) Various applications 30 c. The price bid shall include: 31 1) Removal of Pavement Markings 32 2) Clean-up 33 1.3 REFERENCES 34 A. Reference Standards 35 1. Reference standards cited in this Specification refer to the current reference ^— 36 standard published at the time of the latest revision date logged at the end of this 37 Specification, unless a date is specifically cited. 38 2. Texas Manual on Uniform Traffic Control Devices(MUTCD). 2011 Edition 39 a. Part 3,Markings 40 3. American Association of State Highway and Transportation Officials(AASHTO) 41 a. Standard Specification for Glass Beads Used in Pavement Markings,M 247-09 42 4. Federal Highway Administration(FHWA) 43 a. 23 CFR Part 655,FHWA Docket No. FHWA-2009-0139 �. 44 5. Texas Department of Transportation(TxDOT) 45 a. DMS-4200,Pavement Markers(Reflectorized) 46 b. DMS-4300,Traffic Buttons CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised November 22,2013 RELOCATIONS CONTRACT 2017 `" City Project No.100993 321723-4 PAVEMENT MARKINGS Page 4 of 11 1 c. DMS-8220,Hot Applied Thermoplastic 2 d. DMS-8240,Permanent Prefabricated Pavement Markings 3 e. DMS-8241,Removable Prefabricated Pavement Markings 4 f. DMS-8242,Temporary Flexible-Reflective Road Marker Tabs 5 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] -- 6 1.5 SUBMITTALS 7 A. Submittals shall be in accordance with Section 0133 00. 8 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 9 specials. 10 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 11 1.7 CLOSEOUT SUBMITTALS [NOT USED] 12 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 13 1.9 QUALITY ASSURANCE [NOT USED] 14 1.10 DELIVERY,STORAGE,AND HANDLING 15 A. Storage and Handling Requirements 16 1. The Contractor shall secure and maintain a location to store the material in 17 accordance with Section 0150 00. 18 1.11 FIELD [SITE] CONDITIONS [NOT USED] 19 1.12 WARRANTY [NOT USED] 20 PART 2- PRODUCTS 21 2.1 OWNER-SUPPLIED PRODUCTS 22 A. New Products 23 1. Refer to Drawings to determine if there are owner-supplied products for the Project. 24 2.2 MATERIALS 25 A. Manufacturers 26 1. Only the manufacturers as listed in the City's Standard Products List will be 27 considered as shown in Section 0160 00. 28 a. The manufacturer must comply with this Specification and related Sections. 29 2. Any product that is not listed on the Standard Products List is considered a 30 substitution and shall be submitted in accordance with Section 0125 00. 31 B. Materials 32 1. Pavement Markings 33 a. Thermoplastic,hot applied, spray 34 1) Refer to Drawings and City Standard Detail Drawings for width of 35 longitudinal lines. CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised November 22,2013 RELOCATIONS CONTRACT 2017 City Project No.100993 321723-5 PAVEMENT MARKINGS *^ Page 5 of 11 1 2) Product shall be especially compounded for traffic markings. 2 3) When placed on the roadway, the markings shall not be slippery when wet, 3 lift from pavement under normal weather conditions nor exhibit a tacky 4 exposed surface. 5 4) Cold ductility of the material shall permit normal road surface expansion 6 and contraction without chipping or cracking. 7 5) The markings shall retain their original color, dimensions and placement 8 under normal traffic conditions at road surface temperatures of 158 degrees 9 Fahrenheit and below. 10 6) Markings shall have uniform cross-section,clean edges, square ends and no 11 evidence of tracking. .. 12 7) The density and quality of the material shall be uniform throughout the 13 markings. 14 8) The thickness shall be uniform throughout the length and width of the 15 markings. 16 9) The markings shall be 95 percent free of holes and voids,and free of 17 blisters for a minimum of 60 days after application. 18 10) The material shall not deteriorate by contact with sodium chloride,calcium 19 chloride or other chemicals used to prevent roadway ice or because of the 20 oil content of pavement markings or from oil droppings or other effects of 21 traffic. 22 11) The material shall not prohibit adhesion of other thermoplastic markings if, 23 at some future time, new markings are placed over existing material. 24 a) New material shall bond itself to the old line in such a manner that no 25 splitting or separation takes place. 26 12) The markings placed on the roadway shall be completely retroreflective 27 both internally and externally with traffic beads and shall exhibit uniform 28 retro-directive reflectance. 29 13) Traffic beads 30 a) Manufactured from glass 31 b) Spherical in shape 32 c) Essentially free of sharp angular particles 33 d) Essentially free of particles showing cloudiness, surface scoring or 34 surface scratching 35 e) Water white in color 36 f) Applied at a uniform rate 37 g) Meet or exceed Specifications shown in AASHTO Standard 38 Specification for Glass Beads Used in Pavement Markings,AASHTO 39 Designation:M 247-09. 40 b. Thermoplastic,hot applied,extruded 41 1) Product shall be especially compounded for traffic markings 42 2) When placed on the roadway, the markings shall not be slippery when wet, 43 lift from pavement under normal weather conditions nor exhibit a tacky 44 exposed surface. 45 3) Cold ductility of the material shall permit normal road surface expansion 46 and contraction without chipping or cracking. 47 4) The markings shall retain their original color,dimensions and placement 48 under normal traffic conditions at road surface temperatures of 158 degrees 49 Fahrenheit and below. CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised November 22,2013 RELOCATIONS CONTRACT 2017 ''" City Project No.100993 321723-6 PAVEMENT MARKINGS Page 6 of 11 1 5) Markings shall have uniform cross-section,clean edges, square ends and no 2 evidence of tracking. M 3 6) The density and quality of the material shall be uniform throughout the 4 markings. 5 7) The thickness shall be uniform throughout the length and width of the 6 markings. " 7 8) The markings shall be 95 percent free of holes and voids,and free of 8 blisters for a minimum of 60 days after application. 9 9) The minimum thickness of the marking, as measured above the plane 10 formed by the pavement surface, shall not be less than 1/8 inch in the center 11 of the marking and 3/32 inch at a distance of'6 inch from the edge. 12 10) Maximum thickness shall be 3/16 inch. 13 11) The material shall not deteriorate by contact with sodium chloride,calcium 14 chloride or other chemicals used to prevent roadway ice or because of the 15 oil content of pavement markings or from oil droppings or other effects of . 16 traffic. 17 12) The material shall not prohibit adhesion of other thermoplastic markings if, 18 at some future time, new markings are placed over existing material. New 19 material shall bond itself to the old line in such a manner that no splitting or 20 separation takes place. 21 13) The markings placed on the roadway shall be completely retroreflective 22 both internally and externally with traffic beads and shall exhibit uniform 23 retro-directive reflectance. 24 14) Traffic beads 25 a) Manufactured from glass 26 b) Spherical in shape 27 c) Essentially free of sharp angular particles 28 d) Essentially free of particles showing cloudiness, surface scoring or �- 29 surface scratching 30 e) Water white in color 31 f) Applied at a uniform rate 32 g) Meet or exceed Specifications shown in AASHTO Standard 33 Specification for Glass Beads Used in Pavement Markings,AASHTO 34 Designation: M 247-09. 35 c. Preformed Polymer Tape 36 1) Material shall meet or exceed the Specifications for SWARCO Director 35, 37 3M High Performance Tape Series 3801 ES,or approved equal. 38 d. Preformed Heat-Activated Thermoplastic Tape 39 1) Material shall meet or exceed the Specifications for HOT Tape Brand 0.125 40 mil preformed thermoplastic or approved equal. 41 2. Raised Markers 42 a. Markers shall meet the requirements of the Texas Manual on Uniform Traffic 43 Control Devices. 44 b. Non-reflective markers shall be Type Y(yellow body)and Type W(white 45 body)round ceramic markers and shall meet or exceed the TxDOT 46 Specification DMS-4300. 47 c. The reflective markers shall be plastic,meet or exceed the TxDOT 48 Specification DMS-4200 for high-volume retroreflective raised markers and be 49 available in the following types: CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised November 22,2013 RELOCATIONS CONTRACT 2017 City Project No.100993 321723-7 PAVEMENT MARKINGS Page 7 of 11 1 1) Type I-C, white body, 1 face reflects white 2 2) Type II-A-A,yellow body, 2 faces reflect amber 3 3) Type II-C-R,white body, 1 face reflects white,the other red 4 5 3. Work Zone Markings 6 a. Tabs 7 1) Temporary flexible-reflective roadway marker tabs shall meet requirements 8 of TxDOT DMS-8242,"Temporary Flexible-Reflective Road Marker 9 Tabs." 10 2) Removable markings shall not be used to simulate edge lines. 11 3) No segment of roadway open to traffic shall remain without permanent 12 pavement markings for a period greater than 14 calendar days. 13 b. Raised Markers 14 1) All raised pavement markers shall meet the requirements of DMS-4200. 15 c. Striping 16 1) Work Zone striping shall meet or exceed the TxDOT Specification DMS- 17 8200. 18 2.3 ACCESSORIES [NOT USED] 19 2.4 SOURCE QUALITY CONTROL 20 A. Performance 21 1. Minimum maintained retroreflectivity levels for longitudinal markings shall meet 22 the requirements detailed in the table below for a minimum of 30 calendar days. Posted Speed(mph) <-30 35-50 >-55 2-lane roads with centerline n/a 100 250 markings only(1) All other roads (2) 1 n/a 50 100 23 (1)Measured at standard 30-m geometry in units of mcd/m/lux. 24 (2)Exceptions: 25 A.When raised reflective pavement markings(RRPMs)supplement or substitute for a 26 longitudinal line,minimum pavement marking retroreflectivity levels are not applicable as 27 long as the RRPMs are maintained so that at least 3 are visible from any position along that 28 line during nighttime conditions. 29 B.When continuous roadway lighting assures that the markings are visible,minimum 30 pavement marking retroreflectivity levels are not applicable. 31 PART 3- EXECUTION 32 3.1 EXAMINATION[NOT USED] 33 3.2 PREPARATION 34 A. Pavement Conditions -® 35 1. Roadway surfaces shall be free of dirt, grease,loose and/or flaking existing 36 markings and other forms of contamination. CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised November 22,2013 RELOCATIONS CONTRACT 2017 "" City Project No.100993 321723-8 PAVEMENT MARKINGS Page 8 of 11 1 2. New Portland cement concrete surfaces shall be cleaned sufficiently to remove the 2 curing membrane. 3 3. Pavement to which material is to be applied shall be completely dry. 4 4. Pavement shall be considered dry,if,on a sunny day after observation for 15 5 minutes,no condensation develops on the underside of a 1 square foot piece of 6 clear plastic that has been placed on the pavement and weighted on the edges. 7 5. Equipment and methods used for surface preparation shall not damage the 8 pavement or present a hazard to motorists or pedestrians. -- 9 3.3 INSTALLATION 10 A. General .- 11 1. The materials shall be applied according to the manufacturer's recommendations. 12 2. Markings and markers shall be applied within temperature limits recommended by 13 the material manufacturer,and shall be applied on clean,dry pavement having a 14 surface temperature above 50 degrees Fahrenheit. 15 3. Markings that are not properly applied due to faulty application methods or being 16 placed in the wrong position or alignment shall be removed and replaced by the 17 Contractor at the Contractor's expense. If the mistake is such that it would be 18 confusing or hazardous to motorists,it shall be remedied the same day of 19 notification. Notification will be made by phone and confirmed by fax. Other -- 20 mistakes shall be remedied within 5 days of written notification. 21 4. When marking&are applied on roadways open to traffic,care will be taken to 22 ensure that proper safety precautions are followed, including the use of signs, -� 23 cones,barricades,flaggers,etc. 24 5. Freshly applied markings shall be protected from traffic damage and disfigurement. 25 6. Temperature of the material must be equal to the temperature of the road surface 26 before allowing traffic to travel on it. 27 B. Pavement Markings 28 1. Thermoplastic,hot applied, spray 29 a. This method shall be used to install and replace long lines-centerlines,lane 30 lines,edge lines,turn lanes, and dots. 31 b. Markings shall be applied at a-110 mil thickness. 32 c. Markings shall be applied at a 90 mil thickness when placed over existing 33 markings. 34 d. A sealer shall be used if concrete or asphalt is older than three(3)years. 35 e. Typical setting time shall be between 4 minutes and 10 minutes depending 36 upon the roadway surface temperature and the humidity factor. 37 f. Retroreflective raised markers shall be used to supplement the centerlines, lane 38 lines, and turn lanes. Refer to City Standard Detail Drawings for placement. 39 g. Minimum retroreflectivity of markings shall meet or exceed values shown in 40 subparagraph 2A.A.1 of this Specification. .. 41 2. Thermoplastic,hot applied, extruded 42 a. This method shall be used to install and replace crosswalks and stop-lines. 43 b. Markings shall be applied at a 125 mil thickness. �- 44 c. Minimum retroreflectivity of markings shall meet or exceed values shown in 45 this Specification. CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised November 22,2013 RELOCATIONS CONTRACT 2017 City Project No.100993 """ so 321723-9 PAVEMENT MARKINGS as Page 9 of 11 1 3. Preformed Polymer Tape 2 a. This method shall be used to install and replace crosswalks, stop-lines, and 3 legends. 4 b. The applied marking shall adhere to the pavement surface with no slippage or 5 lifting and have square ends, straight lines and clean edges. 6 c. Minimum retroreflectivity of markings shall meet or exceed values shown in 7 this Specification. 8 4. Preformed Heat-Activated Thermoplastic Tape 9 a. This method shall be used to install and replace crosswalks, stop-lines, and 10 legends. 11 b. The applied marking shall adhere to the pavement surface with no slippage or 12 lifting and have square ends, straight lines and clean edges. 13 c. Minimum retroreflectivity of markings shall meet or exceed values shown in 14 this Specification. 15 C. Raised Markers 16 1. All permanent raised pavement markers on Portland Cement roadways shall be 17 installed with epoxy adhesive. Bituminous adhesive is not acceptable. 18 2. All permanent raised pavement markers on new asphalt roadways may be installed 19 with epoxy or bituminous adhesive. 20 3. A chalk line,chain or equivalent shall be used during layout to ensure that 21 individual markers are properly aligned. All markers shall be placed uniformly 22 along the line to achieve a smooth continuous appearance. 23 D. Work Zone Markings 24 1. Work shall be performed with as little disruption to traffic as possible. 25 2. Install longitudinal markings on pavement surfaces before opening to traffic. 26 3. Maintain lane alignment traffic control devices and operations until markings are 27 installed. 28 4. Install markings in proper alignment in accordance with the Texas MLPTCD and as 29 shown on the Drawings. 30 5. Place standard longitudinal lines no sooner than 3 calendar days after the placement 31 of a surface treatment, unless otherwise shown on the Drawings. 32 6. Place markings in proper alignment with the location of the final pavement 33 markings. 34 7. Do not use raised pavement markers for words, symbols, shapes,or diagonal or 35 transverse lines. 36 8. All markings shall be visible from a distance of 300 feet in daylight conditions and 37 from a distance of at least 160 feet in nighttime conditions, illuminated by low- 38 beam automobile headlight. 39 9. The daytime and nighttime reflected color of the markings must be distinctly white 40 or yellow. 41 10. The markings must exhibit uniform retroreflective characteristics. 42 11. Epoxy adhesives shall not be used to work zone markings. CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised November 22,2013 RELOCATIONS CONTRACT 2017 ` City Project No.100993 32 17 23-10 PAVEMENT MARKINGS Page 10 of 11 "- 1 3.4 REMOVALS 2 1. Pavement Marking and Marker Removal •- 3 a. The industry's best practice shall be used to remove existing pavement 4 markings and markers. 5 b. If the roadway is being damaged during the marker removal, Work shall be 6 halted until consultation with the City. 7 c. Removals shall be done in such a matter that color and texture contrast of the 8 pavement surface will be held to a minimum. , 9 d. Repair damage to asphaltic surfaces, such as spalling, shelling, etc., greater than 10 '/a inch in depth resulting from the removal of pavement markings and markers. 11 Driveway patch asphalt emulsion may be broom applied to reseal damage to 12 asphaltic surfaces. 13 e. Dispose of markers in accordance with federal, state, and local regulations. 14 f. Use any of the following methods unless otherwise shown on the Drawings. 15 1) Surface Treatment Method 16 a) Apply surface treatment at rates shown on the Drawings or as directed. 17 Place a surface treatment a minimum of 2 feet wide to cover the 18 existing marking. 19 b) Place a surface treatment, thin overlay,or microsurfacing a minimum 20 of 1 lane in width in areas where directional changes of traffic are 21 involved or in other areas as directed by the City. -- 22 2) Burn Method 23 a) Use an approved burning method. 24 b) For thermoplastic pavement markings or prefabricated pavement 25 markings,heat may be applied to remove the bulk of the marking 26 material prior to blast cleaning. 27 c) When using heat, avoid spalling pavement surfaces. 28 d) Sweeping or light blast cleaning may be used to remove minor residue. 29 3) Blasting Method 30 a) Use a blasting method such as water blasting,abrasive blasting,water 31 abrasive blasting, shot blasting, slurry blasting, water-injected abrasive 32 blasting,or brush blasting as approved. 33 b) Remove pavement markings on concrete surfaces by a blasting method 34 only. 35 4) Mechanical Method 36 a) Use any mechanical method except grinding. 37 b) Flail milling is acceptable in the removal of markings on asphalt and 38 concrete surfaces. 39 2. If a location is to be paved over, no additional compensation will be allowed for 40 marking or marker removal. 41 3.5 REPAIR/RESTORATION[NOT USED] 42 3.6 RE-INSTALLATION [NOT USED] .. 43 3.7 FIELD QUALITY CONTROL 44 A. All lines must have clean edges, square ends,and be uniform cross-section. .. 45 B. The density and quality of markings shall be uniform throughout their thickness. CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised November 22,2013 RELOCATIONS CONTRACT 2017 City Project No.100993 32 17 23-11 PAVEMENT MARKINGS Page 11 of 11 1 C. The applied markings shall have no more than 5 percent,by area,of holes or voids and 2 shall be free of blisters. 3 3.8 SYSTEM STARTUP[NOT USED] 4 3.9 ADJUSTING [NOT USED] 5 3.10 CLEANING 6 A. Contractor shall clean up and remove all loose material resulting from construction 7 operations. 8 3.11 CLOSEOUT ACTIVITIES [NOT USED] 9 3.12 PROTECTION [NOT USED] 10 3.13 MAINTENANCE [NOT USED] 11 3.14 ATTACHMENTS [NOT USED] 12 END OF SECTION 13 Revision Log DATE NAME SUMMARY OF CHANGE 11/22/13 S.Arnold Removed paint type marking,updated references,added sealer language 14 CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised November 22,2013 RELOCATIONS CONTRACT 2017 "" City Project No.100993 323113-1 CHAIN LINK FENCE AND GATES Page 1 of 7 1 SECTION 32 3113 2 CHAIN LINK FENCE AND GATES 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Galvanized coated chain link(non-security)fencing and accessories in accordance 7 with the City's Zoning Ordinance. 8 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. parallel to the utility trench 12 and/or within utility easement)and is directly disturbed by construction 13 activities,fencing will be paid for as listed in Article 1.2 below. .� 14 b. When existing fence is crossing the proposed utility trench,the work performed 15 and materials furnished in accordance with fence replacement will be 16 considered subsidiary to the trench and no other compensation will be allowed. 17 c. When existing fence is outside of the limits of the project Site or is identified as 18 protected on the Drawings and is disturbed and/or by construction activities, 19 replacement will be at the expense of the Contractor and no other compensation 20 will be allowed. �. 21 B. Deviations from this City of Fort Worth Standard Specification 22 1. For Miscellaneous Water and Sewer Contracts,fence repair/replacements 23 shall be subsidiary to the price bid per linear foot of pipe. No additional 24 compensation will be allowed. 25 C. Related Specification Sections include,but are not necessarily limited to: 26 1. Division 0-Bidding Requirements,Contract Forms, and Conditions of the Contract 27 2. Division 1 -General Requirements 28 1.2 PRICE AND PAYMENT PROCEDURES 29 A. Measurement and Payment 30 1. Chain Link Fence 31 a. Measurement 32 1) Measurement for this Item shall be by the linear foot of Chain Link Fence 33 installed. 34 b. Payment 35 1) The work performed and materials furnished in accordance with this Item 36 and measured as provided under"Measurement"will be paid for at the unit 37 price bid per linear foot of Chain Link Fence installed for various: 38 a) Heights 39 b) Fabric materials 40 c. The price bid shall include: 41 1) Furnishing and installing all fence and gate materials 42 2) Mow strip,if shown in Drawings CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised December 20,2012 RELOCATIONS CONTRACT 2017 City Project No.100993 3231 13-2 CHAIN LINK FENCE AND GATES Page 2 of 7 -- 1 3) Cleanup 2 4) Hauling 3 2. Wrought Iron Fence 4 a. Measurement 5 1) Measurement for this Item shall be by the linear foot of Wrought Iron 6 Fence installed. 7 b. Payment 8 1) The work performed and materials furnished in accordance with this Item 9 and measured as provided under"Measurement"will be paid for at the unit 10 price bid per linear foot of Wrought Iron Fence installed for various 11 heights. 12 c. The price bid shall include: 13 1) Furnishing and installing all fence and gate materials 14 2) Mow strip, if shown in Drawings 15 3) Cleanup 16 4) Hauling 17 3. Steel Tube Fence 18 a. Measurement 19 1) Measurement for this Item shall be by the linear foot of Steel Tube Fence 20 installed. 21 b. Payment . 22 1) The work performed and materials furnished in accordance with this Item 23 and measured as provided under"Measurement"will be paid for at the unit 24 price bid per linear foot of Steel Tube Fence installed for various heights. 25 c. The price bid shall include: 26 1) Furnishing and installing all fence and gate materials 27 2) Mow strip, if shown in Drawings 28 3) Cleanup 29 4)- Hauling 30 1.3 REFERENCES 31 A. Reference Standards 32 1. Reference standards cited in this specification refer to the current reference standard 33 published at the time of the latest revision date logged at the end of this - 34 specification,unless a date is specifically cited. 35 2. American Society for Testing and Materials (ASTM): 36 a. A 36, Standard Specification for Carbon Structural Steel 37 b. A 123, Standard Specification for Zinc(Hot-Dip Galvanized)Coatings on Iron 38 and Steel Products 39 c. A 392, Standard Specification for Zinc-Coated Steel Chain-Link Fence Fabric 40 d. A 500, Standard Specification for Cold-Formed Welded and Seamless Carbon 41 Steel Structural Tubing in Rounds and Shapes 42 e. F 626, Standard Specification for Fence Fittings 43 f. F 1043,Standard Specification for Strength and Protective Coatings on Steel 44 Industrial Chain Link Fence Framework 45 g. F 1083, Standard Specification for Pipe, Steel,Hot-Dipped Zinc-Coated 46 (Galvanized)Welded, for Fence Structures 47 h. F 1183,Specification for Aluminum Alloy Chain Link Fence Fabric CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised December 20,2012 RELOCATIONS CONTRACT 2017 City Project No.100993 3231 13-3 CHAIN LINK FENCE AND GATES Page 3 of 7 1 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] .,. 2 1.5 ACTION SUBMITTALS 3 A. Shop drawings 4 1. Layout of fences and gates with dimensions, details,and finishes of components, 5 accessories and post foundations if requested by the City. 6 B. Product data 7 1. Manufacturer's catalog cuts indicating material compliance and specified options. 8 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 9 1.7 CLOSEOUT SUBMITTALS [NOT USED] 10 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 11 1.9 QUALITY ASSURANCE [NOT USED] 12 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 13 1.11 FIELD [SITE] CONDITIONS [NOT USED] .� 14 1.12 WARRANTY [NOT USED] 15 PART 2- PRODUCTS 16 2.1 OWNER-FURNISHED [NOT USED] 17 2.2 MANUFACTURED UNITS/MATERIALS 18 A. Manufacturer 19 1. Minimum of 5 years of experience manufacturing galvanized coated chain link 20 fencing. 21 2. Approved Manufacturer or equal: 22 a. Allied Fence,Inc. -- 23 b. American Fence Corp. 24 c. Anchor Fence,Inc. 25 d. Master Halco,Inc. 26 B. Materials 27 1. Chain Link Fence 28 a. General 29 1) Posts, gate frames,braces,rails, stretcher bars,truss rods and tension wire 30 shall be of steel. 31 2) Gate hinges,post caps,barbed wire supporting arms, stretcher bar bands 32 and other parts shall be of steel, malleable iron,ductile iron or equal 33 3) Post tops,rail end, ties and clips may be of aluminum. 34 4) Use only new material,or salvaged/existing material if approved by City or 35 noted on Drawings. 36 b. Steel Fabric 37 1) Fabric 38 a) No. 9 gauge 39 b) 2-inch mesh 40 (1) Commercial: both top and bottom selvages twisted and barged CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised December 20,2012 RELOCATIONS CONTRACT 2017 City Project No.100993 3231 13-4 CHAIN LINK FENCE AND GATES Page 4 of 7 1 Residential: match existing or both top and bottom selvages knuckled 2 (2) Furnish 1-piece fabric widths. 3 2) Fabric Finish: Galvanized,ASTM A 392,Class I,with not less than 1.2 oz. 4 zinc per square foot of surface. 5 c. Aluminum Fabric 6 1) Fabric 7 a) ASTM F 1183 8 b) No. 9 gauge 9 c) 2-inch mesh, with both top and bottom selvages twisted and barged. 10 d) Furnish 1-piece fabric widths. 11 d. Steel Framing 12 1) Steel pipe-Type I -- 13 a) ASTM F 1083 14 b) Standard weight schedule 40 15 c) Minimum yield strength: 30,000 psi 16 d) Sizes as indicated 17 e) Hot-dipped galvanized with minimum average 1.8 oz/ft2 of coated 18 surface area 19 2) Steel pipe-Type H 20 a) ASTM F 1043,Group IC 21 b) Minimum yield strength: 50,000 psi 22 c) Sizes as indicated on Drawings 23 d) Protective coating per ASTM F 1043 24 (1) External coating Type B 25 (a) Zinc with organic overcoat 26 (b) 0.9 oz/ft2 minimum zinc coating with chromate conversion 27 coating and verifiable polymer film 28 (2) Internal coating Type B 29 (a) Minimum 0.9 oz/ft2 zinc or Type D, zinc pigmented, 81 percent 30 nominal coating, minimum 3 mils 31 3) Formed steel("C") sections: 32 a) Roll formed steel shapes complying with ASTM F 1043, Group H 33 b) Minimum yield strength: 45,000 psi(310 MPa) 34 c) Sizes as indicated on Drawings 35 d) External coating per ASTM F 1043,Type A 36 (1) Minimum average 2.0 oz/ft2 of zinc per ASTM A 123 37 4) Steel square sections 38 a) ASTM A 500,Grade B 39 b) Minimum yield strength: 40,000 psi 40 c) Sizes as indicated on Drawings 41 d) Hot-dipped galvanized with minimum 1.8 oz/ft2 of coated surface area 42 e. Accessories 43 1) Chain link fence accessories 44 a) ASTM F 626 45 b) Provide items required to complete fence system. 46 c) Galvanize each ferrous metal item and finish to match framing. 47 2) Post caps _ 48 a) Formed steel or cast malleable iron weather tight closure cap for 49 tubular posts. CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised December 20,2012 RELOCATIONS CONTRACT 2017 City Project No.100993 3231 13-5 CHAIN LINK FENCE AND GATES Page 5 of 7 1 b) Provide 1 cap for each post. 2 c) Cap to have provision for barbed wire when necessary. 3 d) "C"shaped line post without top rail or barbed wire supporting arms do 4 not require post caps. 5 e) Where top rail is used,provide tops to permit passage of top rail. ` 6 3) Top rail and rail ends 7 a) 15/8 inch diameter galvanized round pipe for horizontal railing 8 b) Pressed steel per ASTM F626 9 c) For connection of rail and brace to terminal posts 10 4) Top rail sleeves 11 a) 7-inch expansion sleeve with a minimum 0.137 inch wire diameter and 12 1.80 inch length spring, allowing for expansion and contraction of top 13 rail 14 5) Wire ties 15 a) 9 gauge galvanized steel wire for attachment of fabric to line posts 16 b) Double wrap 13 gauge for rails and braces. 17 c) Hog ring ties of 12-1/2 gauge for attachment 18 6) Brace and tension(stretcher bar)bands 19 a) Pressed steel 20 b) Minimum 300 degree profile curvature for secure fence post attachment 21 c) At square post provide tension bar clips. 22 7) Tension(stretcher)bars: 23 a) 1 piece lengths equal to 2 inches less than full height of fabric 24 b) Minimum cross-section of 3/16 inch x 3/4 inch - 25 c) Provide tension(stretcher)bars where chain link fabric meets terminal 26 posts. 27 8) Tension wire .. 28 a) Galvanized coated steel wire,6 gauge, [0.192 inch] diameter wire 29 b) Tensile strength:75,000 psi 30 9) Truss rods &tightener 31 a) Steel rods with minimum diameter of 5/16 inch 32 b) Capable of withstanding a tension of minimum 2,000 pounds 33 10) Nuts and bolts are galvanized. 34 2. Wrought Iron Fence: specified per Drawings. 35 3. Steel Tube Fence: specified per Drawings. 36 4. Setting Materials 37 a. Concrete 38 1) Minimum 28 day compressive strength of 3,000 psi 39 2) Bagged concrete allowed. 40 b. Drive Anchors 41 1) Galvanized angles 42 2) ASTM A 36 steel 43 3) 1 inch x 1 inch x 30 inch galvanized shoe clamps to secure angles to posts. CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised December 20,2012 RELOCATIONS CONTRACT 2017 City Project No.100993 3231 13-6 CHAIN LINK FENCE AND GATES Page 6 of 7 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] - 3 PART 3- EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION 6 A. Verification of Conditions 7 1. Verify areas to receive fencing are completed to final grades and elevations. 8 2. Ensure property lines and legal boundaries of work are clearly established 9 3.3 PREPARATION [NOT USED] 10 3.4 INSTALLATION 11 A. Chain Link Fence Framing 12 1. Locate terminal post at each fence termination and change in horizontal or vertical 13 direction of 30 degrees or more. 14 2. Space line posts uniformly at 10 feet on center. 15 3. Set all posts in concrete 16 a. Drill holes in firm,undisturbed or compacted soil. 17 b. Drill hole diameter 4 times greater than outside dimension of post. 18 c. Set post bottom 24 inches below surface when in firm, undisturbed soil. 19 d. Excavate deeper as required for adequate support in soft and loose soils, and for 20 posts with heavy lateral loads. 21 e. Place concrete around posts in a continuous pour. Trowel finish around post. 22 Slope to direct water away from posts. .- 23 4. Check each post for vertical and top alignment,and maintain in position during 24 placement and finishing operations. 25 5. Bracing 26 a. Install horizontal pipe brace at mid-height for fences 6 feet and taller,on each 27 side of terminal posts. 28 b. Firmly attach with fittings. 29 c. Install diagonal truss rods at these points. 30 d. Adjust truss rod,ensuring posts remain plumb. 31 6. Tension wire -- 32 a. Provide tension wire at bottom of fabric and at top, if top rail is not specified. 33 b. Install tension wire before stretching fabric and attach to each post with ties. 34 c. Secure tension wire to fabric with 12-1/2 gauge hog rings 24 inches on center. 35 7. Top rail 36 a. Install lengths,21 feet 37 b. Connect joints with sleeves for rigid connections for expansion/contraction. 38 8. Center Rails for fabric height 12 feet and taller. 39 a. Install mid rails between posts with fittings and accessories. 40 9. Bottom Rails: Install bottom rails between posts with fittings and accessories. 41 B. Chain Link Fabric Installation CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised December 20,2012 RELOCATIONS CONTRACT 2017 City Project No.100993 "-` 3231 13-7 CHAIN LINK FENCE AND GATES Page 7 of 7 1 1. Fabric 2 a. Install fabric on security side and attach so that fabric remains in tension after 3 pulling force is released. 4 b. Leave approximately 2 inches between finish grade and bottom selvage. 5 c. Attach fabric with wire ties to line posts at 15 inches on center and to rails, 6 braces,and tension wire at 24 inches on center. 7 2. Tension(stretcher)bars 8 a. Pull fabric taut. 9 b. Thread tension bar through fabric and attach to terminal posts with bands or 10 clips spaced maximum of 15 inches on center. 11 3. Accessories 12 a. Tie wires: Bend ends of wire to minimize hazard to persons and clothing. 13 b. Fasteners: Install nuts on side of fence opposite fabric side for added security. 14 c. Slats: Install slats in accordance with manufacturer's instructions. 15 C. Wrought Iron Installation: install per Drawings 16 D. Steel Tube Fence: install per Drawings 17 3.5 REPAIR/RESTORATION [NOT USED] 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 3.14 ATTACHMENTS [NOT USED] 27 END OF SECTION 28 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 1.LA.modified to describe when City would pay for fence replacement on utility projects 29 CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised December 20,2012 RELOCATIONS CONTRACT 2017 City Project No.100993 323126-1 WIRE FENCE AND GATES Page 1 of 6 1 SECTION 32 3126 2 WIRE FENCE AND GATES 3 PART1 - 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(i.e. parallel to the utility trench 9 and/or within utility easement) and is directly disturbed by construction 10 activities, fencing will be paid for as listed in Article 1.2 below. 11 b. When existing fence is crossing the proposed utility trench,the work performed 12 and materials furnished in accordance with fence replacement will be 13 considered subsidiary to the trench and no other compensation will be allowed. 14 c. When existing fence is outside of the limits of the project Site or is identified as 15 protected on the Drawings and is disturbed and/or by construction activities, 16 replacement will be at the expense of the Contractor and no other compensation 17 will be allowed. 18 B. Deviations from this City of Fort Worth Standard Specification 19 1. For Miscellaneous Water and Sewer Contracts,fence repair/replacements 20 shall be subsidiary to the price bid per linear foot of pipe.No additional 21 compensation will be allowed. 22 C. Related Specification Sections include,but are not necessarily limited to: 23 1. Division 0-Bidding Requirements,Contract Forms,and Conditions of the Contract 24 2. Division 1 -General Requirements 25 1.2 PRICE AND PAYMENT PROCEDURES 26 A. Measurement and Payment 27 1. Wire Fence 28 a. Measurement 29 1) Measurement for this Item shall be by the linear foot of Wire Fence, 30 excluding gates. 31 b. Payment 32 1) The work performed and materials furnished in accordance with this Item 33 and measured as provided under"Measurement"will be paid for at the unit 34 price bid per linear foot of Wire fence installed for various: 35 a) Post types 36 b) Wire types �. 37 c) Number of Strands as specified in the Drawings 38 c. The price bid shall include: 39 1) Removal of existing fence and/or,unless specifically defined as a separate 40 pay item on Drawings 41 2) Furnishing,preparing, hauling, and installing Wire Fence 42 3) Excavation,backfilling, and disposal of surplus material CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised December 20,2012 RELOCATIONS CONTRACT 2017 City Project No.100993 323126-2 WIRE FENCE AND GATES Page 2 of 6 1 4) Removal and trimming of brush and tree limbs 2 2. Steel Gates �. 3 a. Measurement 4 1) Measurement for this Item shall be per each Steel Fence. 5 b. Payment 6 1) The work performed and materials furnished in accordance with this Item 7 and measured as provided under"Measurement"will be paid for at the unit 8 price bid per each Steel Gate by height. 9 c. The price bid shall include: _. 10 1) Removal of existing fence and/or gates, unless specifically defined as a 11 separate pay item on Drawings 12 2) Furnishing,preparing, hauling,and installing Steel Gates 13 3) Excavation,backfilling,and disposal of surplus material 14 4) Removal and trimming of brush and tree limbs 15 1.3 REFERENCES .r 16 A. Reference Standards 17 1. Reference standards cited in this specification refer to the current reference standard 18 published at the time of the latest revision date logged at the end of this 19 specification,unless a date is specifically cited. 20 2. American Society for Testing and Materials(ASTM): -- 21 a. A 702, Standard Specification for Steel Fence Posts and Assemblies,Hot 22 Wrought 23 b. A 121, Standard Specification for Metallic-Coated,Carbon Steel Barbed Wire 24 c. A 116, Standard Specification for Metallic-Coated, Steel Woven Wire Fence 25 Fabric 26 d. F 1083,Standard Specification for Pipe,Steel,Hot-Dipped Zinc-Coated 27 (Galvanized)Welded,for Fence Structures 28 3. American Wood Protection Association(AWPA) 29 a. P8/P9,Standard for Oil-Borne Preservatives 30 b. C5,Fence Posts-Preservative Treatment by Pressure Processes CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised December 20,2012 RELOCATIONS CONTRACT 2017 City Project No.100993 '" 323126-3 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 SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 4 1.7 CLOSEOUT SUBMITTALS [NOT USED] 5 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 6 1.9 QUALITY ASSURANCE [NOT USED] 7 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 8 1.11 FIELD[SITE] CONDITIONS [NOT USED] 9 1.12 WARRANTY [NOT USED] 10 PART 2- PRODUCTS 11 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 12 2.2 MATERIALS 13 A. Furnish materials in accordance with details shown on the Drawings and with the 14 following requirements. '® 15 B. Metal Posts and Braces 16 1. Steel Pipe: ASTM F 1083 17 2. T posts: ASTM A 702 18 3. Use only new steel.Do not use rerolled 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 with the 23 same paint color. 24 c. Use paint with at least the same anticorrosive properties as the original paint. 25 6. Use the size,weight,and area of posts,braces,and anchor plates shown on the -- 26 Drawings. 27 C. Wood Posts and Braces 28 1. Untreated Wood:cedar or juniper timber 29 2. Treated Wood 30 a. AWPA standards govern materials and methods of treatments including 31 seasoning,preservatives, and inspection for treatment. 32 b. Each piece or bundle of other treated-timber products must have: 33 1) Legible brand mark or tag indicating the name of the treater 34 2) Date of treatment or lot number 35 3) AWPA treatment specification symbol 36 c. Provide the level of preservative indicated in Table 1. CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised December 20,2012 RELOCATIONS CONTRACT 2017 City Project No.100993 323126-4 WIRE FENCE AND GATES Page 4 of 6 1 Table 1 2 Minimum Retention of Preservative Penta- Product chlorophenol AWPA pbJcu.ft.) Standard AWPA for Preservative (P8/P9) Treatment Standard Wire fence posts (round)` 0.4 CS 3 1.Retention determined by assay(0 to 1.0-inch zone). �. 4 3. Use sound timber that is free from decay, shakes, splits,or other defects that would 5 weaken the posts or braces or otherwise make them structurally unsuitable for the 6 purposes intended. 7 4. Knots that are sound,tight, trimmed flush, and not in clusters will be allowed, 8 provided they do not exceed 1/3 of the small diameter or the least dimension of the 9 posts and braces. 10 5. Remove spurs and splinters,cutting the ends square. 11 D. Gates and Gateposts: Furnish materials to the required dimensions. 12 E. Barbed and Smooth Wire: ASTM A 121,Class 1 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 Mesh: ASTM A 116,Class 1 16 1. Top and bottom wires: at least 10 gauge wire 17 2. Intermediate wires and vertical stays: 12 1/2 gauge wire 18 G. Miscellaneous 19 1. Furnish galvanized bolts, nuts, washers,braces, straps,and suitable devices for 20 holding barbed wire and wire mesh firmly to metal posts. 21 2. Use material of good commercial quality and design. ._ 22 3. Provide galvanized staples, at least 1 1/2 inch long. 23 H. Concrete 24 1. Minimum 28 day compressive strength of 3,000 psi 25 2. Bagged concrete allowed. 26 2.3 ACCESSORIES [NOT USED] 27 2.4 SOURCE QUALITY CONTROL [NOT USED] 28 PART 3- EXECUTION 29 3.1 INSTALLERS [NOT USED] 30 3.2 EXAMINATION [NOT USED] 31 3.3 PREPARATION [NOT USED] 32 3.4 INSTALLATION 33 A. Space fence posts as shown on the Drawings or to match existing. CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised December 20,2012 RELOCATIONS CONTRACT 2017 City Project No.100993 "'" 323126-5 WIRE FENCE AND GATES Page 5 of 6 1 B. Set fence posts plumb and firm at the intervals,depth, and grade shown on the 2 Drawings or to match existing. 3 C. Brace corner and pull posts in 2 directions. 4 D. Brace end posts and gateposts in 1 direction. 5 E. Install a corner post where the alignment changes 30 degrees or more. 6 F. At alignment angles between 15 and 30 degrees,brace the angle post to the adjacent 7 line posts with diagonal tension wires. 8 G. At grade depressions where stresses tend to pull posts out of the ground, snub or guy 9 the fencing at the critical point with a double 9 gauge galvanized wire. 10 H. Connect the wire to the top horizontal line of the barbed wire or to the top and bottom 11 wire or wire mesh fabric, and to a deadman weighing at least 100 pounds. — 12 I. Stretch the fence before guying and snubbing. 13 J. Install number stands at spacing shown in Drawings. 14 K. Install corner,end,or angle post assembly before stretching the wire between posts. 15 L. Connect existing cross fences to the new fences and corner posts at junctions with 16 existing fences. 17 M. While drawing barbed wire and wire fabric taut,fasten to posts using galvanized ties or 18 staples,or as shown on the Drawings. 19 N. Install pull post assemblies at 500 feet intervals for steel posts and at 1,000 feet 20 intervals for wood posts. 21 O. Drive metal line posts provided driving does not damage the posts. 22 P. Set metal corners, ends,pull posts,and braces in concrete footings a minimum of 24 23 inches and crowned at the top to shed water. ... 24 Q. Thoroughly tamp backfill in 4 inch layers. 25 R. Notch timber posts. 26 3.5 REPAIR/RESTORATION [NOT USED] 27 3.6 RE-INSTALLATION [NOT USED] 28 3.7 FIELD QUALITY CONTROL [NOT USED] 29 3.8 SYSTEM STARTUP[NOT USED] 30 3.9 ADJUSTING [NOT USED] 31 3.10 CLEANING[NOT USED] 32 3.11 CLOSEOUT ACTIVITIES [NOT USED] 33 3.12 PROTECTION [NOT USED] 34 3.13 MAINTENANCE [NOT USED] 35 3.14 ATTACHMENTS [NOT USED] 36 CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised December 20,2012 RELOCATIONS CONTRACT 2017 "` City Project No.100993 323126-6 WIRE FENCE AND GATES Page 6 of 6 1 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 1.1.A.modified to describe when City would pay for fence replacement on utility «— projects 2 CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised December 20,2012 RELOCATIONS CONTRACT 2017 City Project No.100993 323129-1 WOOD FENCE AND GATES Pagel of 5 1 SECTION 32 3129 2 WOOD FENCE AND GATES 3 PART1 - GENERAL 4 1.1 SUMMARY 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. . 8 2. On utility projects: 9 a. When existing fence is within the project Site(i.e. parallel to the utility trench 10 and/or within utility easement)and is directly disturbed by construction 11 activities, fencing will be paid for as listed in Article 1.2 below. 12 b. When existing fence is crossing the proposed utility trench,the work performed 13 and materials furnished in accordance with fence replacement will be 14 considered subsidiary to the trench and no other compensation will be allowed. 15 c. When existing fence is outside of the limits of the project Site or is identified as 16 protected on the Drawings and is disturbed and/or by construction activities, 17 replacement will be at the expense of the Contractor and no other compensation 18 will be allowed. 19 B. Deviations from this City of Fort Worth Standard Specification .. 20 1. For Miscellaneous Water and Sewer Contracts,fence repair/replacements 21 shall be subsidiary to the price bid per linear foot of pipe.No additional 22 compensation will be allowed. 23 C. Related Specification Sections include,but are not necessarily limited to: 24 1. Division 0-Bidding Requirements, Contract Forms,and Conditions of the Contract 25 2. Division 1 -General Requirements 26 1.2 PRICE AND PAYMENT PROCEDURES 27 A. Measurement and Payment 28 1. Measurement 29 a. Measurement for this Item shall be by the linear foot of Wood Fence installed, 30 including gates. 31 2. Payment 32 a. The work performed and materials furnished in accordance with this Item and 33 measured as provided under"Measurement"will be paid for at the unit price 34 bid per linear foot of Wood Fence installed for by height. 35 3. The price bid shall include: 36 a. Furnishing all materials for fence and gates 37 b. All preparation,erection and installation of materials 38 1.3 REFERENCES 39 A. Reference Standards CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised December 20,2012 RELOCATIONS CONTRACT 2017 City Project No.100993 323129-2 WOOD FENCE AND GATES Page 2 of 5 1 1. Reference standards cited in this specification refer to the current reference standard 2 published at the time of the latest revision date logged at the end of this 3 specification,unless a date is specifically cited. 4 2. American Society for Testing and Materials (ASTM): 5 a. A 123, Standard Specification for Zinc(Hot-Dip Galvanized) Coatings on Iron 6 and Steel Products 7 b. A 500, Standard Specification for Cold-Formed Welded and Seamless Carbon 8 Steel Structural Tubing in Rounds and Shapes 9 c. F 1043,Standard Specification for Strength and Protective Coatings on Steel 10 Industrial Chain Link Fence Framework 11 d. F 1083,Standard Specification for Pipe,Steel,Hot-Dipped Zinc-Coated 12 (Galvanized) Welded,for Fence Structures 13 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 14 1.5 SUBMITTALS -- 15 A. Shop drawings: Layout offences and gates with dimensions,details, and finishes of 16 components, accessories and post foundations 17 B. Product data: Manufacturer's catalog cuts indicating material compliance and specified 18 options 19 C. Building Permit:All fences over 6 feet 20 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 21 1.7 CLOSEOUT SUBMITTALS [NOT USED] 22 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 23 1.9 QUALITY ASSURANCE [NOT USED] 24 1.10 DELIVERY,STORAGE, AND HANDLING [NOT USED] 25 1.11 FIELD [SITE] CONDITIONS [NOT USED] 26 1.12 WARRANTY [NOT USED] .. 27 PART 2 - PRODUCTS 28 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 29 2.2 MATERIALS 30 A. General 31 1. Gate hinges and post caps shall be of steel, malleable iron,ductile iron or equal. 32 2. Post tops may be of aluminum 33 B. Slats: Redwood or cedar free from all major decay or defects which would weaken or 34 otherwise cause them to be unsuitable for fence slats. 35 C. Bottom and Top Rail:Minimum 2-inch x 4-inch x 8-foot cedar stud or match existing. 36 D. Corner,Gate,End,or Line Posts 37 1. Wood Posts 38 a. Minimum size: 4-inch x 4-inch cedar wood post or match existing CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised December 20,2012 RELOCATIONS CONTRACT 2017 City Project No.100993 323129-3 WOOD FENCE AND GATES Page 3 of 5 1 b. Free from all decay, splits,multiple cracks,or any other defect which would 2 weaken the posts or otherwise cause them to be structurally unsuitable for the 3 purpose intended 4 2. Steel Posts 5 a. Steel pipe-Type I 6 1) ASTM F 1083 7 2) Standard weight schedule 40 8 3) Minimum yield strength: 30,000 psi 9 4) Sizes as indicated on Drawings 10 5) Hot-dipped galvanized with minimum average 1.8 oz/ft2 of coated surface 11 area. 12 b. Steel pipe-Type R 13 1) ASTM F 1043,Group IC 14 2) Minimum yield strength: 50,000 psi 15 3) Sizes as indicated on Drawings 16 4) Protective coating per ASTM F 1043 17 5) External coating Type B 18 a) Zinc with organic overcoat 19 b) 0.9 oz/ft2 minimum zinc coating with chromate conversion coating and 20 verifiable polymer film 21 6) Internal coating Type B 22 a) Minimum 0.9 oz/ft2 zinc or Type D,zinc pigmented, 81 percent 23 nominal coating,minimum 3 mils 24 c. Formed steel("C")sections 25 1) Roll formed steel shapes complying with ASTM F 1043, Group H 26 2) Minimum yield strength:45,000 psi(310 MPa) 27 3) Sizes as indicated on Drawings 28 4) External coating per ASTM F 1043,Type A 29 a) Minimum average 2.0 oz/ft2 of zinc per ASTM A 123 30 d. Steel square sections 31 1) ASTM A 500,Grade B 32 2) Minimum yield strength: 40,000 psi 33 3) Sizes as indicated 34 4) Hot-dipped galvanized with minimum 1.8 oz/ft2 of coated surface area 35 3. Accessories 36 a. Post caps 37 1) Formed steel or cast malleable iron weather tight closure cap for tubular 38 posts. 39 2) Provide one cap for each post. 40 3) Cap to have provision for barbed wire when necessary. 41 4) "C"shaped line post without top rail or barbed wire supporting arms do not 42 require post caps. 43 5) Where top rail is used,provide tops to permit passage of top rail. 44 4. Setting Materials 45 a. Concrete 46 1) Minimum 28 day compressive strength of 3,000 psi 47 2) Bagged concrete allowed. 48 2.3 ACCESSORIES [NOT USED] CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised December 20,2012 RELOCATIONS CONTRACT 2017 City Project No.100993 323129-4 WOOD FENCE AND GATES Page 4 of 5 1 2.4 SOURCE QUALITY CONTROL [NOT USED] 2 PART 3- EXECUTION 3 3.1 INSTALLERS [NOT USED] 4 3.2 EXAMINATION I 5 A. Verification of Conditions 6 1. Verify areas to receive fencing are completed to final grades and elevations. 7 2. Ensure property lines and legal boundaries of work are clearly established. 8 3.3 PREPARATION [NOT USED] 9 3.4 INSTALLATION 10 A. Wood Fence Framing 11 1. Steel Posts are required for all required screening fences. 12 2. Locate terminal post at each fence termination and change in horizontal or vertical 13 direction of 30 degrees or more. 14 3. Space line posts uniformly at 10 feet on center. 15 4. Set all posts in concrete. 16 a. Drill holes in firm, undisturbed or compacted soil. 17 b. Drill hole diameter 4 times greater than outside dimension of post(minimum 18 12 inches). 19 c. Set post bottom 24 inches below surface when in firm,undisturbed soil. 20 d. Excavate deeper as required for adequate support in soft and loose soils, and 21 for posts with heavy lateral loads. 22 e. Place concrete around posts in a continuous pour. 23 f. Trowel finish around post. Slope to direct water away from posts. 24 5. Check each post for vertical and top alignment,and maintain in position during 25 placement and finishing operations. 26 B. Slats 27 1. Place slats approximately 1 inch above the ground,and on a straight grade between 28 posts by excavating high points of the ground. 29 2. Fasten slats to top and bottom railings with 2 galvanized screws designed for wood 30 fence construction at both the top and bottom rail. 1 1 CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised December 20,2012 RELOCATIONS CONTRACT 2017 City Project No.100993 I 323129-5 WOOD FENCE AND GATES Page 5 of 5 1 3.5 REPAIR/RESTORATION [NOT USED] .- 2 3.6 RE-INSTALLATION [NOT USED] 3 3.7 FIELD QUALITY CONTROL [NOT USED] 4 3.8 SYSTEM STARTUP[NOT USED] 5 3.9 ADJUSTING[NOT USED] 6 3.10 CLEANING[NOT USED] 7 3.11 CLOSEOUT ACTIVITIES [NOT USED] 8 3.12 PROTECTION [NOT USED] 9 3.13 MAINTENANCE [NOT USED] 10 3.14 ATTACHMENTS [NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 1.1.A.modified to describe when City would pay for fence replacement on utility projects 13 ,r. CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised December 20,2012 RELOCATIONS CONTRACT 2017 nn City Project No.100993 330514-1 ADJUSTING MANHOLES,INLETS,VALVE BOXES,AND OTHER STRUCTURES TO GRADE Page 1 of 8 1 SECTION 33 0514 2 ADJUSTING MANHOLES,INLETS,VALVE BOXES,AND OTHER STRUCTURES TO 3 GRADE am 4 PART1 - GENERAL 5 1.1 SUMMARY 6 A. Section Includes: 7 1. Vertical adjustments to manholes,drop inlets, valve boxes,cathodic protection test 8 stations and other miscellaneous structures to a new grade 9 B. Deviations from this City of Fort Worth Standard Specification 10 1. 1.2 Price and Payment Procedures 11 A.Measurement and Payment 12 5. Valve Box 13 b.For Miscellaneous Contacts,Valve Box Adjustments are 14 incidental and subsidiary to the valve installation cost. 15 C. Related Specification Sections include,but are not necessarily limited to: 16 1. Division 0—Bidding Requirements, Contract Forms,and Conditions of the 17 Contract 18 2. Division 1 —General Requirements 19 3. Section 32 01 17—Permanent Asphalt paving Repair .. 20 4. Section 32 0129—Concrete Paving Repair 21 5. Section 33 05 10—Utility Trench Excavation,Embedment and Backfill 22 6. Section 33 05 13—Frame,Cover and Grade Rings 23 7. Section 33 39 10—Cast-in-Place Concrete Manholes 24 8. Section 33 39 20—Precast Concrete Manholes 25 9. Section 33 12 20—Resilient Seated(Wedge)Gate Valve 26 10. Section 33 12 21 —AWWA Rubber-Seated Butterfly Valve 27 11. Section 33 04 11 —Corrosion Control Test Station 28 12. Section 33 04 12—Magnesium Anode Cathodic Protection System 29 1.2 PRICE AND PAYMENT PROCEDURES �^ 30 A. Measurement and Payment 31 1. Manhole—Minor Adjustment 32 a. Measurement 33 1) Measurement for this Item shall be per each adjustment using only grade 34 rings or other minor adjustment devices to raise or lower a manhole to a 35 grade as specified on the Drawings. 36 b. Payment CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised December 20,2012 RELOCATIONS CONTRACT 2017 City Project No.100993 330514-2 ADJUSTING MANHOLES,INLETS,VALVE BOXES,AND OTHER STRUCTURES TO GRADE Page 2 of 8 1 1) The work performed and the materials furnished in accordance with this 2 Item will be paid for at the unit price bid per each"Manhole Adjustment, 3 Minor"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) Grade rings or other adjustment device 10 6) Reuse of the existing manhole frame and cover 11 7) Furnishing,placing and compaction of embedment and backfill 12 8) Concrete base material 13 9) Permanent asphalt patch or concrete paving repair,as required 14 10) Clean-up 15 2. Manhole-Major Adjustment .. 16 a. Measurement 17 1) Measurement for this Item shall be per each adjustment requiring structural 18 modifications to raise or lower a manhole to a grade as specified on the 19 Drawings. 20 b. Payment 21 1) The work performed and the materials furnished in accordance with this .. 22 Item will be paid for at the unit price bid per each"Manhole Adjustment, 23 Major"completed. 24 c. The price bid shall include: 25 1) Pavement removal 26 2) Excavation 27 3) Hauling 28 4) Disposal of excess material " 29 5) Structural modifications, grade rings or other adjustment device 30 6) Reuse of the existing manhole frame and cover 31 7) Furnishing,placing and compaction of embedment and backfill 32 8) Concrete base material 33 9) Permanent asphalt patch or concrete paving repair, as required 34 10) Clean-up -- 35 3. Manhole-Major Adjustment with Frame and Cover 36 a. Measurement 37 1) Measurement for this Item shall be per each adjustment requiring structural 38 modifications to raise or lower a manhole to a grade specified on the 39 Drawings or structural modifications for a manhole requiring a new frame 40 and cover,often for changes to cover diameter. 41 b. Payment 42 1) The work performed and the materials furnished in accordance with this 43 Item will be paid for at the unit price bid per each"Manhole Adjustment, 44 Major w/Cover"completed. 45 c. The price bid shall include: 46 1) Pavement removal 47 2) Excavation 48 3) Hauling CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised December 20,2012 RELOCATIONS CONTRACT 2017 City Project No.100993 330514-3 ADJUSTING MANHOLES,INLETS,VALVE BOXES,AND OTHER STRUCTURES TO GRADE Page 3 of 8 1 4) Disposal of excess material 2 5) Structural modifications,grade rings or other adjustment device 3 6) Frame and cover 4 7) Furnishing,placing and compaction of embedment and backfill 5 8) Concrete base material 6 9) Permanent asphalt patch or concrete paving repair,as required 7 10) Clean-up 8 4. Inlet 9 a. Measurement 10 1) Measurement for this Item shall be per each adjustment requiring structural 11 modifications to inlet to a grade specified on the Drawings. 12 b. Payment 13 1) The work performed and the materials furnished in accordance with this 14 Item will be paid for at the unit price bid per each"Inlet Adjustment" '^ 15 completed. 16 c. The price bid shall include: 17 1) Pavement removal 18 2) Excavation 19 3) Hauling 20 4) Disposal of excess material 21 5) Structural modifications 22 6) Furnishing,placing and compaction of embedment and backfill 23 7) Concrete base material, as required .. 24 8) Surface restoration,permanent asphalt patch or concrete paving repair,as 25 required 26 9) Clean-up �. 27 5. Valve Box 28 a. Measurement 29 1) Measurement for this Item shall be per each adjustment to a grade specified 30 on the Drawings. 31 b. Payment 32 1) The work performed and the materials furnished in accordance with this 33 Item will be paid for at the unit price bid per each"Valve Box Adjustment" 34 completed. 35 c. The price bid shall include: 36 1) Pavement removal 37 2) Excavation 38 3) Hauling 39 4) Disposal of excess material 40 5) Adjustment device 41 6) Furnishing,placing and compaction of embedment and backfill 42 7) Concrete base material, as required 43 8) Surface restoration,permanent asphalt patch or concrete paving repair,as 44 required 45 9) Clean-up 46 6. Cathodic Protection Test Station 47 a. Measurement CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised December 20,2012 RELOCATIONS CONTRACT 2017 City Project No.100993 330514-4 ADJUSTING MANHOLES,INLETS,VALVE BOXES,AND OTHER STRUCTURES TO GRADE Page 4 of 8 1 1) Measurement for this Item shall be per each adjustment to a grade specified 2 on the Drawings. 3 b. Payment 4 1) The work performed and the materials furnished in accordance with this 5 Item will be paid for at the unit price bid per each"Cathodic Protection 6 Test Station Adjustment"completed 7 c. The price bid shall include: 8 1) Pavement removal 9 2) Excavation 10 3) Hauling 11 4) Disposal of excess material 12 5) Adjustment device 13 6) Furnishing,placing and compaction of embedment and backfill 14 7) Concrete base material,as required 15 8) Surface restoration,permanent asphalt patch or concrete paving repair,as -- 16 required 17 9) Clean-up 18 7. Fire Hydrant -- 19 a. Measurement 20 1) Measurement for this Item shall be per each adjustment requiring stem 21 extensions to meet a grade specified by the Drawings. 22 b. Payment 23 1) The work performed and the materials furnished in accordance with this 24 Item will be paid for at the unit price bid per each"Fire Hydrant Stem 25 Extension'completed. 26 c. The price bid shall include: 27 1) Pavement removal 28 2) Excavation 29 3) Hauling 30 4) Disposal of excess material 31 5) Adjustment materials 32 6) Furnishing,placing and compaction of embedment and backfill 33 7) Concrete base material, a9 required 34 8) Surface restoration,permanent asphalt patch or concrete paving repair,as 35 required 36 9) Clean-up 37 8. Miscellaneous Structure This Item is intended for a unique structure. Bid Item — 38 should include details to identify the specific structure(i.e.Miscellaneous Structure 39 Adjustment, Sta. 1+00) 40 a. Measurement ._. 41 1) Measurement for this Item shall be per each adjustment requiring structural 42 modifications to said structure to a grade specified on the Drawings. 43 b. Payment 44 1) The work performed and the materials furnished in accordance with this 45 Item will be paid for at the unit price bid per each"Miscellaneous Structure 46 Adjustment"completed 47 c. The price bid shall include: 48 1) Pavement removal CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised December 20,2012 RELOCATIONS CONTRACT 2017 City Project No.100993 3305 14-5 ADJUSTING MANHOLES,INLETS,VALVE BOXES,AND OTHER STRUCTURES TO GRADE Page 5 of 8 1 2) Excavation 2 3) Hauling 3 4) Disposal of excess material 4 5) Structural modifications 5 6) Furnishing,placing and compaction of embedment and backfill 6 7) Concrete base material 7 8) Permanent asphalt patch or concrete paving repair,as required 8 9) Clean-up 9 1.3 REFERENCES 10 A. Definitions 11 1. Minor Adjustment 12 a. Refers to a small elevation change performed on an existing manhole where the 13 existing frame and cover are reused. 14 2. Major Adjustment 15 a. Refers to a significant elevation change performed on an existing manhole 16 which requires structural modification or when a 24-inch ring is changed to a 17 30-inch ring. 18 B. Reference Standards �. 19 1. Reference standards cited in this Specification refer to the current reference 20 standard published at the time of the latest revision date logged at the end of this 21 Specification, unless a date is specifically cited. .. 22 2. Texas Commission on Environmental Quality (TCEQ): 23 a. Title 30,Part I,Chapter 217, Subchapter C,Rule 217.55—Manholes and 24 Related Structures. 25 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 26 1.5 SUBMITTALS [NOT USED] 27 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 28 1.7 CLOSEOUT SUBMITTALS [NOT USED] 29 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 30 1.9 QUALITY ASSURANCE [NOT USED] �. 31 1.10 DELIVERY,STORAGE,AND HANDLING[NOT USED] 32 1.11 FIELD [SITE] CONDITIONS [NOT USED] 33 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised December 20,2012 RELOCATIONS CONTRACT 2017 City Project No.100993 330514-6 ADJUSTING MANHOLES,INLETS,VALVE BOXES,AND OTHER STRUCTURES TO GRADE Page 6 of 8 '4 1 PART 2- PRODUCTS 2 2.1 OWNER-FURNISHED[OR]OWNER-SUPPLIED PRODUCTS [NOT USED] 3 2.2 MATERIALS 4 A. Cast-in-Place Concrete 5 1. See Section 03 30 00. 6 B. Modifications to 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 11 1. See Section 33 05 13. 12 E. Backfill material 13 1. See Section 33 05 10. 14 F. Water valve box extension 15 1. See Section 33 12 20. 16 G. Corrosion Protection Test Station 17 1. See Section 3304 11. 18 H. Cast-in-Place Concrete Manholes 19 1. See Section 33 39 10. 20 I. 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 25 3.1 INSTALLERS [NOT USED] 26 3.2 EXAMINATION 27 A. Verification of Conditions 28 L Examine existing structure to be adjusted,for damage or defects that may affect 29 grade adjustment. 30 a. Report issue to City for consideration before beginning adjustment. .� 31 3.3 PREPARATION 32 A. Grade Verification 33 1. On major adjustments confirm any grade change noted on Drawings is consistent 34 with field measurements. CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised December 20,2012 RELOCATIONS CONTRACT 2017 City Project No.100993 330514-7 ADJUSTING MANHOLES,INLETS,VALVE BOXES,AND OTHER STRUCTURES TO GRADE - Page 7 of 8 1 a. If not,coordinate with City to verify final grade before beginning adjustment. 2 3.4 ADJUSTMENT 3 A. Manholes,Inlets, and Miscellaneous Structures 4 1. On any sanitary sewer adjustment replace 24-inch frame and cover assembly with 5 30-inch frame and cover assembly per TCEQ requirement. 6 2. On manhole major adjustments,inlets and miscellaneous structures protect the 7 bottom using wood forms shaped to fit so that no debris blocks the invert or the 8 inlet or outlet piping in during adjustments. 9 a. Do not use any more than a 2-piece bottom. 10 3. Do not extend chimney portion of the manhole beyond 24 inches. 11 4. Use the least number of grade rings necessary to meet required grade. 12 a. For example, if a 1-foot adjustment is required,use 2 6-inch rings, not 6 2-inch -- 13 rings. 14 B. Valve Boxes 15 1. Utilize typical 3 piece adjustable valve box for adjusting to final grade as shown on 16 the Drawings. 17 C. Backfill and Grading -� 18 1. Backfill area of excavation surrounding each adjustment in accordance to Section 19 33 05 10. 20 D. Pavement Repair �. 21 1. If required pavement repair is to be performed in accordance with Section 32 01 17 22 or Section 32 0129. �. 23 3.5 REPAIR/RESTORATION [NOT USED] 24 3.6 RE-INSTALLATION [NOT USED] -- 25 3.7 FIELD[OR] SITE QUALITY CONTROL [NOT USED] 26 3.8 SYSTEM STARTUP[NOT USED] 27 3.9 ADJUSTING[NOT USED] 28 3.10 CLEANING[NOT USED] 29 3.11 CLOSEOUT ACTIVITIES [NOT USED] 30 3.12 PROTECTION [NOT USED] 31 3.13 MAINTENANCE [NOT USED] 32 3.14 ATTACHMENTS [NOT USED] 33 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised December 20,2012 RELOCATIONS CONTRACT 2017 .� City Project No.100993 3305 14-8 ADJUSTING MANHOLES,INLETS,VALVE BOXES,AND OTHER STRUCTURES TO GRADE Page 8 of 8 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 cover;Added 12/20/2012 D.Johnson items to be included in price bids; Blue text added for clarification for miscellaneous structure adjustments 3.4—Pavement repair requirements were added 1 CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised December 20,2012 RELOCATIONS CONTRACT 2017 City Project No.100993 331210-1 WATER SERVICES 1-INCH TO 2-INCH Page 1 of 18 SECTION 33 12 10 WATER SERVICES 1-INCH TO 2-INCH PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Lead-free 1-inch to 2-inch water service lines from the water main to the right-of- way, fittings and water meter boxes complete in place,as shown on the Drawings, directed by the Engineer, and specified herein for: a. New Water Service b. New Water Service (Bored) c. Water Meter Service Relocate d. Private Water Service B. Deviations from this City of Fort Worth Standard Specification The relocation, replacement or reconnection of water services will be required as shown on the plans and/or as described in these Special Contract Documents in addition to those located in the field and identified by the Engineer. 1.2 PRICE AND PAYMENT PROCEDURES A.Measurement and Payment 1.New Water Service b)Payment for all work and materials such as tap saddle, corporation stops and fittings shall be included in the price bid for Service Taps to Main. Payment for all work and materials such as furnishing and setting new meter box shall be included in the price bid for furnish and set meter box. Payment for all work and materials such as backfill,fittings, type K copper tubing and curb stop with lock wings shall be included in the Linear Foot price bid for service line from main to meter,five(5) feet behind the meter. 3. Water Meter Service Reconnect b)Payment 1.No additional compensation will be given in Miscellaneous Contracts for water service reconnections. CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised February 14,2017 RELOCATIONS CONTRACT 2017 City Project No.100993 331210-2 WATER SERVICES 1-INCH TO 2-INCH Page 2 of 18 5. Multiple Service Branches When multiple service branches are required the contractor shall furnish approved factory manufactured branches. Payment for multiple service branches will include furnishing and installing the multiple service branch only and all other costs will be included in other appropriate bid item(s). C. Products Installed but not Furnished Under this Section 1. Water meters for various sizes D. Related Specification Sections include,but are not necessarily limited to: 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 3. Section 33 04 40—Cleaning and Acceptance Testing of Water Mains 4. Section 33 05 10—Utility Trench Excavation,Embedment and Backfill 5. Section 33 12 25—Connection to Existing Water Mains 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. New Water Service a. Measurement 1) Measurement for this Item shall be per each new"Water Service"complete in place from the tap of the main to the installation of the meter box and associated appurtenances where the service line is installed by open cut -- construction. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement"will be paid for at the unit price bid per each"Water Service"installed for: a) Various sizes c. The price bid shall include: 1) Furnishing and installing New Service Line as specified by the Drawings 2) Submitting product data 3) Tapping saddle 4) Corporation stop 5) Curb stop 6) Fittings — 7) Service line installed by open cut 8) Connection to meter 9) Meter Box and Lid -- 10) Pavement removal 11) Excavation 12)Hauling 13) Disposal of excess material CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised February 14,2017 RELOCATIONS CONTRACT 2017 City Project No.100993 ... 33 1210-3 WATER SERVICES 1-INCH TO 2-INCH " Page 3 of 18 14) Surface Restoration associated with Meter Box installation and connection, excluding grass(seeding, sodding or hydro-mulch paid separately) 15) Clean-up 16) Disinfection 17) Testing 2. New Bored Water Service a. Measurement 1) Measurement for this Item shall be per each new Water Service complete in place from the tap of the main to the installation of the meter box and associated appurtenances where the service line is installed by trenchless method. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under"Measurement"will be paid for at the unit -- price bid per each"Bored Water Service"installed for: a) Various sizes c. The price bid shall include: ... 1) Submitting product data 2) Tapping saddle 3) Corporation stop 4) Curb stop 5) Fittings 6) Service line installed by trenchless method 7) Connection to meter .. 8) Meter Box and Lid 9) Pavement removal 10) Excavation 11) Hauling 12) Disposal of excess material 13) Surface restoration associated with Meter Box installation and connection, excluding grass(seeding, sodding or hydro-mulch paid separately) 14) Clean-up 15) Disinfection 16) Testing 3. Water Meter Service Reconnect a. Measurement .. 1) Measurement for this Item shall be per each Water Meter Service Reconnect complete in place from public service line connection to private service line connection. b. Payment 1) The work performed in conjunction with relocation of the meter, associated private service line,fittings and meter box 5 feet or less in any direction from centerline of existing meter location and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Water Meter Service,Reconnection" installed for: a) Various size of services ` c. The price bid shall include: 1) Private service line CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised February 14,2017 RELOCATIONS CONTRACT 2017 City Project No.100993 331210-4 WATER SERVICES 1-INCH TO 2-INCH Page 4 of 18 an 2) Fittings 3) Private connection to water meter 4) Connection to existing private service line 5) Cut and crimp of existing service 6) Removal and Disposal or Salvage of existing 2-inch or smaller water meter, as directed by City 7) Pavement removal 8) Excavation 9) Hauling am 10) Disposal of excess material 11) Surface restoration for area disturbed for installation of meter box, excluding grass (seeding, sodding or hydro-mulch paid separately) +� 12) Clean-up 13) Cleaning 14) Disinfection 15) Testing 4. Private Water Service Relocation a. Measurement 1) Measurement for this Item shall be per linear foot of Private Service relocation complete in place from the meter box to a connection to the existing service line on private property. b. Payment 1) The work performed in conjunction with Private Service Line installation where the meter and meter boxes are moved more than 5 feet in any direction from centerline of existing meter location and materials furnished in accordance with the Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of "Private Water Service"performed for: a) Various service sizes c. The price bid shall include: 1) Obtaining appropriate permit •� 2) Obtaining Right of Entry 3) Submitting product data 4) Private service line 5) Fittings. 6) Backflow preventer,check valve, and isolation valve relocation, if applicable 7) Connection to existing private service line 8) Pavement removal and replacement 9) Excavation 10) Hauling 11) Disposal of excess material 12) Surface restoration,excluding grass (seeding, sodding or hydro-mulch paid separately) 13) Clean-up 14) Cleaning 15) Disinfection 16) Testing CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised February 14,2017 RELOCATIONS CONTRACT 2017 City Project No.100993 33 12 10-5 WATER SERVICES 1-INCH TO 2-INCH Page 5 of 18 1.3 REFERENCES A. Definitions 1. New Service a. Installation of new 1-inch to 2-inch Water Service Line by open cut construction from the water main to the right-of-way, including corporation stop,curb stop,fittings and water meter boxes complete in place, as shown on the Drawings. 2. New Service(Bored) a. Installation of new 1-inch to 2-inch Water Service Line by trenchless construction method from the water main to the right-of-way, including corporation stop, curb stop, fittings and water meter boxes complete in place, as shown on the Drawings. 3. Meter Service Reconnection a. Relocation and reconnection of the private service line from an existing meter to be abandoned and a new meter installed that lies within 5 feet of the existing meter. ` 4. Private Service Relocation a. Relocation and reconnection of private service line behind the water meter where the existing meter to be abandoned and the new meter installed is greater -- than 5 feet of the existing meter. A licensed plumber is required to relocate the private service. 5. Lead-free a. Lead-free pipes and plumbing fittings and fixtures shall contain less than 0.25 percent lead in accordance with the reduction of Lead in Drinking Water Act (P.L. 111-380). B. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification,unless a date is specifically cited. 2. ASTM International(ASTM): a. A48, Standard Specification for Gray Iron Castings. b. A536, Standard Specification for Ductile Iron Castings. c. B88, Standard Specification for Seamless Copper Water Tube. d. B98, Standard Specification for Copper-Silicon Alloy Rod, Bar and Shapes. e. C131,Standard Specification for Resistance to Degradation of Small-Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine. f. C150,Standard Specification for Portland Cement. g. C330,Standard Specification for Lightweight Aggregates for Structural Concrete. h. C857 (RL),Standard Practice for Minimum Structural Design Loading for .,. Underground Precast Concrete Utility Structures i. D883,Standard Terminology Relating to Plastics. j. D1693,Standard Test Method for Environmental Stress-Cracking of Ethylene Plastics 3. American Water Works Association(AWWA): a. C700,Cold-Water Meters-Displacement Type,Bronze Main Case. CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised February 14,2017 RELOCATIONS CONTRACT 2017 ,� City Project No.100993 33 1210-6 WATER SERVICES 1-INCH TO 2-INCH Page 6 of 18 b. C800,Underground Service Line Valves and Fittings. 4. NSF International(NSF): a. 61,Drinking Water System Components -Health Effects. 5. Reduction of Lead in Drinking Water Act a. Public Law 111-380 (P.L. 111-380) 6. General Services Administration(GSA): a. RR-F-621E,Frames,Covers,Gratings, Steps, Sump and Catch Basin,Manhole 1.4 ADMINISTRATIVE REQUIREMENTS A. Scheduling 1. Provide advance notice for service interruptions and meet requirements of Division 0 and Division 1. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00. B. All submittals shall be approved by the City prior to delivery. 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS A. Product Data,if applicable: 1. Tapping Saddle 2. Corporation stop 3. Curb Stop 4. Service Line 5. Meter Box 6. Meter Box Lid B. Certificates and Test Reports 1. Prior to shipment of any Water Service components, the manufacturer shall submit the following: a. A Certificate of Adequacy of Design stating that the components to be furnished comply with all regulatory requirements identified in this Section including: 1) The Reduction of Lead in Drinking Water Act(P.L. 111-380) 2) AWWA C800 3) NSF 61 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Qualifications 1. Manufacturers a. Water Services shall meet or exceed the latest revisions of AWWA C800,NSF 61,the Reduction of Lead in Drinking Water Act and shall meet or exceed the requirements of this Specification. CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised February 14,2017 RELOCATIONS CONTRACT 2017 City Project No.100993 "'"" 331210-7 WATER SERVICES 1-INCH TO 2-INCH Page 7 of 18 1.10 DELIVERY,STORAGE,AND HANDLING A. Storage and Handling Requirements 1. Protect all parts such that no damage or deterioration will occur during a prolonged delay from the time of shipment until installation is completed and the units and equipment are ready for operation. 2. Protect all equipment and parts against any damage during a prolonged period at the site. 3. Prevent plastic and similar brittle items from being directly exposed to sunlight or extremes in temperature. 4. Secure and maintain a location to store the material in accordance with Section 01 6600. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] - PART 2 - PRODUCTS 2.1 OWNER-FURNISHED PRODUCTS A. Water meters for various sizes 2.2 EQUIPMENT,PRODUCT TYPES,AND MATERIALS A. Manufacturers 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section 01 60 00. _m a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section 0125 00. 3. The Water Services and appurtenances shall be new and the product of a manufacturer regularly engaged in the manufacturing of Water Services and appurtenances having similar service and size. B. Description 1. Regulatory Requirements a. All materials shall conform to the Reduction of Lead in Drinking Water Act(P.L. 111-380). This Act defines"Lead-free"for pipes and other appurtenances to be less than 0.25 percent lead. b. Water Services shall meet or exceed the latest revisions of AWWA C800 and shall meet or exceed the requirements of this Specification. c. Al(Water Services components in contact with potable water shall conform to the requirements of NSF 61. C. Materials/Design Criteria 1. Service Lines a. Provide Type K Copper Tubing per ASTM B88. CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised February 14,2017 RELOCATIONS CONTRACT 2017 �" City Project No.100993 33 1210-8 WATER SERVICES 1-INCH TO 2-INCH Page 8 of 18 r` b. Furnish in the annealed conditions, unless otherwise specified in the Contract Documents. 2. Service Couplings a. Fitting Ends 1) Flared Copper Tubing with thread dimensions per AWWA C800 2) Provide coupling nuts with a machined bearing skirt of a length equal to the tubing outer diameter(O.D.). b. Provide with hexagonal wrench grip compatible with the coupling size. c. Provide lead-free service couplings in accordance with the Reduction of Lead in Drinking Water Act. 3. Corporation stops a. Provide brass castings per AWWA C800 for: 1) Bodies 2) Plugs 3) D washers 4) Bottom nuts b. Machining and Finishing of Surfaces 1) Provide 1 3/ inch per foot or 0.1458 inch per inch t 0.007 inch per inch �- taper of the seating surfaces for the key and body. 2) Reduce large end of the tapered surface of the key in diameter by chamfer or turning for a distance that will bring the largest end of the seating surface of the key into the largest diameter of the seating surface of the body. 3) Relieve taper seat in the body on the small end. 4) Extend small end of the key there-through to prevent the wearing of a shoulder and facilitate proper seating of key. 5) Design key,key nut and washer such that if the key nut is tightened to failure point, the stem end of the key shall not fracture. 6) Design nut and stem to withstand a turning force on the nut of at least 3 times the necessary effort to properly seat the key without failure in any manner. 7) Port through corporation stop shall be full size to eliminate turbulence in the flow way. 8) Design stop for rotation about the axis of the flow passageway inside the following minimum circles in order to properly clear the tapping machine: a) Two 7/8-inch for 1-inch corporation stops b) Four 15/16-inch for 1 1h -inch and 2-inch corporation stops c. Provide lead-free corporation stops in accordance with the Reduction of Lead in Drinking Water Act. 4. Curb Stops a. Provide brass castings per AWWA C800. b. Valve plugs shall be: 1) Cylinder type 2) Plug type, or 3) Ball type c. Incorporate full flow porting. d. Provide for full 360 degree plug rotation clockwise or counter-clockwise. e. Overall Length 1) 3-5/16 inch± 1/8 inch for 1-inch diameter CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised February 14,2017 RELOCATIONS CONTRACT 2017 City Project No.100993 33 12 10-9 WATER SERVICES 1-INCH TO 2-INCH Page 9 of 18 2) 4-1/32 inch±9.32 for 1-inch diameter .. f. Cylindrical Plug Type 1) Provide O-ring seal at top and bottom. a) O-ring at top only is acceptable if bottom of curb stop body is closed. 2) Seals shall be Buna N. 3) 1 O-ring seal shall surround the outlet port of the curb stop and act to effectively seal in the closed position. 4) The port in the plug shall provide a straight through, full size flow way, so shaped as to eliminate turbulence. 5) All waterways shall be smooth and free of burrs or rough areas. 6) Design the curb stop to provide ease and accuracy of operation and positive shut-off of water. g. Tapered Plug Type 1) Provide O-ring seal at top and bottom ,. 2) The tapered plug and cylindrical recess in the valve body shall be machined to match within approved manufacturing tolerances. 3) Inlet and outlet ports shall be sealed by 0-rings or combination Teflon U- shaped seal rings backed with 0-rings. 4) The port in the plug shall provide a straight through,full size flow way, so shaped as to eliminate turbulence. 5) All waterways shall be smooth and free of burrs or rough areas. 6) Design the curb stop to provide ease and accuracy of operation and positive shut-off of water. h. Ball Plug Type 1) Provide double O-ring seals on the stem 2) The ball shall seal against rubber rings mounted in the valve body at the inlet and outlet ports. -- 3) The ball shall be bronze with a smooth Teflon coating. 4) The port in the plug shall provide a straight through, full size flow way, so shaped as to eliminate turbulence. 5) All waterways shall be smooth and free of burrs or rough areas. i. Provide lead-free curb stops in accordance with the Reduction of Lead in Drinking Water Act. 5. Straight Adapters a. Brass castings and threads per AWWA C800 b. Provide lead-free straight adapters.in accordance with the Reduction of Lead in Drinking Water Act. 6. Three Part Copper Unions a. Brass castings and threads per AWWA C800 b. Provide lead-free Three Part Copper Unions in accordance with the Reduction of Lead in Drinking Water Act. 7. Straight Meter Couplings a. Brass castings per AWWA C800 b. Threads per AWWA C700 c. Tailpiece with outside iron pipe thread d Chamfer corners on threaded end of meter nut. e. Machine inside and outside of tailpiece. CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised February 14,2017 RELOCATIONS CONTRACT 2017 .. City Project No.100993 33 1210-10 WATER SERVICES 1-INCH TO 2-INCH Page 10 of 18 f. Provide lead-free Straight Meter Couplings in accordance with the Reduction of Lead in Drinking Water Act. 8. Branch Connections a. Brass castings per AWWA C800 b. Inlet and outlet connections per AWWA C800 c. Provide lead-free branch connections in accordance with the Reduction of Lead in Drinking Water Act. 9. Service Saddles a. Castings 1) Brass or Nylon coated ductile iron castings per AWWA C800 2) Free of porosity with sharp edges removed 3) Saddle a) Form to fit firmly against side of maximum diameter of water main with approximately 180 degrees wrap around. 4) Outlet a) Design outlet boss for no thread distortion by bending moments. b) Tapped for taper threaded corporation stop conforming to AWWA C800. -- b. Straps 1) Conform to ASTM B98. 2) Form flat to fit uniformly against the wall of the water main. ... 3) Shall be double straps 4) Rod diameter not less than 5/8 inch flattened to 1 inch on one side. 5) Straps shall be threaded 5/8 inch(11-NC-2A)for a distance such that V2 inch remains after clamp is fully tightened on the pipe. 6) Chamfer strap ends to protect the starting threads. 7) The threads shall be full and free from shear. 8) 4-inch and larger pipe shall be in accordance with Section 33 12 25. c. Nuts 1) Bronze material a) Same material as straps 2) Dimensions equal to or larger than heavy hexagon nuts 3) Tapped 5/8 inch(11-NC-2B) d. Gaskets 1) Neoprene rubber material 2) Cemented to saddle and positioned to facilitate installation 10. Brass Flanged Angle Valve -- a. For 1 Ih-inch and 2-inch services b. Brass castings per AWWA C800 c. Valve Body with integral outlet flange and inlet wrenching flat .. d. Fit together key and body by turning key and reaming body 1) Key with O-ring seal seat at the upper end 2) Lap key and body seat are to conform to corporation stop requirements of this Specification. 3) The outlet flange shall contain an O-ring seat or a uniform flat drop-in flange gasket surface. 4) Drop-in flange gasket surface shall contain gasket retaining grooves milled circular about the axis of the flange. CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised February 14,2017 RELOCATIONS CONTRACT 2017 City Project No.100993 "'" 33 12 10-11 WATER SERVICES I-INCH TO 2-INCH Page I 1 of 18 5) The size of the outlet flange and the diameter and spacing of the bolt holes shall conform to AWWA C700. 6) The flange on 2-inch angle valves shall be double drilled to permit connection to 1�6 -inch meters. 7) The inlet port of the valve shall be tapered to conform to AWWA C800 taper pipe thread. 8) The key cap shall include a wrenching tee marked with a raised or recessed arrow to show whether the valve is open or closed. 9) Valve Assembly(main body,key,key cap) a) Brass material per AWWA C800 b) O-ring seal on the top of the key between the key and body seat — c) Key cap shall complete the assembly by attaching to the key by means of a strong bronze pin with phosphor bronze spring washer(s) depressed between the key cap and the top of the valve main body. d) Provide with padlock wings for locking the valve in the closed position. e) There shall be a uniform application of cold water valve grease between the body and the key. f) The valve shall be capable of being easily opened and stopping lugs. g) The waterway through the valve shall be smooth and rounded for minimum pressure loss,and shall be free of burrs or fins. h) The valve shall be strong,well designed,neat in appearance,water- tight and entirely adequate for the intended purpose. i) Provide with either a high quality rubber drop-in gasket or an O-ring seal depending on the manufacturer's flange seal surface design choice. ' e. Provide lead-free brass flanged angle valves in accordance with the Reduction of Lead in Drinking Water Act. 11. Meter Boxes shall: a. Be constructed of: 1) Polymer,black polyethylene material as defined in ASTM D883. a) Minimum wall thickness of 3/8-inch throughout with no blowing agents or foaming plastics b) Body shall be black throughout, blended at the time of manufacture, and shall have a molded recycled emblem with a minimum of 35 percent Post Industrial/Pre Consumer Recycled Content-verified with a Leed Product Documentation. c) Have a tensile strength greater than 1700 pounds per square inch(psi). d) Smooth edges and corners and be free from sharp edges so the unit can be handled safely without gloves. e) Exterior free from seams or parting lines. f) Have crush resistant ribbing along the outside of the box. g) Have a flange around the lid opening to help prevent settling and aide in adjustment to grade. h) Not to be installed in roadway—designed to withstand loading in non- deliberate and incidental traffic only. 2) Concrete a) Frame of No. 6 gauge wire welded closed b) Type I or Type H Portland cement, in accordance with ASTM C 150, portioned with lightweight aggregate, in accordance with ASTM C330 (1) Percentage of wear not to exceed 40 per ASTM C131 CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised February 14,2017 RELOCATIONS CONTRACT 2017 "" City Project No.100993 33 12 10-12 WATER SERVICES 1-INCH TO 2-INCH Page 12 of 18 (2) Minimum 28 day compressive strength of 3,000 psi b. Be able to withstand a minimum 15,000 pounds vertical load c. Withstand a minimum 400 pounds sidewall load. d. Have pipe holes measuring a minimum of 2-1/2"x 3-1/4". e. 1-inch Standard Meter Box (Class A) 1) For use with services utilizing 5/8-inch x 3/4-inch,3/4-inch or 1-inch meter Single or Dual service meter. 2) Polymer a) Size: working of not less than 10 inches x 16 inches, 12 inches high 3) Concrete a) Size: working area not less than 10-inches x 16-inches, 12 inches high £ 2-inch Standard Meter Box (Class C) 1) For use with services utilizing 1-1/2-inch or 2-inch Single service meter. 2) Polymer a) Size: working area not less than 14-inches x 28-inches, 12 inches high 3) Concrete a) Size: working area not less than 15-inches x 26-1/2-inches, 12 inches high g. Bullhead Standard Meter Box (Class B) 1) For use with services utilizing two 5/8-inch x 3/-inch or 3/-inch or 1-inch Single service meter. 2) Polymer a) Size: working area not less than 15-inches x 18-inches, 12 inches high 3) Concrete a) Size: working area not less than 15-inches x 18-inches, 12 inches high 12. Meter Box Lid a. Meter Box Lids Shall: 1) Be solid throughout with reinforcing ribs. 2) Have City of Fort Worth `Molly' logo molded into the lid. 3) Bear the Manufacturer's IS (name or logo)and Country of Origin. 4) Be designed both with and without AMI receptacles 5) Have a molded tread-plate 6) Seat securely and evenly inside the meter box and shall not overlap the top edge of the meter box. 7) Have a molded pick bar for use by meter reading tool. 8) Have Automated Meter Infrastructure(AMI) snap locking slide mounts for number of meters/endpoints associated with meter box 9) Have an opening to accept the AMI end-point. Opening shall accommodate an endpoint with a 1-7/8 inches diameter. 10) Have recessed AMI end point area, to.alleviate a trip hazard, centered over AMI slide mount. Recess area should be 4-1/2 inches in diameter and 3/8" deep. 11) Have built-in anti-flotation devices. b. Cast Iron or Ductile Iron 1) Lids for Concrete Meter Boxes shall be constructed out of a cast iron and meet RRF-621 specification. 2) Shall withstand a minimum vertical load of 15,000 pounds CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised February 14,2017 RELOCATIONS CONTRACT 2017 City Project No.100993 33 12 10-13 WATER SERVICES 1-INCH TO 2-INCH Page 13 of 18 3) Coat castings with a bituminous emulsified asphalt unless otherwise specified in the Contract Documents,ground smooth,and cleaned with shot blasting,to get a uniform quality free from strength defects and distortions. 4) Dimensions shall be within industry standards of±1/16 inch per foot. 5) Shall have a plug inserted in to the AMI receptacle to avoid water entering through opening until the AMI receptacle is used 6) Be a minimum of 1-3/4 inches thick at reinforcing ribs. 7) Casting weights may vary t5 percent from drawing weight per industry standards. c. Plastic(Composite) 1) The lid shall : . a) Constructed of Engineered Plastic as defined in ASTM D883 (1) Have a molded recycled emblem with a minimum of 50 percent Post Consumer Recycled and 50 percent Post Industrial/Pre Consumer Recycled Content- verified with a Leed Product Documentation. (2) Be designed to fit a concrete box/cast iron box in retrofit installations. (3) Have a tensile strength greater than 1700 psi. (4) Have a `knock-out"plug to accept the AMI end-point. Knock-out diameter shall be 1-7/8 inch diameter. A removable plug may be substituted for the knock-out plug. (5) Be constructed out of a composite material blend for maximum durability and corrosion resistance. (6) Be black throughout with no blowing agents or foaming plastics (7) Smooth edges and corners and be free from sharp edges so the unit can be handled safely without gloves. ..� (8) Exterior free from seams or parting lines. (9) Have a molded tread-pattern-tread dimensions shall be.188-inch x .938-inch x .150-inch deep. (10) Have"City of Fort Worth"molded into the lid. (11) Have"Water Meter" molded into the lid-Font shall be standard Fadal CNC font with 1-inch characters x.150-inch deep. (12) Have a molded pick hole pocket-dimensions shall be 3-inch x 9/16-inch x Thru Hole with 3/16-inch 304 stainless steel rod (13) Have 2 pieces of 1h-inch rebar located in lid pockets for locatability as shown in Drawings. (14) Have location capability using metal detector. b) Domestic Manufacture Only-Made in USA molded on Lid. c) Not to be installed in roadway or parking area —° d) Be designed to withstand H-10 loading for non-deliberate and incidental traffic only as . e) Have ultraviolet protection. 2) 1-inch Standard Plastic Meter Box Lid(Class A) a) For use with services utilizing 5/8-inch x 3/4-inch, 1/-inch or 1-inch meter Single or Dual service meter. b) Size: 11-7/8-inch x 17-7/8-inch, 1-1/2 inches high c) For use with Class A Standard Meter Box. CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised February 14,2017 RELOCATIONS CONTRACT 2017 "° City Project No.100993 33 12 10-14 WATER SERVICES 1-INCH TO 2-INCH Page 14 of 18 d) Polymer lid shall seat evenly inside meter box and shall not overlap the top edge of the meter box. 3) 2-inch Standard Plastic Meter Box Lid(Class C) a) For use with services utilizing 1-1/2-inch or 2-inch Single service meter. b) Size 27-inches x 15-1/4-inches, 1-7/8 inches high �. c) For use with Class C Standard Meter Box. d) Polymer lid shall seat evenly inside meter box and shall not overlap the top edge of the meter box. 4) Bullhead Standard Plastic Meter Box Lid(Class B) a) For use with services utilizing two 5/8-inch x 3/4-inch or 3/4-inch or f- inch Single service meter: b) Size: 16-5/8-inch x 14-5/8-inch, 1-3/4 inches high c) For use with Class B Standard Meter Box. d) Polymer lid shall seat evenly inside meter box and shall not overlap the top edge of the meter box. 13. Horizontal Check Valve a. Equip 1 lh-inch and 2-inch Water Services with a horizontal check valve, with pipe plug,only if specked in the Drawings. b. If an existing backflow preventer is present,the Contractor is to leave it, and is not required to provide an additional horizontal check valve. c. Provide lead-free horizontal check valves in accordance with the Reduction of Lead in Drinking Water Act. 14. Service Marker a. 3 inch wide, 5 mil blue vinyl tape 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL A. Tests and Inspections 1. At the City's option,the manufacturer shall be required to provide certification .. records showing conformance of materials,design and testing to these Specifications. 2. The test procedures shall conform to AWWA C800. a. In the event that a chosen valve fails the City's hydrostatic test, the cost of the test shall be at the expense of the supplier. b. Proof testing of the remainder of the valves shall be at the cost and responsibility of the supplier. c. These tests will be the basis of acceptance or rejection of the remainder of the shipment by the City. -� 3. The City reserves the right to select products at random for testing. The failure of materials to conform to the applicable Specification may result in the rejection of the entire shipment. B. Marking 1. Service saddle castings shall be clearly marked by letters and numerals cast thereon showing: a. Manufacturer's name CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised February 14,2017 RELOCATIONS CONTRACT 2017 City Project No.100993 "" 33 1210-15 WATER SERVICES 1-INCH TO 2-INCH Page 15 of 18 b. Type c. Size of Pipe PART 3- EXECUTION 3.1 INSTALLERS A. A licensed plumber is required for installations on the outlet side of the service meter. 3.2 EXAMINATION[NOT USED] 3.3 PREPARATION[NOT USED] 3.4 INSTALLATION A. General 1. Install Water Services and appurtenances in accordance with AWWA C800. 2. Install Water Service Lines 5 feet north or east of center of lot frontage on lots 75 feet or wider,or where shown on Drawings. 3. Install Water Service Lines on lot center line on lots less than 75 feet wide,unless otherwise shown on the Drawings. -- 4. Install services at a minimum depth of 36 inches below final grade/proposed top of curb,unless otherwise specified in the Contract Documents. 5. Perform leak tests in accordance with Section 33 04 40. 6. Replace existing 3/-inch Service Lines with 1-inch new Service Line,tap,and corporation. 7. Install replaced or relocated services with the service main tap and service line being in line with the service meter, unless otherwise directed by the City. 8. Excavate,embed and backfill trenches in accordance with Section 33 05 10. ., B. Handling 1. Haul and distribute Service Lines fittings at the project site and handle with care to avoid damage. .. a. Inspect each segment of Service Line and reject or repair any damaged pipe prior to lowering into the trench. b. Do not handle the pipe in such a way that will damage the pipe. �- 2. At the close of each operating day: a. Keep the pipe clean and free of debris,dirt,animals and trash—during and after the laying operation. b. Effectively seal the open end of the pipe using a gasketed night cap. C. Service Line Installation 1. Service Taps a. Only ductile iron pipe may be directly tapped b. Install service taps and/or tap assemblies of the specified size as indicated on the Drawings,or as specified by the Engineer. c. Perform taps on a water system that is either uncharged or under pressure. d. Taps consist of: 1) For Concrete Pressure Pipe or Steel Pipe CrI'Y OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised February 14,2017 RELOCATIONS CONTRACT 2017 City Project No.100993 33 12 10-16 WATER SERVICES 1-INCH TO 2-INCH Page 16 of 18 a) Standard internal pipe threaded holes in the pipe walls (1) Made during pipe fabrication (2) Provide tapered threaded outlet with cc threads for up to 2-inch. (3) Provide flange outlet with flange to thread insulator adaptor kits for 4-inch and larger taps. �. 2) Other pipe materials a) Bronze service clamp with a sealed,threaded port through which the pipe wall is drilled to complete a service port e. Tap Assemblies 1) Consist of corporation stop with iron to copper connection attached to: a) Copper tubing terminating as shown on the City's Standard Detail b) May be required adjacent to gate valves -- c) Install as shown on the Drawings, or as directed by the Engineer. d) When required, shall be included in the unit price bid for installing gate valve. 2) Chlorination and testing purposes a) No separate payment will be made for taps required for testing and chlorination. 2. Installation of Water Services a. Install tap and Service Line in accordance with City Details. b. Install meter box in accordance with City Details. 1) Adjustment of the Service Line to proper meter placement height shall be considered as part of the Meter Box installation. 3. Trenching a. Provide a trench width sufficiently wide to allow for 2 inches of granular embedment on either side of the Service Line. 4. Bored Services a. Services shall be bored utilizing a pilot hole having a diameter tfi inch to 3/ inches larger than the Service Line. 5. Arrangement a. Arrange corporation stops,branches,curb stops,meter spuds, meter boxes and other associate appurtenances as shown in the City Detail,and to the approval of the Engineer. 6. Service Marker a. When Meter Box is not installed immediately subsequent to service installation: 1) Mark Curb Stop with a strip of blue vinyl tape fastened to the end of the service and extending through the backfill approximately 6 inches above ground at the Meter Box location. b. Installation of service taps only: 1) Attach service marker tape to the corporation stop or plug and extend " upward and normal to the main through the backfill at the adjacent trench edge to at least 6 inches above ground to flag the tap location. 7. Corporation stops a. Fully open corporation stop prior to backfill. D. Removal of Existing Water Meters 1. Remove,tag and collect existing Water Service meter for pickup by the City for reconditioning or replacement. CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised February 14,2017 RELOCATIONS CONTRACT 2017 City Project No.100993 331210-17 WATER SERVICES 1-INCH TO 2-INCH Page 17 of 18 2. After installation of the Water Service in the proposed location and receipt of a meter from the City inspector, install the meter. 3. Reset the meter box as necessary to be flush with existing ground or as otherwise directed by the City. 4. All such work on the outlet side of the service meter shall be performed by a licensed plumber. 3.5 REPAIR/RESTORATION[NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD[oR]SITE QUALITY CONTROL A. Field Tests and Inspections 1. Check each Water Service installation for leaks and full flow through the curb stop at the time the main is tested in accordance with Section 33 04 40. 3.8 SYSTEM STARTUP[NOT USED] 3.9 ADJUSTING[NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS[NOT USED] END OF SECTION CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised February 14,2017 RELOCATIONS CONTRACT 2017 City Project No.100993 33 1210-18 WATER SERVICES 1-INCH TO 2-INCH Page 18 of 18 on Revision Log DATE NAME SUMMARY OF CHANGE Added Blue Text for clarification 1.2 A.—Revision to items included in price bid Specification modified to be in accordance with the Reduction of Lead in Drinking 12/20/2012 D.Johnson Water Act—All materials shall be lead free in accordance with this Act. 1.2.A.3—Water Meter Service Relocate was renamed Water Meter Service Reconnect 1.6.B.—added certification submittals for compliance with regulatory requirements Added the phrase`,including grass'to lines; Part 1,1.2.A.1.c.14,Partl,1.2.A.2.c.13,Part 1, 1.2.A.2.c.13,Part 1,1.2.A.3.c.11, r. 2/13/2013 F.Griffin Part 1,1.2.A.4.c.I I Added the phrase`and replacement'to line Part 1,1.2.A.4.c.7 Revised lines with`including grass'replacing with`excluding grass(seeding, 4/26/2013 F.Griffin sodding or hydromulching paid separately)' Included in Part 1, 1.2,A, 1,c, 14; Part 1,1.2,A,2,c, 13;Part 1, 1.2,A,3,c, 11; _ Part 1,1.2,A,4,2, 11 6/19/2013 D.Johnson 1.2.A.4.c—Addition of private water service appurtenances relocation to being included in the linear foot price of private water services 11/21/2016 W.Norwood Require meter box suitable for AMI meter.2.2,C,I I&2.2,C,12 *� 11/21/2016 W.Norwood Require service saddle with double straps.2.2,C,9,b 2/14/17 W.Norwood 2.2,C,9.a.3 Remove table"Ft Contour of pipe..." 2/14/17 W.Norwood 3.4,C, l.d.(2)Remove nylon sleeve inserts,require cc threads. �r. w err CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised February 14,2017 RELOCATIONS CONTRACT 2017 City Project No.100993 "�"" 33-1211-1 LARGE WATER METERS Page 1 of 4 1 SECTION 33 12 11 2 LARGE WATER METERS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Large Water Meter, Vault,Bypass and Appurtenances (3-inch and larger) 7 B. Products Installed but Not Furnished Under This Section 8 1. Water Meter and Strainer 9 C. Deviations from this City of Fort Worth Standard Specification 10 1.2 PRICE AND PAYMENT PROCEDURES 11 A.Measurement and Payment 12 3.The price bid shall include: 13 b. Precast concrete vault and appurtenances,or poured in place vaults. 14 D. Related Specification Sections include,but are not necessarily limited to: 15 1. Division 0—Bidding Requirements,Contract Forms, and Conditions of the 16 Contract �. 17 2. Division 1 —General Requirements 18 3. Section 03 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 12 10—Water Services 1-inch to 2-inch 23 8. Section 33 12 20—Resilient Seated Gate Valve 24 9. Section 33 12 50—Water Sample Stations 25 1.2 PRICE AND PAYMENT PROCEDURES 26 A. Measurement and Payment 27 1. Measurement 28 a. Measurement for this Item shall be per each. 29 b. Measurement includes meter,vault,piping,appurtenances, and bypass line 30 (from upstream tee to downstream tee). 31 1) Piping upstream of bypass line tee is measured and paid separately as water 32 pipe,by size. 33 2) Piping downstream of bypass line tee is measured and paid separately as 34 water pipe,by size. 35 a) Any licensing requirements for plumbing installation are included in °— 36 this item's measurement. CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised December 20,2012 RELOCATIONS CONTRACT 2017 City Project No.100993 33 1211-2 LARGE WATER METERS Page 2 of 4 1 2. Payment 2 a. The work performed and the materials furnished in accordance with this Item 3 shall be paid for at the unit price bid per each"Water Meter and Vault' 4 installed for: 5 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 11 e. Piping and appurtenances 12 f. Fittings 13 g. Horizontal thrust blocking 14 h. Sample station and appurtenances 15 i. Flushing points and appurtenances 16 j. Installation of Compound Water Meter with Strainer 17 k. Reinforced Concrete Pipe Sump 18 1. Reconnection of Service 19 m. Backfill 20 n. Pavement removal 21 o. Hauling 22 p. Disposal of excess material 23 q. Placement and compaction of backfill 24 r. Plumbing Licensing requirements 25 s. Clean-up 26 t. Concrete Filled Steel Pipe Bollards as required 27 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 01 33 00. 33 B. All submittals shall be approved by the City prior to delivery. 34 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 35 A. Product Data 36 1. Precast Concrete Vault -- 37 2. Piping 38 3. Sample Station 39 4. Isolation Valves 40 5. Sample Tap and appurtenances 41 6. Hatch 42 1.7 CLOSEOUT SUBMITTALS [NOT USED] CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised December 20,2012 RELOCATIONS CONTRACT 2017 City Project No.100993 33 12 11-3 LARGE WATER METERS Page 3 of 4 1 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 2 1.9 QUALITY ASSURANCE [NOT USED] 3 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 5 1.12 WARRANTY 6 A. Manufacturer Warranty 7 1. Manufacturer's warranty shall be in accordance with Division 1. 8 PART 2- PRODUCTS 9 2.1 OWNER-FURNISHED[OR]OWNER-SUPPLIEDPRODUCTS [NOT USED] 10 2.2 EQUIPMENT,PRODUCT TYPES,MATERIALS 11 A. Materials 12 1. Precast Concrete Vault—Conform to Section 33 05 16 13 2. Gate Valves—Conform to Section 33 12 20 14 3. Ductile Iron Pipe—Conform to Section 33 11 10 15 4. Ductile Iron Fittings—Conform to Section 33 11 11 16 5. Sample Station—Conform to Section 33 12 50 17 6. Sample and flushing point taps—Conform to Section 33 12 10 18 7. Hatch—Conform to Section 33 05 16 .. 19 B. Meter and Strainer 20 1. Furnished by City 21 2.3 ACCESSORIES [NOT USED] 22 2.4 SOURCE QUALITY CONTROL [NOT USED] 23 PART 3- EXECUTION 24 3.1 INSTALLERS [NOT USED] 25 3.2 EXAMINATION 26 A. Evaluation and Assessment 27 1. Verify lines and grades are in accordance to the Drawings. 28 3.3 PREPARATION [NOT USED] 29 3.4 INSTALLATION 30 A. Install vault in accordance with manufacturer's recommendations and in accordance 31 with Section 33 05 16. CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised December 20,2012 RELOCATIONS CONTRACT 2017 City Project No.100993 33 1211-4 LARGE WATER METERS Page 4 of 4 1 B. Pipe Penetrations 2 1. Conform to Section 03 80 00. -- 3 C. Meter 4 1. Obtain meter and strainer from City Field Operations Warehouse. 5 3.5 REPAIR/RESTORATION[NOT USED] 6 3.6 RE-INSTALLATION[NOT USED] 7 3.7 FIELD QUALITY CONTROL [NOT USED] 8 3.8 SYSTEM STARTUP[NOT USED] 9 3.9 ADJUSTING [NOT USED] 10 3.10 CLEANING [NOT USED] 11 3.11 CLOSEOUT ACTIVITIES [NOT USED] 12 3.12 PROTECTION [NOT USED] 13 3.13 MAINTENANCE [NOT USED] 14 3.14 ATTACHMENTS [NOT USED] 15 END OF SECTION 16 Revision Log DATE NAME SUMMARY OF CHANGE 17 CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised December 20,2012 RELOCATIONS CONTRACT 2017 City Project No.100993 331225-1 CONNECTION TO EXISTING WATER MAINS Page 1 of 8 1 SECTION 3312 25 2 CONNECTION TO EXISTING WATER MAINS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Connection to existing water mains to include,but not limited to: 7 a. 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 B. Deviations from this City of Fort Worth Standard Specification �. 11 1.2 PRICE AND PAYMENT PROCEDURES 12 A.Measurement and Payment 13 2.Connection to an existing pressurized Fort Worth Water 14 Distribution System Main that requires a shutdown of some part of 15 the water system: ,., 16 b.Payment 17 1)No additional compensation will be allowed in 18 Miscellaneous Contracts for connecting to existing 19 water mains,it is considered subsidiary to the water 20 pipe being installed. 21 3. Connection to an existing pressurized Fort Worth Water 22 Distribution System Main by Tapping Sleeve and Valve: 23 b. Payment 24 1)No additional compensation will be allowed in 25 Miscellaneous Contracts for tapping sleeves and 26 valves,it is considered subsidiary to the price paid .� 27 per tap sleeve and valve. 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 31 Contract ., 32 2. Division 1 —General Requirements 33 3. Section 33 04 40—Cleaning and Acceptance Testing of Water Mains 34 4. Section 33 05 10—Utility Trench Excavation,Embedment and Backfill 35 5. Section 33 05 30—Location of Existing Utilities 36 6. Section 33 1105—Bolts,Nuts,and Gaskets CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised February 6,2013 RELOCATIONS CONTRACT 2017 .- City Project No.100993 331225-2 CONNECTION TO EXISTING WATER MAINS Page 2 of 8 1 7. Section 33 11 10—Ductile Iron Pipe ,. 2 1.2 PRICE AND PAYMENT PROCEDURES 3 A. Measurement and Payment .,. 4 1. Connection to an existing unpressurized Fort Worth Water Distribution System 5 Main that does not require the City to take part of the water system out of service 6 a. Measurement .� 7 1) This Item is considered subsidiary to the water pipe being installed. 8 b. Payment 9 1) The work performed and the materials furnished in accordance with this 10 Item are subsidiary to the unit price bid per linear foot of water pipe 11 complete in place, and no other compensation will be allowed. 12 2. Connection to an existing pressurized Fort Worth Water Distribution System Main _ 13 that requires a shutdown of some part of the water system 14 a. Measurement 15 1) Measurement for this Item shall be per each connection completed. 16 b. Payment 17 1) The work performed and the materials furnished in accordance with this 18 Item shall be paid for at the unit price bid per each"Connection to Existing 19 Water Maid' installed for: 20 a) Various sizes of existing water distribution main 21 c. The price bid shall include all aspects of making the connection including,but 22 not limited to: -- 23 1) Preparing submittals 24 2) Dewatering 25 3) Exploratory excavation(as needed) 26 4) Coordination and notification 27 5) Remobilization 28 6) Temporary lighting 29 7) Polyethylene encasement 30 8) Make-up pieces 31 9) Linings 32 10) Pavement removal 33 11) Excavation 34 12) Hauling 35 13) Disposal of excess material 36 14) Clean-up 37 15) Cleaning 38 16) Disinfection — 39 17) Testing 40 3. Connection to an existing pressurized Fort Worth Water Distribution System Main 41 by Tapping Sleeve and Valve: -- 42 a. Measurement 43 1) Measurement for this Item shall be per each connection completed. 44 b. Payment CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised February 6,2013 RELOCATIONS CONTRACT 2017 City Project No.100993 '® 331225-3 CONNECTION TO EXISTING WATER MAINS Page 3 of 8 1 1) The work performed and the materials furnished in accordance with this 2 Item shall be paid for at the unit price bid per each"Tapping Sleeve and 3 Valve"installed for: 4 a) Various sizes of connecting main 5 b) Various sizes of existing water distribution main 6 c. The price bid shall include all aspects of making the connection including,but 7 not limited to: 8 1) Preparing submittals 9 2) Dewatering 10 3) Exploratory excavation(as needed) 11 4) Coordination and notification 12 5) Tapping Sleeve and Tapping Valve 13 6) Remobilization 14 7) Temporary lighting 15 8) Polyethylene encasement 16 9) Make-up pieces 17 10) Linings 18 11) Pavement removal 19 12) Excavation 20 13) Hauling .w 21 14) Disposal of excess material 22 15) Clean-up 23 16) Cleaning 24 17) Disinfection 25 18) Testing 26 1.3 REFERENCES 27 A. Reference Standards 28 1. Reference standards cited in this Specification refer to the current reference 29 standard published at the time of the latest revision date logged at the end of this 30 Specification,unless a date is specifically cited. 31 2. American Society of Mechanical Engineers (ASME): 32 a. B16.1,Gray Iron Pipe Flanges and Flanged Fittings Classes 25, 125 and 250) 33 3. ASTM International(ASTM): 34 a. A36, Standard Specification for Carbon Structural Steel. 35 b. A193, Standard Specification for Alloy-Steel and Stainless Steel Bolting for 36 High Temperature or High Pressure Service and Other Special Purpose 37 Applications 38 c. A194, Specification for Carbon and Alloy Steel Nuts for Bolts for High 39 Pressure or High Temperature Service,or Both 40 d. A242, Standard Specification for High-Strength Low-Alloy Structural Steel. 41 e. A283, Standard Specification for Low and Intermediate Tensile Strength 42 Carbon Steel Plates. 43 f. A285, Standard Specification for Pressure Vessel Plates,Carbon Steel,Low- 44 and Intermediate-Tensile Strength. 45 g. B117, Standard Practice for Operating Salt Spray(Fog)Apparatus. CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised February 6,2013 RELOCATIONS CONTRACT 2017 "'" City Project No.100993 331225-4 CONNECTION TO EXISTING WATER MAINS Page 4 of 8 1 h. D2000,Standard Classification System for Rubber Products in Automotive ®. 2 Applications. 3 4. American Water Works Association(AWWA): 4 a. C200,Steel Water Pipe-6 IN and Larger. 5 b. C207,Steel Pipe Flanges for Waterworks Service—Sizes 4 IN through 144 IN. 6 c. C213,Fusion-Bonded Epoxy Coating for the Interior and Exterior of Steel 7 Water Pipelines. 8 d. C223,Fabricated Steel and Stainless Steel Tapping Sleeves. 9 5. American Water Works Association/American National Standards Institute 10 (AWWA/ANSI): 11 a. C 105/A21.5,Polyethylene Encasement for Ductile-Iron Pipe Systems. 12 b. C111/A21.11,Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and 13 Fittings. 14 c. C115A21/15,Flanged Ductile-Iron Pipe with Ductile Iron or Gray-Iron 15 Threaded Flanges. 16 6. NSF International(NSF): 17 a. 61,Drinking Water System Components—Health Effects. 18 7. Manufacturers Standardization Society of the Valve and Fitting Industry Inc. 19 (MSS): �. 20 a. SP-60,Connecting flange Joint Between Tapping Sleeves and Tapping Valves. 21 1.4 ADMINISTRATIVE REQUIREMENTS 22 A. Pre-installation Meetings 23 1. Required for any connections to an existing,pressurized 16-inch or larger City 24 water distribution system main that requires a shutdown of some part of the water 25 system 26 2. May also be required for connections that involve shutting water service off to 27 certain critical businesses 28 3. Schedule a pre-installation meeting a minimum of 3 weeks prior to proposed time 29 for the work to occur. 30 4. The meeting shall include the Contractor,City Inspector and City Valve Crew. -� 31 5. Review work procedures as submitted and any adjustments made for current field 32 conditions. 33 6. Verify that all valves and plugs to be used have adequate thrust restraint or 34 blocking. 35 7. Schedule a test shutdown with the City. 36 8. Schedule the date for the connection to the existing system 37 B. Scheduling 38 1. Schedule work to make all connections to existing 16-inch and larger mains: 39 a. During the period from November through April,unless otherwise approved by 40 the City 41 b. During normal business hours from Monday through Friday,unless otherwise 42 approved by the City CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised February 6,2013 RELOCATIONS CONTRACT 2017 City Project No.100993 33 1225-5 CONNECTION TO EXISTING WATER MAINS Page 5 of 8 1 2. Schedule City Valve Crew by 1:00 P.M. a minimum of 1 business day prior to 2 planned disruption to the existing water system. 3 a. In the event that other water system activities do not allow the existing main to 4 be dewatered at the requested time, schedule work to allow the connection at an 5 alternate time acceptable to the City. 6 1) If water main cannot be taken out of service at the originally requested 7 time, coordination will be required with the City to discuss rescheduling 8 and compensation for mobilization. 9 2) No additional payment will be provided if the schedule was altered at the 10 Contractor's request. .. 11 1.5 SUBMITTALS 12 A. Submittals shall be in accordance with Section 01 33 00. 13 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 14 specials. ... 15 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 16 A. Product Data,if applicable 17 1. Tapping Sleeve noting the pressure rating and coating system supplied including: 18 a. Dimensions, weights, material list, and detailed drawings 19 b. Maximum torque recommended by the manufacturer for the valve by size 20 B. Submittals 21 1. Provide a detailed sequence of work for 16-inch,or larger, connections if required 22 by City that includes: 23 a. Results of exploratory excavation 24 b. Dewatering 25 c. Procedure for connecting to the existing water main 26 d. Time period for completing work from when the water is shut down to when 27 the main is back in service 28 e. Testing and repressurization procedures 29 2. Welders that are assigned to work on connection to concrete cylinder or steel pipe 30 must be certified and provide Welding Certificates,upon request, in accordance 31 with AWWA C200. -- 32 1.7 CLOSEOUT SUBMITTALS [NOT USED] 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 34 1.9 QUALITY ASSURANCE [NOT USED] 35 1.10 DELIVERY,STORAGE,AND HANDLING 36 A. Storage and Handling Requirements 37 1. Protect parts so that no damage or deterioration occurs during a prolonged delay .. 38 from the time of shipment until installation is completed. 39 2. Protect all equipment and parts against any damage during a prolonged period at the 40 site. CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised February 6,2013 RELOCATIONS CONTRACT 2017 City Project No.100993 33 1225-6 CONNECTION TO EXISTING WATER MAINS Page 6 of 8 -� 1 3. Protect the finished surfaces of all exposed flanges using wooden flanges, strongly - 2 built and securely bolted thereto. 3 4. Protect finished iron or steel surfaces not painted to prevent rust and corrosion. 4 5. Prevent plastic and similar brittle items from being exposed to direct sunlight and 5 extremes in temperature. 6 6. Secure and maintain a location to store the material in accordance with Section 01 7 6600. 8 1.11 FIELD [SITE] CONDITIONS [NOT USED] 9 1.12 WARRANTY 10 A. Manufacturer Warranty 11 1. Manufacturer's warranty shall be in accordance with Division 1. - 12 PART 2- PRODUCTS 13 2.1 OWNER-FURNISHED [OR]OWNER-SUPPLIED PRODUCTS [NOT USED] 14 2.2 EQUIPMENT,PRODUCT TYPES AND MATERIALS 4 15 A. Manufacturers 16 1. Only the manufacturers as listed by the City's Standard Products List will be 17 considered as shown in Section 0160 00. 18 a. The manufacturer must comply with this Specification and related Sections. 19 2. Any product that is not listed on the Standard Products List is considered a 20 substitution and shall be submitted in accordance with Section 0125 00. 21 B. Description 22 1. Regulatory Requirements -- 23 a. Tapping Sleeves shall meet or exceed AWWA C223 and the requirements of 24 this Specification. 25 b. All valve components in contact with potable water shall conform to the 26 requirements of NSF 61. 27 C. Tapping Sleeve Materials 28 1. Body 29 a. Body: Carbon Steel per ASTM A283 Grade C,ASTM A285 Grade C,ASTM 30 A36 Steel or equal 31 b. Finish: fusion bonded epoxy coating to an average 12 mil thickness. Fusion 32 applied per AWWA C213. 33 c. All buried tapping sleeves shall be provided with polyethylene encasement in 34 accordance with AWWA/ANSI C105/A21.5. 35 1) Polyethylene encasement shall be in accordance with Section 33 11 10. 36 2. Flange 37 a. Carbon Steel per ASTM A36 in accordance with AWWA C207 and ASME 38 B16.1 Class 125. 39 b. Recessed for tapping valve per MSS SP-60 CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised February 6,2013 RELOCATIONS CONTRACT 2017 City Project No.100993 �. 33 1225-7 CONNECTION TO EXISTING WATER MAINS " Page 7 of 8 .�, 1 3. Bolts and Nuts 2 a. Flanged Ends 3 1) Meet requirements of AWWA C115 or AWWA C207 depending on pipe 4 material. 5 2) Provide bolts and nuts in accordance with Section 33 1105. 6 4. Gaskets 7 a. Provide gaskets in accordance with Section 33 1105. 8 5. Test Plug 9 a. 3/-inch NPT carbon steel with square head and fusion bonded epoxy coating 10 2.3 ACCESSORIES [NOT USED] 11 2.4 SOURCE QUALITY CONTROL [NOT USED] 12 PART 3- EXECUTION 13 3.1 INSTALLERS [NOT USED] 14 3.2 EXAMINATION 15 A. Verification of Conditions 16 1. Verify by exploratory excavation, if needed,that existing water main is as depicted 17 in the Drawings and that the location is suitable for a connection to the existing 18 water main. 19 a. Excavate and backfill trench for the exploratory excavation in accordance with 20 33 05 10. 21 2. Verify that all equipment and materials are available on—site prior to the shutdown 22 of the existing main. 23 3. Pipe lines shall be completed,tested and authorized for connection to the existing 24 system in accordance with Section 33 04 40. 25 3.3 PREPARATION [NOT USED] 26 3.4 INSTALLATION 27 A. General 28 1. Upon disruption of the existing water main, continue work until the connection is 29 complete and the existing water main is back in service. 30 B. Procedure 31 1. Expose the proposed connection point in accordance with Section 33 05 10. 32 2. Dewater the existing water line so the chlorinated water is not unlawfully 33 discharged. 34 3. Maintain the water that may bleed by existing valves or plugs during installation 35 within the work area to a reasonable level. 36 a. Control the water in such a way that it does not interfere with the proper 37 installation of the connection or create a discharge of chlorinated water. CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised February 6,2013 RELOCATIONS CONTRACT 2017 City Project No.100993 331225-8 CONNECTION TO EXISTING WATER MAINS Page 8 of 8 1 4. If any discharge of chlorinated water occurs, discharged water shall be de- 2 chlorinated in accordance with Section 33 04 40 3 5. Cut and remove existing water main in order to make the connection. 4 6. Verify that the existing pipe line is suitable for the proposed connection. 5 7. Place trench foundation and bedding in accordance with 33 05 10. 6 8. In the event that a tapping sleeve and valve is used, the coupon from the existing 7 water main shall be submitted to the City. 8 9. Prevent embedment,backfill, soil, water or other debris form entering the pipeline. 9 10. Establish thrust restraint as provided for in the Drawings. 10 11. Clean and disinfect the pipeline associated with the connection in accordance with 11 Section 33 04 40. 12 12. Place embedment to the top of the pipe zone. -- 13 13. Request that the City Valve Crew re-pressurize the pipeline. 14 14. Directionally flush the connection in accordance with Section 33 04 40. 15 15. Request that City Valve Crew open all remaining valves. 16 3.5 REPAIR/RESTORATION [NOT USED] 17 3.6 RE-INSTALLATION [NOT USED] 18 3.7 FIELD[OR]SITE QUALITY CONTROL [NOT USED] 19 3.8 SYSTEM STARTUP[NOT USED] 20 3.9 ADJUSTING[NOT USED] 21 3.10 CLEANING [NOT USED] 22 3.11 CLOSEOUT ACTIVITIES [NOT USED] 23 3.12 PROTECTION [NOT USED] 24 3.13 MAINTENANCE [NOT USED] 25 3.14 ATTACHMENTS [NOT USED] 26 END OF SECTION 27 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 removed bolt,nut and gasket material specification 2/6/2013 D.Townsend 3.4.B.4 Modified to refer to Section 33 04040 28 CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised February 6,2013 RELOCATIONS CONTRACT 2017 City Project No.100993 ..� 331240-1 FIRE HYDRANTS Pagel of 7 1 SECTION 3312 40 2 FIRE HYDRANTS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Dry-barrel fire hydrants with 51/4-inch main valve for use with potable water mains 7 B. Deviations from this City of Fort Worth Standard Specification 8 1.2 PRICE AND PAYMENT PROCEDURES 9 A. Measurement and Payment 10 3.The price shall include: 11 c.Extension barrel and stem shall be per vertical foot over X-6"in 12 Miscellaneous Contracts. 13 C. Related Specification Sections include,but are not necessarily limited to: 14 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 15 2. Division 1 —General Requirements 16 3. Section 33 05 10—Utility Trench Excavation,Embedment and Backfill 17 4. Section 33 04 40—Cleaning and Acceptance Testing of Water Mains 18 5. Section 33 11 10—Ductile Iron Pipe 19 6. Section 33 11 11 —Ductile Iron Fittings 20 7. Section 33 11 14—Buried Steel Pipe and Fittings 21 8. Section 33 12 20—Resilient Seated(Wedge)Gate Valve ... 22 1.2 PRICE AND PAYMENT PROCEDURES 23 A. Measurement and Payment 24 1. Measurement 25 a. Fire Hydrant and Extension 26 1) Measurement for this item shall be by the each hydrant,complete in place. 27 2. Payment 28 a. The work performed and materials furnished in accordance with this Item and 29 measured under"Measurement"will be paid for at the unit prices bid per each 30 "Fire Hydrant"installed. 31 3. The price bid shall include: 32 a. Furnishing and installing Fire Hydrants with appurtenances as specified in the 33 Drawings 34 b. Dry-Barrel Fire Hydrant assembly from base to operating nut 35 c. Extension barrel and stem 36 d. Adjusting hydrant to the appropriate height �- 37 e. Painting 38 f. Pavement Removal 39 g. Excavation CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised January 3,2014 RELOCATIONS CONTRACT 2017 City Project No.100993 331240-2 FIRE HYDRANTS Page 2 of 7 1 h. Freight, loading,unloading and handling 2 i. Disposal of excess material 3 j. Furnish,placement and compaction of embedment 4 k. Furnish, placement and compaction of backfill 5 1. Blocking,Braces and Rest 6 m. Clean up 7 n. Disinfection 8 o. Testing 9 1.3 REFERENCES 10 A. Definitions 11 1. Base: The lateral connection to the fire hydrant lead;also called a shoe 12 B. Reference Standards 13 1. Reference standards cited in this Specification refer to the current reference 14 standard published at the time of the latest revision date logged at the end of this 15 Specification,unless a date is specifically cited. 16 2. American Water Works Association(AWWA): -� 17 a. C502,Dry-Barrel Fire Hydrants 18 b. Manual of Water Supply Practices M17 (AWWA Manual M17)—Installation, 19 Field Testing,and Maintenance of Fire Hydrants 20 3. NSF International 21 a. 61,Drinking Water System Components—Health Effects 22 4. National Fire Protection Association(NFPA) -- 23 a. 1963, Standard for Fire Hose Connections 24 5. Underwriters Laboratories,Inc. (UL) 25 a. 246,Hydrants for Fire-Protection Service -- 26 6. Factory Mutual(FM) 27 a. Class Number 1510, Approval Standard for Fire Hydrant(Dry Barrel Type)for 28 Private Fire Service -- 29 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 30 1.5 SUBMITTALS .� 31 A. Submittals shall be in accordance with Section 0133 00. 32 B. All submittals shall be approved by the City prior to construction. 33 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 34 A. Product Data 35 1. Dry-Barrel Fire Hydrant stating: 36 a. Main valve opening size 37 b. Nozzle arrangement and sizes 38 c. Operating nut size 39 d. Operating nut operating direction 40 e. Working pressure rating 41 f. Component assembly and materials 42 g. Coatings and Finishes CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised January 3,2014 RELOCATIONS CONTRACT 2017 City Project No.100993 ..� 331240-3 FIRE HYDRANTS Page 3 of 7 1 1.7 CLOSEOUT SUBMITTALS [NOT USED] 2 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 3 1.9 QUALITY ASSURANCE 4 A. Qualifications 5 1. Manufacturers 6 a. Dry-Barrel Fire Hydrants shall be the product of 1 manufacturer. .. 7 1) Change orders, specials and field changes may be provided by a different 8 manufacturer upon City approval. 9 2. Dry-Barrel Fire Hydrants shall be in conformance with AWWA C502,UL 246 and ... 10 FM 1510. 11 1.10 DELIVERY,STORAGE, AND HANDLING 12 A. Storage and Handling Requirements 13 1. Store and handle in accordance with the guidelines as stated in AWWA C502 and 14 AWWA Manual M17. �.. 15 2. Protect all parts so that no damage or deterioration will occur during a prolonged 16 delay from the time of shipment until installation is completed and the units and 17 equipment are ready for operation. �» 18 3. Protect all equipment and parts against any damage during a prolonged period at the 19. site. 20 4. Protect the finished surfaces of all exposed flanges by wooden blank flanges, —» 21 strongly built and securely bolted thereto. 22 5. Protect finished iron or steel surfaces not painted to prevent rust and corrosion. 23 6. Prevent plastic and similar brittle items from being directly exposed to sunlight or 24 extremes in temperature. 25 7. Secure and maintain a location to store the material in accordance with Section 01 26 6600. 27 1.11 FIELD CONDITIONS [NOT USED] 28 1.12 WARRANTY 29 A. Manufacturer Warranty 30 1. Manufacturer's Warranty shall be in accordance with Division 1. 31 PART 2- PRODUCTS 32 2.1 OWNER-FURNISHED[OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 33 2.2 EQUIPMENT,PRODUCT TYPES,AND MATERIALS 34 A. Manufacturers 35 1. Only the manufacturers as listed on the City's Standard Products List will be 36 considered as shown in Section 01 60 00. 37 a. The manufacturer must comply with this Specification and related Sections. 38 2. Any product that is not listed on the Standard Products List is considered a 39 substitution and shall be submitted in accordance with Section 0125'00. CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised January 3,2014 RELOCATIONS CONTRACT 2017 """ City Project No.100993 331240-4 FIRE HYDRANTS Page 4 of 7 1 3. The Dry-Barrel Fire Hydrant shall be new and the product of a manufacturer 2 regularly engaged in the manufacturing of Dry-Barrel Fire Hydrants having similar 3 service and size. 4 B. Description 5 1. Regulatory Requirements " 6 a. Dry-Barrel Fire Hydrant shall meet or exceed the latest revisions of AWWA 7 C502 and shall meet or exceed the requirements of this Specification. 8 b. All Dry-Barrel Fire Hydrant components in contact with potable water shall 9 conform to the requirements of NSF 61. 10 C. Performance/Design Criteria 11 1. Capacities 12 a. Rated working pressure of 250 psi or greater 13 2. Design Criteria 14 a. Operating nut 15 1) Uniformly tapered square nut measuring: 16 a) 1 inch at the base 17 b) 7/8 inch at the top «.. 18 2) Open by turning the operating nut to the right(clockwise 19 a) Provide operating direction clearly marked with an arrow and the word 20 "OPEN". 21 3) Provide weather shield with operating nut. 22 b. Main Valve 23 1) Minimum 51/4-inch opening -- 24 2) Compression type 25 a) Opening against pressure 26 b) Closing with pressure 27 c. Nozzles 28 1) `T' shape, 3 nozzle arrangement 29 2) Nozzle sizes,threads and configuration in accordance with NFPA 1963 30 a) Hose nozzles 31 (1) 2 x 21/2-inch(nominal size of connection) 32 (a) 180 degrees apart 33 (b) Thread Designation 2.5-7.5 NH(NFPA 1963) 34 b) Pump nozzle 35 (1) 4-inch(nominal size of connection) 36 (a) Thread Designation 4-4 NH(NFPA 1963) 37 d. Hydrant Barrel Configuration 38 1) Upper barrel 39 2) Breakable flange and stem 40 a) To be installed above ground at the connection to the upper barrel 41 3) Extension barrel(if needed)and lower barrel 42 a) Extension barrel and stem .. 43 (1) Lengthen in 6-inch increments 44 e. Drain Valve 45 1) Non-corrodible material 46 2) Spring operated drain valves are not allowed. 47 D. Function CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised January 3,2014 RELOCATIONS CONTRACT 2017 City Project No.100993 331240-5 FIRE HYDRANTS Page 5 of 7 1 1. Drain Valve 2 a. Drain fire hydrant barrels when main valve is closed. 3 E. Materials 4 1. Furnish materials in accordance with AWWA C502. 5 2. Dry-Barrel Fire Hydrant Assembly 6 a. Internal parts 7 1) Threads 8 a) Provide operating thread designed to avoid metal such as iron or steer 9 threads against iron or steel parts. 10 2) Stem -- 11 a) Stem Nuts 12 (1) Provide bronze stem nuts. 13 (a) Grades per AWWA C502 14 b) Where needed, stem shall be grooved and sealed with 0-rings. 15 3. Provide crushed rock for placement around base conforming to Section 33 05 10. 16 F. Finishes 17 1. Primer Materials 18 a. Furnish primer for Dry-Barrel Fire Hydrants in accordance with AWWA C502. 19 2. Finish Materials 20 a. Dry-Barrel Fire Hydrant 21 1) Exterior 22 a) Above grade 23 (1) Furnish exterior coating for above grade Dry-Barrel Fire Hydrant 24 assembly components in accordance with AWWA C502. 25 (2) Coating shall be Flynt Aluminum Paint in Silver. 26 b) Below grade 27 (1) Furnish exterior coating for below grade Dry-Barrel Fire Hydrant 28 assembly components in accordance with AWWA C502. -- 29 2) Interior 30 a) Interior coating for Dry-Barrel Fire Hydrants assemblies in accordance 31 with AWWA C502 32 2.3 ACCESSORIES 33 A. Polyethylene Encasement 34 1. Provide polyethylene encasement in accordance with Section 33 11 10. 35 B. Embedment 36 1. Provide crushed rock and filter fabric in accordance with Section 33 05 10. 37 2.4 SOURCE QUALITY CONTROL 38 A. Tests and Inspections 39 1. Testing and inspection of Dry-Barrel Fire Hydrants in accordance with AWWA 40 C502. 41 B. Markings 42 1. Provide each Dry-Barrel Fire Hydrant marked in accordance with AWWA C502. CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised January 3,2014 RELOCATIONS CONTRACT 2017 City Project No.100993 331240-6 FIRE HYDRANTS Page 6 of 7 1 PART 3- EXECUTION[NOT USED] 2 3.1 INSTALLERS [NOT USED] 3 3.2 EXAMINATION [NOT USED] 4 3.3 PREPARATION [NOT USED] 5 3.4 INSTALLATION 6 A. General 7 1. Install in accordance with AWWA Manual of Water Supply Practice M17, 8 manufacturer's recommendations and as shown on the Drawings. 9 2. Provide vertical installation with braces,rest and blocking in accordance with City 10 Standard Details. 11 3. Excavate and backfill trenches in accordance with 33 05 10. 12 4. Embed Dry-Barrel Fire Hydrant assemblies in accordance with 33 05 10. 13 a. At the location of the weep holes, wrap barrel with polyethylene encasement 14 and crushed rock with filter fabric to prevent dirt and debris from entering the 15 fire hydrant. -- 16 5. Polyethylene encasement installation shall be in accordance with the applicable 17 portion of Section 33 11 10. 18 6. Install concrete blocking and rest in accordance with Section 03 30 00 as indicated 19 in the Drawings. 20 7. A minimum 1/3 cubic yard of crushed rock shall be placed around the base, in 21 accordance with AWWA Manual of Water Supply Practice M17,to allow drain 22 outlets to operate. 23 a. The crushed rock should extend 6 inches above the drain outlets and a 24 minimum of 1 foot on all sides of the fire hydrant base. 25 8. Fire hydrant lead line shall be installed with a maximum cover of 7 feet. 26 a. Cover is measured from the invert at the fire hydrant base,vertical to ground 27 elevation. 28 b. Fittings may be used along fire lead line to ensure minimum and maximum 29 cover requirements are met. 30 3.5 REPAIR I RESTORATION[NOT USED] 31 3.6 RE-INSTALLATION[NOT USED] 32 3.7 FIELD CONTROL 33 A. Field Inspections 34 1. The Dry-Barrel Fire Hydrant and assembly shall perform as intended with no 35 deformation, leaking or damage of any kind for the pressure ranges indicated. 36 2. City inspector will issue final inspection notice to City staff. 37 3. City Field Operations Staff and Fire Department Staff shall have the opportunity to 38 inspect and operate the hydrant,to ensure that the fire hydrant was installed in 39 accordance with AWWA Manual of Water Supply Practice M17. This includes but 40 is not limited to: ,.. 41 a. Operation of Nozzles and operating nut are not obstructed. 42 b. Drain valve is not obstructed or plugged CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised January 3,2014 RELOCATIONS CONTRACT 2017 City Project No.100993 331240-7 FIRE HYDRANTS Page 7 of 7 1 4. Keep fire hydrant wrapped or covered to identify that it is out of service until the 2 water line it's connected to is put in service. 3 B. Non-Conforming Work 4 1. If access and operation of the Dry-Barrel Fire Hydrant or its appurtenances do not 5 meet the criteria of the AWWA Manual of Water Supply Practice M17,the 6 Contractor will remedy the situation criteria, at the Contractor's expense. 7 3.8 SYSTEM STARTUP[NOT USED] 8 3.9 ADJUSTING [NOT USED] 9 3.10 CLEANING[NOT USED] 10 3.11 CLOSEOUT ACTIVITIES [NOT USED] 11 3.12 PROTECTION[NOT USED] 12 3.13 MAINTENANCE 13 3.14 ATTACHMENTS 14 END OF SECTION 15 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 pumper nozzle nominal diameter and added NFPA 1963 Thread Designations Specification Modified to be in accordance with the Reduction of Lead in Drinking Water Act(P.L. 111-380)—All material s to be lead-free in accordance with this act. 11/27/2013 D.Townsend Sections modified are 1.1.A.1,1.9.A.2,and 2.2.E.1 Sections added are 1.3.A.2, 1.3.B.7, 1.6.B.1,2.2.B.1.c,2.43.2 H.R.3588(P.L. 113-64)signed into law 1/2/2014 waived Reduction of Lead in Drinking Water Act(P.L. 111-380)requirement for fire hydrant. All previous revisions related to"lead-free"requirement are now deleted including those revisions 1/3/2014 D.Townsend made 11/27/2013,those being: Sections modified are 1.1.A.1, 1.9.A.2,and 2.2.E.1 Sections added are 1.3.A.2,1.3.B.7,1.6.B.1,2.2.B.l.c,2.43.2 16 CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised January 3,2014 RELOCATIONS CONTRACT 2017 �. City Project No.100993 347113-1 TRAFFIC CONTROL Page 1 of 6 1 SECTION 34 7113 2 TRAFFIC CONTROL 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Installation of Traffic Control Devices and preparation of Traffic Control Plans 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. TRAFFIC CONTROL 9 The contractor will be required to obtain a"Street Use Permit"(01-55-26) 10 prior to starting work. As part of the"Street Use Permit",a traffic control 11 plan is required.The contractor shall be responsible for providing traffic 12 control during the construction of each work order consistent with the 13 provisions set forth in the latest edition of the"Texas Manual on Uniform 14 Traffic Control Devices"(TMUTCD). 15 Unless otherwise included as part of the work order,the contractor shall 16 submit a traffic control plan(duly sealed,signed and dated by a Registered 17 Professional Engineer(P.E.)in the State of Texas),to the City Traffic Engineer 18 at or before the start of each work order. The P.E. preparing the traffic -� 19 control plan may utilize standard traffic reroute configurations posted as 20 "Typicals"on the City's Buzzsaw website. Although the work will not begin 21 until the traffic control plan has been reviewed and approved,the contractor's .. 22 time will begin in accordance with the timeframe mutually established in the 23 "Notice to Proceed" issued the contractor. 24 Work shall not be performed on certain streets I locations during"peak traffic 25 periods"as determined by the City Traffic Engineer and in accordance with 26 the applicable provision of the"City of Fort Worth Traffic Control Handbook 27 for Construction and Maintenance Work Areas". 28 Payment for Traffic Control shall cover the design,installation and 29 maintenance of the Traffic Control plan and devices required at the 30 appropriate unit price bid. 31 C. Related Specification Sections include,but are not necessarily limited to: 32 1. Division 0-Bidding Requirements,Contract Forms and Conditions of the Contract 33 2. Division 1 -General Requirements 34 1.2 PRICE AND PAYMENT PROCEDURES 35 A. Measurement and Payment 36 1. Installation of Traffic Control Devices 37 a. Measurement 38 1) Measurement for Traffic Control Devices shall be per month for the Project 39 duration. 40 a) A month is defined as 30 calendar days. CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS&, Revised November 22,2013 RELOCATIONS CONTRACT 2017 �` City Project No.100993 3471 13-2 TRAFFIC CONTROL Page 2 of 6 1 b. Payment 2 1) The work performed and materials furnished in accordance with this Item 3 and measured as provided under"Measurement"shall be paid for at the 4 unit price bid for"Traffic Control". 5 c. The price bid shall include: 6 1) Traffic Control implementation 7 2) Installation 8 3) Maintenance 9 4) Adjustments 10 5) Replacements 11 6) Removal 12 7) Police assistance during peak hours 13 2. Portable Message Signs 14 a. Measurement 15 1) Measurement for this Item shall be per week for the duration of use. 16 b. Payment 17 1) The work performed and materials furnished in accordance to this Item and 18 measured as provided under"Measurement" shall be paid for at the unit 19 price bid per week for"Portable Message Sign'rental. 20 c. The price bid shall include: 21 1) Delivery of Portable Message Sign to Site 22 2) Message updating 23 3) Sign movement throughout construction 24 4) Return of the Portable Message Sign post-construction 25 3. Preparation of Traffic Control Plan Details 26 a. Measurement 27 1) Measurement for this Item be per each Traffic Control Detail prepared. 28 b. Payment 29 1) The work performed and materials furnished in accordance with this Item 30 shall be paid for at the unit price bid per each"Traffic Control Detail" 31 prepared. 32 c. The price bid shall include: 33 1) Preparing the Traffic Control Plan Details for closures of 24 hours or 34 longer ` 35 2) Adherence to City and Texas Manual on Uniform Traffic Control Devices 36 (TMUTCD) 37 3) Obtaining the signature and seal of a licensed Texas Professional Engineer -- 38 4) Incorporation of City comments 39 1.3 REFERENCES 40 A. Reference Standards 41 1. Reference standards cited in this Specification refer to the current reference 42 standard published at the time of the latest revision date logged at the end of this 43 Specification,unless a date is specifically cited. 44 2. Texas Manual on Uniform Traffic Control Devices(TMUTCD). 45 3. Item 502,Barricades, Signs, and Traffic Handling of the Texas Department of 46 Transportation, Standard Specifications for Construction and Maintenance of 47 Highways, Streets, and Bridges. CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised November 22,2013 RELOCATIONS CONTRACT 2017 City Project No.100993 ... 3471 13-3 TRAFFIC CONTROL Page 3 of 6 1 1.4 ADMINISTRATIVE REQUIREMENTS 2 A. Coordination 3 1. Contact Traffic Services Division(817-392-7738)a minimum of 48 hours prior to 4 implementing Traffic Control within 500 feet of a traffic signal. 5 B. Sequencing 6 1. Any deviations to the Traffic Control Plan included in the Drawings must be first .�. 7 approved by the City and design Engineer before implementation. 8 1.5 SUBMITTALS ,. 9 A. Provide the City with a current list of qualified flaggers before beginning flagging 10 activities. Use only flaggers on the qualified list. 11 B. Obtain a Street Use Permit from the Street Management Section of the Traffic ^— 12 Engineering Division,311 W. 10`h Street. The Traffic Control Plan(TCP)for the 13 Project shall be as detailed on the Traffic Control Plan Detail sheets of the Drawing set. 14 A copy of this Traffic Control Plan shall be submitted with the Street Use Permit. 15 C. Traffic Control Plans shall be signed and sealed by a licensed Texas Professional 16 Engineer. N 17 D. Contractor shall prepare Traffic Control Plans if required by the Drawings or 18 Specifications. The Contractor will be responsible for having a licensed Texas 19 Professional Engineer sign and seal the Traffic Control Plan sheets. ... 20 E. Lane closures 24 hours or longer shall require a site-specific traffic control plan. 21 F. Contractor responsible for having a licensed Texas Professional Engineer sign and seal 22 changes to the Traffic Control Plan(s)developed by the Design Engineer. 23 G. Design Engineer will furnish standard details for Traffic Control. 24 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 25 1.7 CLOSEOUT SUBMITTALS [NOT USED] 26 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 27 1.9 QUALITY ASSURANCE [NOT USED] 28 1.10 DELIVERY,STORAGE, AND HANDLING[NOT USED] 29 1.11 FIELD [SITE] CONDITIONS [NOT USED] 30 1.12 WARRANTY [NOT USED] 31 PART 2- PRODUCTS 32 2.1 OWNER-FURNISHED[OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 33 2.2 ASSEMBLIES AND MATERIALS 34 A. Description CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised November 22,2013 RELOCATIONS CONTRACT 2017 City Project No.100993 3471 13-4 TRAFFIC CONTROL Page 4 of 6 .. 1 1. Regulatory Requirements 2 a. Provide Traffic Control Devices that conform to details shown on the 3 Drawings,the TMUTCD,and TxDOT's Compliant Work Zone Traffic Control 4 Device List(CWZTCDL). 5 2. Materials „ 6 a. Traffic Control Devices must meet all reflectivity requirements included in the 7 TMUTCD and TxDOT Specifications—Item 502 at all times during 8 construction. 9 b. Electronic message boards shall be provided in accordance with the TMUTCD. 10 2.3 ACCESSORIES [NOT USED] 11 2.4 SOURCE QUALITY CONTROL [NOT USED] 12 PART 3- EXECUTION -- 13 3.1 EXAMINATION [NOT USED] 14 3.2 PREPARATION �. 15 A. Protection of In-Place Conditions 16 1. Protect existing traffic signal equipment. 17 3.3 INSTALLATION 18 A. Follow the Traffic Control Plan(TCP)and install Traffic Control Devices as shown on — 19 the Drawings and as directed. 20 B. Install Traffic Control Devices straight and plumb. 21 C. Do not make changes to the location of any device or implement any other changes to 22 the Traffic Control Plan without the approval of the Engineer. 23 1. Minor adjustments to meet field constructability and visibility are allowed. -- 24 D. Maintain Traffic Control Devices by taking corrective action as soon as possible. 25 1. Corrective action includes but is not limited to cleaning,replacing, straightening, _ 26 covering,or removing Devices. 27 2. Maintain the Devices such that they are properly positioned, spaced,and legible, 28 and that retroreflective characteristics meet requirements during darkness and rain. 29 E. If the Inspector discovers that the Contractor has failed to comply with applicable federal 30 and state laws(by failing to furnish the necessary flagmen,warning devices,barricades, 31 lights,signs,or other precautionary measures for the protection of persons or property),the 32 Inspector may order such additional precautionary measures be taken to protect persons 33 and property. 34 F. Subject to the approval of the Inspector,portions of this Project,which are not affected by -- 35 or in conflict with the proposed method of handling traffic or utility adjustments,can be 36 constructed during any phase. 37 G. Barricades and signs shall be placed in such a manner as to not interfere with the sight 38 distance of drivers entering the highway from driveways or side streets. CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised November 22,2013 RELOCATIONS CONTRACT 2017 City Project No.100993 '" 3471 13-5 TRAFFIC CONTROL Page 5 of 6 1 H. To facilitate shifting,barricades and signs used in lane closures or traffic staging may �. 2 be erected and mounted on portable supports. 3 1. The support design is subject to the approval of the Engineer. 4 I. Lane closures shall be in accordance with the approved Traffic Control Plans. 5 J. If at any time the existing traffic signals become inoperable as a result of construction 6 operations,the Contractor shall provide portable stop signs with 2 orange flags,as 7 approved by the Engineer,to be used for Traffic Control. 8 K. Contractor shall make arrangements for police assistance to direct traffic if traffic signal 9 turn-ons,street light pole installation,or other construction will be done during peak traffic 10 times(AM:7 am—9 am,PM:4 pm-6 pm). 11 L. Flaggers 12 1. Provide a Contractor representative who has been certified as a flagging instructor 13 through courses offered by the Texas Engineering Extension Service,the American 14 Traffic Safety Services Association,the National Safety Council,or other approved 15 organizations. 16 a. Provide the certificate indicating course completion when requested. 17 b. This representative is responsible for training and assuring that all flaggers are 18 qualified to perform flagging duties. 19 2. A qualified flagger must be independently certified by 1 of the organizations listed 20 above or trained by the Contractor's certified flagging instructor. 21 3. Flaggers must be courteous and able to effectively communicate with the public. 22 4. When directing traffic,flaggers must use standard attire,flags, signs, and signals 23 and follow the flagging procedures set forth in the TMUTCD. 24 5. Provide and maintain flaggers at such points and for such periods of time as may be 25 required to provide for the safety and convenience of public travel and Contractor's 26 personnel, and as shown on the Drawings or as directed by the Engineer. 27 a. These flaggers shall be located at each end of the lane closure. 28 M. Removal 29 1. Upon completion of Work,remove from the Site all barricades, signs,cones,lights 30 and other Traffic Control Devices used for work-zone traffic handling in a timely 31 manner, unless otherwise shown on the Drawings. CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised November 22,2013 RELOCATIONS CONTRACT 2017 City Project No.100993 3471 13-6 TRAFFIC CONTROL Page 6 of 6 1 3.4 REPAIR/RESTORATION [NOT USED] 2 3.5 RE-INSTALLATION [NOT USED] 3 3.6 FIELD [oR]SITE QUALITY CONTROL [NOT USED] 4 3.7 SYSTEM STARTUP[NOT USED] 5 3.8 ADJUSTING[NOT USED] 6 3.9 CLEANING[NOT USED] 7 3.10 CLOSEOUT ACTWITIES [NOT USED} 8 3.11 PROTECTION [NOT USED] 9 3.12 MAINTENANCE [NOT USED] , 10 3.13 ATTACHMENTS [NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 11/22/13 S.Arnold Added police assistance,requirement for when a site specific TCP is required ... 13 CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised November 22,2013 RELOCATIONS CONTRACT 2017 City Project No.100993 APPENDIX GC-4.01 Availability of Lands -None GC-4.02 Subsurface and Physical Conditions -None GC-4.04 Underground Facilities -None GC-4.06 Hazardous Environmental Condition at Site-None GC-6.06.1)Minority and Women Owned Business Enterprise Compliance MBE Specifications—Special Instructions for Bidders MBE Subcontractors/Suppliers Utilization Form MBE Prime Contractor Waiver Form MBE Good Faith Effort Form MBE Joint Venture Eligibility Form GC-6.07 Wage Rates 2013 Prevailing Wage Rates(Heavy and Highway Construction Project) GC-6.09 Permits and Utilities-None GC-6.24 Nondiscrimination-None GR-01 60 00 Product Requirements-None CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised July 1,2011 RELOCATIONS CONTRACT 2017 City Project No.100993 GC-4.01 Availability of Lands THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised July 1,2011 RELOCATIONS CONTRACT 2017 City Project No.100993 GC-4.02 Subsurface and Physical Conditions THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised July 1,2011 RELOCATIONS CONTRACT 2017 City Project No.100993 GC-4.04 Underground Facilities THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised July 1,2011 RELOCATIONS CONTRACT 2017 City Project No.100993 GC-4.06 Hazardous Environmental Condition at Site THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH SMALL DIAMETER WATER MAIN ^ STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised July 1,2011 RELOCATIONS CONTRACT 2017 City Project No.100993 GC-6.06.1) Minority and Women Owned Business Enterprise Compliance MBE Specifications — Special Instructions to Bidders MBE — Subcontractors 1 suppliers Utilization Form _ MBE — Prime Contractor Waiver Form MBE — Good Faith Effort Form MBE -- Joint Venture Eligibility Form CITY OF PORT WORTH SMALL DIAMETER WATER MAIN .� STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised July:I,201,1 RELOCATIONS CONTRACT 2017 City hojectNa.100993 FORT WORTH City of Fort Worth Minority Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR OFFERORS APPLICATION OF POLICY If the total dollar value of the contract is$50,000 or more,then a MBE subcontracting goal is applicable. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of all goods and services. All requirements and regulations stated in the City's current Business Diversity Enterprise Ordinance applies to this bid. MBE PROJECT GOALS The City's MBE goal on this project is 5 %of the base bid value of the contract. Note: If both MBE and SBE subcontracting goals are established for this project,then an Offeror must submit both a ... MBE Utilization Form and a SBE Utilization Form to be deemed responsive. COMPLIANCE TO BID SPECIFICATIONS On City contracts $50,000 or more where a MBE subcontracting goal is applied, Offerors are required to comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the following: 1. Meet or exceed the above stated MBE goal through MBE subcontracting participation,or 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation,or; .. 3. Good Faith Effort documentation, or; 4. Prime Waiver documentation. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Purchasing Division, within the following times allocated, in order for the entire bid to be considered responsive to the specifications, The Offeror shall deliver the MBE documentation In person to the appropriate employee of the purchasing division and obtain a date/time receipt. Such receipt shall be evidence that the City received the documentation in the time allocated, A faxed and/or emailed copy will not be accepted. 1. Subcontractor Utilization Form, if goal is received no later than 2:00 p.m.,on the second City business day met or exceeded: after the bid opening date, exclusive of the bid opening date. 2. Good Faith Effort and Subcontractor received no later than 2:00 p.m.,on the second City business day Utilization Form, if participation is less than after the bid opening date,exclusive of the bid opening date. statedgoal: 3. Good Faith Effort and Subcontractor received no later than 2:00 p.m.,on the second City business day Utilization Form, if no MBE participation: after the bid opening date, exclusive of the bid opening date. 4. Prime Contractor Waiver Form,if you will received no later than 2:00 p.m.,on the second City business day ... perform all subcontracting/supplier work: after the bid opening date, exclusive of the bid opening date. 5. Joint Venture Form, if goal is met or received no later than 2:00 p.m.,on the second City business day exceeded: after the bid opening date,exclusive of the bid opening date. i FAILURE TO COMPLY WITH THE CITY'S BUSINESS DIVERSITY ENTERPRISE ORDINANCE, WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE TO SPECIFICATIONS. FAILURE TO SUBMIT THE REQUIRED MBE DOCUMENTATION WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE.A SECOND FAILURE WILL RESULT IN THE OFFEROR BEING DISQUALIFIED FOR A PERIOD OF ONE YEAR. THREE FAILURES IN A FIVE YEAR PERIOD WILL RESULT IN A DISQUALIFICATION PERIOD OF THREE YEARS. Any questions,please contact the M/WBE Office at(817)212-2674. Rev.2/10/15 ATTACHMENT 1A Page 1 of 4 FORT WORTH City of Fort Worth Minority Business Enterprise MBE Subcontractors/Suppliers Utilization Form OFFEROR COMPANY NAME: Check applicable block to describe Offeror 0'1 — PRcOJECT NAME: M/W/DBE NON-M/W/DBE - ri M J Y­tl I ID i' .' ��/' �ua ,� M e.+ /BID(DATE < 7 l & 1 -2 City's MBE Project Goal. Offeroes MBE Project commitment PROJECT NUMBER % Identify all subcontractors/suppliers you will use on this project Failure to complete this form, in its entirety with requested documentation, and received by the Purchasing Division no later than 2:00 p.m. on the second City business day after bid opening, exclusive of bid opening date, will result in the bid being considered non-responsive to bid specifications. The undersigned Offeror agrees to enter into a formal agreement with the MBE firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will -result in the bid being considered non-responsive to bid specifications. MBEs listed toward meeting the project goal must be located in the six(6) county marketplace at the time of bid or the business has a Significant Business Presence in the Marketplace. Marketplace is the geographic area of Tarrant, Dallas, Denton, Johnson, Parker, and Wise counties. Prime contractors must identify by tier level of all 'subcontractors/suppliers. Tier means the level of subcontracting below the prime contractor/consultant i.e. a direct payment from the prime contractor to a subcontractor is considered 1sttier,.a payment by a subcontractor to its supplier is considered 2"d tier. The prime contractor is responsible to provide proof of payment of all tiered subcontractors identified as a MBE and counting those dollars towards meeting the contract committed goal. ALL MBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located within the Marketplace, that have been determined to be a bondafide minority business enterprise by the North Central Texas Regional Certification Agency(NCTRCA) or other certifying agencies that the City may deem appropriate and accepted by the City of Fort Worth. If hauling services are utilized, the Offeror will be given credit as long as the MBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The MBE may lease trucks from another MBE firm, including MBE owner-operated, and receive full MBE credit. The MBE may lease trucks from non-MBEs, including owner-operated, but will only receive credit for the fees and commissions earned by the MBE as outlined in the lease agreement. Rev.2/10/15 ATTACHMENT IA FORT_ 'WORTH � Page 2 of 4 i a Offerors are required to identify ALL subcontractors/suppliers, regardless of status;i:e.,.Midw-- na nor7=1VIBEs. MBE firms are to be listed first,use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal. INCTRCA N SUBCONTRACTOR/SUPPLIER ° Company Name T n Detail Detail IAddress i Subcontracting Supp4s. Dollar Amount i Telephone/Fax e s s M Work Purchased Email r E E B Contact Person E i �►�d.�a-!r .�'�'.,L4r-eon p�P - ;�} ,ice — �yZ7 W.ylL."�oY eJ. _ Yet#-jdv , 11 3 7;5-z>0 eK:�a�v -�sr� -yGst- 1 k 3133 9A4de �Wcl OnCr��C_ 3i3D L,b✓t t r C�G. PO 30X 5 Ll 10 8-) 6e.Va-.S t X )S3S4- PPI lo�� ❑ El--1 l(O-LI-IoD Z%.,(-3SL- `Po 4I 132.0 P,«o w Po►v�Abe, 10/ vas S k,:+p L400 -TX , ❑ FFE11 7-%4- -I ll- 3 Sal PO GOA IWD3o�7 (o11aoe� El-7St— l9 � El 7417-7 gra- Y=39- 35-17 ❑ ❑ r,%4 817- 5'39-3117-/ IRev.2/10/15 i FoRTWORTH ATTACHMENT 3 f P4 � Page 3 of 4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non-MBEs. MBE firms are to be listed first, use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal. NCTRCA N SUBCONTRACTOR/SUPPLIER ° Company Name T n Detail Detail Address i Subcontracting Supplies Dollar Amount Telephone/Fax e B B M Work Purchased Email r E E B Contact Person E I El F] I I El El I I Rev.2/10/15 ATTACHMENT 1A FoxT WoxTI� — Page 4 of 4 Ir Total Dollar Amount of MBE Subcontractors/Suppliers $ 7 r spm Total Dollar Amount of Non-MBE Subcontractors/Suppliers $ �o oara .. TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORSISUPPLIERS $ C7 oo� «- The Offeror will not make additions, deletions, or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office through the submittal of a Request for Approval o Change/Addition form. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The Offeror shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed MBE goal. If the detail explanation is not submitted, it will affect the final compliance determination. By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s) and "' any special arrangements with MBEs. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The Offeror agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers participating on the contract that .�, will substantiate the actual work performed by the MBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of the contract and may result in a determination of an irresponsible Offeror and debarment from participating in City work for a period of time not less than one (1)year. c-- t, �. 14-11 - Authorized Signature tt Printed Signature dice- Ttle / Contact NamelTitie(if different) —T'�3r+ 3 Cin,rtic [ is `[s�S i LcVG. 6,7 -�;P/- Y/G Company Name Telephone and/or Fax err aLoc Address E-mail Address _- c 74 c>//7 Cily,�,atelzip Date Rev.2/10115 ATTACHMENT 113 FORT WORTH Page 1 of 1 City of Fort Worth Minority Business Enterprise Specifications Prime Contractor Waiver Form OFFEROR COMPANY NAME: Check applicable block to describe prime PROJECT NAME: DBE NOWWWDBE BID DATE City's MBE Project Goal: Offeror's MBE Project Commitment: PROJECT NUMBER % % If both answers to this form are YES, do not complete ATTACHMENT 1C (Good Faith Effort Form). All questions on this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is NO,then you must complete ATTACHMENT 1 C. This form is only applicable if both answers are yes. Failure to complete this form in its entirety and be received by the Purchasing Division no later than 2:00 p.m.,on the second City business day after bid opening,exclusive of the bid opening date,will result in the bid being considered non-responsive to bid specifications. Will you perform this entire contract without subcontractors? YES If yes, please provide a detailed explanation that proves based on the size and scope of this NO project, this is your normal business practice and provide an operational profile of your business. Will you perform this entire contract without suppliers? YES .. If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an inventory profile of your business. NO .. The Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s)on this contract, the payment thereof and any proposed changes to the original MBE(s) arrangements submitted with this bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed by the MBEs on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of contract and may result in a determination of an irresponsible Offeror and barred from participating in City work for a period of time not less than one(1)year. Authorized Signature Printed Signature rr Title Contact Name(if dffferent) Company Name Phone Number Fax Number Address Email Address City/StateMp Date Rev.2/10/15 .. ATTACHMENT 1C Page 1 of 4 FORT WORTH City of Fort Worth Minority Business Enterprise MBE Good Faith Effort Form OFFEROR COMPANY NAME: Check applicable block to describe Offeror PROJECT NAME: M=/DBE NON-MWIDBE BID DATE City's MBE Project Goal: Offeror's MBE Project Commitment: PROJECT NUMBER [if the Offeror did not meet or exceed the MBE subcontracting goal for this project, the Offeror must complete this .n form. If the Offeror's method of compliance with the MBE goal is based upon demonstration of a "good faith effort", the Offeror will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 1 thru 11 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation of the facts or intentional discrimination by the Offeror. FFaflureto complete this form, in its entirety with supporting documentation, and received by theing Division no later than 2:00 p.m. on the second City business day after bid opening, exclusivepening date,will result in the bid being considered non-responsive to bid specifications. .. 1.) Please list each and every subcontracting and/or supplier opportunity for the completion Of this project, regardless of whether it is to be provided by a MBE or non-MBE. (DO NOT LIST NAMES OF FIRMS) On all projects, the Offeror must list each subcontracting and or supplier opportunity regardless of tier. (Use additional sheets, if necessary) List of Subcontracting Opportunities List of Supplier Opportunities a .r. Rev.2/10/15 ATTACHMENT 1C Page 2 of 4 2.) Obtain a current(not more than two(2)months old from the bid open date)list of MBE subcontractors and/or suppliers from the City's M/WBE Office. Yes Date of Listing / No 3.) Did you solicit bids from MBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by mail,exclusive of the day the bids are opened? Yes (If yes,attach MBE mail listing to include name of firm and address and a dated copy of letter mailed.) No �• 4.) Did you solicit bids from MBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by telephone,exclusive of the day the bids are opened? Yes (If yes,attach list to include name of MBE firm, ea rson contacted,phone number and date and time of contact.) No 5.) Did you solicit bids from MBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by facsimile(fax),exclusive of the day the bids are opened? Yes (If yes,attach list to Include name of MBE firm,fax number and date and time of contact. In addition,if the fax Is returned as undeliverable,then that"undeliverable confirmation"received must be printed directly from the facsimile for proper documentation. Failure to submit confirmation and/or"undeliverable confirmation" documentation may render the GFE non-responsive.) No 6.) Did you solicit bids from MBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by email,exclusive of the day the bids are opened? Yes (If yes,attach email confirmation to include name of MBE firm,date and time.In addition,if an email is returned as undeliverable,then that"undeliverable message"receipt must be printed directly from the email system for proper documentation. Failure to submit confirmation and/or"undeliverable message"documentation may render the GFE non-responsive.) No NOTE: The four methods identified above are acceptable for soliciting bids, and each selected method must be applied to the applicable contract. The Offeror must document that either at least two attempts were made using two of the four methods or that at least one successful contact was made using one of .. the four methods in order to be deemed responsive to the Good Faith Effort requirement. NOTE: The Offeror must contact the entire MBE list specific to each subcontracting and supplier opportunity to be in compliance with questions 3 through 6. 7.) Did you provide plans and specifications to potential MBEs? Yes No 8.) Did you provide the information regarding the location of plans and specifications in order to assist the MBEs? Yes No Rev.2/10/15 .� ATTACHMENT 1C Page 3 of 4 9.) Did you prepare a quotation for the MBEs to bid on goods/services specific to their skill set? Yes (If yes,attach all copies of quotations.) No 10.) Was the contact information on any of the listings not valid? Yes (If yes,attach the information that was not valid in order for the M/WBE Office to address the corrections needed.) No 11.)Submit documentation if MBE quotes were rejected. The documentation submitted should be in the forms of an affidavit, include a detailed explanation of why the MBE was rejected and any supporting documentation the Offeror wishes to be considered by the City. In the event of a bona fide dispute concerning quotes, the Offeror will provide for confidential in-camera access to an inspection of any .. relevant documentation by City personnel. (Please use additional sheets,if necessary,and attach.) Company Name Telephone Contact Person Scope of Work Reason for Rejection ADDITIONAL INFORMATION: Please provide additional information you feel will further explain your good and honest efforts to obtain MBE participation on this project. The Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this ., contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance shall create a material breach of contract and may result in a determination of an irresponsible Offeror and debarment from participating in City work for a period of time not less than one (1) year. Rev.2/10115 ATTACHMENT 1C Page 4 of 4 The undersigned certifies that the information provided and the MBEs) listed was/were _ contacted in good faith. It is understood that any MBEs) listed in Attachment 1C will be contacted and the reasons for not using them will be verified by the City's M/WBE Office. Authorized Signature Printed Signature 4M Title Contact Name and Title(if different) .. Company Name Phone Number Fax Number Address Email Address City/State/Zip Date r Rev.2/10/15 Joint Venture Page 1 of 3 F_O_RRT' WORTH _ CITY OF FORT WORTH MBE Joint Venture Eligibility Form All questions must be answered;use"N/A"if not applicable Name of City project: . A joint venture form must be completed on each project RFP/Bid/Purchasing Number: .r 1.Joint venture information: Joint Venture Name: Joint Venture Address: (If applicable) Telephone: Facsimile: E-mail address: Cellular: Identify the firms that comprise the joint venture: Please attach extra sheets/f additional space is required to provide detailed explanations of work to be perfonned by each firm comprising the joint venture MBE firm Non-MBE firm name: name: Business Address: Business Address: City,State,Zip: City,State,Zip: Telephone Facsimile E-mail Telephone Facsimile Cellular Cellular Certification Status: E-mail address Name of Certifying Agency: 2. Scope of work performed by the Joint Venture: .. Describe the scope of work of the MBE: Describe the scope of work of the non-MBE: AM as Rev.2/10/15 Joint Venture Page 2 of 3 3.What is the percentage of MBE participation on this joint venture that you wish to be counted toward .. meeting the project goal? ,., 4.Attach a copy of the joint venture agreement. dft 5. List components of ownership of joint venture: (Do not complete if this information is described in joint venture agreement) Profit and loss sharing: Capital contributions,including equipment: Other applicable ownership interests: 6.Identify by name,race,seg and firm those individuals(with titles)who are responsible for the day-to-day management and decision making of the joint venture: Financial decisions (to include Account Payable and Receivable): Management decisions: a. Estimating b. Marketing and Sales c. Hiring and Firing of management personnel d. Purchasing of major equipment and/or supplies Supervision of field operations i The City's Minority and Women Business Enterprise Office will review your joint venture submission and will have final approval of the MBE percentage applied toward the goal for the project listed on this form. NOTE: From and after the date of project award, if any of the participants,the individually defined scopes of work or the dollar amounts/percentages change from the originally approved information, then the participants must +� inform the City's MNVBE Office immediately for approval. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the City's BDE Ordinance. Rev.2/10/15 .. Joint Venture Page 3 of 3 AFFIDAVIT The undersigned affirms that the foregoing statements are true and correct and include all material information i necessary to identify and explain the terms and operation of the joint venture. Furthermore,the undersigned shall agree to provide to the joint venture the stated scope of work, decision-making responsibilities and payments herein. i The City also reserves the right to request any additional information deemed necessary to determine if the joint venture is eligible. Failure to cooperate and/or provide requested information within the time specified is grounds for termination of the eligibility process. i The undersigned agree to permit audits, interviews with owners and examination of the books, records and files of the joint venture by any authorized representatives of the City of Fort Worth. Failure to comply with this provision shall result in the termination of any contract, which may be awarded under the provisions of this joint i venture's eligibility and may initiate action under Federal, State and/or Local laws/ordinances concerning false statements or willful misrepresentation of facts. Name of MBE firm Name of non-MBE firm y i Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner i Title Title i Date Date i Notarization State of County of On this day of _720 ,before me appeared and i to me personally known and who,being duly sworn,did execute the foregoing affidavit and did state that they were properly authorized to execute this affidavit and did so as their free act and deed. Notary Public Print Name ar Notary Public Signature Commission Expires (sea9 Rev.2110115 GC-6.07 Wage Rates 2013 Prevailing Wage Rates (Heavy and Highway Construction Projects) CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised July 1,2011 RELOCATIONS CONTRACT 2017 City Project No.100993 2013 PREVAILING WAGE RATES (Heavy and Highway Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate Asphalt Distributor Operator $ 15.32 Asphalt Paving Machine Operator $ 13.99 Asphalt Raker $ 12.69 Broom or Sweeper Operator $ 11,74 Concrete Finisher,Paving and Structures $ 14.12 Concrete Pavement Finishing Machine Operator $ 16.05 Concrete Saw Operator $ 14.48 Crane Operator,Hydraulic 80 tons or less $ 18.12 Crane Operator,Lattice Boom 80 Tons or Less $ 17.27 Crane Operator,Lattice Boom Over 80 Tons $ 20.52 Crawler Tractor Operator $ 14.07 Electrician $ 19.80 Excavator Operator,50,000 pounds or less $ 17.19 Excavator Operator,Over 50,000 pounds $ 16.99 Flagger $ 10.06 Form Builder/Setter,Structures $ 13.84 Form Setter,Paving&Curb $ 13.16 Foundation Drill Operator,Crawler Mounted $ 17.99 Foundation Drill Operator,Truck Mounted $ 21.07 Front End Loader Operator,3 CY or Less $ 13.69 Front End Loader Operator,Over 3 CY $ 14.72 Laborer,Common $ 10.72 Laborer,Utility $ 12.32 Loader/Backhoe Operator $ 15.18 Mechanic $ 17.68 Milling Machine Operator $ 14.32 Motor Grader Operator,Fine Grade $ 17.19 Motor Grader Operator,Rough $ 16.02 Off Road Hauler $ 12.25 «. Pavement Marking Machine Operator $ 13.63 Pipelayer $ 13.24 Reclaimer/Pulverizer Operator $ 11.01 ,. Reinforcing Steel Worker $ 16.18 Roller Operator,Asphalt $ 13.08 Roller Operator,Other $ 11.51 Scraper Operator $ 12.96 Servicer $ 14.58 Small Slipform Machine Operator $ 15.96 �. Spreader Box Operator $ 14.73 Truck Driver Lowboy-Float $ 16.24 Truck Driver Transit-Mix $ 14.14 Truck Driver,Single Axle $ 12.31 �. Truck Driver,Single or Tandem Axle Dump Truck $ 12.62 Trude Driver,Tandem Axle Tractor with Semi Trailer $ 12.86 Welder $ 14.84 Work Zone Barricade Servicer $ 11.68 The Davis-Bacon Act prevailing wage rates shown for Heavy and Highway construction projects were determined by the United States Department of labor and current as of September 2013. The titles and descriptions for the classifications listed are detailed in the AGC of Texas'Standard Job Classifications and Descriptions for Highway, Heavy,Utilities,and Industrial Construction in Texas. Page 1 of 1 GC-6.09 Permits and Utilities THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised July 1,2011 RELOCATIONS CONTRACT 2017 City Project No.100993 GC-6.24 Nondiscrimination THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised July 1,2011 RELOCATIONS CONTRACT 2017 City Project No.100993 GR-0160 00 Product Requirements THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH SMALL DIAMETER WATER MAIN STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS EXTENSIONS,REPLACEMENTS& Revised July 1,2011 RELOCATIONS CONTRACT 2017 City Project No.100993