Loading...
HomeMy WebLinkAboutContract 50627 CITY SECRETARY FORT WORTH CONTRACT No. ccs PROJECT MANUAL FOR THE CONSTRUCTION OF NOR THSIDE 1130-INCH WATER TRANSMISSION MAIN City Project No. 100261 Betsy Price David Cooke Mayor City Manager Kara Shuror Interim Water Director Prepared for The City of Fort Worth WATER DEPARTMENT November, 2017 Revised: KEVIN GLov.ER.......................... February 12, 2018 472 Prepared by: CP&YINC. 115 West VhStreet Suite 1500 Fort Worth, TX 76102 Texas Registered Engineering Firm F-1741 C P&YJ OFFICIAL RECORD Proms Ba widuis CITY SECRETARY FT. WORTH,Tx FTV1600051 It# FORT WORTH, City of Fort Worth Standard Construction Specification Documents Adopted September 2011 0000 00-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 5 SECTION 00 00 00 TABLE OF CONTENTS Division 00-General Conditions 0005 10 Mayor and Council Communication 0005 15 Addenda 0011 13 Invitation to Bidders 0021 13 Instructions to Bidders 0035 13 Conflict of Interest Affidavit 00 41 00 Bid Form 00 42 43 Proposal Form Unit Price 0043 13 Bid Bond 00 43 37 Vendor Compliance to State Law Nonresident Bidder 00 45 11 Bidders Prequalifications 0045 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 0045 41 Small Business FsWofpr-ise Gea4 00 52 43 Agreement 0061 13 Performance Bond 0061 14 Payment Bond 0061 19 Maintenance Bond 00 61 25 Certificate of Insurance 00 72 00 General Conditions 00 73 00 Supplementary Conditions Division 01 -General Requirements 01 1100 Summary of Work 01 2500 Substitution Procedures 01 31 19 Preconstruction Meeting 01 3120 Project Meetings 01 3216 Construction Progress Schedule 01 32 33 Preconstruction Video 013300 Submittals 0135 13 Special Project Procedures z 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 0158 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 NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 '� Revised February 2,2016 000000-2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 5 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents — 314100 Shoring 33 01 31 Closed Circuit Television(CCTV)Inspection 33 04 40 Cleaning and Acceptance Testing of Water Mains 33 05 07.33 Tunnel Construction 33 05 10 Utility Trench Excavation,Embedment,and Backfill 33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 33 05 30 Location of Existing Utilities 33 11 10 Ductile Iron Pipe 33 11 13 Concrete Pressure Pipe,Bar-Wrapped, Steel Cylinder Type - 33 1225 Connection to Existing Water Mains 33 1423 Enclosures for Water Utility Piping and Valves Technical Specifications listed are included for this Project by reference and can be viewed/downloaded from the City's Buzzsaw site at: prof ectpoint.buzzsaw.com/client/fortworthgoy/Resources/02%20- %20Construction%2ODocuments/Specifications Division 02-Existing Conditions 0241 13 Selective Site Demolition 0241 14 Utility Removal/Abandonment 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 03 80 00 Modifications to Existing Concrete Structures - Division 26-Electrical 26 05 00 Common Work Results for Electrical 26 05 33 Raceways and Boxes for Electrical Systems 26 05 43 Underground Ducts and Raceways for Electrical Systems _ Division 31 -Earthwork 31 1000 Site Clearing 3123 16 Unclassified Excavation 31 23 23 Borrow 31 24 00 Embankments 31 25 00 Erosion and Sediment Control 313600 Gabieffs 313:7 00 R*W Division 32-Exterior Improvements 3201 18 T-emper-afy Asphak Paving 12 CITY OF FORT WORTH NSH 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised February 2,2016 000000-3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 5 32 01 29 Concrete Paving Repair 32 11 23 Flexible Base Courses 32 11 29 Lime Treated Base Courses 32 1133 Cement Treated Base Courses 32 11 37 Liquid Treated Soil Stabilizer 32 1246 Aspha4t Pavia 321273 Aspha4 Paving Greek Sealants 32 13 13 Concrete Paving " 32 13 20 Concrete Sidewalks,Driveways and Barrier Free Ramps 32 13 73 Concrete Paving Joint Sealants 32 14 16 Briek Unit Paving - 32 16 13 Concrete Curb and Gutters and Valley Gutters 32 17 23 Pavement Markings 32 17 25 Curb Address Painting �� 3231 1Chain Tenees&d Gates 32 31 26 Wire Fences and Gates 323129 Wood Fenees and Gates 32 32 13 Cast-in-Place Concrete Retaining Walls 3291 19 Topsoil Placement and Finishing of Parkways 32 92 13 Hydro-Mulching, Seeding,and Sodding 32 93 43 Trees and Shrubs Division 33-Utilities 3303 10 Bypass Pumping ef&xis6ag Sewer-Systems 33 04 10 Joint Bonding and Electrical Isolation 3304 11 Corrosion Control Test Stations 3304 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning ead Aeeeptmee Testing ef Water-Maim 3304 50 Gleaning ef Sewer-Mains 33 05 07.33 Tunnel Construction 3305 12 Water Line Lowering 3305 13 Frame,Cover and Grade Rings 3305 14 Adjusting Manholes,Inlets,Valve Boxes,and Other Structures to Grade v 3305 16 Concrete Water Vaults 3305 17 Concrete Collars 33 05 20 Auger Boring 33 05 21 Tunnel Liner Plate 33 05 22 Steel Casing Pipe 33 05 23 Hand Tunneling 33 05 26 Utility Markers/Locators 330530 beemien of Existing U61ifie 33 1105 Bolts,Nuts,and Gaskets 33 11 11 Ductile Iron Fittings 33 11 12 Polyvinyl Chloride(PVC)Pressure Pipe CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised February 2,2016 000000-4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 5 Pipe,BaF Vkfipped, Steel Gyfiader-Type 33 11 14 Buried Steel Pipe and Fittings 33 4210 :.mer-SeMees 1 ineh teimvn 33 1220 Resilient Seated Gate Valve 33 1230 Combination Air Valve Assemblies for Potable Water Systems 33 ;2 40 Fire mydffifits 33 1250 Water Sample Stations 33 1260 Standard Blow-off Valve Assembly 33 1423 Enclosures for Water Utility Piping and Valves 3331 12 Gwed in Plaeo Pipe(GIPP) 3331 15 High Density Pelyedt)4eae 04DPE)Pipe for-Sanituy S ef 333120 Pelyvinj4 Chloride(P-VG)GmAty Sankmy Sewer-Pipe 333121 Pelyvk*4 Ghter-ide(P-VG)Glesed Profile Gm-�*Sanilffy Sewer-Pipe 333122 Saaitffy Sewer-94 Lkiing 33 3; 23 Sanitffy Sewer-Pipe En4ar-gement 33 39 10 Cast-in-Place Concrete Manholes 33 39 20 Precast Concrete Manholes 333940 Wastewater-Aeeess Ghamber-(WAG) 333960 Epe*y Liam for.Sank"y Sewer Stmetwes 3341 10 Reinforced Concrete Storm Sewer Pipe/Culverts 33 41 11 High Density Pelyed3�4ene OCDPE)Pipe Stefm 33 41 12 R-einferved PePfethlene(SRPE)Pipe 33 4600 Subdminag-e 33 4601 SlottedStem Dmins T 33 46602 �l•Fenzh-Dmins 33 49 10 Cast-in-Place Manholes and Junction Boxes 33 4920 Gtwb and Dmp Wets 33 49 40 Storm Drainage Headwalls and Wingwalls Division 34-Transportation34 41 40.01 Aaaehmefft A _ 34 41 10 TFaffie Signe4s vmrvriorGccvi:zvc 34 41 13 RefffeN4Rg:Fffiffie Signals 34 41 15 Reetengulaf Rapid Flashing Befteeff 34 41 16 Pedestfian Ho Signal 34 4120 Readway 14hmiiamien Assemblies 34 4120.03 Residential LED Rea&,ay Lafliiaa4es 34 4130 ARIIrifiwa Sigm CITY OF FORT WORTH NSR 30-hich Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised February 2,2016 000000-5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 6 3471 13 Traffic Control T Appendix GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GC-4.04 Underground Facilities GG 4.06 14azar-deus Eavir-enmental Gendifien at Site GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities GG 6.2 4 Nefidiser-iminatiefi _ GC-6.25 Compliance Requirements GR-01 60 00 Product Requirements END OF SECTION CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100261 Revised February 2,20I6 City of Fort Worth, Texas Mayor and Council Communication DATE: Tuesday, April 3, 2018 REFERENCE NO.: **C-28653 LOG NAME: 60NSIISH17030INWL-CIRCLEC SUBJECT: Authorize Acceptance of Funds in the Amount of$899,000.00 from the Town of Westlake, in the Amount of $879,851.31.00 from Winner LLC, and in the Amount of$2,693,208.68 from the Trophy Club Municipal District No. 1 for the Northside II 30-inch Water Transmission Main Along State Highway 170 from N. Beach Street to US 377 Project, Authorize Execution of a Contract with William J. Schultz, Inc. d/b/a Circle C Construction Company in the Amount of$5,910,255.00 for Northside II 30-Inch Water Transmission Main Along State Highway 170 from N. Beach Street to US 377, Provide for Project Costs, Testing and Contingencies for a Project Amount of$7,455,480.00 and Adopt Appropriation Ordinances (COUNCIL DISTRICT 7) RECOMMENDATION: It is recommended that the City Council: 1. Accept funds in the amounts of$899,000.00 from the Town of Westlake, $879,851.31 from Winner LLC, and $2,693,208.68 from the Trophy Club Municipal District No. 1 for the Northside II 30-inch Water Transmission Main along State Highway 170 from N. Beach Street to US 377 Project; 2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Water Capital Fund in the amount of$4,472,059.99 from accepted contributed funds; 3. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Water Capital Fund in the amount of$2,029,220.00 from available operating funds; and 4. Authorize execution of a Contract with William J. Schultz, Inc. d/b/a Circle C Construction Company in the amount of$5,910,255.00 for Northside II 30-inch Water Transmission Main along State Highway 170. (City Project No. 100261) DISCUSSION: This Mayor and Council Communication provides for the construction of the Northside II 30-inch Water Transmission Main along State Highway 170 from N. Beach Street to US 377 project. The existing wholesale water contracts with Trophy Club Municipal District No. 1 (City Secretary Contract No. 41111) and the Town of Westlake (City Secretary Contract No. 41112), as amended on June 21, 2016 (M&C C-27783) requires the wholesale customer to cost participate toward the additional capacity from future Fort Worth water transmission mains which serve their communities. These wholesale customers have requested increased capacity from the Northside II 30-inch water main. In accordance with the terms of the Agreements with the wholesale customers of Trophy Club Municipal Utility District No. 1, the Town of Westlake, and with developer, Winner LLC, each customer will provide upfront contribution to Fort Worth for costs associated with engineering, construction, easement acquisition, project management, inspection, material testing, and as-built record preparation in accordance with the requested water capacity and associated costs presented in the following table: City/ Capacity reassessment Public Bid plus contingency& PM http://apps.cfwnet.org/ecouncil/printmc.asp?id=25748&print—true&DocType=Print 4/3/2018 Developer I based on FW ordinance (cost. Contribution amount* Trophy Club 78,6MGD $2,693,209.00 Westlake 5.8 MGD $1,816,350.00 Fort Worth 3.91 MGD $1,224,470.00 Winner LLC 2.45MGD $767,251.00 Total 20.76 MGD $6,501,280.00 "Amounts rounded for presentation purposes. The above is based on public bid. The final cost participation with each customer for engineering, construction, inspection, and material testing and easement acquisition will be established from existing Agreements. Per the Agreement with the Town of Westlake, City Secretary Contract 41112-A3; Westlake will make a payment of$899,000.00 prior to award of the Northside II 30-inich water main construction contract and a payment of$1,750,000.00 when Westlake takes down SWIFT funding in November 2018. This project was advertised for bids on December 14, 2017 and December 21, 2017 in the Fort Worth Star-Telegram. On February 1, 2018 the following bids were received: Bidder Amount Time of Completion William J. Shultz, Inc. d/b/a Circle C Construction $5,910,255.00 350 Calendar Company Days Conatser Construction $6,463,980.00 Thalle Construction Company, Inc. $6,939,775.85 S.J. Louis Construction of Texas, Ltd. $7,436,465.85 Condie Construction $7,644,488.00 Excel Trenching $7,885,504.00 Jackson Construction, Ltd. $14,361,702.00 In addition to the contract cost, $413,717.00 is required for project management, material testing and http://apps.cfwnet.org/ecouncil/printmc.asp?id=25748&print=true&DocType=Print 4/3/2018 inspection and $177,308.00 is provided for project contingency. Construction is anticipated to commence in May 2018 and to be complete by May 2019. This project will have no impact on the Water Department's Operating Budget when complete. M/WBE OFFICE -William J. Schultz, Inc. d/b/a Circle C Construction Company is in compliance with City's Business Diversity Ordinance by committing to zero percent MBE participation and documenting good faith effort. William J. Schultz, Inc. d/b/a Circle C Construction identified several subcontracting and supplier opportunities. However, the MBE's contacted in the areas identified did not submit the lowest bids. The City's MBE goal on this project is five percent. The project is located in COUNCIL DISTRICT 7. FISCAL INFORMATION / CERTIFICATION: The Director of Finance certifies that upon approval of the above recommendations and adoption of the attached appropriations ordinance, funds will be available in the current capital budget, as appropriated, of the Water Capital Fund. The Fiscal Year 2018 Water Operating Fund budget includes appropriations of $29,069,236.00 for the purpose of providing Pay-As-You-Go funding for Water Capital Projects. After this transfer for Fiscal Year 2018, the balance will be $10,396,236.00. Funding for Northside II 30-inch Water Transmission Main along State Highway 170 project is depicted in the table below. Fund Existing Additional Project Appropriations Appropriations Total" Water Capital Fund $954,200.00 $6,501,280.00 $7,455,480.00 59601 Project Total $954,200.00 $6,501,280.00 $7,455,480.00 The Water and Sewer Department has the responsibility to collect funds due under these Agreements. " Numbers rounded for presentation purposes. FUND IDENTIFIERS (FIDs): TO Fun I Department lAccoun Project Program 1A ctivity Budget Reference# moun http://apps.cfwnet.org/ecouncil/printmc.asp?id=25748&print=true&DocType=Print 4/3/2018 I ( ID ID ( Year (Chartfield 2) FROM _ _ Fund Department ccoun Project JProgram ctivity Budget Reference# moun ID ID Year (Chartfield 2)'-� CERTIFICATIONS: Submitted for City Manager's Office by: day Chapa (5804) Originating Department Head: Chris Harder (5020) Additional Information Contact: Robert Sauceda (2387) ATTACHMENTS 1. 100261 ERRD 3-22-18 - Project Budget Detail.xlsx (CFW Internal) 2. 60NSIISH17030INWL FID Table (Dan).docx (CFW Internal) 3. 60NSI[SH17030INWL-CIRCLEC 1295.pdf (Public) 4. 60NSIISH17030INWL-CIRCLEC Compliance Memo.pdf (CFW Internal) 5. 60NSIISH17030INWL-CIRCLEC MAP .pd (Public) 6. 60NSIISH17030INWL-CIRCLEC SAM.pdf (CFW Internal) 7. 60NSIISH17030INWL-CIRCLEC 60 AO 18.docx (Public) 8. 60NSIISH17030INWL-CIRCLEC 60 AO 18b.docx (Public) http://apps.cfwnet.org/ecouncil/printmc.asp?id=25748&print=true&DocType=Print 4/3/2018 C�ag�s3 CERTIFICATE OF INTERESTED PARTIES FORM 1295 1 of 1 Complete Nos.1-4 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. 12018-309355 William 3 Schultz Inc dba Circle C Construction Company Fort Worth,TX United States Date Filed: 2 Name of governmental entity or state agency that is a party tot the contract for which the form is 02/02/2018 being filed. City of Fort Worth Date Ackno ��ell j 3 Provide the identification number 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. 100261 North Side 1130 Inch Water Transmission Nature of interest 4 Name of Interested Party City,State,Country(place of business) (check applicable) Controlling Intermediary Skelly,Teresa Fort Worth,TX United States X 5 Check only if there is NO Interested Party. ❑ 6 UNSWORN DEC,.L�AR'ATION U'11, ^ l el My name is. , zay c A — QCs 11, and my date of birth is j '/ - My address is li>W j (street) (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. '-r- _,+ t in r(3�--r,r County, State of I l".' ..`? on the-1"y of J '2010. `o PAY pUpi/MICHELE S.LANKFORD (month) (fir) Notary public 1 STATE OF TEXAS Nota `w,• Awa ryFD#1175946$ My COMM.EX0.ocmbar z.2019 Signature of authorized agent of contra uS ess entity (Declarant) Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.5523 000510-1 MAYOR AND COUNCIL COMMUNICATION(M&C) v Page I of 1 1 SECTION 00 05 10 2 MAYOR AND COUNCIL COMMUNICATION(M&C) 3 4 T 5 6 7 8 9 10 11 12 13 14 15 16 17 h 18 19 20 21 .{ 22 23 END OF SECTION CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised July 1,2011 000515-1 ADDENDA r Page 1 of 1 1 SECTION 00 05 15 2 ADDENDA 3 4 5 6 7 8 9 10 11 12 .� 13 14 15 16 17 18 19 20 21 22 END OF SECTION CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised July 1,2011 SECTION 00 0515 ADDENDUM 1 Addendum Issue Date: January4, 2018 Bid Date:January 18,2018 Project Name: Northside II 30-Inch Water Transmission Main City Project No.: 100261 Owner: City of Fort Worth Engineer: CP&Y, Inc. This addendum forms a part of the Contract Documents and modifies the original Project Manual dated November 2017. Bidder shall acknowledge receipt of this addendum in the space provided below and in the space provided on the Bid Form. Failure to do so may subject Bidder to disqualification Changes to INVITATION TO BIDDERS Section 00 11 13 Revise Dates as Follows: • Questions to Engineer by January 911, 2018. • Responses to Questions and Addendum as needed—January 1111,2018. • Bid Opening—January 18th, 2018 at 2:00pm CST in the Council Chambers. • Contractor to note Phase I is time dependent and must be completed for Final Acceptance by August 151h, 2018. Please acknowledge receipt of this Addendum No. 1 by signing below and submitting with the Bid. Acknowledged: By: Title: Kevin R.Glovier, PE CP&Y, Inc. END OF SECTION January, 2018 NSII 30-Inch Transmission Main FTWH1600051.00 Addendum No. 1 City Project No. 100261 SECTION 00 0515 ADDENDUM 2 Addendum Issue Date: January 12,2018 Bid Date:January 18,2018 Project Name: Northside II 30-Inch Water Transmission Main City Project No.: 100261 Owner: City of Fort Worth Engineer: CP&Y, Inc. This addendum forms a part of the Contract Documents and modifies the original Project Manual dated November 2017. Bidder shall acknowledge receipt of this addendum in the space provided below and in the space provided on the Bid Form. Failure to do so may subject Bidder to disqualification CHANGES AND REVISONS: SECTION 00 42 43 (2)—PROPOSAL FORM—Phase II Revise Phase II Bid Item#19 Remove Conc Pvmt Bid Quantity to: • 3775 SY Revise Phase II Bid Item#20 Conc Pvmt Repair,Arterial/Industrial Bid Quantity to: • 3775 SY ,. SECTION 331113-CONCRETE PRESSURE PIPE, BAR-WRAPPED, STEEL CYLINDER PIPE Revise Section 1.9.C.2.a to include: ` • Allow Dye Penetrant test Change Section 2.2.C.1.e.8 to read: • Revise Pressure Class=200 psi min.working pressure APPENDIX GR-0160 00—PRODUCT REQUIREMENTS Replace City of Fort Worth Water Department's Standard Products List • Replace Product List dated 1/31/2017 with current version dated 8/24/2017. QUESTIONS AND CLARIFICATION: QUESTION SET 1: PHASE I QUESTIONS- 1. Bid Item #6—30X24 Tapping Sleeve&Valve w/Vault—1 EACH A. Do you know what the existing 30" pipe material is? If the material is other than Ductile Iron or PVC(Concrete or Steel pipe for example)will you still want a tapping sleeve on the pipe or will a Flange outlet be provided by others? - Existing 30"is L-301 CL 150-16. - Yes use tapping sleeve. B. On plan sheet 51(Tapping Saddle,Tapping Valve Detail)the detail shows the 24"valve will be direct buried.The Bid item description states valve with Vault.Will this valve be in vault or direct bury? - The valve is to be installed in a vault. Reference sheet 52. January, 2018 NSII 30-Inch Transmission Main FTWH1600051.00 Addendum No. 2 City Project No. 100261 i C. On plan sheet 51 Item A–The detail calls out for a 24" FLG X FLG Tapping Valve.A FLG X FLG True Tapping Valve does not exist but a MJ X FLG does.So, do you want a true tapping valve or a RS gate valve? Keep in mind a tapping valve is real expensive. - Tapping sleeve and 24"Tapping valve. 2. Bid Item#7–Connection to Existing 30"Water Main–1 EACH A. Isn't this bid item the same as Item#6?The Tapping Sleeve is a connection to the existing pipe. - Item to include all additional costs other than material cost to complete hot tap using materials included in Bid Item#6. PHASE II QUESTIONS– 1. Bid Item#5–54"Tunnel Liner Plate–1000LF A. The bid item is for 1000 LF. I only found 976LF on the plans. ■ 612LF - STATION 57+53–STATION 63+65 ■ 52LF - STATION 139+10–STATION 139+62 ■ 312LF - STATION 140+26–STATION 143+37 - Bid as shown on bid tab. Unit Item allows for comparable bids. 2. Bid Item#9–Connection to Existing 30"Water Main–1 EACH A. Would this connection be at STATION 57+40 where Phase I ends and Phase II starts? - Yes. 3. Bid Item#10–Connection to Existing 16"Water Main–1 EACH — A. Plan Sheet 49 at STATION 163+40 calls out for a 30X16 Cross and that's it. - Yes.A 30"x16"Cross will be used to connect 30"to existing 16"and continue laving 30"to the North side of the Westlake Ground Storage facility entrance. B. What 16" material will be needed?45 bends.... Or just a long sleeve for connections? The necessary materials may vary based on field conditions. Contractor to verify depths and locations prior to construction. It is anticipated only sleeves will be needed, but all minor appurtenances such as this are to be considered subsidiary to the pipe. C. Am I connecting both lines(NW and SE)? - Yes. g D. Looks like the line crosses an existing 20"water line.Will I have enough clearance or will I need a couple of 45's for min.clearance? - If referring to sheet 49;the 30"is to essentially parallel 377 as well as existing water lines without any crossings apart from the 16"tie in.Additional fittings are to be considered subsidiary to pipe. GENERAL QUESTIONS- 1. The City of Ft.Worth's Approved Product List attached to this contract is dated 1/31/17.The current list dated 8/24/17 on Buzzsaw is the most current,should we use that list? - Yes. Using the most updated City of Fort Worth Approved Product List will be included in addendum. January, 2018 NSII 30-Inch Transmission Main FTWH1600051.00 Addendum No. 2 City Project No. 100261 2. Combination Air Valves listed on the Approved Product List(page 2 under WATER)only goes up to 3". 1 know the City has used ARI Valves in the past.Will you allow their valves on this project? - 4-Inch Valves will be used. 3. 1 would like to also confirm that bypass on 24"or larger Gate Valves are not required if I use Mueller or American Flow Control. I've attached a letter requiring this. - The bypass is not required if using Mueller or American Flow Control.As mentioned, if using others, a by-pass may be necessary. 4. 1 noticed the plans did not call out for any Cleaning Wye's with Pigs to clean the line.Will I need to provide Cleaning Wye's in my quote? - No. None will be included. QUESTION SET 2: We have the following comments/questions/requests regarding the Bar-Wrapped Pipe Specifications 33 11 13 for the subject project: 1. Section 1.6.C.b, Page 5 requires certified test reports for factory welds of fittings to be "certified by welding inspector, not employed by the pipe manufacture". Please delete this requirement as no similar requirement is in Steel pipe specifications(i.e.,on Page 5 Sec 1.6.C.e) - No current Change Per City Reference Request. 2. Section 1.9.C.2.a, Page 6. Dye penetrant test is missing from this section. We ask that Dye Penetrant test be added/included as an acceptable weld test procedure in this section. Please note that Dye Penetrant test is listed on page 17 of the Steel pipe specifications(Sec. 2.4.D.3.e) as we see no justification for not having this test in both specs. - Dye Penetrant test will be added as an acceptable weld test procedure. 3. Section 1.9.C.2.a, Page 6. Lines 19-21 of this section indicate 5%of the welds on fittings shall be checked with x-ray or ultrasonic testing by an independent certified welding inspector. Since no similar requirements are included in the Steel pipe specifications,we respectfully ask that this be deleted from Bar Wrapped Pipe specifications. - No current Change Per City Reference Request. 4. Section 1.9.F(Page 7) (lines 21-31) requires Manufacturer's Technician for Pipe Installation. Since no similar requirements are dictated in the Steel pipe specifications, we ask that this requirement be either deleted from the Bar Wrapped Pipe specifications or added to the Steel pipe specifications. - No current Change Per City Reference Request. 5. Section 1.10.A.3, Page 7 requires plastic end covers banded to pipe ends. We ask that this requirement be deleted from the Bar Wrapped Pipe specifications as C303 pipe is a composite structure under sufficient compression negating the need for the end covers. No current Change Per City Reference Request. January, 2018 NSII 30-Inch Transmission Main �+ FTWH1600051.00 Addendum No. 2 City Project No. 100261 a 6. Section 2.2.A.4. Please delete shown crack size and replace with "Mortar coating shall be dense and hard with no cracks larger than the allowable criteria in AWWA C303 Standard. - No current Change Per City Reference Request. .. 7. Section 2.2.13.17 (Page 10, Line 23) Please delete"Hanson"and "Forterra"and replace with "Thompson Pipe Group" - No current Change Per City Reference Reguest. 8. Section 2.2.C.l.b. (Page 10, Line 29)This section and the requirement in the Drawings to design for 200 psi is in conflict with Specification requirement in Sec. 2.2.C.1.e.8(Page 10, Line 44)which states Pressure Class=150 psi. Please revise the drawings and delete the 200 psi Working Pressure requirement as it is excessive and unnecessary. - Specification requirement in Sec. 2.2.0 l.e.B will be updated to match 200 psi requirement in drawings and Sec.2.2.C.1.b. Per City Request. 9. Bedding& Backfill Question: Bedding and backfill details indicate the same bedding detail (i.e., Crushed Stone up to 12 inches over the top of the pipe)for all pipe materials. Due to significant pipe stiffness of Bar Wrapped Pipe as compared to Steel and DI pipe and the fact it is a composite,semi-rigid structure,we respectfully ask for a differential bedding and backfill detail for Bar Wrapped Pipe with the crushed stone bedding only up to the spring line of the pipe. - No current Change Per City Reference Request. 10. Additionally, as a point of clarification,the plans show a 15' ROW/easement for open cut pipe installation. Is there an additional temporary construction easement(perhaps 50'total easement) not shown?Or is the 15'for construction and permanent easement? - The 15'is all that is available and includes construction and permanent easement. QUESTION SET 3: 1. Phase I Bid Item#1 Bid calls for 5500 LF,but it should be 5070(5740 LF minus 670 LF of Tunnel) - Bid as shown on bid tab. Unit Item allows for comparable bids. 2. How many Cathodic Test Stations will be needed,and is it the same for all 3 pipe types? - This will vary based on pipe type and is to be determined by contractor and pipe manufacture and approved by owner and engineer. 3. Call out at Station 0+00 calls for a 24"Gate Valve with Vault, but detail on sheet 51 does not show a vault. Which is correct? - The valve is to be installed in a vault. Reference sheet 52. 4. What type of pipe is the existing 30"? - Existing 30"is L-301 CL 150-16. January, 2018 NSII 30-Inch Transmission Main FTWH1600051.00 Addendum No. 2 City Project No. 100261 5. Bid Item#7 in Phase I and Bid Item#9 in Phase II are for Connection to existing 30" Line. There are no connections to existing 30" line other than the 30"x24"Tap.What should be priced here? - Bid Item#7 in Phase I to include other necessary cost to complete hot tap using materials included in Bid Item#6. - Bid Item#9 in Phase 11 to include connection to end of Phase L 6. Phase I Bid Item#20 Trench Safety is for 5500 LF,this should be 5070 LF. - Bid as shown on bid tab. Unit Item allows for comparable bids. 7. Phase I Bid Item#22 CCN is for 5500 LF,this should be 5740 LF - Bid as shown on bid tab. Unit Item allows for comparable bids. 8. Phase II Bid Items#19 Remove Conc Pvmt,and Bid Item#20 Conc Pvmt Repair,are for 1260 SY.The total LF of Conc removal and replacement is 2418 LF and it is stated to be 14 LF wide.This equals 3760 SY. - Update Bid Item#19 Remove Conc Pvmt, and Bid Item#20 Conc Pvmt Repair to 3775 SY 9. If Steel Casing is used in the Tunnels in lieu of Tunnel Liner,what thickness will be required for 54" Casing? - Tunnel Liner Plate shall be used. 10. Can 60"Casing be used in Lieu of 54"?What thickness would be required for 60"Casing? - If desired, 60"Tunnel Liner Plate can be used,minimum required is 54". 11. Under what bid item should Traffic Control be included? - To be considered subsidiary to the project. 12. Under what bid item should Site Restoration be included,and will Hydro-Mulch Seeding be required? Site restoration is to be considered incidental to the proiect. 13. Are the Concrete Collars for Manholes and Valves subsidiary to their bid items? - Yes, they are to be considered subsidiary to their respective bid items. QUESTION SET 4: 1. Proposal form 00 42 43: Phase I, Bid Item 16: Bid form states 5,500 LF, but we find 5,066 feet of 30-inch pipe. Please clarify the correct quantity for this bid item. - Bid as shown on bid tab. Unit Item allows for comparable bids. 2. Standard Spec 331114 Buried Steel Pipe& Fittings Page 11,Section 2.2C.2.d.3: Request Coefficient of Friction is increased to 0.35 which is a standard in the industry and is documented by research work at Louisiana Tech University. - No current Change Per City Reference Request. January, 2018 NSII 30-Inch Transmission Main FTWH1600051.00 Addendum No. 2 City Project No. 100261 3. Page 15,Section 2.2.C.4.a: Request Steel thickness be revised to a minimum 0.135-inch.The current requirement of D/240 is in accordance with AWWA M11, but the modifier of 0.250- inch thickness is unnecessary and heavier than required for pressure design.The .0250-inch minimum requirement results in a C200 steel pipe pressure class design of 334 psi.This near 50-percent steel penalty is not required for AWWAC303,which has an equivalent steel area design. Lack of change to the minimum thickness eliminates steel pipe as a competitively bid material. Current standard specification requirements are more suitable for 48-inch diameters and larger. - No current Change Per City Reference Request. 4. Plans Sheet 53 Tunneling Detail: Request C200 steel pipe include mortar band option mirroring C303 pipe.Steel Pipe with mortar bands has been successfully installed on steel pipe diameters up to 108-inch. - No current Change Per City Reference Request. "' QUESTION SET 5: 1. 1 haven't seen the clarification on Easement. Is there a Temporary Construction Easement as well as the Permanent Easement. 15' Easements would be a too tight of a fit for this work. Has then been a ROW use discussion with TXDOT? - The 15'is all that is available and includes construction and permanent easement. ROW use discussions may ensue. QUESTION SET 6: 1. Can you please clarify the waterline easement, 15 feet is not enough to install the pipeline. - The 15'is all that is available and includes construction and permanent easement. QUESTION SET 7: In the interest of fair competition,we request written clarification for the following: 1. Should the ends of the pipe line be treated as dead-end for thrust calculations? - Yes. 2. Are in-line valves to be treated as dead-end thrust in each direction? - Yes. 3. Should we restrain pipe around the vertical bends on sheet 16? - Necessary restraints are to be calculated and provided by the Pipe manufacturer and approved by the engineer. Note, ranges on plans are to denote areas of possible restraint and not intended to be used as a quantity. 4. Please amend plan sheet 20 by reducing the restrained length around the 11-1/4 degree bends. - Ranges on plans are to denote areas of possible restraint and not intended to be used as a quantity. January, 2018 NS11 30-Inch Transmission Main FTWH1600051.00 Addendum No. 2 City Project No. 100261 QUESTION SET 8: 1 would like to request that the DuraShield 110 and 310 be added to Specification 33114, Section 2.2.6.2.a.l.k.(2) as follows: b) DuraShield 110, 210 or 310 as manufactured by LifeLast, Inc. - No current Change Per City Reference Request. QUESTION SET 9: 1. The specifications referenced in the Bid documents for cathodic protection are Fort Worth's boiler plate Will these be or have been revised to provide the needed information to bid the project - These may be revised and submitted for owner and engineer approval. 2. Detail B sheet 60 of 67 shows a typical flush-to-grade TS with an unknown number and size of magnesium anodes attached. The detail is okay, but we need to know the ingot weight of the anodes and the number of anodes per test station. - To be developed by the contractor and pipe manufacturer and approved by owner and engineer. 3. Will a matrix be developed showing the ESN for each type of test station, i.e. ESN 0+00, insulating fitting test station, ESN X+XX Cased crossing TS, etc. Without the matrix, it will be difficult to get quotes that are based on the same values. - This is to be developed by the contractor and pipe manufacturer and approved by owner and engineer. 4. Will details for isolation test stations and cased crossing test stations be provided? - If not following the City of Fort Worth standard, details will need to be submitted for review by owner and engineer. Please acknowledge receipt of this Addendum No. 1 by signing below and submitting with the Bid. Acknowledged: By: Title: 1112 Kevin R.Glovier, PE CP&Y,Inc. END OF SECTION January, 2018 NSII 30-Inch Transmission Main FTWH1600051.00 Addendum No. 2 City Project No. 100261 CITY OF FORT WORTH WATER DEPARTMENT ADDENDUM NO.3 NORTHSIDE H 30-INCII WATER TRANSMISSION MAIN CITY PROJECT NO. 100261 ADDENDUM RELEASE DATE: January 17,2018 BID OPENNING: January 18,2018 INFORMATION TO BIDDERS: .. The Drawings and Contract Documents for the above referenced project are hereby revised and amended as follows: F CHANGES AND REVISONS: SHEET 55 of 67—TRENCH AND BACKFILL DETAILS Replace Plan Sheet 55 of 67 with attached. • Sheet 55 of 67-Trench and Backfill Details. Addenda No. 2—QUESTIONS AND CLARIFICATION—QUESTION SET 1—GENERAL QUESTIONS—No.4 Revise response to include cleaning wyes. • Yes,include cleaning wyes. Addenda No. 2—QUESTIONS AND CLARIFICATION—QUESTION SET 2- No.7 Revise response to include Thompson Pipe Group. • Name changed to Thompson Pipe Group. Addenda No. 2—Acknowledgement Revise to read: F Please acknowledge receipt of this Addendum No. 2 by signing below and submitting with the bid. QUESTIONS AND CLARIFICATION: F QUESTION SET 10: 1. On the 30"job that bids next Thursday, in the plans, on sheet 55 of 67 there are two sets of details. With regard to the pipe that is under the pavement, one detail shows CLSM backfill and the other does not. Also the detail that calls out CLSM backfill calls out rock also at the bottom but the texture used would not indicate a change. Replace existing Sheet 55 with the attached Sheet 55. 2. The City is usually very specific in the plan& profile where they want CLSM and you often have separate bid items for it as well. Neither exist here. Just these details in the plans and nothing that I can see that says to do either one. Assumption would possibly be that you do not want CLSM but this is a huge cost given the 2400'that's in the pavement. - Refer to updated Detail A,Sheet 55 for trench backfill in paved areas. Please acknowledge receipt of the Addendum in the following locations: •� (1) In the space provided below (2) In the amended Proposal F NORTHSIDE II 30-INCH WATER TRANSMISSION MAIN ADDENDUM#3 (3) Indicate in upper case letters on the outside of the sealed bid envelope: "RECEIVED & ACKNOWLEDGED ADDENDUM NO.31' Failure to acknowledge the receipt of Addendum No.3 could cause the subject bidder to be considered "NON-RESPONSIVE",resulting in disqualification. A signed copy of this addendum shall be placed into the proposal at the time of bid submittal. RECEIPT ACKNOWLEDGED: By: John R. Carman Director, Water Depa Title: a By: Roberto C. Sauceda,P.E. Title: Senior Professional Engineer .. a i a ezorz-x (st zts7 xotssun SWv_tz itazVm tI MIS HJXON Lj 6 Zg g o € J6 ps 0 W 4d G G U ,I<<< =a 3 z = " H0 gilt s n _ c6 W J c 'fie WN n Z o t - CL *` W_ At, W Q- t $ K e d w cc LU Kdc Z YJ- Z Z sig _ _ teiev m �aq �a 12.x a a n mi re _j m 6e i maW �g 1 Is m E bE F Illi.. Yvz w Yds J V W 8 �bl 9 - LU O w to Fo ll Ll LU w T NI-11-11 q yy ui a yy U ? s X314 3�.c } W RN iq! 6-P'TAMOV9 V HON38l-69-1IV130 LtOZ/L/9 ---- CITY OF FORT WORTH WATER DEPARTMENT ADDENDUM NOA NORTHSIDE H 30-INCH WATER TRANSMISSION MAIN CITY PROJECT NO. 100261 ADDENDUM RELEASE DATE: January 18,2018 REVISED BID DATE: February 1,2018 INFORMATION TO BIDDERS: The Drawings and Contract Documents for the above referenced project are hereby revised and amended as follows: The bid time has been changed from January 18, 2018 to February 1,2018. Sealed bids will be received until 1:30 P.M. CST February 1, 2018 at the City of Fort Worth Purchasing Division, 1000 Throckmorton Street, Fort Worth Texas, 76102. Bids will then be opened publicly and read aloud at 2:00 P.M. CST February 1, 2018 in the council chambers. Please acknowledge receipt of the Addendum in the following locations: (1) In the space provided below (2) In the amended Proposal (3) Indicate in upper case letters on the outside of the sealed bid envelope: "RECEIVED & ACKNOWLEDGED ADDENDUM NO. 4" Failure to acknowledge the receipt of Addendum No.4 could cause the subject bidder to be considered "NON-RESPONSIVE", resulting in disqualification. A signed copy of this addendum shall be placed into the proposal at the time of bid submittal. RECEIPT ACKNOWLEDGED: By: John R. Carman Director, Water Depart Title: �f.�"-,yam,. By: Roberto C. Sauceda, P.E. Title: Senior Professional Engineer CITY OF FORT WORTH WATER DEPARTMENT ADDENDUM NO.5 NORTHSIDE H 30-INCH WATER TRANSMISSION MAIN .� CITY PROJECT NO. 100261 ADDENDUM RELEASE DATE:January 30,2018 BID OPENING DATE: February 1,2018 INFORMATION TO BIDDERS: The Drawings and Contract Documents for the above referenced project are hereby revised and amended as follows: CHANGES AND REVISONS: BID PROPOSAL rt Replace Bid Proposal 00 42 43. • Delete this section and replace with section included with this addendum. FENCE AND GATE �. Refer to attached detail for barbed wire fence repair and replacement. • Add Barbed Wire Fence and Gate Detail included with this addendum. INTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Revise Section 33 05 24 2.2.B.2.b to include grout for water lines. • Grout per section 33 05 24 will change to include water lines. AGREEMENT -- Added to agreement: • The City shall review apparent low bidder availability to complete project under the contract time,current work load and performance of current projects to recommend award of contract. QUESTIONS AND CLARIFICATION: QUESTION SET 11: 1. Easement. We assume that since we are laying pipe within the TxDOT ROW that we will be allowed to utilize this as additional easement space, but need confirmation. - Contractor to coordinate with TxDOT. -• 2. Weld Testing. Please confirm that the City will provide the weld testing required for this project. Weld testing to be paid through City of Fort Worth's Soil Lab and is to be coordinated with the City assigned Soil Lab consultant and contractor will furnish their own weld tester per city specifications. 3. Median Construction. The contractor shall be responsible for locating all utilities, whether public or Private, prior to excavation. The information and data shown with respect to existing underground facilities at or contiguous to the site is approximate and based on information furnished by the owners of such underground facilities or on physical NORTHSIDE II 30-INCH WATER TRANSMISSION MAIN ADDENDUM#5 appurtenances observed in the field. The city and engineer shall not be responsible for the accuracy or completeness of any such information or data. The contractor shall have full responsibility for reviewing and checking all such information or data, for locating all underground facilities, for coordination of the work with the owners of such underground facilities. For coordination of the work with the owners of such underground facilities during construction and for the safety and protection thereof and .. repairing any damage thereto resulting from the work. This work shall be included in the price bid in the proposal for various bid items. The contractor shall notify any affected owners(utility companies)or agencies in writing at least 48 hours prior to construction. The contractor shall preserve and protect or remove and replace(with prior approval of city parks and community services and/or affected property owners)all trees,shrubs, hedges, retaining walls, landscaping, buildings, walks, ect., in or near proposed construction area. This work shall be considered incidental and not a separate pay item. 4. Concrete removal and replacement. Addendum#2 changed the concrete removal and replacement quantities but no updated bid schedule was provided. - Bid Schedule is updated and provided with Addenda 5. S. Concrete removal and replacement. Reference Sheet 40,this is typical in multiple locations. Between stations 124+00 to 126+50 the waterline is shown within a few feet from the back of the curb. The trench width will get into the concrete alone in addition the excavator width being in the pavement also. if full panel removal/replacement is required,this should be accounted for in the unit quantities. This is not constructible as shown. - Replacement of concrete pavement quantities have been revised to more closely agree with drawings. *• 6. Concrete removal and replacement. The plans and specifications do not reference the existing pavement thickness that is required to be removed. - Existing pavement thickness is 8"and will be added to the appropriate bid item. 7. Concrete removal and replacement. The plans/specs and bid items do not reference the pavement thickness required for replacement. No dimensions are shown on sheet 55 and the bid items only reference the SY to be replaced. - Existing pavement thickness is 8". 8. Concrete removal and replacement. Plan sheet 55, as revised per addendum #2 details still reference 2 choices for the trench backfill below the proposed pavement. - CLSM is not required except in locations shown on drawings and is subsidiary to the pipe installation. 9. The supplementary conditions show the RR permit as not being acquired and no RR permit is provided in the specifications. _ - RR permit is being acquired by the City.Any required flagging will be considered subsidiary to laying and tunneling the pipe across RR company property. Addendum No. 5 i NORTHSIDE II 30-INCH WATER TRANSMISSION MAIN ADDENDUM #5 10. Construction Survey and Staking. Bid items have been added for survey/staking but the project specifications note that the City will provide both at no cost to the contractor. Bid items are on the proposal and the specifications will be changed to reflect that the contractor is responsible for these two bid items. 11. Embedment. Project specific specifications allow the use of recycled concrete for pipe bedding. Please confirm this will be allowed. This will be allowed per specifications. i 12. Livestock and Temporary Fencing. There are currently no notes or call outs in the plans/specs for protection of livestock and temporary fencing. i - Bid item has been added to include temporary fencing. Protection of livestock is responsibility of contractor per city specifications and coordination with property owner. 13. Cleaning Wyes and CCN. Cleaning Wye quantities are given at approximate stations. CCN will be required as specified 14. Geotechnical report. The geotechnical report provided is for informational purposes only. Contractor is responsible for any additional geotech. 15. Steel Pipe. - As per project specifications. 16. Pipe in Casing. Reference sheet 57. The bottom left detail,for 24"-42" DIP in TLP shows the ductile pipe being pushed directly on the rails within the TLP. This detail shows hold down jacks at each end of the tunnel. No casing spacers are required per this detail,which is in conflict with the specs. - This section would be through hold down iacks, casing spacers would not be visible. The bottom right detail,for 24"-42" BWP/STL in TLP allows mortar bands with hold down jacks f at each end of the tunnel. No casing spacers are required per this detail,which is in conflict with the specs. - This section would be through hold down jacks, casing spacers would not be visible. The top detail shows casing spacers required, but does not indicate the type of pipe they are required on. - Detail applies to all three pipe options for this job. .* The top detail shows CLSM backfill for the limits of the receiving and launching pits. Is this required for all pipe types? Yes. 17. Cathodic Protection. Asper project specifications. 18. Bid Forms. Updated Bid forms are included in Addenda 5. Addendum No. 5 NORTHSIDE II 30-INCH WATER TRANSMISSION MAIN ADDENDUM#5 19. Bid Forms. An electronic bid form needs to be provided,as typical on COFW projects. - Updated Bid forms have been provided. 20. Traffic Control Plan. - Traffic control plans are to be designed and planned by the contractor to meet individual means and methods and submitted to the City of Fort Worth Transportation department for review and approval. 21. Gravel Road Repair Station 0+00. No bid items exist for the gravel road repair nor details for material type and thickness. - ape and thickness are unknown and are considered incidental to the pipe. 22. Fence Details. No fence details exist for the fence replacement. What is the spacing on the t- posts, braces,how many strands of wire, etc.? _ - Respective details have been included in Addendum 5. 23. SWPPP Plans. - To be provided by contractor. 24. Sheet 15. The waterline alignment from station 24+25 to 26+30 shows to be directly on top of an existing utility coming out of the telephone cabinet. Has this been coordinated to be relocated prior to the waterline install? - Existing utilitv locations to be verified with franchise utility. 25. Gate Valve and Vault Detail. The backfill detail for the gate valve vaults shows CLSM or CSS. What extent outside of the manholes will this be required? _ - To undisturbed trench wall, maximum of 18"bevond vault wall. 26. Reference Sheet 23. It is our understanding that Phase 1 is required to be in service prior to . beginning Phase 2. Between the end of the 30"gate valve(57+40)and the face of the tunnel (57+54)there is approximately 14'. The tunnel pit size required to get the pipe into the tunnel will be somewhere between 30'to 50' depending on the pipe type. - Contractor to coordinate construction with City to allow work of Phase 1 and Phase 11 simultaneously. 27. Please confirm that the contractor can utilize the"Future ROW"for construction between Station 64+00 to 83+90. - Contractor may coordinate use of"Future ROW"with owner. 28. Concrete Repair and Replacement. It appears that the contractor is crossing concrete/gravel driveways at Station 154+60, 163+90 and 0+00. - Cost for replacement of concrete driveways shall be paid under 8"concrete pavement repair bid item. Cost for replacement of gravel driveways shall be considered incidental to the pipe. Addendum No. 5 NORTHSIDE 1130-INCH WATER TRANSMISSION MAIN ADDENDUM #5 29. The detail for the connection at 0+00 on sheet 51 shows a valve without a vault for the connection. The addendum answered that a vault will be required at this location. - Vault supplier shall provide vault design as needed or contractor can provide vault design for pour in place vault to city for review. 30. Sheet 51 references CLSM trench backfill above the connection as "indicated in the drawings". None is indicated on the drawings. If required, what extent? - Delete detail A on Sheet 51. 31. Sheet 54 shows the ARV vent pipe to be located 36" behind the curb. All of the ARV's on this job are not around a road and in the middle of fields. Drawings need to show where actual location of vent pipe is planned so that they do not get installed in places not approved by property owners or where future developments will be constructed. - All ARV locations shall be submitted to the City of Fort Worth for review and are to be PON installed within the 15'easement. M0 32. Annular space grouting. The plans show all tunnels to be annular space grouted. Project specific specifications (33 05 24)state that annular space grout is required for sewer tunnel only. ME - The grout per section 33 05 24 will changed to include water mains. 33. Ductile Iron fittings will be accepted for this 30" water main,contractor is responsible on ,no submitting submittals for the city's approval. M0 Please acknowledge receipt of the Addendum in the following locations: (1) In the space provided below (2) In the amended Proposal (3) Indicate in upper case letters on the outside of the sealed bid envelope: "RECEIVED & ACKNOWLEDGED ADDENDUM NO.5" Failure to acknowledge the receipt of Addendum No. 5 could cause the subject bidder to be considered "NON-RESPONSIVE",resulting in disqualification. A signed copy of this addendum shall be placed into the proposal at the time of bid submittal. RECEIPT ACKNOWLEDGED: By: Ken Morgan Director, Water Department Title: By: Roberto C. Sauceda,P.E. Title: Senior Professional Engineer Addendum No. 5 00 42 43(Phase 1) BID PROPOSAL Page 1 of 10 SECTION 00 42 43 PROPOSALFORM PHASE I:STATION 0+00 TO STATION 57+40 UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Phase I Bidlist Item Specification Unit of Bid No. DescriptionSpecification No. Measure Quantity Unit Price Bid Value 3311.0751 30"DIP Water Pipe (Pressure Class 200) Installed in 1A Trench Dollars and 331110 LF 5080 Cents Per Unit 3311.0761 30"Steel AWWA C200 Water Pipe(Pressure Class 200) 1 B Installed in Trench Dollars and 3311 14 LF 5080 - Cents Per Unit 3311.0771 30"Concrete AWWA C303 Water Pipe(Pressure Class 200) 1C Installed in Trench Dollars and 3311 13 LF 5080 Cents Per Unit Note: Bidder shall select only one option a, b, or c. Material option shall be consistent throughout proposal. Note: Restrained joint shall be considered incidental to pipe cost. 3305.2008 30" DIP Water Carrier Pipe (Pressure Class 200) Installed in 2A Tunnel Liner or Casing Dollars and 33 05 24 LF 670 _ Cents Per Unit 3305.2008 30"Steel AWWA C200 Water Carrier Pipe(Pressure Class 200) Installed in Tunnel Liner or Casing 26 Dollars and 33 05 24 LF 670 Cents Per Unit 3305.2008 30"Concrete AWWA C303 Water Carrier Pipe(Pressure Class 200) Installed in Tunnel Liner or Casing 2C Dollars and 33 05 24 LF 670 Cents Per Unit Note: Bidder shall select only one option a, b, or c. Material option shall be consistent throughout proposal. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Northside H 30-Inch Water Transmission Main Form Revised 20120120 City Project Number:100261 00 42 43(Phase n BID PROPOSAL Page 2 of 10 SECTION 00 42 43 PROPOSAL FORM PHASE I:STATION 0+00 TO STATION 57+40 UNIT PRICE BID Bidder's application Project Item Information Bidder's Proposal Phase I Bidlist Item Specification Unit of Bid No. Description Section No. Measure Quantity Unit Price Bid Value Note: Restrained joint shall be considered incidental to pipe cost. - 3311.0001 Ductile Iron Water Fittings w/Restraint 3A Dollars and 3311 11 LS 1 - Cents Per Unit 3311.0011 Steel Fittings _ 3B Dollars and 3311 14 LS 1 Cents Per Unit 3311.0021 C303 Fittings 3C Dollars and 3311 13 LS 1 Cents Per Unit Note: Bidder shall select only one option a, b,or c. Material option shall be consistent throughout proposal. Note: Restrained joint shall be considered incidental to pipe cost. 3304.0002 Cathodic Protection System for Ductile Iron Pipe 4A Dollars and 33 04 12 LS 1 Cents Per Unit 3304.0002 Cathodic Protection System for Steel Pipe 4B Dollars and 33 04 12 LS 1 Cents Per Unit 3304.0002 Cathodic Protection System for Bar Wrapped Concrete Pipe 4C Dollars and 33 04 12 LS 1 Cents Per Unit Note: Bidder shall select only one option a, b,or c. Material option shall be consistent throughout proposal. 3305.1304 54"Tunnel Liner Plate By Other Than Open Cut 5 Dollars and 33 05 21 LF 670 Cents Per Unit CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Northside II 30-Inch Water Transmission Main Form Revised 20120120 City Project Number.100261 00 42 43(Phase n BID PROPOSAL Page 3 of 10 SECTION 00 42 43 PROPOSALFORM PHASE I:STATION 0+00 TO STATION 57+40 UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Phase I Bidlist Item Specification Unit of Bid No. Description Section No. Measure Quantity Unit Price Bid Value 3312.4308 30"x 24"Tapping Sleeve& Valve w/Vault 6 Dollars and 33 12 25 EA 1 Cents Per Unit 3312.0109 Connection to Existing 30" Water Main 7 Dollars and 33 12 25 EA 1 Cents Per Unit 3312.3009 30"Gate Valve w/Vault 8 Dollars and 33 12 20 EA 3 Cents Per Unit 3312.3006 16"Gate Valve w/Vault 9 Dollars and 33 12 20 EA 2 Cents Per Unit 3312.1004 4"Combination Air Valve Assembly for Water 10 Dollars and 33 12 30 EA 3 Cents Per Unit 3312.6003 8"Blow Off Valve w/Vault 11 Dollars and 33 12 60 EA 2 Cents Per Unit 3305.0112 Concrete Collar for Water Vault 12 Dollars and 33 05 17 EA 10 Cents Per Unit 3305.0206 Imported Embedment/Backfiill,Acceptable 13 Backfill (misc use) Dollars and 33 05 10 CY 100 Cents Per Unit CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Northside II 30-Inch Water Transmission Main Form Revised 20120120 City Project Number:100261 00 42 43(Phase 1) BID PROPOSAL Page 4 of 10 t SECTION 00 42 43 PROPOSALFORM PHASE I:STATION 0+00 TO STATION 57+40 UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Phase I Bidlist Item Specification Unit of Bid No. Description Section No. Measure Quantity Unit Price Bid Value 3305.0204 Imported Embedment/Backfill, Crushed Rock 14 Dollars and 33 05 10 CY 100 Cents Per Unit - 3305.0203 Imported Embedment/Backfill, CLSM 15 Dollars and 33 05 10 CY 100 Cents Per Unit 3231.0211 Temporary Fence, 16 Dollars and 33 31 26 LF 3100 Cents Per Unit 3231.0211 Barbed Wire Fence, Metal Posts 17 Dollars and 32 31 26 LF 3600 Cents Per Unit T 3305.0110 Utility Markers 18 Dollars and 33 05 26 LS 1 Cents Per Unit 3305.0109 Trench Safety 19 Dollars and 33 05 10 LF 5100 Cents Per Unit 3305.0103 Exploratory Excavation of Existing Utilities 20 Dollars and 33 05 30 EA 4 Cents Per Unit - 3292.0400 Seeding, Hydromulch 21 Dollars and 32 92 13 SY 6000 ` Cents Per Unit 3301.0002 Post-CCN Inspection 22 Dollars and 3301 31 LF 5750 Cents Per Unit CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Northside 11 30-Inch Water Transmission Main Form Revised 20120120 City Project Number:100261 00 42 43(Phase 1) BID PROPOSAL Page 5 of 10 SECTION 00 42 43 PROPOSALFORM PHASE I:STATION 0+00 TO STATION 57+40 UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Phase I Bidlist Item Specification Unit of Bid No. Description Section No. Measure Quantity Unit Price Bid Value 3125.0101 SWPPP z 1 acre LS 23 Dollars and 31 2500 LS 1 Cents Per Unit 3471.0001 Traffic Control 24 Dollars and 3471 13 LS 1 Cents Per Unit 9999.0200 Construction Staking 25 Dollars and 01 7123 LS 1 Cents Per Unit 9999.0201 Construction Survey 26 Dollars and 0171 23 LS 1 Cents Per Unit 9999.0300 Construction Contingency Allowance to Cover costs of Improvements not previously itemized. All work to be completed under this item must be pre-approved by the 27 Owner via a contingency change order. 00 73 00 LS 1 $ 100,000.00 $100,000.00 Dollars and Cents Per Unit Bid Summary Northside H 30"Water Transmission Main Phase I Total Bid END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Northside H 30-Inch Water Transmission Main ' Form Revised 20120120 City Project Number:100261 00 42 43(Phase In BID PROPOSAL Page 6 of 10 SECTION 00 42 43 PROPOSALFORM _ PHASE H:STATION 57+40 TO STATION 164+22 UNIT PRICE BID Bidder's Applicati®n Project Item Information Bidder's Proposal Phase II Bidlist Item Specification Unit of Bid No. Description Section No. Measure Quantity Unit Price Bid Value 3311.0751 30"DIP Water Pipe (Pressure Class 200)Installed in Trench 1A Dollars and 3311 10 LF 9685 Cents Per Unit 3311.0761 30"Steel AWWA C200 Water Pipe(Pressure Class 200) 1 B Installed in Trench 3311 14 LF 9685 r Dollars and Cents Per Unit 3311.077130"Concrete AWWA C303 Water Pipe(Pressure Class 200) 1C Installed in Trench 3311 13 LF 9685 Dollars and Cents Per Unit Note: Bidder shall select only one option a, b,or c. Material option shall be consistent throughout proposal. Note: Restrained joint shall be considered incidental to pipe cost. 3305.2008 30" DIP Water Carrier Pipe Installed in Tunnel Liner or Casing Pipe 2A Dollars and 33 05 24 LF 1000 Cents Per Unit 3305.2008 30"Steel AWWA C200 Water Carrier Pipe Installed in Tunnel 213 Liner or Casing Pipe 33 05 24 LF 1000 Dollars and Cents Per Unit 3305.2008 30"Concrete AWWA C303 Water Carrier Pipe Installed in Tunnel 2C Liner or Casing Pipe 33 05 24 LF 1000 Dollars and Cents Per Unit Note: Bidder shall select only one option a, b,or c. Material option shall be consistent throughout proposal. Note: Restrained joint shall be considered incidental to pipe cost. 3311.0001 Ductile Iron Water Fittings w/ 3A Restraint 331111 LS 1 Dollars and Cents Per Unit 3311.0011 Steel Fittings 313 Dollars and 3311 14 LS 1 Cents Per Unit 3311.0021 C303 Fittings 3C Dollars and 3311 13 LS 1 Cents Per Unit CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Northside 1130-Inch Water Transmission Main _ Form Revised 20120120 City Project Number:100261 00 42 43(Phase II) BID PROPOSAL Page 7 of 10 SECTION 00 42 43 PROPOSAL FORM PHASE H:STATION 57+40 TO STATION 164+22 UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal - Phase II Bidlist Item Specification Unit of Bid No. Description Section No. Measure Quantity Unit Price Bid Value } Note: Bidder shall select only one option a, b, or c. Material option shall be consistent throughout proposal. Note: Restrained joint shall be considered incidental to pipe cost. 3304.0002 Cathodic Protection System 4A for Ductile Iron Pipe 330412 LS 1 - Dollars and Cents Per Unit 3304.0002 Cathodic Protection System for Steel Pipe 4B Dollars and 33 04 12 LS 1 Cents Per Unit 3304.0002 Cathodic Protection System for Bar Wrapped Concrete Pipe 4C D 330412 LS 1 Dollars and Cents Per Unit Note: Bidder shall select only one option a, b,or c. Material option shall be consistent throw hout proposal. 3305.1304 54"Tunnel Liner Plate By 5 Other Than Open Cut Dollars and 33 05 21 LF 976 Cents Per Unit 3305.1008 48"Casing By Open Cut 6 Dollars and 33 05 22 LF 24 Cents Per Unit 3311.0451 12" DIP Water Pipe Installed 7 in Trench Dollars and 3311 10 LF 20 _ Cents Per Unit 3311.0451 16"DIP Water Pipe Installed 8 in Trench Dollars and 3311 10 LF 60 Cents Per Unit 3312.0109 Connection to Existing 30" 9 Water Main 331225 EA 1 ` Dollars and Cents Per Unit 3312.0106 Connection to Existing 16" 10 Water Main 331225 EA 1 Dollars and Cents Per Unit 3312.5002 30"Gate Valve w/Vault 11 Dollars and 33 12 20 EA 10 Cents Per Unit 3312.5002 16"Gate Valve w/Vault 12 Dollars and 33 12 20 EA 1 Cents Per Unit CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Northside 1130-Inch Water Transmission Main �' Form Revised 20120120 City Project Number.100261 00 42 43(Phase In BID PROPOSAL Page B of 10 SECTION 00 42 43 PROPOSALFORM PHASE H:STATION 57+40 TO STATION 164+22 UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Phase II Bidlist Item Specification Unit of Bid No. DescriptionSpecification No. Measure Quantity Unit Price Bid Value 3312.3005 12"Gate Valve w/Box 13 Dollars and 33 12 20 EA 2 Cents Per Unit 3312.1004 4"Combination Air Valve 14 Assembly for Water 331230 EA 5 Dollars and Cents Per Unit 3312.6003 8"Blow Off Valve w/Vault _ 15 Dollars and 33 12 60 EA 3 Cents Per Unit 3305.0112 Concrete Collar for Water 16 Vaund It Cents Dol Plerr 33 05 17 EA 20 Unit 3305.0112 Concrete Collar for Water 17 Valve Box 330517 EA 2 Dollars and Cents Per Unit 3305.0206 Imported Embedment/Backfill,Acceptable Backfill 18 (misc use) 33 05 10 CY 200 Dollars and Cents Per Unit 3305.0204 Imported Embedment/Backfill,Crushed Rock 19 (misc use) 33 05 10 CY 200 Dollars and Cents Per Unit 3305.0203 Imported 20 Embedment/Backfill,CLSM(misc use) 33 05 10 CY 200 Dollars and Cents Per Unit 3211.0303 Cement Modification, 21 (13 lbs/SY) Dollars and 32 11 33 TN 110 Cents Per Unit 3211.3722 Roadbond EN1 Soil 22 Stabilizer Dollars and 321137 GA 130 Cents Per Unit 3201.0616 8"Conc Pvmt Repair, 23 Arterial/Industrial Dollars and 32 01 29 SY 3775 Cents Per Unit CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Northside II 30-Inch Water Transmission Main Form Revised 20120120 City Project Number.100261 00 42 43(Phase II) BID PROPOSAL Page 9 of 10 SECTION 00 42 43 PROPOSAL FORM PHASE H:STATION 57+40 TO STATION 164+22 UNIT PRICE BID Bidder's Application Project Item Information _T Bidder's Proposal Phase H Bidlist Item Specification Unit of Bid No. Description Section No. Measure Quantity Unit Price Bid Value 3231.0211 Temporary Fence 24 Dollars and 32 31 26 LF 2100 Cents Per Unit 3231.0211 Barbed Wire Fence, 25 Metal Posts Dollars and 32 31 26 LF 2100 Cents Per Unit 3216.0101 6"Conc Curb and Gutter 26 Dollars and 32 16 13 LF 580 Cents Per Unit 3341.0201 Remove and Replace 21" 27 RCP Class III, Flowable Fill 3441 10 LF 25 Dollars and Cents Per Unit 3341.0201 Remove and Replace 24" 28 RCP Class III, Flowable Fill 3441 10 LF 50 Dollars and Cents Per Unit 3341.0201 Remove and Replace 30" 29 RCP Class III, Flowable Fill 3441 10 LF 25 Dollars and Cents Per Unit 3305.011 Utility Markers 30 Dollars and 33 05 26 LS 1 Cents Per Unit 3305.0103 Exploratory Excavation of 31 Existing Utilities Dollars and 33 05 30 EA 20 Cents Per Unit 3292.0400 Seeding, Hydromulch 32 Dollars and 32 92 13 SY 3000 Cents Per Unit 3305.0109 Trench Safety 33 Dollars and 33 05 10 LF 9685 Cents Per Unit 3301.0002 Post-CCTV Inspection 34 Dollars and 3301 31 LF 10690 Cents Per Unit 3125.0101 SWPPP i 1 acre LS 35 Dollars and 31 25 00 LS 1 Cents Per Unit 3471.0001 Traffic Control 36 Dollars and 3471 13 LS 1 Cents Per Unit CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Northside II 30-Inch Water Transmission Main �' Form Revised 20120120 City Project Number 100261 00 42 43(Phase II) BID PROPOSAL Page 10 of 10 SECTION 00 42 43 PROPOSAL FORM PHASE II:STATION 57+40 TO STATION 164+22 UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Phase II Bidlist Item Specification Unit of Bid No Description Section No. Measure Quantity Unit Price Bid Value 9999.0200 Construction Staking T 37 Dollars and 01 71 23 LS 1 Cents Per Unit 9999.0201 Construction Survey 38 Dollars and 01 71 23 LS 1 Cents Per Unit 9999.0300 Construction Contingency Allowance to Cover costs of _ Improvements not previously itemized. All work to be completed under this item 39 must be pre-approved by the Owner via 00 73 00 LS 1 $125,000.00 $125,000.00 a contingency change order. Dollars and Cents Per Unit Bid Summary Northside 1130"Water Transmission Main Phase II Total Bid Total Bid Summary Northside 1130"Water Transmission Main Phase I&II Phase I Total Phase II Total BID TOTAL END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Northside II 30-Inch Water Transmission Main Form Revised 20120120 City Project Number:100261 T w* FERE*CESr 30, 25He—B:38— 41p..ortiN4kcp,'Xp•�p{y.nynirt a5Y1a+6 ay LAYOUT: 8.5 w 11 USER: 1 1 NOTES 1 1. CATES SHALL BE SUPPLED BY GATE MANUFACTURER AND BE CAPABLE SUPPORTING LOADS WTHOUT SAGGING AT CENTER. 2. GATES SHALL BE COMPLETE WTH FRAMES SLIDING LATCHES,STOPS,KEEPERS. HINGES,BRACES AND PADLOCKS A CONTRACTOR SHALL FURNISH GALVANIZED CHAIN AND MASTER PADLOCK WTH 1 KEY FOR GATES REQUIRED.LOCKS SHALL BE IDENTICAL FOR ALL GATES MASTER KEYS SHALL BE OVEN TO THE OVINER. 4. INHERE EXISTING ADJACENT POST IS MORE THAN 8'FROM NEW GATE POST, CONTRACTOR SHALL INSTALL NEW LINE POST B'MAXIMUM FROM GATE POST. 5. METAL POST SHALL BE HEAVY GAUGE METAL'T'CONFIGURATION WTH TAPERED ANCHOR PLATES ATTACHED. La. BARBED HIRE SHALL BE TWO STRAND TWSTED NO.12-1/2 AWS GAUGE GALVANIZED STEEL WRE WTH TWO POINT BARBS OF NO.14 AWS GAUGE STEEL WRE AND CONFORMING TO ZINC—COATED STEEL BARBED WRE.ASM DESIGNATION A121,CLASS 1.BATS SHALL NOT BE MORE THAN 5 INCHES MART. L 1 1 INSTALL'T'STEEL POST AND POST SHALL BE NEW 8'DIA. TRANSITION TO EXKIST.FENCE 8'-8•PRESSURE CREOSOTED 4'-0',3 RAIL,14 GAUGE 24'-0' F GALVANIZED STEEL GATE 48'-0'MAX 8'-0'MIN 12'-0' / 12'—O' 8'-0'MIN 6'-0'MAX 8'-0'MAX 8'-0'MAX '-0'MAX SPACING CENTERS POST BRACE I 1'STAPLES Y RE BRACE 1 N OSS iV O N + MATCH EXISTING ENTRANK (SUBMIT FORWEER) .TO CITY AND ENGINEER) 2'4 w 8'STEEL PIPE EMBEDDED IN B'/CONCRETE 19'0.2000 PS EMBEDDED COMPACT SUBGRADE TO CONCRETE AROUND B'/POST 95%PROCTOR DENSITY 1 TYPICAL ENTRANCE GATE AND FENCE DETAIL N.T.S. L L L CITY OF FORT WORTH FORT WOIT NORTHSIDE 11 30—INCH WATER TRANSMISSION MAIN FIGURE N0. 1 TYPICAL ENTRANCE GATE CP&Y, INC. AND FENCE DETAIL c �&�� rY PROrECr No. 100Th °-1741°� 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 Northside II 30-Inch Water Transmission Main,City Project 5 Number 100261,Water Project No. 59601-0600430-001480-100261 will be received by the City 6 of Fort Worth Purchasing Office: 7 T 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 January 11,2018 and bids will be opened publicly and read aloud 13 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 • 15,200 linear-feet of 30"water line by open cut 18 • 1,300 linear-feet of 30"carrier pipe and 54"tunnel by other than open cut 19 • 2,450 linear-feet of 14' wide concrete panel paving repair 20 21 PREQUALIFICATION 22 The improvements included in this project must be performed by a contractor who is pre- 23 qualified by the City at the time of bid opening.The procedures for qualification and pre- 24 qualification are outlined in the Section 00 21 13—INSTRUCTIONS TO BIDDERS. 25 _ 26 DOCUMENT EXAMINATION AND PROCUREMENTS 27 The Bidding and Contract Documents may be examined or obtained on-line by visiting the City 28 of Fort Worth's Purchasing Division website at hqp://www.fortworthtexas.Rov/purchasiLnxl and 29 clicking on the Buzzsaw link to the advertised project folders on the City's Buzzsaw site.The 30 Contract Documents may be downloaded,viewed,and printed by interested contractors and/or 31 suppliers. The contractor is required to fill out and notarize the Certificate of Interested 32 Parties Form 1295 and the form must be submitted to the Project Manager before the 33 contract will be presented to the City Council. The form can be obtained at 34 https://www.ethics.state.tx.us/tec/1295-Info.htm . 35 This is a state funded project with TWDB funds,shall be awarded based on release of funds 36 and approval by TWDB.This proiect shall comply with all regulation that TWDB has for SWIFT 37 Loan proiects. Compliance with the terms and conditions of U.S.Army Corps of Engineers 38 Nationwide Permit 12 for Utility Line Activities. 39 40 41 Copies of the Bidding and Contract Documents may be purchased from CP&Y,Inc., 115 West Th 42 Street, Suite 1500,Fort Worth,Texas 76102. Phone number: (817)-354-0189.Call a minimum of 43 24 hours in advance to schedule pick up. 44 45 The cost of Bidding and Contract Documents is: 46 Set of Contract Documents: $30 47 Set of Bidding and Contract Documents with full size drawings: $90 48 Set of Bidding and Contract Documents with half size(if available)drawings: $60 CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100261 Revised December 22,2016 001113-2 INVITATION TO BIDDERS Page 2 of 2 1 2 PREBID CONFERENCE 3 A prebid conference will be held as described in Section 00 21 13 -INSTRUCTIONS TO 4 BIDDERS at the following location,date,and time: 5 DATE: January 4,2018 _ 6 TIME: 10:00 am 7 PLACE: 311 W. 10th Street 8 Fort Worth,Texas 76102 9 LOCATION: Conference Room 10 11 12 CITY'S RIGHT TO ACCEPT OR REJECT BIDS 13 City reserves the right to waive irregularities and to accept or reject bids. 14 15 INQUIRIES 16 All inquiries relative to this procurement should be addressed to the following: 17 Attn: Roberto C. Sauceda,P.E.,City of Fort Worth 18 Email: robert.sauceda@fortworthtexas.gov 19 Phone: 817-392-2387 20 AND/OR 21 Attn: Kevin Glovier, P.E.,CP&Y,Inc. 22 Email: kglovier@cpyi.com 23 Phone: 817-662-1203 24 25 ADVERTISEMENT DATES 26 December 14,2017 27 December 21,2017 28 29 END OF SECTION CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.I00261 Revised December 22,2016 002113-1 INSTRUCTIONS TO BIDDERS Page 1 of 10 1 SECTION 00 2113 2 INSTRUCTIONS TO BIDDERS 3 Defined Terms 4 5 1.1.Terms used in these INSTRUCTIONS TO BIDDERS,which are defined in Section 00 72 6 00-GENERAL CONDITIONS. 7 8 1.2.Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the 9 meanings indicated below which are applicable to both the singular and plural thereof. 10 — 11 1.2.1. Bidder: Any person,firm,partnership,company, association, or corporation acting 12 directly through a duly authorized representative, submitting a bid for performing 13 the work contemplated under the Contract Documents. 14 15 1.2.2.Nonresident Bidder: Any person,firm,partnership,company, association,or 16 corporation acting directly through a duly authorized representative,submitting a 17 bid for performing the work contemplated under the Contract Documents whose 18 principal place of business is not in the State of Texas. 19 20 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City 21 (on the basis of City's evaluation as hereinafter provided)makes an award. 22 23 2. Copies of Bidding Documents 24 25 2.1.Neither City nor Engineer shall assume any responsibility for errors or misinterpretations 26 resulting from the Bidders use of incomplete sets of Bidding Documents. w 27 28 2.2.City and Engineer in making copies of Bidding Documents available do so only for the 29 purpose of obtaining Bids for the Work and do not authorize or confer a license or grant 30 for any other use. 31 32 3. Prequalification of Bidders(Prime Contractors and Subcontractors) _ 33 34 3.1.All Bidders and their subcontractors are required to be prequalified for the work types 35 requiring prequalification at the time of bidding.Bids received from contractors who are 36 not prequalified(even if inadvertently opened) shall not be considered. Prequalification 37 requirement work types and documentation are as follows: 38 39 3.1.1. Paving—Requirements document located at; 40 https://projecipoint.buzzsaw.com/fortworth2aviResources/02%20- 41 %20Construction%2ODocwnents/Contractor%2OPrequalification/TPW%2OPaving 42 %20Contractor%2OPrequalification%2OProgram/PREQUALIFICATION%20REQ 43 UIREMENTS%20FOR%20PAVING%2000NTRACTORS.PDF?12ublic 44 45 3.1.2. Roadway and Pedestrian Lighting—Requirements document located at; 46 haps://proje=oint.buzzsaw.com/fortworth2ov/Resources/02%20- 47 %20Constraction%2ODocwnents/Contractor%2OPreQualification/TPW%2OPavin2 48 %20Contractor%2OPrequalification%2OProp-ram/PREQUALIFICATION%2Q= 49 UIREMENTS%20FOR%20PAVING%2000NTRACTORS.PDF public CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised August 21,2015 002113-2 INSTRUCTIONS TO BIDDERS Page 2 of 10 1 2 3.1.3.Water and Sanitary Sewer—Requirements document located at; 3 httos://projecipoint.buzzsaw.com/fortworthgov/Resources/02%20- 4 %20Construction%2ODocuments/Contractor%2OPregualification/Water%2Oand%2 5 OSanit /o2OSewer%2OContractor%2OPrequalification%2OProgram/WSS%20pre 6 gual%20requirements.doc?public — 7 8 9 3.2.Each Bidder unless currently prequalified,must be prepared to submit to City within - 10 seven(7)calendar days prior to Bid opening,the documentation identified in Section 00 11 45 11,BIDDERS PREQUALIFICATIONS. 12 13 3.2.1. Submission of and/or questions related to prequalification should be addressed to 14 the City contact as provided in Paragraph 6.1. 15 _ 16 17 3.3.The City reserves the right to require any pre-qualified contractor who is the apparent low 18 bidder(s)for a project to submit such additional information as the City,in its sole 19 discretion may require,including but not limited to manpower and equipment records, 20 information about key personnel to be assigned to the project, and construction schedule, 21 to assist the City in evaluating and assessing the ability of the apparent low bidder(s)to 22 deliver a quality product and successfully complete projects for the amount bid within 23 the stipulated time frame.Based upon the City's assessment of the submitted 24 information,a recommendation regarding the award of a contract will be made to the 25 City Council. Failure to submit the additional information,if requested,may be grounds -- 26 for rejecting the apparent low bidder as non-responsive.Affected contractors will be 27 notified in writing of a recommendation to the City Council. 28 29 3.4.In addition to prequalification,additional requirements for qualification may be required 30 within various sections of the Contract Documents. 31 32 4. Examination of Bidding and Contract Documents,Other Related Data,and Site - 33 34 4.1.Before submitting a Bid, each Bidder shall: 35 36 4.1.1. Examine and carefully study the Contract Documents and other related data 37 identified in the Bidding Documents(including"technical data"referred to in 38 Paragraph 4.2.below).No information given by City or any representative of the 39 City other than that contained in the Contract Documents and officially 40 promulgated addenda thereto, shall be binding upon the City. 41 42 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general,local and 43 site conditions that may affect cost,progress,performance or furnishing of the 44 Work. 45 CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised August 21,2015 i 002113-3 INSTRUCTIONS TO BIDDERS Page 3 of 10 1 4.1.3. Consider federal, state and local Laws and Regulations that may affect cost, 2 progress,performance or furnishing of the Work.Be advised,City,in accordance 3 with Title VI of the Civil Rights Act of 1964, 78 Stat.252,42 U.S.C.2000d to 4 2000d-4 and Title 49, Code of Federal Regulations,Department of Transportation, 5 Subtitle A,Office of the Secretary,Part 21,Nondiscrimination in Federally-assisted 6 programs of the Department of Transportation issued pursuant to such Act,hereby 7 notifies all bidders that it will affirmatively insure that in any contract entered into 8 pursuant to this advertisement,minority business enterprises will be afforded full _ 9 opportunity to submit bids in response to this invitation and will not be 10 discriminated against on the grounds of race,color,or national origin in 11 consideration of award. 12 13 4.1.4. Study all: (i)reports of explorations and tests of subsurface conditions at or 14 contiguous to the Site and all drawings of physical conditions relating to existing 15 surface or subsurface structures at the Site(except Underground Facilities)that 16 have been identified in the Contract Documents as containing reliable "technical 17 data"and(ii)reports and drawings of Hazardous Environmental Conditions,if any, 18 at the Site that have been identified in the Contract Documents as containing 19 reliable "technical data." 20 21 4.1.5. Be advised that the Contract Documents on file with the City shall constitute all of v 22 the information which the City will furnish.All additional information and data 23 which the City will supply after promulgation of the formal Contract Documents 24 shall be issued in the form of written addenda and shall become part of the Contract 25 Documents just as though such addenda were actually written into the original 26 Contract Documents.No information given by the City other than that contained in 27 the Contract Documents and officially promulgated addenda thereto,shall be 28 binding upon the City. 29 30 4.1.6. Perform independent research,investigations,tests,borings,and such other means 31 as may be necessary to gain a complete knowledge of the conditions which will be 32 encountered during the construction of the project. On request,City may provide 33 each Bidder access to the site to conduct such examinations,investigations, 34 explorations,tests and studies as each Bidder deems necessary for submission of a 35 Bid. Bidder must fill all holes and clean up and restore the site to its former 36 conditions upon completion of such explorations,investigations,tests and studies. 37 38 4.1.7. Determine the difficulties of the Work and all attending circumstances affecting the 39 cost of doing the Work,time required for its completion,and obtain all information 40 required to make a proposal.Bidders shall rely exclusively and solely upon their 41 own estimates,investigation,research,tests,explorations,and other data which are 42 necessary for full and complete information upon which the proposal is to be based. 43 It is understood that the submission of a proposal is prima-facie evidence that the = 44 Bidder has made the investigation,examinations and tests herein required. Claims 45 for additional compensation due to variations between conditions actually 46 encountered in construction and as indicated in the Contract Documents will not be 47 allowed. 48 CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised August 21,2015 0021 13-4 INSTRUCTIONS TO BIDDERS Page 4 of 10 1 4.1.8. Promptly notify City of all conflicts,errors, ambiguities or discrepancies in or 2 between the Contract Documents and such other related documents. The Contractor 3 shall not take advantage of any gross error or omission in the Contract Documents, 4 and the City shall be permitted to make such corrections or interpretations as may 5 be deemed necessary for fulfillment of the intent of the Contract Documents. 6 - 7 4.2. Reference is made to Section 00 73 00-Supplementary Conditions for identification of- 8 9 4.2.1.those reports of explorations and tests of subsurface conditions at or contiguous to 10 the site which have been utilized by City in preparation of the Contract Documents. 11 The logs of Soil Borings,if any, on the plans are for general information only. 12 Neither the City nor the Engineer guarantee that the data shown is representative of _ 13 conditions which actually exist. 14 15 4.2.2. those drawings of physical conditions in or relating to existing surface and 16 subsurface structures(except Underground Facilities)which are at or contiguous to 17 the site that have been utilized by City in preparation of the Contract Documents. 18 19 4.2.3. copies of such reports and drawings will be made available by City to any Bidder 20 on request. Those reports and drawings may not be part of the Contract 21 Documents,but the "technical data" contained therein upon which Bidder is entitled 22 to rely as provided in Paragraph 4.02. of the General Conditions has been identified - 23 and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is 24 responsible for any interpretation or conclusion drawn from any"technical data" or 25 any other data,interpretations,opinions or information. - 26 27 4.3.The submission of a Bid will constitute an incontrovertible representation by Bidder(i) 28 that Bidder has complied with every requirement of this Paragraph 4,(ii)that without T 29 exception the Bid is premised upon performing and furnishing the Work required by the 30 Contract Documents and applying the specific means,methods,techniques,sequences or 31 procedures of construction(if any)that may be shown or indicated or expressly required 32 by the Contract Documents,(iii)that Bidder has given City written notice of all + 33 conflicts,errors,ambiguities and discrepancies in the Contract Documents and the 34 written resolutions thereof by City are acceptable to Bidder,and when said conflicts, 35 etc.,have not been resolved through the interpretations by City as described in - 36 Paragraph 6.,and(iv)that the Contract Documents are generally sufficient to indicate 37 and convey understanding of all terms and conditions for performing and furnishing the 38 Work. - 39 40 4.4.The provisions of this Paragraph 4,inclusive,do not apply to Asbestos,Polychlorinated 41 biphenyls(PCBs),Petroleum,Hazardous Waste or Radioactive Material covered by -- 42 Paragraph 4.06. of the General Conditions,unless specifically identified in the Contract 43 Documents. 44 _ 45 5. Availability of Lands for Work,Etc. 46 CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised August 21,2015 — 002113-5 INSTRUCTIONS TO BIDDERS Page 5 of 10 1 5.1.The lands upon which the Work is to be performed,rights-of-way and easements for 2 access thereto and other lands designated for use by Contractor in performing the Work -- 3 are identified in the Contract Documents. All additional lands and access thereto 4 required for temporary construction facilities,construction equipment or storage of 5 materials and equipment to be incorporated in the Work are to be obtained and paid for 6 by Contractor. Easements for permanent structures or permanent changes in existing 7 facilities are to be obtained and paid for by City unless otherwise provided in the 8 Contract Documents. 9 10 5.2.Outstanding right-of-way,easements,and/or permits to be acquired by the City are listed 11 in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right- 12 of-way,easements, and/or permits are not obtained,the City reserves the right to cancel 13 the award of contract at any time before the Bidder begins any construction work on the 14 project. 15 16 5.3. The Bidder shall be prepared to commence construction without all executed right-of- 17 way,easements,and/or permits,and shall submit a schedule to the City of how 18 construction will proceed in the other areas of the project that do not require permits - 19 and/or easements. 20 21 6. Interpretations and Addenda 22 23 6.1.All questions about the meaning or intent of the Bidding Documents are to be directed to 24 City in writing on or before 2 p.m.,the Monday prior to the Bid opening. Questions 25 received after this day may not be responded to.Interpretations or clarifications 26 considered necessary by City in response to such questions will be issued by Addenda 27 delivered to all parties recorded by City as having received the Bidding Documents. _ 28 Only questions answered by formal written Addenda will be binding. Oral and other 29 interpretations or clarifications will be without legal effect. 30 31 Address questions to: 32 33 City of Fort Worth 34 1000 Throckmorton Street = 35 Fort Worth,TX 76102 36 Attn: Roberto Sauceda,P.E.,City of Fort Worth Water Department 37 Fax: 817-392-8195 38 Email: robert.sauceda@fortworthtexas.gov 39 Phone:817-392-2387 40 41 42 6.2.Addenda may also be issued to modify the Bidding Documents as deemed advisable by 43 City. 44 y 45 6.3.Addenda or clarifications may be posted via Buzzsaw at 46 https://projectpoint.buzzsaw.com/client/fortworthgov/Infrastructure%20Projects/100261 47 %20-%20Northside%20II%20Water%20Transmission%20Along%20SH-170 ` 48 CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised August 21,2015 0021 13-6 INSTRUCTIONS TO BIDDERS Page 6 of 10 1 6.4.A prebid conference may be held at the time and place indicated in the Advertisement or 2 INVITATION TO BIDDERS. Representatives of City will be present to discuss the 3 Project. Bidders are encouraged to attend and participate in the conference. City will 4 transmit to all prospective Bidders of record such Addenda as City considers necessary 5 in response to questions arising at the conference. Oral statements may not be relied 6 upon and will not be binding or legally effective. w 7 8 7. Bid Security 9 _ 10 7.1.Each Bid must be accompanied by Bid Bond made payable to City in an amount of five 11 (5)percent of Bidder's maximum Bid price on form attached, issued by a surety meeting 12 the requirements of Paragraphs 5.01 of the General Conditions. _. 13 14 7.2.The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award 15 have been satisfied. If the Successful Bidder fails to execute and deliver the complete 16 Agreement within 10 days after the Notice of Award,City may consider Bidder to be in T 17 default,rescind the Notice of Award,and the Bid Bond of that Bidder will be forfeited. 18 Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all 19 other Bidders whom City believes to have a reasonable chance of receiving the award 20 will be retained by City until final contract execution. 21 22 8. Contract Times 23 The number of days within which,or the dates by which,Milestones are to be achieved in 24 accordance with the General Requirements and the Work is to be completed and ready for 25 Final Acceptance is set forth in the Agreement or incorporated therein by reference to the 26 attached Bid Form. 27 28 9. Liquidated Damages v 29 Provisions for liquidated damages are set forth in the Agreement. 30 31 10. Substitute and "Or-Equal" Items 32 The Contract,if awarded,will be on the basis of materials and equipment described in the T 33 Bidding Documents without consideration of possible substitute or"or-equal"items. 34 Whenever it is indicated or specified in the Bidding Documents that a "substitute"or"or- 35 equal"item of material or equipment may be furnished or used by Contractor if acceptable to 36 City, application for such acceptance will not be considered by City until after the Effective 37 Date of the Agreement. The procedure for submission of any such application by Contractor 38 and consideration by City is set forth in Paragraphs 6.05A.,6.05B. and 6.05C.of the General 39 Conditions and is supplemented in Section 0125 00 of the General Requirements. 40 41 11. Subcontractors,Suppliers and Others 42 CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised August 21,2015 002113-7 INSTRUCTIONS TO BIDDERS -• Page 7 of 10 1 11.1. In accordance with the City's Business Diversity Enterprise Ordinance No.20020- 2 12-2011 (as amended),the City has goals for the participation of minority business 3 and/or small business enterprises in City contracts.A copy of the Ordinance can be 4 obtained from the Office of the City Secretary. The Bidder shall submit the MBE and 5 SBE Utilization Form, Subcontractor/Supplier Utilization Form,Prime Contractor r 6 Waiver Form and/or Good Faith Effort Form with documentation and/or Joint 7 Venture Form as appropriate. The Forms including documentation must be received 8 by the City no later than 2:00 P.M. CST,on the second business days after the bid 9 opening date.The Bidder shall obtain a receipt from the City as evidence the 10 documentation was received.Failure to comply shall render the bid as non- 11 responsive. 12 13 11.2. No Contractor shall be required to employ any Subcontractor, Supplier,other person 14 or organization against whom Contractor has reasonable objection. 15 16 12. Bid Form 17 18 12.1. The Bid Form is included with the Bidding Documents; additional copies may be 19 obtained from the City. 20 21 12.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Form 22 signed in ink. Erasures or alterations shall be initialed in ink by the person signing 23 the Bid Form. A Bid price shall be indicated for each Bid item,alternative,and unit 24 price item listed therein. In the case of optional alternatives,the words "No Bid," 25 "No Change," or"Not Applicable"may be entered.Bidder shall state the prices, 26 written in ink in both words and numerals,for which the Bidder proposes to do the 27 work contemplated or furnish materials required.All prices shall be written legibly. 28 In case of discrepancy between price in written words and the price in written 29 numerals,the price in written words shall govern. 30 31 12.3. Bids by corporations shall be executed in the corporate name by the president or a 32 vice-president or other corporate officer accompanied by evidence of authority to 33 sign. The corporate seal shall be affixed. The corporate address and state of 34 incorporation shall be shown below the signature. 35 36 12.4. Bids by partnerships shall be executed in the partnership name and signed by a 37 partner,whose title must appear under the signature accompanied by evidence of 38 authority to sign. The official address of the partnership shall be shown below the 39 signature. 40 41 12.5. Bids by limited liability companies shall be executed in the name of the firm by a 42 member and accompanied by evidence of authority to sign. The state of formation of 43 the firm and the official address of the firm shall be shown. 44 45 12.6. Bids by individuals shall show the Bidder's name and official address. 46 47 12.7. Bids by joint ventures shall be executed by each joint venturer in the manner 48 indicated on the Bid Form. The official address of the joint venture shall be shown. 49 50 12.8. All names shall be typed or printed in ink below the signature. 51 CITY OF FORT WORTH NSH 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 - Revised August 21,2015 002113-8 INSTRUCTIONS TO BIDDERS Page 8 of 10 — 1 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda,the numbers of 2 which shall be filled in on the Bid Form. 3 4 12.10. Postal and e-mail addresses and telephone number for communications regarding the 5 Bid shall be shown. 6 - 7 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of 8 Texas shall be provided in accordance with Section 00 43 37-Vendor Compliance 9 to State Law Non Resident Bidder. 10 11 13. Submission of Bids 12 Bids shall be submitted on the prescribed Bid Form,provided with the Bidding Documents, 13 at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, 14 addressed to Purchasing Manager of the City,and shall be enclosed in an opaque sealed 15 envelope,marked with the City Project Number,Project title,the name and address of 16 Bidder, and accompanied by the Bid security and other required documents. If the Bid is sent T 17 through the mail or other delivery system,the sealed envelope shall be enclosed in a separate 18 envelope with the notation"BID ENCLOSED" on the face of it. 19 20 14. Modification and Withdrawal of Bids 21 22 14.1. Bids addressed to the Purchasing Manager and filed with the Purchasing Office - 23 cannot be withdrawn prior to the time set for bid opening. A request for withdrawal 24 must be made in writing by an appropriate document duly executed in the manner 25 that a Bid must be executed and delivered to the place where Bids are to be submitted 26 at any time prior to the opening of Bids.After all Bids not requested for withdrawal 27 are opened and publicly read aloud,the Bids for which a withdrawal request has been 28 properly filed may,at the option of the City,be returned unopened. 29 30 14.2. Bidders may modify their Bid by electronic communication at any time prior to the 31 time set for the closing of Bid receipt. 32 33 15. Opening of Bids 34 Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An 35 abstract of the amounts of the base Bids and major alternates(if any)will be made available 36 to Bidders after the opening of Bids. 37 38 16. Bids to Remain Subject to Acceptance 39 All Bids will remain subject to acceptance for the time period specified for Notice of Award 40 and execution and delivery of a complete Agreement by Successful Bidder. City may,at 41 City's sole discretion,release any Bid and nullify the Bid security prior to that date. 42 43 17. Evaluation of Bids and Award of Contract 44 CITY OF FORT WORTH NSR 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised August 21,2015 0021 13-9 INSTRUCTIONS TO BIDDERS i Page 9 of 10 1 17.1. City reserves the right to reject any or all Bids,including without limitation the rights 2 to reject any or all nonconforming,nonresponsive,unbalanced or conditional Bids 3 and to reject the Bid of any Bidder if City believes that it would not be in the best 4 interest of the Project to make an award to that Bidder,whether because the Bid is 5 not responsive or the Bidder is unqualified or of doubtful financial ability or fails to 6 meet any other pertinent standard or criteria established by City. City also reserves 7 the right to waive informalities not involving price,contract time or changes in the 8 Work with the Successful Bidder. Discrepancies between the multiplication of units 9 of Work and unit prices will be resolved in favor of the unit prices. Discrepancies 10 between the indicated sum of any column of figures and the correct sum thereof will 11 be resolved in favor of the correct sum. Discrepancies between words and figures 12 will be resolved in favor of the words. 13 14 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists 15 among the Bidders,Bidder is an interested party to any litigation against City, 16 City or Bidder may have a claim against the other or be engaged in litigation, 17 Bidder is in arrears on any existing contract or has defaulted on a previous 18 contract,Bidder has performed a prior contract in an unsatisfactory manner, or 19 Bidder has uncompleted work which in the judgment of the City will prevent or 20 hinder the prompt completion of additional work if awarded. 21 22 17.2. City may consider the qualifications and experience of Subcontractors, Suppliers,and 23 other persons and organizations proposed for those portions of the Work as to which 24 the identity of Subcontractors, Suppliers, and other persons and organizations must 25 be submitted as provided in the Contract Documents or upon the request of the City. 26 City also may consider the operating costs,maintenance requirements,performance 27 data and guarantees of major items of materials and equipment proposed for T 28 incorporation in the Work when such data is required to be submitted prior to the 29 Notice of Award. 30 31 17.3. City may conduct such investigations as City deems necessary to assist in the 32 evaluation of any Bid and to establish the responsibility, qualifications,and financial 33 ability of Bidders,proposed Subcontractors, Suppliers and other persons and 34 organizations to perform and furnish the Work in accordance with the Contract 35 Documents to City's satisfaction within the prescribed time. 36 37 17.4. Contractor shall perform with his own organization,work of a value not less than 38 35%of the value embraced on the Contract,unless otherwise approved by the City. 39 40 17.5. If the Contract is to be awarded,it will be awarded to lowest responsible and 41 responsive Bidder whose evaluation by City indicates that the award will be in the 42 best interests of the City. 43 44 17.6. Pursuant to Texas Government Code Chapter 2252.001,the City will not award 45 contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than 46 the lowest bid submitted by a responsible Texas Bidder by the same amount that a 47 Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a 48 comparable contract in the state in which the nonresident's principal place of 49 business is located. 50 CITY OF FORT WORTH ' NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised August 21,2015 0021 13-10 INSTRUCTIONS TO BIDDERS Page 10 of 10 1 17.7. A contract is not awarded until formal City Council authorization. If the Contract is 2 to be awarded,City will award the Contract within 90 days after the day of the Bid 3 opening unless extended in writing. No other act of City or others will constitute 4 acceptance of a Bid.Upon the contractor award a Notice of Award will be issued by 5 the City. 6 7 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 8 9 18. Signing of Agreement - 10 When City issues a Notice of Award to the Successful Bidder,it will be accompanied by the 11 required number of unsigned counterparts of the Agreement. Within 14 days thereafter 12 Contractor shall sign and deliver the required number of counterparts of the Agreement to 13 City with the required Bonds,Certificates of Insurance, and all other required documentation. 14 City shall thereafter deliver one fully signed counterpart to Contractor. 15 16 17 18 END OF SECTION CrrY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised August 21,2015 w� 0035 13-1 CONFLICT OF INTEREST AFFIDAVIT Page I of I w 1 SECTION 00 3513 2 CONFLICT OF INTEREST AFFIDAVIT 3 4 Each bidder,offeror,or respondent(hereinafter also referred to as"you")to a City of Fort Worth 5 (also referred to as"City")procurement are required to complete Conflict of Interest 6 Questionnaire(the attached CIQ Form)and Local Government Officer Conflicts Disclosure 7 Statement(the attached CIS Form)below pursuant to state law.This affidavit will certify that the 8 Bidder has on file with the City Secretary the required documentation and is eligible to bid on 9 City Work.The referenced forms may be downloaded from the website links provided below. 10 11 htip://www.ethics.state.tx.us/forms/ClQpdf 12 13 htlp://www.ethics.state.tx.us/forms/CIS.vdf 14 15 E' CIQ Form is on file with City Secretary 16 17 Q CIQ Form is being provided to the City Secretary 18 19 CIS Form is on File with City Secretary 20 21 0 CIS Form is being provided to the City Secretary 22 23 24 25 BIDDER: � 26 +�c���.. 27 �, �e li C� Con s/,0" 07,4,a;� By: Ae/i.f o 28 Company (Please-^Print) j 29 30 �© ��� J ©3Z� Signature: .v r 31 Address32 /� r.. 33 �Or l�WO�� / /r 7�i/�� Title: AIll 34 City/State/Zip (Please Print) 35 �..r 36 37 END OF SECTION i CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised March 27,2012 mm 00 41 00 M0 BID FORM Page 1 of 3 SECTION 00 4100 BID FORM TO: The Purchasing Manager c/o:The Purchasing Division 1000 Throckmorton Street City of Fort Worth,Texas 76102 FOR: Northside II 30-Inch Water Transmission Main City Project No.: 100261 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 Mft included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and In accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS,including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association,organization,or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt,fraudulent,collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. 'corrupt practice"means the offering,giving, receiving,or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice"means an intentional misrepresentation of facts made(a)to influence the bidding process to the detriment of City(b)to establish Bid prices at artificial non-competitive levels, or(c)to deprive City of the benefits of free and open competition. c. "collusive practice"means a scheme or arrangement between two or more Bidders,with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non-competitive levels. d. 'coercive practice"means harming or threatening to harm,directly or indirectly,persons or their property to influence their participation in the bidding process or affect the execution of the Contract. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS NSII 30-Inch Transmission Main Form Revised 20150821 City Project No.100261 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 Transmission, Urban/Renewal/New Construction,All Sizes 4. Time of Completion 4.1• The Work included in Phase I will be complete for Final Acceptance 120 days after the contract time commences.The Contract Time for Phase II will commence after Phase I is accepted and is to be completed within 230 days after commencement 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 for Phase I and 5. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form, Section 00 4100 b. Required Bid Bond, Section 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. 6.3. Evaluation of Alternate Bid Items Total Bid ' S 9/0/ 1 SS, va CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS NSII 30-Inch Transmission Main Form Revised 20150821 City Project No.100261 00 41 00 BID FORM Page 3 of 3 7. Bid Submittal This Bid is submitted on February 1,2018 by the entity named below. i Respectfully submitted, Receipt is acknowledged of the Initial > following Addenda: By: cf'SE' Addendum No. 1: TSS (Signature) Addendum No.2: TSS Addendum No. 3: TSS Teresa S Skelly JAddendum No.4: ITSS (Printed Name) JAddendum No. 5 ITSS i Title: President Company: William J Schultz Inc dba Circle C Construction Comps Corporate Seal: i Address: PO Box 40328 Fort Worth,Texas 76140 State of Incorporation: Texas Email: t.skelly circle=nstruction.com Phone: 817-293-1863 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS NSII 30-Inch Transmission Main Forth Revised 20150821 City Project No.100261 00 42 43(Phase 1) BID PROPOSAL Page I of 5 SECTION 00 42 43 �. PROPOSAL FORM PHASE I:STATION 0+00 TO STATION 57+40 w- UNIT PRICE BID Bidder's Ap lication Project Item Information Bidders Proposal no Phase I Bidlist Item Specification Unit o Bid No. Description Section No. MeasureQuantityUnit Price Bid Value 3311.0751 30"DIP Water Pipe (Pressure Class 200)Installed in 1A Trench j 331110 LF 5080 $155.00 $787,400.00 OJ?a har,.✓r,eA A)0ars and a ' Cents Per Unit 3311.076130"Steel AWWA C200 Water Pipe(Pressure Class 200) 1B Inst lied Tr nch 3311 14 LF 5080 No Bid #VALUEI a �'lJ Dollars and Cents Per Unit 3311.077130"Concrete AWWA C303 Water Pipe(Pressure Class 200) 1C Installed in Trench 3311 13 LF 5080 Ale," Dollars and Na Cents Per Unit Note:Bidder shall select only one option a,b,or c.Material option shalt be consistent throughout proposal. Note:Restrained joint shall be considered incidental to ipe cost. 3305.2008 30"DIP Water Carrier Pipe (Pressure Class 200)Installed in 2A Tunnel Liner or Casing 33 05 24 LF 670 $200.00 $134,000.00 w»�{f,.,,,✓✓✓�/ Dollars and e Cents Per Unit 3305.2008 30"Steel AWWA C200 Water Carrier Pipe(Pressure Class 200)Installed in Tunnel Liner or 2B C g 33 05 24 LF 670 No Bid #VALUE! �Y d e/ tet' Dollars and Cents Per Unit 3305.2008 30"Concrete AWWA C303 Water Carrier Pipe(Pressure Class 200)Installed in Tunnel Liner or 2C Casing 33 05 24 LF 670 Dollars and No 41 Cents Per Unit Note:Bidder shall select only one option a,b,or c.Material option shall be consistent throughout proposal. Note:Restrained joint shall be considered incidental to pipe cost. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Northaide 1130-Inch Water Transmission Main Form Revised 20120120 City Project Number:100261 aaf i 00 42 43(Phase 1) BID PROPOSAL Page 2 of 3 SECTION 00 42 43 i PROPOSAL FORM PHASE I:STATION 0+00 TO STATION 57+40 q& UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal i Phase I Bidtist Item Specification Unit of Bid No. Description Section No. Measure anti Unit Price Bid Value 3311.0001 Ductile Iron Water Fittings Wt-Restraint o ,e 3A A4,01sllf6ollars and 3311 11 LS 1 $110,000.00 $110,000.00 Cents Per Unit = 3311.0011 Steel Fittings 3B A40 ,b'i '/! Dollars and 3311 14 LS 1 No Bid #VALUE! Cents Per Unit 3311.0021 C303 Fittings 3C Ado Dollars and 3311 13 LS 1 il/d Cents Per Unit ��i' Note:Bidder shall select only one option a,b,or c. Material option shall be consistent throughout proposal. Note:Restrained joint shall be considered incidental to i e cost. 3304.0002 Cathodic Protection System for Ductile Iron Pipe 4A ,Si!'rr� 7lfi1«so a/Dollars and 330412 LS 1 $70,000.00 $70,000.00 nd Cents Per Unit 3304.0002 Cathodic Protection System for Steel Pipe 4B ,dye moi'd Dollars and 33 04 12 LS 1 No Bid #VALUE! Cents Per Unit 3304.0002 Cathodic Protection System for Bar Wrapped Concrete i 4C Pipe Dollars and 33 04 12 LS 1 Nd xa9/ Cents Per Unit •- Note:Bidder shall select only one option a,b,or c.Material 0 lion shall be consistent throu out proposal. 3305.1304 54"Tunnel Liner Plate By Other Than Open Cut• 5 sir. �s�.rri.✓tiDollars and 33 05 21 LF 670 $680.00 $455,600.00 .00 tents Per Unit 3312.4308 30"x 24"Tapping Sleeve& Valve w/Vault 6 eZa 111 ocm*o6ollars and 331225 EA 1 $38,000.00 $38,000.00 A� Cents Per Unit i CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Northsidc 1130-Inch Water Transmission Main Form Revised 20120120 City Project Number:100261 00 42 43(Phase 1) BID PROPOSAL Page 3 of S SECTION 00 42 43 PROPOSALFORM PHASE I:STATION 0+00 TO STATION 57+40 - UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Phase Bidlist Item Specification Unit° Bid No. Description Section No. MeasureQuantityUnit Price Bid Value 3312.0109 Connection to Existing 30" W�teP�r Main 7 flious4'�a'/ Dollars and 33 12 25 EA 1 $10,000.00 $10,000.00 Aa Cents Per Unit 3312.3009 30"Gate Valve w/Vault 8 Oily fwa A,,4,,,r•r,rbollars and 33 12 20 EA 3 $42,000.00 $126,000.00 P a Cents Per Unit 3312.3006 16"Gate Valve w/Vault 9 94w*/err Ti,�j'AtiS G»/� Dollars and 33 12 20 EA 2 $12,000.00 $24,000.00 107 do Cents Per Unit 3312.1004 4"Combination Air Valve Assembly for Water 10 7�4*-son6ollars and 33 12 30 EA 3 $18,000.00 $54,000.00 0100 Cents Per Unit 3312.6003 8"Blow Off Valve w/Vault filo 4,aw.,r n0f Dollars and 11 0.7 Cents Per Unit 33 12 60 EA 2 $15,000.00 $30,000.00 3305.0112 Concrete Collar for Water Vault 12 {oa �N�e/i.df%" *liars and 330517 EA 10 $450.00 $4,500.00 i,e Cents Per Unit 3305.0206 Imported Embedment/Backfill,Acceptable 13 Backfill(misc use) 33 05 10 CY 100 $25.00 $2,500.00 Dollars and �i Cents Per Unit 3305.0204 Imported " E bedme4nl/BackHll,Crushed Rock 14 7:e,,,rDollars and 33 05 10 CY 100 $25.00 $2,500.00 nA Cents Per Unit 3305.0203 Imported Embedment/Backfill,CLSM 15 p,n.,tNp�/I�I/�,>rf/w�, Dollarsand 330510 CY 100 $180.00 $18,000.00 AV Cents Per Unit CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Northside Il 30-Inch Water Transmission Main Form Revised 20120120 City Project Number:100261 00 42 43(Phase I) i BID PROPOSAL Page 4 of S SECTION 00 42 43 PROPOSALFORM PHASE I:STATION 0+00 TO STATION 57+40 UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal Phase I Bidlist Item Specification Unit o Bid No Description Section No. Measure antit Unit Price Bid Value 3231.0211 Temporary Fence, 16 /e n Dollars and 33 31 26 LF 3100 $10.00 $31,000.00 070 Cents Per Unit 3231.0211 Barbed Wire Fence, Metal Posts 17 >fv h Dollars and 32 31 26 LF 3600 $10.00 $36,000.00 �v Cents Per Unit 3305.0110 Utility Markers ,,✓/ 18 '�ileaso�w�,<;i�4op-6allars and 33 05 26 LS 1 $1,500.00 $1,500.00 o Cents Per Unit 3305.0109 Trench Safety 19 ea•P Dollars and 33 05 10 LF 5100 $1.00 $5,100.00 .70 Cents Per Unit i 3305.0103 Exploratory Excavation of Existing Utilities 20 or. Dollars and 33 05 30 EA 4 $1,000.00 $4,000.00 070 Cents Per Unit 3292.0400 Seeding, Hydromulch 21 Dollars and 32 92 13 SY 6000 $5.00 $30,000.00 v Cents Per Unit 3301.0002 Post-CCTV Inspection 22 A4-,.e Dollars and 33 01 31 LF 5750 $3.00 $17,250.00 n a Cents Per Unit 3125.0101 SWPPP z 1 acre LS -- 23 1`» t4pwsoNsd Dollars and 31 25 00 LS 1 $10,000.00 $10,000.00 .90 Cents Per Unit 34/71.0001 Traffic Control �� f = 24 /leuiso��', ,at AwA-Obollars and 3471 13 LS 1 $8,500.00 $8,500.00 n a Cents Per Unit 9999.0200 Construction Stakin _ 25 MON-Fend f`ieJw'*wFJdrs and 01 7123 LS 1 $7,500.00 $7,500.00 Cents Per Unit 9999.0201 Construction Survey 26 :..s•„ o/ Dollars and 01 7123 LS 1 $5,000.00 $5,000.00 Cents Per Unit CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Northside 1130-Inch Water Transmission Main Form Revised 20120120 City Project Number:100261 i 00 42 43(Phase 1) i BID PROPOSAL Page S of 5 SECTION 00 42 43 i PROPOSALFORM PHASE 1:STATION 0+00 TO STATION 57+40 UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal Phase I Bidlist Item Specification Unit of Bid No. Description Section No. Measure Quantity Unit Price Bid Value 9999.0300 Construction Contingency r` Allowance to Cover costs of Improvements not previously itemized. 27 All work to be completed under this 00 73 00 LS 1 $ 100,000.00 $100,000.00 item must be pre-approved by the Owner via a contingency change order. i Bid Summary Northside 1130"Water Transmission Main Phase I Total Bid END OF SECTION i Baa w i i CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Northside It 30-Inch Water Transmission Main Form Revised 20120120 City Project Number:100261 i 00 42 43(Phase Il) BID PROPOSAL Page 1 of 6 SECTION 00 42 43 i PROPOSALFORM PHASE II:STATION 57+40 TO STATION 164+22 UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal Phase II Bidlist Item Specification Unit of Bid No. Description Section No. Measure Quantity Unit Price Bid Value 3311.0751 30"DIP Water Pipe (Pressure Class 200)Installed in Trench 1A Q"''44."'44""'On 46IIars and 3311 10 LF 9685 $155.00 $1,501,175.00 ., Cents Per Unit 3311.0761 30"Steel AWWA C200 Water Pipe(Pressure Class 200) i 16 Installed in Trench 3311 14 LF 9685 No #VALUE! Dollars and Cents Per Unit 3311.0771 30"Concrete AWWA C303 Water Pipe(Pressure Class 200) 1C installed in Trench 33 11 13 LF 9685 /(/v Nd $i d/` Dollars and ��I i Cents Per Unit Note: Bidder shall select only one option a,b,or c. Material option shall be consistent throughout proposal. Note: Restrained joint shall be considered incidental to pipe cost. 3305.2008 30"DIP Water Carrier Pipe Installed in Tunnel Liner or Casing Pipe 2A Avee Ay»4.►l/ Dollars and 33 05 24 LF 1000 $200.00 $200,000.00 ad Cents Per Unit 3305.2008 30"Steel AWWA C200 Water Carrier Pipe Installed in Tunnel Liner or Casing Pipe 26 Ale Ro"t Dollars and 33 05 24 LF 1000 Cents Per Unit 3305.2008 30"Concrete AWWA C303 Water Carrier Pipe Installed in Tunnel Liner or Casing Pipe 2C 33 05 24 LF 1000 /Vo NU Dollars and Cents Per Unit Note:Bidder shall select only one option a,b,or c. Material option shall be consistent throughout proposal. Note: Restrained joint shall be considered incidental to pipe cost. 3311.0001 Ductile Iron Water Fittings w/ 3A Restraint * Afts"y,A 33 1111 LS 1 $110,000.00 $110,000.00 Dollars and CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Northside It 30-Inch Water Transminion Main Form Revised 20120120 City Project Number.100261 i 00 42 43(Phase u) BID PROPOSAL Page 2 of 6 SECTION 00 42 43 .•* PROPOSAL FORM PHASE II:STATION 57+40 TO STATION 164+22 UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Phase 11 Bidlist Item Specification Unit of Bid No. Description Section No. Measure Quantity Unit Price Bid Value 3311.0011 Steel Fittings 3B &,2 A d Dollars and 3311 14 LS 1 NO Bid #VALUEI Cents Per Unit 3311.0021 C3 3 Fittings 3C Ny 8� Dollars and 3311 13 LS 1 Me h);41 Cents Per Unit arf Note: Bidder shall select only one option a,b,or c.Material option shall be consistent throughout proposal. Note: Restrained joint shall be considered incidental to pipe cost. 3304.0002 Cathodic Protection System for Ductile Iron Pipe 4A e pX4 a -o-.6ollars and 33 04 12 LS 1 $85,000.00 $85,000.00 d Cents Per Unit 3304.0002 Cathodic Protection System for Steel Pipe 4B .0 r Dollars and 330412 LS 1 /VU Yjq/ Cents Per Unit 3304.0002 Cathodic Protection System for Bar Wrraa 'podfConcrete Pipe 4C �� '�r. Dollars and 33 04 12 LS 1 NO, �j Cents Per Unit Note:Bidder shall select only one option a,b,or c.Material option shall be consistent throw hout proposal. 3305.1304 54"Tunnel Liner Plate By Other Than Open Cut 5 Dollars and 33 05 21 LF 976 $650.00 $634,400.00 ne Cents Per Unit 3305.1008 48"Casing By Open Cut 6 W,--.e / Dollars and 33 05 22 LF 24 $300.00 $7,200.00 opu Cents Per Unit 3311.0451 12"DIP Water Pipe Installed in Trerlch 7 eiEtfi�c>/ Dollars and 3311 10 LF 20 $80.00 $1,600.00 a Cents Per Unit i CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Northside 1130-Inch WaterTransn fission Main Form Revised 20120120 City Project Number.100261 00 42 43(Phase II) BID PROPOSAL Page 3 of 6 SECTION 00 42 43 PROPOSALFORM PHASE II:STATION 57+40 TO STATION 164+22 UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal i Phase II Bidlist Item Specification Unit of Bid No. Description Section No. Measure Quantity Unit Price Bid Value 3311.0451 16" DIP Water Pipe Installed �. in Trench 8 Oe7f Dollars and 3311 10 LF 60 $100.00 $6,000.00 A016 Cents Per Unit 3312.0109 Connection to Existing 30" Water Main 9 ✓ Dollars and 33 12 25 EA 1 $10,000.00 $10,000.00 a Cents Per Unit 3312.0106 Connection to Existing 16" Water Main 10 //7.1-e -14101.-J0I1 .✓ Dollars and 33 12 25 EA 1 $5,000.00 $5,000.00 100 Cents Per Unit 3312.5002 30"Gate Valve w/Vault 11 e,{y ewe i.+�sa� ✓ Dollars and 33 12 20 EA 10 $42,000.00 $420,000.00 r�a Cents Per Unit NED 3312.5002 16"Gate Valve w/Vault 12 hg 7/.eus ani/ Dollars and 33 12 20 EA 1 $10,000.00 $10,000.00 ,2o Cents Per Unit 33l12.3005 12"Gate Valve w/Box 13 A,ca 1louswo-w' Dollars and 33 12 20 EA 2 $2,000.00 $4,000.00 .ted Cents Per Unit 3312.1004 4"Combination Air Valve Assembly for Water 14 -,A I►j/iovsQ oo/Dollars and 33 12 30 EA 5 $18,000.00 $90,000.00 1? rno Cents Per Unit 3312.6003 8"Blow Off Valve w/Vault 15 ,>�,4,omsa,¢r✓Dollars and 33 12 60 EA 3 $15,000.00 $45,000.00 40 Cents Per Unit 3305.0112 Concrete Collar for Water Vault Dollars 16 and „a Cents Per 33 05 17 EA 20 $450.00 $9,000.00 Unit CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Northside 1130-Inch Water Transmission Main Form Revised 20120120 City Project Number.100261 00 42 43(Phme 11) w BID PROPOSAL Page 4 of 6 SECTION 00 42 43 PROPOSALFORM PHASE II:STATION 57+40 TO STATION 164+22 Aft UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal '• Phase 11 Bidlist Item Specification Unit of Bid No. Description Section No. Measure Quantity Unit Price Bid Value 3305.0112 Concrete Collar for Water Valve Box 17Aep �a»dr+.�r%+�`Doilars and 330517 EA 2 $250.00 $500.00 000 Cents Per Unit 3305.0206 Imported Embedment/Backfill,Acceptable Backfill (misc use) 18 33 05 10 CY 200 $25.00 $5,000.00 �i✓-f11 r f r e Dollars and Iva Cents Per Unit 3305.0204 Imported i Embedment/Backfill, Crushed Rock (msc use} 19 i330510 CY 200 $25.00 $5,000.00 w v 1,.;4 Dollars and no Cents Per Unit 3305.0203 Imported Embedment/Backfill, CLSM(misc use) 20 C�n�bwn���./i�" � Dollarsand 330510 CY 200 $180.00 $36,000.00 iia tents Per Unit 3211.0303 Cement Modification, (13 lbs/SY) 21 Dollars and 321133 TN 110 $150.00 $16,500.00 _ ^m Cents Per Unit 3211.3722 Roadbond EN1 Soil Stabilizer ,4 22 and 3211 37 GA 130 $120.00 $15,600.00 ndents Per Unit 3201.0616 8"Cone Pvmt Repair, Arterial/industrial 23Si•t'�+ra-;'✓ , Dollars and 32 01 29 SY 3775 $65.00 $245,375.00 .06 Cents Per Unit *' 3231.0211 Temporary Fence 24 /.a» Dollars and 3231 26 LF 2100 $10.00 $21,000.00 �o Cents Per Unit f i CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Northside 1130-Inch Water Transmission Main Fong Revised 20120120 City Project Number:100261 00 42 43(Phase 11) BID PROPOSAL Page S of 6 SECTION 00 42 43 PROPOSALFORM PHASE II:STATION 57+40 TO STATION 164+22 UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Phase II Bidlist Item Specification Unit of Bid No. Description Section No. Measure Quantity Unit Price Bid Value 3231.0211 Barbed Wire Fence, Metal Posts 25 Dollars and 3231 26 LF 2100 $10.00 $21,000.00 ..o Cents Per Unit 3216.0101 6"Conc Curb and Gutter 26 ' 't°' ,!'r,. Dollars and Cents Per Unit 32 16 13 LF 580 $35.00 $20,300.00 av 3341.0201 Remove and Replace 21" CP Class III, Flowable Fill 27 Dollars and 3441 10 LF 25 $250.00 $6,250.00 ' no Cents Per Unit 3341.0201 Remove and Replace 24" RCP Class III, Flowable Fill 28 Aa Ayg*-,r f,r,5V.� Dollars and 3441 10 LF 50 $250.00 $12,500.00 AQ Cents Per Unit 3341.0201 Remove and Replace 30" CP Class�III, Flowable Fill 29 a ils�AA'Is > 'ft Dollars and 3441 10 LF 25 $250.00 $6,250.00 .yr Cents Per Unit 3305.011 Utility Markers 30 &~ �'�°�' ro a �✓ Dollars and 33 05 26 LS 1 $1,000.00 $1,000.00 �o Cents Per Unit 3305.0103 Exploratory Excavation of Existing Utilities MEN 31 ems., ✓ Dollars and 33 05 30 EA 20 $1,000.00 $20,000.00 0176 Cents Per Unit 3292.0400 Seeding, Hydromulch MEN 32 -/7'"s Dollars and 32 92 13 SY 3000 $5.00 $15,000.00 .07o Cents Per Unit 3305.0109 Trench Safety SEE 33 Dollars and 33 05 10 LF 9685 $1.00 $9,685.00 0910 Cents Per Unit _ 3301.0002 Post-CCN inspection 34 .A-t Dollars and 33 01 31 LF 10690 $3.00 $32,070.00 isv Cents Per Unit CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Northside 1130-Inch Water Transmission Main Foran Revised 20120120 City Project Number;100261 00 42 43(Phase 11) - BID PROPOSAL Page 6 of 6 SECTION 00 42 43 PROPOSALFORM PHASE II:STATION 57+40 TO STATION 164+22 UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Phase II Bidlist Item Specification Unit of Bid No. Description Section No. Measure Quantity Unit Price Bid Value 3125.0101 SWPPP z 1 acre LS i 35 �'>'�•n fiso�+sa�r/ Dollars and 31 25 00 LS 1 $15,000.00 $15,000.00 .d Cents Per Unit 36 /,"71.0001 Traffic Contrar 1 Mars an,d 3471 13 LS 1 $5,500.00 $5,500.00 .s o Cents Per Unit -- 9999,0200 Construction Staking 37 orf 7'�!'oasa.sd Dollars and 01 7123 LS 1 $10,000.00 $10,000.00 Bio Cents Per Unit 9999.0201 Construction Survey 38 /,*'di ef Dollars and 01 71 23 LS 1 $5,000.00 $5,000.00 Cents Per Unit 9999.0300 Construction Contingency Allowance to Cover costs of Improvements not previously itemized. as All work to be completed under this item 39 must be pre-approved by the Owner via 00 73 00 LS 1 $125,000.00 $125,000.00 a contingency change order. Dollars and Cents Per Unit Bid Summary a G i Northside 11 30"Water Transmission Maio 3 7 9 6 5 Phase II Total Bidl 7 9 e Total Bid Summar Northslde 1130"Water Transmission Maio Phase I&II Phase I Total /2 as . • o Phase 11 Total Y7 q 91,0 d a BID TOTAL o 0 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Northside II 30-Inch Water Transmission Main Foran Revised 20120120 City ProjwA Number:100261 t 004313 BID BOND Page 1 of 1 SECTION 00 4313 BID BOND KNOW ALL BY THESE PRESENTS: That we, (Bidder Name) Company Name Here hereinafter called the Principal, and (Surety Name) F - a corporation or firm duly authorized to transact surety business in the State of Texas, hereinafter called the Surety, are held and firmly bound unto the City, hereinafter called the Obligee, in the " sum of _ �'• _ and No/100 Dollars ($y . 1 [> L� 00), the payment of which sum will be well and truly made and the said Principal and the said Surety, bind ourselves,our heirs,executors,administrators,successors and assigns,jointly and severally,firm by these presents. WHEREAS, the Principal has submitted a proposal to perform work for the following project of the Obligee, identified as Northside II 30-Inch Water Transmission Main 100261 NOW, THEREFORE, if the Obligee shall award the Contract for the foregoing project to the Principal, and the Principal shall satisfy all requirements and conditions required for the execution of the Contract and shall enter into the Contract in writing with the Obligee in accordance with the terms of such proposal,then this bond shall be null and void. If the Principal fails to execute such Contract in accordance with the terms of such proposal or fails to satisfy all requirements and conditions required for the execution of the Contract in accordance with the proposal or fails to satisfy all requirements and conditions required for the execution of the Contract in accordance with the proposal, this bond shall become the property of the Obligee, without recourse of the Principal and/or Surety, not to exceed the penalty hereof, and shall be used to compensate Obligee for the difference between Principal's Total Bid Amount and the next selected Bidders Total Bid Amount. SIGNED this day of , 2017. By: Company Name Here (Signature and Title of Principal) `By: Surety Name Here (Signature of Attorney-of-Fact) 'Attach Power of Attorney(Surety)for Attorney-in-Fact Impressed Surety Seal Only END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS NSII 30-Inch Transmission Main Form Revised 20110627 City Project No.100261 MERCHANTS BONDING COMPANY. MERCHANTS BONDING COMPANY(MUTUAL) P.O. Box 14498, DES MOINES, IOWA 50306-3498 _ PHONE: (800) 678-8171 FAX: (515)243-3854 BID BOND PUBLIC WORK -- Bond No. N/A KNOW ALL PERSONS BY THESE PRESENTS: That_ William J.Schultz,Inc.dba Circle C Construction Company,P.O.Box 40328,Fort Worth,TX 76140 (hereinafter called the Principal) as Principal, and the Merchants Bonding Company(Mutual} (hereinafter called Surety), as Surety, are held and firmly bound to City of Fort Worth, 1000 Throckmorton Street, Fort Worth Texas 76102 (hereinafter called the Obligee)in the full and just sum of( 5%of Greatest Amount Bid ) Five Per Cent of Greatest Amount Bid Dollars good and lawful money of the United States of America, to the payment of which sum of money well and truly to be made, the Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these presents. Signed and dated this 18th day of January 2018 THE CONDITION OF THIS OBLIGATION IS SUCH, that, if the Obligee shall make any award to the Principal for Construction of Northside II 30-Inch Water Transmission Main City Project Number 100261 according to the terms of the proposal or bid made by the Principal therefore, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award, and shall give bond for the faithful performance thereof with the Merchants Bonding Company(Mutual) , as Surety, or with other Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure to do so, pay to the Obligee the damages which the Obligee may suffer by reason of such failure, not exceeding the penalty of this bond, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect. IN TESTIMONY WHEREOF, the Principal and Surety have caused these presents to be duly signed and sealed. Witness: William J. Schultz,Inc.dba Circle C Construction Company R Principal By eresa S. SkellyPresi ent Witnes s to Surety: Merchants B Company(Mutual) X By J rJ Y�YW&11 John A.Mille Sh 1 A. Tutt Attorney-in-Fact CON 0333(2115) .M.ERCHANTS " BONDING COMPANY. POWER OF ATTORNEY Know All Persons By These Presents,that MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC., both being corporations of the State of Iowa(herein collectively called the"Companies")do hereby make,constitute and appoint,individually, John A Miller;John R Stockton;Sheryl A Klutts their true and lawful Attorney(s)-in-Fad, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power-of-Attomey is granted and is signed and sealed by facsimile under and by authority of the following By-Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of Merchants National Bonding,Inc.,on October 16.2015. "The President, Secretary,Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attomeys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto,bonds and undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof." 'The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company,and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only,it is agreed that the power and aut hority hereby given to the Attomey-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only,it is agreed that the power and authority hereby given to the Attomey4n-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner- Department of Highways of the Commonwealth of Kentucky at least thirty(30)days prior to the modification or revocation. In Witness Whereof,the Companies have caused this instrument to be signed and sealed this 6th day of April , 2017 •' ..*Sp?R• e0•� ••'O*1. APaA .�,1•: MERCHANTS BONDING COMPANY(MUTUAL) I`y:y� '11•':y; . 4� 9�.� MERCHANT NATIONAL BONDING,INC. 2003 ;;A :y:` 1833 c; By � •. •• • {'. Y' STATE OF IOWA `'•••...:,,,•• Preakfent • •••••••• COUNTY OF DALLAS ss. On this this 6th day of April 2017 before me appeared Larry Taylor,to me personally known, who being by me duty swom did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies;and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. 4PaiA4.p AUCIA K.GRAM o Commission Number 767430 My Commission Expires {` t P AP0I 1,2020 Notary Public (Expiration of notary's commission does not invalidate this instrument) I,Wiliam Warner,Jr.,Secretary of MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC.,do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies,which is stili in full force and effect and has not been amended or revoked. In Witness Whereof,1 have hereunto set my hand and affixed the seal of the Companies on this 18th day of January 2018 ..••Pt10N,��''•., .•DAIR Cp'•. :iiy;•G�4-poG-�cep:a�= �zQO:+_vRPOgy''y=�� .4%6 ./j •S: Secretary 1833 ;o. 2003 ;D? ;y' ;'ti POA 0018 (3/17) ••••"" "'•�•�• •��•�•��•• MERCHANTS BONDING COMPANY. MERCHANTS BONDING COMPANY(MUTUAL) - MERCHANTS NATIONAL BONDING.INC. P.O.BOX 14498 , DES MOINES, IOWA 50306-3498 (800)678-8171 - (515)243-3854 FAX Please send all notices of claim on this bond to: Merchants Bonding Company (Mutual)/Merchants National Bonding, Inc. i P.O.Box 14498 Des Moines,Iowa 50306-3498 (515)243-8171 (800) 678-8171 Physical Address: 6700 Westown Parkway, West Des Moines,Iowa 50266 ri SUP 0073 TX(2/15) 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 State Here or FWu iv ,our principal place of business, are required to be %Here percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of or : , 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: William J Schultz Inc dba Circle C Construction By: Teresa S Skelly Company PO Box 40328 ,u c o a 0 (Signature) Fort Worth,Texas 76140 Title: President Date: 2- 1-Z019 MIL END OF SECTION i CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS NSII 30-Inch Transmission Main Form Revised 20110827 City Project No.100261 004511-1 BIDDERS PREQUALIFICATIONS Page 1 of 3 1 SECTION 00 45 11 2 BIDDERS PREQUALIFICATIONS 3 4 1. Summary.All contractors are required to be prequalified by the City prior to 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 y 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/tayermit/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 f 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 NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 '� Revised July 1,2011 004511-2 BIDDERS PREQUALIFICATIONS Page 2 of 3 n 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. 50 c. The City will issue a letter as to the status of the prequalification approval. CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 , Revised July 1,2011 004511-3 BIDDERS PREQUALIFICATIONS Page 3 of 3 1 d. If a contractor has a valid prequalification letter,the contractor will be eligible to bid 2 the prequalified work types until the expiration date stated in the letter. 3 4 5 6 7 8 END OF SECTION 9 CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised July 1,2011 004512-1 PREQUALIFICATION STATEMENT Page 1 of l 1 SECTION 00 4512 2 PREQUALIFICATION STATEMENT 3 Each Bidder for a City procurement is required to complete the information below by 4 identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the 5 major work type(s)listed. 6 Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date Water Transmission 30" C,041e C e"AS1iw"0,7 f/.,�0 • /� and greater. Concrete Pavement Repair Tunneling 54" andgreater 7 8 9 The undersigned hereby certifies that the contractors and/or subcontractors described in 10 the table above are currently prequalified for the work types listed. ■* 11 12 BIDDER: //ie►n, �cfrfis.I�z Int do*- 13 / ,,.�. ^ 14 liralr C r�i�s►afen GO�ss�,r ta..^ rs� By: ;7e k � �f�•�� 15 Company (Plem Print) 16 p U .." 17 ` �D'� S�D�zB Signature /.,.""Asf' -X 18 Address 19 20 �o' 1.4 T•+rO.r 76 Y' Title: 21 City/State/Zip (Please Print) 22 23 Date: f - /J" /8 24 25 END OF SECTION 26 ... CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised July I,2011 FORTWORTH 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" 004513-2 BIDDER PREQUALIFICATION APPLICATION Page 2 of 8 BUSINESS CLASSIFICATION The following should be completed in order that we may properly classify your firm: (Check the block(s)which are applicable—Block 3 is to be left blank if Block 1 and/or Block 2 is checked) Has fewer than 100 employees and/or Has less than$6,000,000.00 in annual gross receipts OR Does not meet the criteria for being designated a small business as provided in Section 2006.001 of the Texas Government Code. The classification of your firm as a small or large business is not a factor in determining eligibility to become prequalified. MAJOR WORK CATEGORIES Water Department Augur Boring-24-inch diameter casing and 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 NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised December 20,2012 004513-3 BIDDER PREQUALIFICATION APPLICATION Page 3 of 8 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 NSH 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised December 20,2012 004513-4 BIDDER PREQUALIFICATION APPLICATION Page 4 of 8 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 NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 n Revised December 20,2012 004513-5 BIDDER PREQUALIFICATION APPLICATION Page 5 of 8 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 NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised December 20,2012 004513-6 BIDDER PREQUALIFICATION APPLICATION Page 6 of 8 _ 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 NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 ` Revised December 20,2012 004513-7 BIDDER PREQUALIFICATION APPLICATION Page 7 of 8 14. Equipment $ TOTAL BALANCESHEET ITEM QUANTITY ITEM DESCRIPTION VALUE 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 Various- TOTAL Similar types of equipment may be lumped together. If your firm has more than 30 types of equipment, you may show these 30 types and show the remainder as"various". The City,by allowing you to show only 30 types of equipment,reserves the right to request a complete,detailed list of all your equipment. The equipment list is a representation of equipment under the control of the firm and which is related to the type of work for which the firm is seeking qualification.In the description include,the manufacturer, model,and general common description of each. CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised December 20,2012 004513-8 BIDDER PREQUALIFICATION APPLICATION Page 8 of 8 BIDDER PREQUALIFICATION AFFIDAVIT STATE OF COUNTY OF The undersigned hereby declares that the foregoing is a true statement of the financial condition of the entity herein first named, as of the date herein first given;that this statement is for the express purpose of inducing the party to whom it is submitted to award the submitter a contract; and that the accountant who _ prepared the balance sheet accompanying this report as well as any depository, vendor or any other agency herein named is hereby authorized to supply each party with any information,while this statement is in force,necessary to verify said statement. being duly sworn, deposes and says that he/she is the of , the entity described in and which executed the foregoing statement that he/she is familiar with the books of the said entity showing its financial condition; that the foregoing financial statement taken from the books of the said entity as of the date thereof and that the answers to the questions of the foregoing Bidder Prequalification Application are correct and true as of the date of this affidavit. Firm Name: Signature: Sworn to before me this day of , Notary Public Notary Public must not be an officer,director,or stockholder or relative thereof. CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised December 20,2012 004526-1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of 1 1 SECTION 00 45 26 2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 3 Pursuant to Texas Labor Code Section 406.096(a),as amended,Contractor certifies that it 4 provides worker's compensation insurance coverage for all of its employees employed on City 5 Project No. 100261. Contractor further certifies that,pursuant to Texas Labor Code,Section 6 406.096(b),as amended,it will provide to City its subcontractor's certificates of compliance with 7 worker's compensation coverage. 8 9 CON�T ,ACTOR: 10 �- 11 12 Company (Please Print) 13 14 o yo3Zv Signature: C ss 15 Address 16 17 /mor L./o� , �iY TG/�G Title: 18 City/State/Zip (Please Print) 19 20 21 THE STATE OF TEXAS MICHELE S.LANKFORD r Notary Public 22 *; ;+tr STATE OF TEXAS 23 COUNTY OF TARRANTNotary ID#11759466 OF My Comm.Exp,October 7.209 24 25 BEFORE ME,the undersigned authority,on this day personally appeared 26 _ Ti r r a s'�S/{/l ,known to me to be the person whose name is 27 subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as 28 th.e act and deed of �,s,bi.�f for the purposes and 29 consideration therein expressed and in the capacity therein stated. ;E 30 31 GIVEN i TNDER MY HAND AND SEAL OF OFFICE this_ Z 2 r day of 32 F'dram 20/ 33 34 _ 35 _ (Y � 36 Notary Public in and for the State of 11"'t 37 38 END OF SECTION 39 CrrY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised July 1,2011 004540-1 Minority Business Enterprise Specifications Page 1 of 2 1 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 v 13 MBE PROJECT GOALS 14 The City's MBE goal on this project is 5Yo of the total bid value of the contract (Base bad applies to Parks 15 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: 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 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 partici ation: 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 NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised June 9,2015 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. 6 7 Any Questions,Please Contact The NI/WBE Office at(817)212-2674. - 8 END OF SECTION 9 10 11 CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised June 9,2015 005243- 1 Agreement Page 1 of 5 1 SECTION 00 52 43 2 AGREEMENT 3 THIS AGREEMENT, authorized on 4/_3/I g is made by and between the City of Fort Worth, a 4 Texas home rule municipality, acting by and through its duly authorized City Manager, ("City"), and 5 William J. Schultz, Inc. dba Circle C Construction Companx, authorized to do business in Texas, acting 6 by and through its duly authorized representative,("Contractor"). 7 City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: 8 Article 1.WORK 9 Contractor shall complete all Work as specified or indicated in the Contract Documents for the Project 10 identified herein. 11 Article 2.PROJECT 12 The project for which the Work under the Contract Documents may be the whole or only a part is 13 generally described as follows: 14 Northside II 30-Inch Water Transmission Main 15 City Project No. 100261 16 Article 3. CONTRACT TIME 17 3.1 Time is of the essence. 18 All time limits for Milestones, if any,and Final Acceptance as stated in the Contract Documents are 19 of the essence to this Contract. 20 3.2 Final Acceptance. 21 The work included in Phase I shall be completed for Final Acceptance within 120 days after the 22 contractor receives a notice to proceed for Phase 1. The Work included in Phase II shall be 23 completed for Final Acceptance within 230 days after the contractor receives a notice to proceed to 24 Phase I1 following the completion of Phase I. 25 3.3 Liquidated damages 26 Contractor recognizes ,that time is of the essence of this Agreement and that City will suffer 27 financial loss if the Work is not completed within the times specified in Paragraph 3.2 above, plus 28 any extension thereof allowed in accordance with Article 12 of the General Conditions. The 29 Contractor also recognizes the delays, expense and difficulties involved in proving in a legal 30 proceeding the actual loss suffered by the City if the Work is not completed on time. 31 Accordingly, instead of requiring any such proof, Contractor agrees that as liquidated damages 32 for delay (but not as a penalty), Contractor shall pay City Two Thousand Dollars ($2,000.00) for 33 each day that expires after the time specified time for Phase I in Paragraph 3.2 for Final 34 Acceptance until the City issues the Final Letter of Acceptance. The Contractor also agrees that 35 as liquidated damages for delay(but not as a penalty), Contractor shall pay City Six Hundred and 36 Fit Dollars ($650.00) for each day that expires after the time specified time for Phase II in 37 Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of Acceptance. 38 39 40 41 CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100261 Revised January 6,2017 005243-2 Agreement Page 2 of 5 42 43 Article 4.CONTRACT PRICE 44 City agrees to pay Contractor for performance of the Work in accordance with the Contract Documents an 45 amount in current funds of FIVE MILLION, NINE HUNDRED TEN THOUSAND, TWO HUNDRED 46 FIFTY-FIVE Dollars($5,910,255.00). 47 Article 5. CONTRACT DOCUMENTS 48 5.1 CONTENTS: 49 A. The Contract Documents which comprise the entire agreement between City and Contractor 50 concerning the Work consist of the following: 51 1. This Agreement. 52 2. Attachments to this Agreement: 53 a. Bid Form 54 1) Proposal Form 55 2) Vendor Compliance to State Law Non-Resident Bidder 56 3) Prequalification Statement 57 4) State and Federal documents(project specific) 58 b. Current Prevailing Wage Rate Table 59 c. Insurance ACORD Form(s) 60 d. Payment Bond 61 e. Performance Bond 62 f. Maintenance Bond 63 g. Power of Attorney for the Bonds 64 h. Worker's Compensation Affidavit 65 i. MBE and/or SBE Commitment Form 66 j. Form 1295 Certification No.cac a— 3o93S5 67 3. General Conditions. 68 4. Supplementary Conditions. 69 5. Specifications specifically made a part of the Contract Documents by attachment or, if not 70 attached, as incorporated by reference and described in the Table of Contents of the 71 Project's Contract Documents. 72 6. Drawings. 73 7. Addenda. 74 8. Documentation submitted by Contractor prior to Notice of Award. 75 9. The following which may be delivered or issued after the Effective Date of the Agreement 76 and, if issued, become an incorporated part of the Contract Documents: 77 a. Notice to Proceed. 78 b. Field Orders. 79 c. Change Orders. 80 d. Letter of Final Acceptance. 81 82 83 CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100261 Revised January 6,2017 005243-3 Agreement Page 3 of 5 84 Article 6.INDEMNIFICATION 85 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, 86 the city, its officers, servants and employees, from and against any and all claims arising out 87 of, or alleged to arise out of, the work and services to be performed by the contractor, its 88 officers, agents, employees, subcontractors, licenses or invitees under this contract. This 89 indemnification provision is specifically intended to operate and be effective even if it is 90 alleged or proven that all or some of the damages being sought were caused, in whole or in 91 part, by any act, omission or negligence of the city. This indemnity provision is intended to 92 include,without limitation,indemnity for costs, expenses and legal fees incurred by the city in 93 defending against such claims and causes of actions. 94 95 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense,the city, 96 its officers, servants and employees, from and against any and all loss, damage or destruction 97 of property of the city, arising out of, or alleged to arise out of, the work and services to be 98 performed by the contractor, its officers, agents, employees, subcontractors, licensees or 99 invitees under this contract. This indemnification provision is specifically intended to operate 100 and be effective even if it is alleged or proven that all or some of the damages being sought 101 were caused,in whole or in part,by any act,omission or negligence of the city. 102 103 Article 7.MISCELLANEOUS 104 7.1 Terms. 105 Terms used in this Agreement which are defined in Article 1 of the General Conditions will have 106 the meanings indicated in the General Conditions. 107 7.2 Assignment of Contract. 108 This Agreement, including all of the Contract Documents may not be assigned by the Contractor 109 without the advanced express written consent of the City. 110 7.3 Successors and Assigns. 111 City and Contractor each binds itself, its partners, successors, assigns and legal representatives to 112 the other party hereto, in respect to all covenants, agreements and obligations contained in the 113 Contract Documents. 114 7.4 Severability. 115 Any provision or part of the Contract Documents held to be unconstitutional, void or unenforceable 116 by a court of competent jurisdiction shall be deemed stricken, and all remaining provisions shall 117 continue to be valid and binding upon CITY and CONTRACTOR. 118 7.5 Governing Law and Venue. 119 This Agreement, including all of the Contract Documents is performable in the State of Texas. 120 Venue shall be Tarrant County, Texas, or the United States District Court for the Northern District 121 of Texas, Fort Worth Division. CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100261 Revised January 6,2017 005243-4 Agreement Page 4 of 5 122 7.6 Other Provisions. 123 The Contractor agrees to pay at least minimum wage per hour for all labor as the same is classified, 124 promulgated and set out by the City, a copy of which is attached hereto and made a part hereof the 125 same as if it were copied verbatim herein. 126 7.7 Authority to Sign. 127 Contractor shall attach evidence of authority to sign Agreement, if other than duly authorized 128 signatory of the Contractor. 129 130 IN WITNESS WHEREOF, City and Contractor have executed this Agreement in multiple counterparts. 131 132 This Agreement is effective as of the last date signed by the Parties("Effective Date"). 133 Contractor: City of Fort Worth William J. Schultz, Inc. dba Circle C Construction Company �^ By. J Jesus J. Chapa By: a Assistant City Manager (Signature) !n Date: ` Teresa S. Skelly Attest: (Printed Name) City Secretary (Seal) �.............. �� Title. President Address: P. O. Box 40328 M&C C/r%uS 3 * ' 500 W. Trammell Date: 4-3"IV— N� AG q 3 City/State/Zip: Contract Compliance anager: By signing, I acknowledge that I am the person Fort Worth,Texas 76140 responsible for the monitoring and administration of this contract, including ensuring all performance and reporting Date requirement,. ('V ME) (Title) 5 e Pb 10,1,)-/,'14 S l 1r11,5 I'll •— OFFICIAL RECORD CITY SECRETARY CITY OF FORT WORTH SII-uIMell'lt�Ii9hl�IXai STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 261 Revised January 6,2017 005243-5 Agreement Page 5 of 5 A prove s to Form and Legality: W6 ug1 as Black Senior Assistant City Attorney 134 135 136 137 138 APPROVAL RECOMMENDED: 139 14 1411 142 Chris Harder,P.E. 143 �n� DIRECTOR, 144 Water Department 145 OFFICIAL RECORD CITY SECRETARY FT®FORTH$TX CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100261 Revised January 6,2017 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. Signature Title 9- Z/ - Date 006113-1 PERFORMANCE BOND Page 1 of 2 1 BOND NO. TXC608555 2 SECTION 00 6113 3 PERFORMANCE BOND 4 5 THE STATE OF TEXAS § 6 § KNOW ALL BY THESE PRESENTS: 7 COUNTY OF TARRANT § 8 9 That we, William J. Schultz, Inc. dba Circle C Construction Company, known as "Principal"herein 10 and Merchants Bonding Company(Mutual), a corporate surety(sureties, if more than one)duly authorized 1 I to do business in the State of Texas, known as"Surety"herein(whether one or more), are held and firmly 12 bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of Texas, known 13 as"City"herein, in the penal sum of Five Million,Nine Hundred Ten Thousand,Two Hundred Fifty-Five 14 Dollars ($5,910,255.00), lawful money of the United States, to be paid in Fort Worth, Tarrant County, 15 Texas for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, 16 administrators, successors and assigns,jointly and severally, firmly by these presents. 17 WHEREAS, the Principal has entered into a certain written contract with the City awarded the 18 _day of G�p,2t�. , 2018,which Contract is hereby referred to and made a part hereof 19 for all purposes as if fully set forth herein, to furnish all materials, equipment labor and other accessories 20 defined by law, in the prosecution of the Work, including any Change Orders, as provided for in said 21 Contract designated as Northside II 30-Inch Water Transmission Main,City Project Number 100261. 22 NOW, THEREFORE, the condition of this obligation is such that if the said Principal shall 23 faithfully perform it obligations under the Contract and shall in all respects duly and faithfully perform 24 the Work, including Change Orders, under the Contract, according to the plans, specifications, and 25 contract documents therein referred to, and as well during any period of extension of the Contract that 26 may be granted on the part of the City, then this obligation shall be and become null and void, otherwise 27 to remain in full force and effect. 28 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant 29 County, Texas or the United States District Court for the Northern District of Texas,Fort Worth Division. CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100261 Revised January 6,2017 0061 13-2 PERFORMANCE BOND Page 2 of 2 1 This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas 2 Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the 3 provisions of said statue. 4 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this 5 instrument by duly authorized agents and officers on this the --'5 day of (::'�tA-- ,2018. 6 PRINCIPAL: 7 8 William J. Schultz,Inc. dba 9 Circle C Constriction Company 10 f' 11 BY: o S� 12 Signature 13 ATTEST: 14 Teresa S. Skelly, President 15 (Principal) Secretary,Michele tLan1ford Name and Title 16 17 Address: P. O.Box 40328 18 19 Fort Worth,TX 76140 20 21 22 Witness as to Principal 23 SURETY: 24 25 Merchants Bjon92 Company Mutual 26 27 BY: 28 Ignature 29 30 Sheryl A. Klutts, Attorney-in-Fact 31 Name and Title 32 33 Address: 6700 Westown Parkway_ 34 35 West Des Moines, IA 50266 36 37 Witness as to Surety, John A. Miller Telephone Number: 1-800-678-8171 38 39 40 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the 41 by-laws showing that this person has authority to sign such obligation. If Surety's physical 42 address is different from its mailing address, both must be provided. The date of the bond shall 43 not be prior to the date the Contract is awarded. CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100261 Revised January 6,2017 0061 14-1 PAYMENT BOND Page 1 of 2 1 BOND NO.TXC608555 2 SECTION 00 6114 3 PAYMENT BOND 4 5 THE STATE OF TEXAS § 6 § KNOW ALL BY THESE PRESENTS: 7 COUNTY OF TARRANT § 8 That we, William J. Schultz, Inc. dba Circle C Construction Company, known as "Principal" 9 herein, and Merchants Bonding Company (Mutual), a corporate surety (sureties), duly authorized to do 10 business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly 11 bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of the State of 12 Texas, known as "City" herein, in the penal sum of Five Million, Nine Hundred Ten Thousand, Two 13 Hundred Fifty-Five Dollars ($5,910,255.00), lawful money of the United States, to be paid in Fort 14 Worth, Tarrant County, Texas, for the payment of which sum well and truly be made, we bind ourselves, 15 our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these 16 presents: 17 WHEREAS, Principal has entered into a certain written Contract with City, awarded the 18 day of P''m-1-L , 2018 which Contract is hereby referred to and made a part hereof for all 19 purposes as if fully set forth herein, to furnish all materials, equipment, labor and other accessories as 20 defined by law, in the prosecution of the Work as provided for in said Contract and designated as 21 Northside II 30-Inch Water Transmission Main,City Project Number 100261. 22 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if Principal shall pay all 23 monies owing to any (and all) payment bond beneficiary (as defined in Chapter 2253 of the Texas 24 Government Code, as amended) in the prosecution of the Work under the Contract, then this obligation 25 shall be and become null and void; otherwise to remain in full force and effect. 26 This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas 27 Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the 28 provisions of said statute. 29 30 CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100261 Revised January 6,2017 0061 14-2 PAYMENT BOND Page 2 of 2 1 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED this instrument by 2 duly authorized agents and officers on this day of C--40 p LL ,2018. PRINCIPAL: William J. Schultz, Inc. dba Circle C Construction Company ATTEST: BY: 4 C4_ Signature (� 'Teresa.S. Skelly—President (Principal)Secretary,Michele ShLankford Name and Title Address: P. O.Box 40328 Fort Worth,TX 76140 Witness as to Principal SURETY: Merchants Bprang Company(Mutual) ATTEST: BY: Signature Sheryl A. Klutts,Attorney-in-Fact (SurZ44/1 Name and Title Address: 6700 Westown Parkway West Des Moines,IA 50266-7754 Witness as to Surety, John A. Miller Telephone Number: 1-800-678-8171 3 4 Note: If signed by an officer of the Surety, there must be on file a certified extract from the bylaws 5 showing that this person has authority to sign such obligation. If Surety's physical address is different 6 from its mailing address,both must be provided. 7 8 The date of the bond shall not be prior to the date the Contract is awarded. 9 END OF SECTION CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100261 Revised January 6,2017 0061 19-1 MAINTENANCE BOND Page I of 3 1 2 BOND NO. TXC608555 3 SECTION 00 6119 4 MAINTENANCE BOND 5 6 THE STATE OF TEXAS § 7 § KNOW ALL BY THESE PRESENTS: 8 COUNTY OF TARRANT § 9 10 That we, William J. Schultz Inc. dba Circle C Construction Company, known as "Principal"herein 11 and Merchants Bonding Company (Mutual), a corporate surety (sureties, if more than one) duly 12 authorized to do business in the State of Texas,known as "Surety"herein(whether one or more), are held 13 and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of the 14 State of Texas, known as "City" herein, in the sum of Five Million, Nine Hundred Ten Thousand, Two 15 Hundred Fifty-Five Dollars($5,910,255.00), lawful money of the United States, to be paid in Fort Worth, 16 Tarrant County, Texas, for payment of which sum well and truly be made unto the City and its 17 successors, we bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and 18 severally, firmly by these presents. 19 20 WHEREAS, the Principal has entered into a certain written contract with the City awarded 21 the .3 day of , 2018, which Contract is hereby referred to and 22 a made part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor 23 and other accessories as defined by law, in the prosecution of the Work, including any Work resulting 24 from a duly authorized Change Order (collectively herein, the "Work") as provided for in said contract 25 and designated as Northside II 30-Inch Water Transmission Main, Cid Project Number 100261 and 26 WHEREAS, Principal binds itself to use such materials and to so construct the Work in accordance 27 with the plans, specifications and Contract Documents that the Work is and will remain free from defects 28 in materials or workmanship for and during the period of two (2)years after the date of Final Acceptance 29 of the Work by the City("Maintenance Period"); and 30 31 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon 32 receiving notice from the City of the need therefor at any time within the Maintenance Period. CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100261 Revised January 6,2017 0061 19-2 MAINTENANCE BOND Page 2 of 3 l 2 NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy any 3 defective Work, for which timely notice was provided by City, to a completion satisfactory to the City, 4 then this obligation shall become null and void; otherwise to remain in full force and effect. 5 6 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely noticed 7 defective Work, it is agreed that the City may cause any and all such defective Work to be repaired and/or 8 reconstructed with all associated costs thereof being borne by the Principal and the Surety under this 9 Maintenance bond; and 10 11 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant 12 County, Texas or the United States District Court for the Northern District of Texas,Fort Worth Division; 13 and 14 15 PROVIDED FURTHER, that this obligation shall be continuous in nature and successive 16 recoveries may be had hereon for successive breaches. 17 18 19 CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100261 Revised January 6,2017 0061 19-3 MAINTENANCE BOND Page 3 of 3 1 IN WITNESS WHEREOF,the Principal and the Surety have each SIGNED and SEALED this instrument 2 by duly authorized agents and officers on this the day of PQQA-L , 2018. 3 PRINCIPAL: 4 5 William J. Schultz,Inc. dba 6 Circle C Construction C6 "ari 7 8 BY: �a000 c�c� 9 Signature 10 ATTEST! 11 Teresa S. Skelly,President 12 (Principal)Secretary,Michele S. ford Name and Title 13 14 Address:P. O.Box 40328 15 16 Fort Worth,TX 76140 17 18 19 Witness as to Principal 20 SURETY: 21 22 Merchants flo/;njz Company Mutual 23 24 BY: 25Signature 26 27 Sheryl A. Klutts,Attorney-in-Fact 28 Name and Title 29 30 Address: 6700 Westown Parkway 31 32 1 West Des Moines, IA 50266 33 34 Witness as to Surety,John A.Miller Telephone Number: 1-800-678-8171 35 36 37 *Note: If signed by an officer of the Surety Company,there must be on file a certified extract from the 38 by-laws showing that this person has authority to sign such obligation. If Surety's physical 39 address is different from its mailing address,both must be provided. The date of the bond shall 40 not be prior to the date the Contract is awarded. 41 CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100261 Revised January 6,2017 M.ERCHANT� BONDING COMPANY, POWER OF ATTORNEY Know All Persons By These Presents,that MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC., both being corporations of the State of Iowa(herein collectively called the"Companies")do hereby make,constitute and appoint,individually, John A Miller;John R Stockton;Sheryl A Klutts their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power-of-Attomey is granted and is signed and sealed by facsimile under and by authority of the following By-Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of Merchants National Bonding,Inc.,on October 16,2015. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company,and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only,it is agreed that the power and aut hority hereby given to the Attomey-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only,it is agreed that the power and authority hereby given to the Attorney-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner- Department of Highways of the Commonwealth of Kentucky at least thirty(30)days prior to the modification or revocation. In Witness Whereof,the Companies have caused this instrument to be signed and sealed this 6th day of April 2017 ••.••PZ10Nq�'•. .• 11� Cp•••. .' LP 0# �Q'; ;•O�'(LPO9MO9� MERCHANTS BONDING COMPANY(MUTUAL) C2 ' � '4J':y; • �:Cad '��►•y`. MERCHANTS VNATIONAL BONDING,INC. -o- 10.iv 2003 ;��,' yJ 1933 c: By 0000442 ,.....,,: „�. .••� ,.\.•� President STATE OF IOWA 00.44••""'t,• •••"' • COUNTY OF DALLAS ss. On this this 6th day of April 2017 before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. to s AUCIA K.GRAM a v Commission Number 767430 Z My Commission Expires �p P, April 1,2020 Notary Public (Expiration of notary's commission does not invalidate this instrument) I,William Warner,Jr.,Secretary of MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC.,do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies,which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this .3 day of Qi,1SQ¢.tL 12018. PZ10Nq� .�06,Ne. . pOR .�0;, ;�O,•o�tPO jq'..o9.: ze 1933 Secretary 2003 N. .J'. =.dam •.. .....3 •.6`�y, �1do. POA 0018 (3/17) """"•�•• • MERCHANTS BONDING COMPANY. MERCHANTS BONDING COMPANY(MUTUAL) • MERCHANTS NATIONAL BONDING, INC. P.O. BOX 14498 , DES MOINES, IOWA 50306-3498 (800)678-8171 • (515)243-3854 FAX Please send all notices of claim on this bond to: Merchants Bonding Company (Mutual)/Merchants National Bonding, Inc. P.O. Box 14498 Des Moines, Iowa 50306-3498 (515) 243-8171 (800) 678-8171 Physical Address: 6700 Westown Parkway, West Des Moines, Iowa 50266 SUP 0073 TX(2/15) A`100 CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDD/YYYY) 02/22/2018 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT. If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Kim Wright NAME: K&S Insurance Agency PHONE (872)771-4071 FAX 972 771-4695 A/C No Ext): A/C,No: ( ) 2255 Ridge Road,Ste.333 E-MAIL kwright@kandsins.com ADDRESS: P.0.BOX 277 INSURER(S)AFFORDING COVERAGE NAIC N Rockwall TX 75087 INSURERA: United Fire&Casualty Company 13021 INSURED INSURER B: Travelers Prop Cas Co of Amer 25674 William J Schultz,Inc. INSURER C: Bridgefield Casualty Insurance Co 10335 dba Circle C Construction Company INSURER D: Federal Insurance Company 20281 500 W.Trammell Ave. INSURER E: Everman TX 76140 INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THATTHE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR AUUL 5U5K POLICY EFF POLICY EXP LIMITS LTR TYPE OF INSURANCE INSD WVD POLICY NUMBER MM/DD/YYYY MM/DD/YYYY X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1'000,000 F;Z�' DAMAGE TO RFNTLII CLAIMS-MADE OCCUR PREMISES Ea occurrence $ 100,000 MED EXP(Any one person) $ 5,000 A 85316434 08/12/2017 08/12/2018 PERSONAL&ADV INJURY $ 1.000,000 GEN'LAGGREGATE LIMITAPPLIES PER: GENERAL AGGREGATE $ 2'000'000 POLICY ❑X PRO ❑JECT LOC PRODUCTS-COMP/OPAGG $ 2,000,000 OTHER: Limited Jobsite Pollution $ 100,000 AUTOMOBILE LIABILITY COMEaBINEDaccidentSINGLE LIMIT $ 1,000,000 X ANY AUTO BODILY INJURY(Per person) $ A OWNED SCHEDULED 85316434 08/12/2017 08/12/2018 BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $ X AUTOS ONLY X AUTOS ONLY Per accident X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 5'000'000 B EXCESS LIAB CLAIMS-MADE ZUP41M1142817NF 08/12/2017 08/12/2018 AGGREGATE $ 5'000'000 DED I X1 RETENTION$ 101000 �/ $ WORKERS COMPENSATION /� STATUTE ERH AND EMPLOYERS'LIABILITY YIN 1,000,000 C ANY PROPRIETOR/PARTNER/EXECUTIVE N/A 0196-43838 0811212017 08(1212018 E.L.EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ Per Item Limit $500,000 D Leased/Rented Equipment 06706289 08/12/2017 08/12/2018 Maximum Limit $500,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached If more space Is required) Project: Northside II 30-Inch Water Transmission Main City Project No. 100261 See attached for additional information. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN The City of Fort Worth ACCORDANCE WITH THE POLICY PROVISIONS. 1000 Throckmorton Street AUTHORIZED REPRESENTATIVE Fort Worth TX 76102 w. ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016103) The ACORD name and logo are registered marks of ACORD COMMENTS/REMARKS Additional Insured - Ongoing Operations Form #CG2010 04/13 and Additional Insured - Completed Operations Form #CG2037 04/13, Waiver of Subrogation Form #CG7208 02/15 and Primary & Non-Contributory Form #CG2001 04/13 apply to the General Liability Policy. Additional Insured & Waiver of Subrogation form #CA7109 01/17 and Primary & Non-Contributory form #CA7334 09/15 apply to the Business Auto Policy. Waiver of Subrogation Form #WC420304B 06/14 applies to the Workers Compensation Policy. *ALWAYS REFER TO THE ATTACHED POLICY FORMS FOR SPECIFIC WORDING OF SUCH COVERAGE, LIMITS, CONDITIONS & EXCLUSIONS. OFREMARK COPYRIGHT 2000, AMS SERVICES INC. POLICY NUMBER: 8 5 3164 3 4 COMMERCIAL GENERAL LIABILITY CG 20 10 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Locations Of Covered Operations ANY PERSON OR ORGANIZATION TO WHOM LOCATIONS DESIGNATED AND YOU HAVE AGREED TO NAME AS ADDI- DESCRIBED IN THE ABOVE TIONAL INSURED BY WRITTEN CONTRACT MENTIONED WRITTEN CONTRACT OR AGREEMENT IF THE CONTRACT OR OR AGREEMENT AGREEMENT IS EXECUTED PRIOR TO LOSS Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured the person(s) or additional insureds, the following additional organization(s) shown in the Schedule, but only exclusions apply: with respect toliability for "bodily injury", "property This insurance does not apply to "bodily injury" or damage y or personal and advertising injury "property damage"occurring after: caused, in whole or in part, by: 1. Your acts or omissions; or 1. All work, including materials, parts or equipment furnished in connection with such 2. The acts or omissions of those acting on your work, on the project (other than service, behalf; maintenance or repairs) to be performed by or in the performance of your ongoing operations for on behalf of the additional insured(s) at the the additional insured(s) at the location(s) location of the covered operations has been designated above. completed; or However: 2. That portion of "your work" out of which the 1. The insurance afforded to such additional injury or damage arises has been put to its intended use by any person or organization insured only applies to the extent permitted by other than another contractor or subcontractor law; and engaged in performing operations for a 2. If coverage provided to the additional insured is principal as a part of the same project. required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. CG 20 10 04 13 0 Insurance Services Office, Inc., 2012 Page 1 of 2 C. With respect to the insurance afforded to these 2. Available under the applicable Limits of additional insureds, the following is added to Insurance shown in the Declarations; Section III—Limits Of Insurance: whichever is less. If coverage provided to the additional insured is This endorsement shall not increase the required by a contract or agreement, the most we applicable Limits of Insurance shown in the will pay on behalf of the additional insured is the Declarations. amount of insurance: 1. Required by the contract or agreement; or Page 2 of 2 0 Insurance Services Office, Inc., 2012 CG 20 10 04 13 POLICY NUMBER: 85316434 COMMERCIAL GENERAL LIABILITY CG 20 37 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location And Description Of Completed Operations ANY PERSON OR ORGANIZATION TO WHOM LOCATIONS DESIGNATED AND YOU HAVE AGREED TO NAME AS ADDI— DESCRIBED IN THE ABOVE TIONAL INSURED BY WRITTEN CONTRACT MENTIONED WRITTEN CONTRACT OR AGREEMENT IF THE CONTRACT OR OR AGREEMENT AGREEMENT IS EXECUTED PRIOR TO LOSS Information required to complete this Schedule if not shown above will be shown in the Declarations. A. Section II — Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured the person(s) or additional insureds, the following is added to organization(s) shown in the Schedule, but only Section III—Limits Of Insurance: with respect to liability for "bodily injury" or If coverage provided to the additional insured is "property damage"caused, in whole or in part, by required by a contract or agreement, the most we "your work" at the location designated and will pay on be half of the additional insured is the described in the Schedule of this endorsement amount of Insurance: performed for that additional insured and 1. Required by the contract or agreement; or included in the "products -completed operations 2. Available under the applicable Limits of hazard". Insurance shown in the Declarations; However: 1. The insurance afforded to such additional whichever is less. insured only applies to the extent permitted This endorsement shall not increase the applicable by law; and Limits of Insurance shown in the Declarations. 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. CG 20 37 04 13 0 Insurance Services Office, Inc., 2012 Page 1 of 1 Policy 485316434 COMMERCIAL GENERAL LIABILITY CG 20 0104 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART The following is added to the Other Insurance (2) You have agreed in writing in a contract or Condition and supersedes any provision to the agreement that this insurance would be contrary: primary and would not seek contribution Primary And Noncontributory Insurance from any other insurance available to the additional insured. This insurance is primary to and will not seek contribution from any other insurance available to an additional insured under your policy provided that: (1) The additional insured is a Named Insured under such other insurance; and CG 20 01 04 13 ©Insurance Services Office, Inc., 2012 Page 1 of 1 Policy #85316434 CG 72 08 02 15 TEXAS - EXTENDED ULTRA LIABILITY PLUS ENDORSEMENT COMMERCIAL GENERAL LIABILITY EXTENSION ENDORSEMENT SUMMARY OF COVERAGES This is a summary of the various additional coverages and coverage modifications provided by this endorsement. No coverage is provided by this summary. * Extended Property Damage * Expanded Fire Legal Liability to include Explosion, Lightning and Sprinkler Leakage * Coverage for non -owned watercraft is extended to 51 feet in length * Property Damage - Borrowed Equipment * Property Damage Liability - Elevators *Coverage D -Voluntary Property Damage Coverage $5,000 Occurrence with a $10,000 Aggregate * Coverage E - Care, Custody and Control Property Damage Coverage $25,000 Occurrence with a $100,000 Aggregate - $500 Deductible * Coverage F - Electronic Data Liability Coverage - $50,000 * Coverage G - Product Recall Expense $25,000 Each Recall Limit with a$50,000 Aggregate - $1,000 Deductible * Coverage H -Water Damage Legal Liability -$25,000 * Coverage I - Designated Operations Covered by a Consolidated (Wrap-Up) Insurance Program - Limited Coverage * Increase in Supplementary Payments: Bail Bonds to $1,000 * Increase in Supplementary Payments: Loss of Earnings to $500 * For newly formed or acquired organizations - extend the reporting requirement to 180 days * Broadened Named Insured * Automatic Additional Insured - Owners, Lessees or Contractors - Automatic Status When Required in Construction Agreement With You * Contractors Blanket Additional Insured - Limited Products - Completed Operations Coverage * Automatic Additional Insured -Vendors * Automatic Additional Insured - Lessor of Leased Equipment Automatic Status When Required in Lease Agreement With You * Automatic Additional Insured - Managers or Lessor of Premises * Additional Insured - Engineers, Architects or Surveyors Not Engaged by the Named Insured * Additional Insured - State or Governmental Agency or Subdivision or Political Subdivision - Permits or Authorizations * Additional Insured - Consolidated Insurance Program (Wrap-Up) Off-Premises Operations Only -Owners, Lessees or Contractors Automatic Status When Required in Construction Agreement With You * Additional Insured - Employee Injury to Another Employee * Automatically included -Aggregate Limits of Insurance (per location) * Automatically included -Aggregate Limits of Insurance (per project) * Knowledge of occurrence - Knowledge of an "occurrence", "claim or suit' by your agent, servant or employee shall not in itself constitute knowledge of the named insured unless an officer of the named insured has received such notice from the agent, servant or employee. * Blanket Waiver of Subrogation * Liberalization Condition * Unintentional failure to disclose all hazards. If you unintentionally fail to disclose any hazards existing at the inception date of your policy, we will not deny coverage under this Coverage Form because of such failure. However, this provision does not affect our right to collect additional premium or exercise our right of cancellation or non-renewal. * "Insured Contract' redefined for Limited Railroad Contractual Liability * Mobile equipment to include snow removal, road maintenance and street cleaning equipment less than 1,000 lbs GVW * Bodily Injury Redefined REFER TO THE ACTUAL ENDORSEMENT FOLLOWING ON PAGES 2 THROUGH 14 FOR CHANGES AFFECTING YOUR INSURANCE PROTECTION CG 72 08 02 15 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 1 of 14 CG 72 08 02 15 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TEXAS - EXTENDED ULTRA LIABILITY PLUS ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SECTION I - COVERAGES A. The following changes are made at COVERAGE A- BODILY INJURY AND PROPERTY DAMAGE LIABILITY 1. Extended Property Damage At 2. Exclusions exclusion a. Expected or Intended Injury is replaced with the following: "Bodily injury" or"property damage" expected or intended from the standpoint of the insured. This exclusion does not apply to "bodily injury" or "property damage" resulting from the use of reasonable force to protect persons or property. 2. Expanded Fire Legal Liability At 2. Exclusions the last paragraph is deleted and replaced by the following: Exclusions c. through n. do not apply to damage by fire, explosion, lightning, smoke resulting from such fire, explosion, or lightning or sprinkler leakage to premises while rented to you or temporarily occupied by you with permission of this owner. A separate limit of insurance applies to this coverage as described in SECTION III - LIMITS OF INSURANCE. 3. Non-Owned Watercraft At 2. Exclusions exclusion g. Aircraft, Auto Or Watercraft (2) (a) is deleted and replaced by the following: (a) Less than 51 feet long; 4. Property Damage —Borrowed Equipment At 2. Exclusions the following is added to paragraph (4) of exclusion j. Damage To Property: This exclusion does not apply to "property damage' to borrowed equipment while at a jobsite and while not being used to perform operations. The most we will pay for "property damage" to any one piece of borrowed equipment under this coverage is $25,000 per occurrence. The insurance afforded under this provision is excess over any valid and collectible property insurance (including deductible) available to the insured, whether primary, excess, contingent or on any other basis. 5. Property Damage Liability —Elevators At 2. Exclusions the following is added to paragraphs (3), (4) and (6) of exclusion j. Damage To Property: This exclusion does not apply to "property damage' resulting from the use of elevators. However, any insurance provided for such "property damage" is excess over any valid and collectible property insurance (including deductible) available to the insured, whether primary, excess, contingent or on any other basis. B. The following coverages are added: 1. COVERAGE D -VOLUNTARY PROPERTY DAMAGE COVERAGE "Property damage" to property of others caused by the insured: a. While in your possession; or b. Arising out of"your work". Coverage applies at the request of the insured, whether or not the insured is legally obligated to pay. For the purposes of this Voluntary Property Damage Coverage only: Exclusion j. Damage to Property is deleted and replaced by the following: CG 72 08 02 15 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 2 of 14 CG 72 08 02 15 j. Damage to Property "Property damage" to: (1) Property held by the insured for servicing, repair, storage or sale at premises you own, rent, lease, operate or use; (2) Property transported by or damage caused by any "automobile", "watercraft" or "aircraft" you own, hire or lease; (3) Property you own, rent, lease, borrow or use. The amount we will pay is limited as described below in SECTION 111 - LIMITS OF INSURANCE For the purposes of this Voluntary Property Damage Coverage, our right and duty to defend ends when we have paid the Limit of Liability or the Aggregate Limit for this coverage. 2. COVERAGE E - CARE, CUSTODY AND CONTROL PROPERTY DAMAGE COVERAGE For the purpose of this Care, Custody and Control Property Damage Coverage only: a. Item (4) of Exclusion j. does not apply. The amount we will pay is limited as described below in SECTION III - LIMITS OF INSURANCE For the purposes of this Care, Custody and Control Property Damage Coverage, our right and duty to defend ends when we have paid the Limit of Liability or the Aggregate Limit for this coverage. 3. COVERAGE F - ELECTRONIC DATA LIABILITY COVERAGE For the purposes of this Electronic Data Liability Coverage only: a. Exclusion p. of Coverage A— Bodily Injury And Property Damage Liability in Section I — Coverages is replaced by the following: 2. Exclusions This insurance does not apply to: p. Electronic Data Damages arising out of the loss of, loss of use of, damage to, corruption of, inability to access, or inability to manipulate "electronic data" that does not result from physical injury to tangible property. However, this exclusion does not apply to liability for damages because of"bodily injury" b. "Property Damage" means: (1) Physical injury to tangible property, including all resulting loss of use of that property. All such loss of use shall be deemed to occur at the time of the physical injury that caused it; or (2) Loss of use of tangible property that is not physically injured. All such loss of use shall be deemed to occur at the time of the "occurrence" that caused it; or (3) Loss of, loss of use of, damage to, corruption of, inability to access or inability to properly manipulate "electronic data", resulting from physical injury to tangible property. All such loss of"electronic data" shall be deemed to occur at the time of the "occurrence" that caused it. For the purposes of this Electronic Data Liability Coverage, "electronic data" is not tangible property. The amount we will pay is limited as described below in SECTION III - LIMITS OF INSURANCE 4. COVERAGE G - PRODUCT RECALL EXPENSE a. Insuring Agreement (1) We will pay 90% of "product recall expense" you incur as a result of a "product recall' you initiate during the coverage period. (2) We will only pay for "product recall expense" arising out of "your products" which have been physically relinquished to others. The amount we will pay is limited as described below in SECTION III - LIMITS OF INSURANCE CG 72 08 02 15 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 3 of 14 CG 72 08 02 15 b. Exclusions This insurance does not apply to "product recall expense" arising out of: (1) Any fact, circumstance or situation which existed at the inception date of the policy and which you were aware of, or could reasonably have foreseen that would have resulted in a "product recall'. (2) Deterioration, decomposition or transformation of a chemical nature, except if caused by an error in the manufacture, design, processing, storage, or transportation of'your product'. (3) The withdrawal of similar products or batches that are not defective, when a defect in another product or batch has been found. (4) Acts, errors or omissions of any of your employees, done with prior knowledge of any of your officers or directors. (5) Inherent vice, meaning a natural condition of property that causes it to deteriorate or become damaged. (6) "Bodily Injury" or"Property Damage". (7) Failure of"your product' to accomplish its intended purpose, including any breach of warranty of fitness, quality, efficacy or efficiency, whether written or implied. (8) Loss of reputation, customer faith or approval, or any costs incurred to regain customer market, or any other consequential damages. (9) Legal fees or expenses. (10) Damages claimed for any loss, cost or expense incurred by you or others for the loss of use of "your product'. (11) "Product recall expense" arising from the "product recall' of any of "your products" for which coverage is excluded by endorsement. (12) Any "product recall' initiated due to the expiration of the designated shelf life of"your product'. 5. COVERAGE H -WATER DAMAGE LEGAL LIABILITY The Insurance provided under Coverage H (Section I) applies to "property damage" arising out of water damage to premises that are both rented to and occupied by you. The Limit under this coverage shall not be in addition to the Damage To Premises Rented To You Limit. The amount we will pay is limited as described below in SECTION III - LIMITS OF INSURANCE. 6. COVERAGE I — DESIGNATED OPERATIONS COVERED BY A CONSOLIDATED (WRAP-UP) INSURANCE PROGRAM The following exclusion is added to Paragraph 2. Exclusions of SECTION I — COVERAGES COVERAGE A - BODILY INJURY AND PROPERTY DAMAGE LIABILITY: r. This insurance does not apply to "bodily injury" or "property damage" arising out of either your ongoing operations or operations included within the "products-completed operations hazard" for any "consolidated (Wrap-up) insurance program" which has been provided by the prime contractor / project manager or owner of the construction project in which you are involved. This exclusion applies whether or not a consolidated (Wrap-up) insurance program: a. Provides coverage identical to that provided by this Coverage Part; or b. Has limits adequate to cover all claims. This exclusion does not apply if a "consolidated (Wrap-up) insurance program" covering your operations has been cancelled, non-renewed or otherwise no longer applies for reasons other than exhaustion of all available limits, whether such limits are available on a primary, excess or on any other basis. You must advise us of such cancellation, nonrenewal or termination as soon as practicable. For purposes of this exclusion a "consolidated (wrap-up) insurance program" is a program providing insurance coverage to all parties for exposures involved with a particular (typically major) construction project. CG 72 08 02 15 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 4 of 14 CG 72 08 02 15 C. SUPPLEMENTARY PAYMENTS - COVERAGES A AND B is amended: 1. To read SUPPLEMENTARY PAYMENTS 2. Bail Bonds Item 1.b. is amended as follows: b. Up to $1,000 for cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which the Bodily Injury Liability Coverage applies. We do not have to furnish these bonds. 3. Loss of Earnings Item 1.d. is amended as follows: d. All reasonable expenses incurred by the insured at our request to assist us in the investigation or defense of the claim or"suit', including actual loss of earnings up to $500 a day because of time off from work. 4. The following language is added to Item 1. However, we shall have none of the duties set forth above when this insurance applies only for Voluntary Property Damage Coverage and/or Care, Custody or Control Property Damage Coverage and we have paid the Limit of Liability or the Aggregate Limit for these coverages. SECTION II - WHO IS AN INSURED A. The following change is made: Extended Reporting Requirements Item 3.a. is deleted and replaced by the following a. Coverage under this provision is afforded only until the 180th day after you acquire or form the organization or the end of the policy period, whichever is earlier. B. The following provisions are added: 4. BROAD FORM NAMED INSURED Item 1.f. is added as follows: f. Any legally incorporated entity of which you own more than 50 percent of the voting stock during the policy period only if there is no other similar insurance available to that entity. However: (1) Coverage A does not apply to "bodily injury" or "property damage" that occurred before you acquired more than 50 percent of the voting stock; and (2) Coverage B does not apply to "personal and advertising injury" arising out of an offense committed before you acquired more than 50 percent of the voting stock. 5. Additional Insured - Owners, Lessees or Contractors - Automatic Status When Required in Construction or Service Agreement With You a. Any person or organization for whom you are performing operations when you and such person or organization have agreed in writing in a contract or agreement that such person or organization be added as an additional insured on your policy is an insured. Such person or organization is an additional insured only with respect to your liability for "bodily injury", "property damage" or "personal and advertising injury" which may be imputed to that person or organization directly arising out of: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured. However, the insurance afforded to such additional insured: 1. Only applies to the extent permitted by law; and 2. Will not be broader than that which you are required by the contract or agreement to provide for such additional insured. b. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to: CG 72 08 02 15 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 5 of 14 CG 72 08 02 15 1. "Bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services, including: a. The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or b. Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occurrence" which caused the "bodily injury" or "property damage", or the offense which caused the "personal and advertising injury", involved the rendering of or the failure to render any professional architectural, engineering or surveying services. 2. "Bodily injury" or"property damage" occurring after: a. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or b. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. 6. Additional Insured —Limited Products Completed Operations Coverage a. Any person(s) or organization(s), but only with respect to your liability for "bodily injury" or "property damage" which may be imputed to that person(s) or organization(s) directly arising out of "your work" performed for that additional insured and included in the "products-completed operations hazard" is an insured. However: (1) The insurance afforded to such additional insureds only applies to the extent permitted by law; (2) If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. (3) Coverage will cease five years from the completion of"your work" if: (a) a timeframe is not stipulated in the written contract or written agreement; or (b) a timeframe longer than 5 years is stipulated in the written contract or written agreement. However if a lesser timeframe is stipulated in the written contract or written agreement then that time frame will prevail. b. With respect to the insurance afforded to any additional insured under this endorsement, the following additional exclusionary language shall apply: This insurance does not apply to "bodily injury" or "property damage" arising out of the rendering of, or the failure to render, any professional architecture, engineering or surveying services, including: (1) The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or (2) Supervisory, inspection, architectural or engineering activities. 7. Additional Insured -Vendors a. Any person(s) or organization(s) (referred to throughout this additional coverage as vendor), but only with respect to "bodily injury" or "property damage", which may be imputed to that person(s) or organization(s) arising out of "your products" shown with the Schedule which are distributed or sold in the regular course of the vendor's business is an insured. However: (1) The insurance afforded to such vendor only applies to the extent permitted by law; and (2) If coverage provided to the vendor is required by a contract or agreement, the insurance afforded to such vendor will not be broader than that which you are required by the contract or agreement to provide for such vendor. CG 72 08 02 15 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 6 of 14 CG 72 08 02 15 b. With respect to the insurance afforded to these vendors, the following additional exclusions apply: (1) This insurance afforded the vendor does not apply to: (a) "Bodily injury" or "property damage" for which the vendor is obligated to pay damages by reason of the assumption of liability in a contract or agreement. This exclusion does not apply to liability for damages that the vendor would have in the absence of the contract or agreement; (b) Any express warranty unauthorized by you; (c) Any physical or chemical change in the product made intentionally by the vendor; (d) Repackaging, except when unpacked solely for the purpose of inspection, demonstration, testing, or the substitution of parts under instructions from the manufacturer, and then repackaged in the original container. (e) Any failure to make such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business, in connection with the distribution or sale of products. (f) Demonstration, installation, servicing or repair operations, except such operations performed at the vendor's premises in connection with the sale of the product. (g) Products which, after distribution or sale by you, have been labeled or relabeled or used as a container, part or ingredient of any other thing or substance by or for the vendor. (h) "Bodily injury" or "property damage" arising out of the sole negligence of the vendor for its own acts or omissions or those of its employees or anyone else acting on its behalf. However, this exclusion does not apply to: i. The exceptions contained in Sub-paragraphs d. or f.;or ii. Such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business, in connection with the distribution or sale of the products. (2) This insurance does not apply to any insured person or organization, from whom you have acquired such products, or any ingredient, part or container, entering into, accompanying or containing such products. 8. Additional Insured — Lessor of Leased Equipment — Automatic Status When Required in Lease Agreement With You a. Any person(s) or organization(s) from whom you lease equipment when you and such person(s) or organization(s) have agreed in writing in a contract or agreement that such person(s) or organization(s) be added as an additional insured on your policy. Such person(s) or organization(s) is an insured only with respect to your liability for "bodily injury", "property damage" or "personal and advertising injury" directly arising out of the maintenance, operation or use of equipment leased to you, which may be imputed to such person or organization as the lessor of equipment. However, the insurance afforded to such additional insured: (1) Only applies to the extent permitted by law; and (2) Will not be broader than that which you are required by the contract or agreement to provide for such additional insured. A person's or organization's status as an additional insured under this endorsement ends when their contract or agreement with you for such leased equipment ends. b. With respect to the insurance afforded to these additional insureds, this insurance does not apply to any "occurrence" which takes place after the equipment lease expires. 9. Additional Insured —Managers or Lessors of Premises a. Any person(s) or organization(s), but only with respect to liability arising out of the ownership, maintenance or use of that part of the premises leased to you and subject to the following additional exclusions: CG 72 08 02 15 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 7 of 14 CG 72 08 02 15 This insurance does not apply to: (1) Any "occurrence" which takes place after you cease to be a tenant in that premises. (2) Structural alterations, new construction or demolition operations performed by or on behalf of the person(s) or organization(s) afforded coverage by this additional coverage. However: (1) The insurance afforded to such additional insured only applies to the extent permitted by law; and (2) If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. 10. Additional Insured - Engineers, Architects or Surveyors Not Engaged by the Named Insured a. Any architects, engineers or surveyors who are not engaged by you are insureds, but only with respect to liability for "bodily injury" or "property damage" or "personal and advertising injury" which may be imputed to that architect, engineer or surveyor arising out of: (1) Your acts or omissions; or (2) Your acts or omissions of those acting on your behalf; in the performance of your ongoing operations performed by you or on your behalf. But only if such architects, engineers or surveyors, while not engaged by you, are contractually required to be added as an additional insured to your policy. However, the insurance afforded to such additional insured: (1) Only applies to the extent permitted by law; and (2) Will not be broader than that which you are required by the contract or agreement to provide for such additional insured. b. With respect to the insurance afforded to these additional insureds, the following additional exclusion applies: This insurance does not apply to "bodily injury", 'property damage" or "personal and advertising injury" arising out of the rendering of or failure to render any professional services, including: (1) The preparing, approving, or failing to prepare or approve, maps, drawings, opinions, reports, surveys, change orders, designs or specifications; or (2) Supervisory, inspection or engineering services. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the 'occurrence" which caused the "bodily injury" or 'property damage", or the offense which caused the 'personal and advertising injury", involved the rendering of or the failure to render any professional services. 11. Additional Insured - State or Governmental Agency or Subdivision or Political Subdivision - Permits or Authorizations Any state or governmental agency or subdivision or political subdivision is an insured, subject to the following provisions: a. This insurance applies only with respect to operations performed by you or on your behalf for which the state or governmental agency or subdivision or political subdivision has issued a permit or authorization. However: (1) The insurance afforded to such additional insured only applies to the extent permitted by law; and (2) If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. CG 72 08 02 15 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 8 of 14 CG 72 08 02 15 b. This insurance does not apply to: (1) "Bodily injury", "property damage" or "personal and advertising injury" arising out of operations performed for the federal government, state or municipality; or (2) "Bodily injury" or"property damage" included within the "products-completed operations hazard". 12. Additional Insured Consolidated Insurance Program (Wrap-Up) Off-Premises Operations Only - Owners, Lessees or Contractors a. Any persons or organizations for whom you are performing operations, for which you have elected to seek coverage under a Consolidated Insurance Program, when you and such person or organization have agreed in writing in a contract or agreement that such person or organization be added as an additional insured on your policy is an insured. Such person or organization is an additional insured only with respect to your liability which may be imputed to that person or organization directly arising out of your ongoing operations performed for that person or organization at a premises other than any project or location that is designated as covered under a Consolidated Insurance Program. A person's or organization's status as an insured under this endorsement ends when your operations for that insured are completed. b. With respect to the insurance afforded to these additional insureds, the following additional exclusion applies. This insurance does not apply to: "Bodily injury", "property damage", or "personal and advertising injury' arising out of the rendering of, or failure to render, any professional architectural, engineering or surveying services, including: (1) The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; and (2) Supervisory, inspection 13. Additional Insured - Employee Injury to Another Employee With respect to your "employees' who occupy positions which are supervisory in nature: Paragraph 2.a.(1) of SECTION II —WHO IS A NAMED INSURED is amended to read: a. "Bodily injury" or"personal and advertising injury" (1) To you, to your partners or members (if you are a partnership or joint venture), or to your members (if you are a limited liability company); (2) For which there is any obligation to share damages with or repay someone else who must pay damages because of the injury described in paragraph (1)(a) above; or (3) Arising out of his or her providing or failing to provide professional healthcare services. Paragraph 3.a. is deleted. For the purpose of this Item 13 only, a position is deemed to be supervisory in nature if that person performs principle work which is substantially different from that of his or her subordinates and has authority to hire, direct, discipline or discharge. SECTION III - LIMITS OF INSURANCE A. The following Items are deleted and replaced by the following: 2. The General Aggregate Limit is the most we will pay for the sum of: a. Medical expenses under Coverage C; b. Damages under Coverage A, except damages because of "bodily injury" or "property damage" included in the "products-completed operations hazard"; and c. Damages under Coverage B; and d. Damages under Coverage H. CG 72 08 02 15 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 9 of 14 CG 72 08 0215 3. The Products-Completed Operations Aggregate Limit is the most we will pay under Coverage A for damages because of "bodily injury" and "property damage" included in the "products-completed operations hazard" and Coverage G. 6. Subject to 5. above, the Damage to Premises Rented to You Limit is the most we will pay under Coverage A for damages because of "property damage" to any one premises, while rented to you, or in the case of damage by fire, explosion, lightning, smoke resulting from such fire, explosion, or lightning or sprinkler leakage while rented to you or temporarily occupied by you with permission of the owner. B. The following are added: 8. Subject to Paragraph 5. of SECTION III — LIMITS OF INSURANCE $25,000 is the most we will pay under Coverage H for Water Damage Legal Liability. 9. Coverage G - Product Recall Expense Aggregate Limit $50,000 Each Product Recall Limit $25,000 a. The Aggregate Limit shown above is the most we will pay for the sum of all "product recall expense" you incur as a result of all "product recalls" you initiate during the endorsement period. b. The Each Product Recall Limit shown above is the most we will pay, subject to the Aggregate and $1,000 deductible, for "product recall expense" you incur for any one "product recall' you initiate during the endorsement period. We will only pay for the amount of Product Recall Expenses which are in excess of the deductible amount. The deductible applies separately to each Product Recall. The limits of insurance will not be reduced by the amount of this deductible. We may, or will if required by law, pay all or any part of any deductible amount. Upon notice of our payment of a deductible amount, you shall promptly reimburse us for the part of the deductible amount we paid. 10. Aggregate Limits of Insurance (Per Location) The General Aggregate Limit applies separately to each of your "locations" owned by or rented to you or temporarily occupied by you with the permission of the owner. "Location" means premises involving the same or connecting lots, or premises whose connection is interrupted only by a street, roadway, waterway or right-of-way of a railroad. 11. Aggregate Limits of Insurance (Per Project) The General Aggregate Limit applies separately to each of your projects away from premises owned by or rented to you. 12. With respects to the insurance afforded to additional insureds afforded coverage by items 5 through 13 of SECTION II —WHO IS AN INSURED above, the following is added: The most we will pay on behalf of the additional insured is the amount of insurance: a. Required by the contract or agreement; b. Available under the applicable Limits of Insurance shown in the Declarations; Whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. 13. Subject to 5. of SECTION III — LIMITS OF INSURANCE, a $5,000 "occurrence" limit and a $10,000 "aggregate" limit is the most we will pay under Coverage A for damages because of "property damage" covered under Coverage D-Voluntary Property Damage Coverage. For the purposes of this Voluntary Property Damage Coverage, our right and duty to defend ends when we have paid the Limit of Liability or the Aggregate Limit for this coverage. CG 72 08 02 15 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 10 of 14 CG 72 08 02 15 14. Subject to 5. of SECTION III — LIMITS OF INSURANCE, a $25,000 'occurrence" limit and a $100,000 "aggregate" limit is the most we will pay under Coverage E - Care, Custody and Control Coverage regardless of the number of: a. Insureds; b. Claims made or "suits" brought; or c. Persons or organizations making claims or bringing "suits". Deductible - Our obligation to pay damages on your behalf applies only to the amount of damages in excess of $500. This deductible applies to all damages because of "property damage" as the result of any one 'occurrence" regardless of the number of persons or organizations who sustain damages because of that 'occurrence". We may pay any part or all of the deductible amount to effect settlement of any claim or "suit' and upon notification of the action taken, you shall promptly reimburse us for such part of the deductible amount as has been paid by us. As respects this coverage "Aggregate" is the maximum amount we will pay for all covered 'occurrences" during one policy period. For the purposes of this Care, Custody and Control Property Damage Coverage, our right and duty to defend ends when we have paid the Limit of Liability or the Aggregate Limit for this coverage. 15. Subject to 5. of SECTION III — LIMITS OF INSURANCE, the most we will pay for "property damage" under Coverage F - Electronic Data Liability Coverage for loss of "electronic data" is $50,000 without regard to the number of'occurrences". SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS A. The following conditions are amended: 1. Knowledge of Occurrence a. Condition 2., Items a. and b. are deleted and replaced by the following: (1) Duties In The Event Of Occurrence, Offense, Claim Or Suit (a) You must see to it that we are notified as soon as practicable of an 'occurrence" or an offense which may result in a claim. Knowledge of an 'occurrence" by your agent, servant or employee shall not in itself constitute knowledge of the named insured unless an officer of the named insured has received such notice from the agent, servant or employee. To the extent possible, notice should include: I. How, when and where the 'occurrence" took place; ii. The names and addresses of any injured persons and witnesses, and ill. The nature and location of any injury or damage arising out of the 'occurrence" or offense . (b) If a claim is made or"suit' is brought against any insured, you must: 1. Immediately record the specifics of the claim or"suit' and the date received; and fl. Notify us as soon as practicable. You must see to it that we receive written notice of the claim or "suit' as soon as practicable. Knowledge of a claim or "suit' by your agent, servant or employee shall not in itself constitute knowledge of the named insured unless an officer of the named insured has received such notice from the agent, servant or employee. 2. Where Broad Form Named Insured is added in SECTION II — WHO IS AN INSURED of this endorsement, Condition 4. Other Insurance b. Excess Insurance (1).(a) is replaced by the following: (a) Any of the other insurance, whether primary, excess, contingent or on any other basis, that is available to an insured solely by reason of ownership by you of more than 50 percent of the voting stock, and not withstanding any other language in any other policy. This provision does not apply to a policy written to apply specifically in excess of this policy. CG 72 08 02 15 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 11 of 14 CG 72 08 02 15 B. The following are added: 1. Condition (5) of 2.c. (5) Upon our request, replace or repair the property covered under Voluntary Property Damage Coverage at your actual cost, excluding profit or overhead. 10. Blanket Waiver Of Subrogation We waive any right of recovery we may have against any person or organization because of payments we make for injury or damage arising out of: premises owned or occupied by or rented or loaned to you, ongoing operations performed by you or on your behalf, done under a contract with that person or organization, "your work", or "your products". We waive this right where you have agreed to do so as part of a written contract, executed by you before the "bodily injury" or "property damage" occurs or the "personal injury" or "advertising injury" offense is committed. 11. Liberalization If a revision to this Coverage Part, which would provide more coverage with no additional premium becomes effective during the policy period in the state designated for the first Named Insured shown in the Declarations, your policy will automatically provide this additional coverage on the effective date of the revision. 12. Unintentional Failure to Disclose All Hazards Based on our reliance on your representations as to existing hazards, if you unintentionally should fail to disclose all such hazards at the inception date of your policy, we will not deny coverage under this Coverage Part because of such failure. However, this provision does not affect our right to collect additional premium or exercise our right of cancellation or non-renewal. 13. The following conditions are added in regard to Coverage G - Product Recall Expense In event of a "product recall', you must a. See to it that we are notified as soon as practicable of a "product recall'. To the extent possible, notice should include how, when and where the "product recall' took place and estimated "product recall expense". b. Take all reasonable steps to minimize "product recall expense". This will not increase the limits of insurance. c. If requested, permit us to question you under oath at such times as may be reasonably required about any matter relating to this insurance or your claim, including your books and records. Your answers must be signed. d. Permit us to inspect and obtain other information proving the loss. You must send us a signed, sworn statement of loss containing the information we request to investigate the claim. You must do this within 60 days after our request. e. Cooperate with us in the investigation or settlement of any claim. f. Assist us upon our request, in the enforcement of any rights against any person or organization which may be liable to you because of loss to which this insurance applies. g. Claims Handling (1) Within 15 days after we receive written notice of claim, we will: (a) Acknowledge receipt of the claim. If we do not acknowledge receipt of the claim in writing, we will keep a record of the date, method and content of the acknowledgment; (b) Begin any investigation of the claim; and (c) Request a signed, sworn proof of loss, specify the information you must provide and supply you with the necessary forms. We may request more information at a later date, if during the investigation of the claim such additional information is necessary. (2) We will notify you in writing as to whether: (a) The claim or part of the claim will be paid; (b) The claim or part of the claim has been denied, and inform you of the reasons for denial; (c) More information is necessary; or (d) We need additional time to reach a decision. If we need additional time, we will inform you of the reasons for such need. CG 72 08 02 15 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 12 of 14 CG 72 08 02 15 (3) We will provide notification, as described in (2)(a) through (2)(d) above, within: (a) 15 business days after we receive the signed, sworn proof of loss and all information we requested; or (b) 30 days after we receive the signed, sworn proof of loss and all information we requested, if we have reason to believe the loss resulted from arson. If we have notified you that we need additional time to reach a decision, we must then either approve or deny the claim within 45 days of such notice. h. We will pay for covered loss or damage within 5 business days after: (1) We have notified you that payment of the claim or part of the claim will be made and have reached agreement with you on the amount of loss; or (2) An appraisal award has been made. However, if payment of the claim or part of the claim is conditioned on your compliance with any of the terms of this policy, we will make payment within 5 business days after the date you have complied with such terms. I. Catastrophe Claims If a claim results from a weather related catastrophe or a major natural disaster, the claim handling and claim payment deadlines described in a. and b. above are extended for an additional 15 days. Catastrophe or Major Natural Disaster means a weather related event which is: (1) Declared a disaster under the Texas Disaster Act of 1975; or (2) Determined to be a catastrophe by the State Board of Insurance. j. The term 'business day", as used in this endorsement, means a day other than Saturday, Sunday or a holiday recognized by the state of Texas. k. We will issue loss payment to the first Named Insured shown in the Declarations and any mortgagee or loss payee as designated. 14. Limited Railroad Contractual Liability The following conditions are applicable only to coverage afforded by reason of the redefining of an "insured contract' in the DEFINITIONS section of this endorsement: a. Railroad Protective Liability coverage provided by ISO form CG 0035 with minimum limits of $2,000,000 per occurrence and a $6,000,000 general aggregate limit must be in place for the entire duration of any project. b. Any amendment to the Other Insurance condition of form CG 0035 alters the primacy of the coverage or which impairs our right to contribution will rescind any coverage afforded by the redefined "insured contract' language. c. For the purposes of the Other Insurance condition of form CG 0035 you, the named insured, will be deemed to be the designated contractor. SECTION V - DEFINITIONS A. At item 12. Mobile Equipment the wording at f.(1) is deleted and replaced by the following: f.(1) Equipment designed primarily for: (a) Snow removal; (b) Road maintenance, but not construction or resurfacing; or (c) Street cleaning; except for such vehicles that have a gross vehicle weight less than 1,000 lbs which are not designed for highway use. B. Item 3. "bodily injury" is deleted and replaced with the following: 3. "Bodily injury" means physical injury, sickness or disease sustained by a person. This includes mental anguish, mental injury, shock, fright or death that results from such physical injury, sickness or disease. C. Item 9. "Insured Contract' c. is deleted and replaced with the following: c. Any easement or license agreement; D. Item 9. "Insured Contract' f.(1) is deleted E. The following definitions are added for this endorsement only: 23. "Electronic data" means information, facts or programs stored as or on, created or used on, or transmitted to or from computer software, including systems and applications software, hard or floppy disks, CD-ROMS, tape drives, cells, data processing devices or any other media which are used with electronically controlled equipment. CG 72 08 02 15 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 13 of 14 CG 72 08 02 15 24. "Product recall" means a withdrawal or removal from the market of "your product' based on the determination by you or any regulatory or governmental agency that: a. The use or consumption of 'your product' has caused or will cause actual or alleged "bodily injury" or "property damage"; and b. Such determination requires you to recover possession or control of 'your product' from any distributor, purchaser or user, to repair or replace 'your product', but only if 'your product' is unfit for use or consumption, or is hazardous as a result of: (1) An error or omission by an insured in the design, manufacturing, processing, labeling, storage, or transportation of'your product; or (2) Actual or alleged intentional, malicious or wrongful alteration or contamination of 'your product' by someone other than you. 25. "Product recall expense" means reasonable and necessary expenses for: a. Telephone, radio and television communication and printed advertisements, including stationery, envelopes and postage. b. Transporting recalled products from any purchaser, distributor or user, to locations designated by you. c. Remuneration paid to your employees for overtime, as well as remuneration paid to additional employees or independent contractors you hire. d. Transportation and accommodation expense incurred by your employees. e. Rental expense incurred for temporary locations used to store recalled products. f. Expense incurred to properly dispose of recalled products, including packaging that cannot be reused. g. Transportation expenses incurred to replace recalled products. h. Repairing, redistributing or replacing covered recalled products with like products or substitutes, not to exceed your original cost of manufacturing, processing, acquisition and/or distribution. These expenses must be incurred as a result of a "product recall". CG 72 08 02 15 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 14 of 14 Policy 485316434 COMMERCIAL AUTO CA 71 09 01 17 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BUSINESS AUTO ULTRA ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM COMMON POLICY CONDITIONS COVERAGEINDEX DESCRIPTION PAGE Temporary Substitute Auto Physical Damage 2 Broad Form Insured 2 Employee as Insureds 2 Additional Insured Status by Contract, Agreement or Permit 2 Bail Bond Coverage 3 Loss of Earnings Coverage 3 Amended Fellow Employee Coverage 3 Towing and Labor 3 Physical Damage Additional Transportation Expense Coverage 3 Extra Expense - Theft 3 Rental Reimbursement and Additional Transportation Expense 4 Personal Effects Coverage 4 Personal Property of Others 4 Locksmith Coverage 4 Vehicle Wrap Coverage 5 Airbag Accidental Discharge 5 Audio, Visual and Data Electronic Equipment Coverage 5 Auto Loan/Lease Total Loss Protection 5 Glass Repair —Deductible Amendment 5 Amended Duties in the Event of Accident, Claim, Suit or Loss 6 Waiver of Subrogation Required by Contract 6 Unintentional Failure to Disclose 6 Hired, Leased, Rented or Borrowed Auto Physical Damage 6 Mental Anguish 7 Extended Cancellation Condition 7 The COVERAGE INDEX set forth above is informational only and grants no coverage. Terms set forth in (Bold Italics) are likewise for information only and by themselves shall be deemed to grant no coverage. CA 71 09 01 17 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 1 of 7 (Temporary Substitute Auto Physical Damage) A. TEMPORARY SUBSTITUTE AUTO PHYSICAL DAMAGE SECTION I — COVERED AUTOS, paragraph C. Certain Trailers, Mobile Equipment and Temporary Substitute Autos is amended by adding the following at the end of the existing language: If Physical Damage Coverage is provided under this Coverage form for an "auto" you own, the Physical Damage coverages provided for that owned "auto" are extended to any "auto" you do not own while used with the permission of its owner as a temporary substitute for the covered "auto" you own that is out of service because of its breakdown, repair, servicing, 'loss", or destruction B. BROADENED LIABILITY COVERAGES SECTION II — LIABILITY COVERAGE in Paragraph A. Coverage at 1. Who Is An Insured is amended to include the following: (Broad Form Insured) d. Any legally incorporated subsidiary in which you own more than 50% of the voting stock on the effective date of the Coverage Form. However, the Named Insured does not include any subsidiary that is an "insured" under any other automobile policy or would be an "insured" under such a policy but for its termination or the exhaustion of its Limit of Insurance. e. Any organization that is acquired or formed by you, during the term of this policy and over which you maintain majority ownership. However, the Named Insured does not include any newly formed or acquired organization: (1) That is a joint venture or partnership, (2) That is an "insured" under any other policy, (3) That has exhausted its Limits of Insurance under any other policy, or (4) 180 days or more after its acquisition or formation by you, unless you have given us notice of the acquisition or formation Coverage does not apply to "bodily injury" or "property damage" that results from an accident that occurred before you formed or acquired the organization. (Employee as Insureds) f. Any employee of yours while acting in the course of your business or your personal affairs while using a covered "auto" you do not own, hire or borrow. (Additional Insured Status by Contract, Agreement or Permit) g. Any person or organization whom you are required to add as an additional insured on this policy under a written contract or agreement; but the written contract or agreement must be: (1) Currently in effect or becoming effective during the term of this policy; and (2) Executed prior to the "bodily injury" or"property damage." The additional insured status will apply only with respect to your liability for "bodily injury" or "property damage" which may be imputed to that person(s) or organization(s) directly arising out of the ownership, maintenance or use of the covered "autos" at the location(s) designated, if any. Coverage provided by this endorsement will not exceed the limits of liability required by the written contract or written agreement even if the limits of liability stated in the policy exceed those limits. This endorsement shall not increase the limits stated in Section II. C. Limits of Insurance. For any covered "auto" you own this Coverage Form provides primary coverage. Page 2 of 7 Includes copyrighted material of Insurance Services Office, Inc., with its permission. CA 71 09 01 17 C. BROADENED SUPPLEMENTARY PAYMENTS SECTION II. LIABILITY A. Coverage 2. Coverage Extensions a. Supplementary Payments (2) and (4) are replaced by the following: (Bail Bond Coverage) (2) Up to $5,000 for cost of bail bonds (including bonds for related traffic violations) required because of an "accident" we cover. We do not have to furnish these bonds. (Loss of Earnings Coverage) (4) All reasonable expenses incurred by the "insured" at our request, including actual loss of earning up to $500 a day because of time off from work. (Amended Fellow Employee Exclusion) D. AMENDED FELLOW EMPLOYEE EXCLUSION Only with respect to your "employees" who occupy positions which are supervisory in nature, SECTION II. LIABILITY B. Exclusion S. Fellow Employee is replaced by: S. Fellow Employee "Bodily Injury": a. To you, or your partners or members (if you are a partnership or joint venture), or to your members (if you are a limited liability company); b. To your "executive officers" and directors (if you are an organization other than a partnership, joint venture, or limited liability company) but only with respect to performance of their duties as your officers or directors; c. For which there is an obligation to share damages with or repay someone else who must pay damages because of the injury described in paragraph a and b above; or d. Arising out of his or her providing or failing to provide professional health care services. For purposes of this endorsement, a position is deemed to be supervisory in nature if that person performs principle work which is substantially different from that of his or her subordinates and has authority to hire, transfer, direct, discipline or discharge. E. BROADENED PHYSICAL DAMAGE COVERAGES SECTION III — PHYSICAL DAMAGE COVERAGE A. Coverage is amended as follows: (Towing and Labor) 2. Towing is deleted and replaced with the following: 2. Towing and Labor We will pay towing and labor costs incurred, up to the limits shown below, each time a covered "auto" is disabled: a. For private passenger type vehicles we will pay up to $100 per disablement. b. For all other covered "auto's" we will pay up to $500 per disablement However, the labor must be performed at the place of disablement. (Physical Damage Additional Transportation Expense Coverage) 4. Coverage Extensions a. Transportation Expenses is amended to provide the following limits: We will pay up to $60 per day to a maximum of$1,800. All other terms and provisions of this section remain applicable. The following language is added to 4. Coverage Extensions: (Extra Expense— Theft) c. Theft Recovery Expense If you have purchased Comprehensive Coverage on an "auto" that is stolen, we will pay the expense of returning that stolen auto to you. The limit for this coverage extension is$5,000. CA 71 09 01 17 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 3 of 7 (Rental Reimbursement and Additional Transportation Expense) d. Rental Reimbursement We will provide Rental Reimbursement and Additional Expense coverage only for those Physical Damage coverages for which a premium is shown in the Declarations or schedule pages. Coverage applies only to a covered "auto". (1) We will pay for auto rental expense and the expense incurred by you because of "loss" to remove and transfer your materials and equipment from a covered "auto" to a covered "auto." Payment applies in addition to the otherwise applicable coverage you have on a covered "auto." No deductible applies to this coverage. (2) We will pay only for expenses incurred during the policy period and beginning 24 hours after the "loss" and ending, regardless of the policy's expiration, with the lesser of the following number of days: (a) The number of days reasonably required to repair or replace the covered "auto." If "loss" is caused by theft, this number of days is added to the number of days it takes to locate the covered "auto" and return it to you, or (b) 30 days. (3) Our payment is limited to the lesser of the following amounts: (a) Necessary and actual expenses incurred; or (b) $75 per day. (c) This coverage does not apply while there are spare or reserve "autos" available to you for your operations. (d) If"loss" results from the total theft of a covered "auto" of the private passenger or light truck type, we will pay under this coverage only that amount of your rental reimbursement expense which is not already provided for under the SECTION III — PHYSICAL DAMAGE COVERAGE, A. Coverage, 4. Coverage Extensions, a. Transportation Expenses. (Personal Effects Coverage) e. Personal Effects If you have purchased Comprehensive Coverage on this policy for an "auto" you own and that "auto" is stolen, we will pay, without application of a deductible, up to $500 for Personal Effects stolen with the "auto". The insurance provided under this provision is excess over any other collectible insurance. For this coverage extension, Personal Effects means tangible property that is worn or carried by an "insured". (Personal Property of Others) f. Personal Property of Others We will pay up to $500 for loss to personal property of others in or on your covered "auto." This coverage applies only in the event of "loss" to your covered "auto" caused by fire, lightning, explosion, theft, mischief or vandalism, the covered "auto's" collision with another object, or the covered "auto's" overturn. No deductibles apply to this coverage. (Locksmith Coverage) g. Locksmith Coverage We will pay up to $250 per occurrence for necessary locksmith services for keys locked inside a covered private passenger "auto". The deductible is waived for these services. Page 4 of 7 Includes copyrighted material of Insurance Services Office, Inc., with its permission. CA 71 09 01 17 (Vehicle Wrap Coverage) h. Vehicle Wrap Coverage If you have Comprehensive or Collision coverage on an "auto" that is a total loss, in addition to the actual cash value of the "auto", we will pay up to $1,000 for vinyl vehicle wraps which are displayed on the covered "auto" at the time of total loss. Regardless of the number of autos deemed a total loss, the most we will pay under this Vehicle Wrap Coverage for any one 'loss" is $5,000. For purposes of this coverage provision, signs or other graphics painted or magnetically affixed to the vehicle are not considered vehicle wraps. (Airbag Accidental Discharge) F. SECTION III — PHYSICAL DAMAGE COVERAGE, B. Exclusions is amended at 3. to include the following language: If you have purchased Comprehensive or Collision Coverage under this policy, this exclusion does not apply to mechanical breakdown relating to the accidental discharge of an air bag. This coverage applies only to a covered auto you own and is excess of any other collectible insurance or warranty. No deductible applies to this coverage. G. BROADENED LIMITS OF INSURANCE (Audio, Visual and Data Electronic Equipment Coverage) SECTION III — PHYSICAL DAMAGE COVERAGE — C. Limit of Insurance at 1.b. is amended to provide the following limits: b. Limits of $1,000 per 'loss" is increased to $5,000 per 'loss". All other terms and provisions of this section remain applicable. (Auto Loan/Lease Total Loss Protection) SECTION III — PHYSICAL DAMAGE COVERAGE — C. Limit of Insurance is amended by adding the following language: 4. In the event of a total 'loss" to a covered "auto" shown in the Schedule pages, subject at the time of the 'loss" to a loan or lease, we will pay any unpaid amount due including up to a maximum of$500 for early termination fees or penalties on the lease or loan for a covered"auto" less: a. The amount paid under the Physical Damage Coverage Section of the policy; and b. Any: (1) Overdue lease I loan payments at the time of the 'loss"; (2) Financial penalties imposed under a lease for excessive use, abnormal wear and tear or high mileage; (3) Security deposits not returned by the lessor; (4) Costs for extended warranties, Credit Life Insurance, Health, Accident or Disability Insurance purchased with the loan or lease; and (5) Carry-over balances from previous loans or leases. (Glass Repair—Deductible Amendment) H. GLASS REPAIR —DEDUCTIBLE SECTION III —PHYSICAL DAMAGE COVERAGE — D. Deductible is amended by adding the following: Any deductible shown in the Declarations as applicable to the covered "auto" will not apply to glass breakage if the damaged glass is repaired, rather than replaced. CA 71 09 01 17 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 5 of 7 (Amended Duties in the Event of Accident; Claim, Suit or Loss) I. AMENDED DUTIES IN THE EVENT OF ACCIDENT, CLAIM, SUIT OR LOSS Under SECTION IV — BUSINESS AUTO CONDITIONS, A. Loss Conditions , the following is added to paragraph 2. Duties In The Event of Accident, Suit or Loss: d. Knowledge of any "accident", "claim", "suit" or "loss" will be deemed knowledge by you when notice of such "accident", "claim", "suit" or"loss" has been received by: (1) You, if you are an individual; (2) Any partner or insurance manager if you are a partnership; (3) An executive officer or insurance manager, if you are a corporation; (4) Your members, managers or insurance manager, if you are a limited liability company; or (5) Your officials, trustees, board members or insurance manager, if you are a not-for-profit organization. (Waiver of Subrogation by Contract) J. WAIVER OF SUBROGATION REQUIRED BY CONTRACT Under SECTION IV, BUSINESS AUTO CONDITIONS, A. Loss Conditions 5. Transfer of Rights of Recovery Against Others to Us the following language is added: However, we waive any rights of recovery we may have against the person or organization with whom you have agreed in writing in a contract, agreement or permit, to provide insurance such as is afforded under the policy to which this endorsement is attached. This provision does not apply unless the written contract or written agreement has been executed, or permit has been issued, prior to the "bodily injury" or"property damage." (Unintentional Failure to Disclose) K. UNINTENTIONAL FAILURE TO DISCLOSE Under SECTION IV — BUSINESS AUTO CONDITIONS, B. General Conditions , the following is added to 2. Concealment, Misrepresentation Or Fraud: Your unintentional error in disclosing, or failing to disclose, any material fact existing at the effective date of this Coverage Form, or during the policy period in connection with any additional hazards, will not prejudice your rights under this Coverage Form. (Hired, Leased, Rented or Borrowed Auto Physical Damage) L. HIRED, LEASED, RENTED OR BORROWED AUTO PHYSICAL DAMAGE Under SECTION IV — BUSINESS AUTO CONDITIONS B. General Conditions 5. Other Insurance Paragraph 5.b. is replaced by the following: b. (1) For "Comprehensive" and "Collision" Auto Physical Damage coverage provided by this endorsement, the following are deemed to be covered "autos" you own: (a) Any Covered "auto" you lease, hire, rent or borrow; and (b) Any Covered "auto" hired or rented by your "employee" under a contract in that individual "employee's" name, with your permission, while performing duties related to the conduct of your business. However, any "auto" that is leased, hired, rented or borrowed with a driver is not a covered "auto" (2) Limit of Insurance For This Section The most we will pay for any one "loss" is the lesser of the following: (a) $75,000 per accident, or (b) actual cash value at the time of loss, or (c) cost of repair. Page 6 of 7 Includes copyrighted material of Insurance Services Office, Inc., with its permission. CA 71 09 01 17 Minus a $500 deductible. An adjustment for depreciation and physical condition will be made in determining actual cash value in the event of a total loss. No deductible applies to "loss" caused by fire or lightning. (3) This Hired Auto Physical Damage coverage is excess over any other collectible insurance. (4) Definitions For This Section (a) Comprehensive Coverage: from any cause except the covered "auto's" collision with another object or the covered "auto's" overturn. We will pay glass breakage, "loss" caused by hitting a bird or animal and, "loss" caused by falling objects or missiles. (b) Collision Coverage: caused by the covered "auto's" collision with another object or by the covered "auto's" overturn. (Mental Anguish) M. MENTAL ANGUISH Under SECTION V—DEFINITIONS, C. is replaced by the following: C. "Bodily injury" means bodily injury, sickness or disease sustained by a person including mental anguish or death resulting from bodily injury, sickness, or disease. (Extended Cancellation Condition) N. EXTENDED CANCELLATION CONDITION Under CANCELLATION, of the COMMON POLICY CONDITIONS form, item 2.b. is replaced by the following: b. 60 days before the effective date of cancellation if we cancel for any other reason. CA 71 09 01 17 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 7 of 7 Policy #85316434 CA 73 34 09 15 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NON-CONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM The following language replaces SECTION IV BUSINESS AUTO CONDITIONS Part B. General Conditions 5. Other Insurance c.: c. Regardless of the provisions of Paragraph a. above, this Coverage Form's Covered Autos Liability Coverage is primary for any liability assumed under an "insured contract". This coverage will also be non-contributory if it is required by the terms of the "insured contract". CA 73 34 09 15 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 1 of 1 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 42 03 04 B (Ed. 6.14) TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: All TX Operations 3. Premium: The premium charge for this endorsement shall be 2 percent of the premium developed on payroll in connection with work performed for the above,person(s) or organization(s) arising out of the operations described. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. Date Prepared: August 10, 2017 Carrier: Bridgefield Casualty Insurance Company Effective Date of Endorsement: August 12, 2017 Policy Number: 0196-43838 Countersigned by: Insured: William J. Schultz, Inc. dba Circle C Construction WC 42 03 04 B (Ed. 6-14) "Includes copyright material of the National Council on Compensation Insurance,Inc.used with its permission.Copyright 2014 NCCI" 006125-1 CERTIFICATE OF INSURANCE Page 1 of I 1 SECTION 00 6125 2 CERTIFICATE OF INSURANCE 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 END OF SECTION CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised July 1,2011 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH TANDARD CONSTRUCTION SPECIFICATION DOCUMENTS evision:Fdxumyy2,2016 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 4 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 Article5—Bonds and Insurance.....................................................................................................................16 5.01 Licensed Sureties and Insurers...................................................................................................16 5.02 Performance,Payment,and Maintenance Bonds.......................................................................16 5.03 Certificates of Insurance.............................................................................................................16 5.04 Contractor's Insurance................................................................................................................18 5.05 Acceptance of Bonds and Insurance; Option to Replace...........................................................19 Article 6—Contractor's Responsibilities........................................................................................................19 6.01 Supervision and Superintendence...............................................................................................19 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:FdxumyZ 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 y 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 Revision:Fdxumy2,2016 w Article 10-Changes in the Work; Claims; Extra Work................................................................................38 10.01 Authorized Changes in the Work 10.02 Unauthorized Changes in the Work...........................................................................................39 10.03 Execution of Change Orders.......................................................................................................39 10.04 Extra Work..................................................................................................................................39 10.05 Notification to Surety..................................................................................................................39 10.06 Contract Claims Process.............................................................................................................40 Article 11 -Cost of the Work;Allowances;Unit Price Work; Plans Quantity Measurement......................41 11.01 Cost of the Work.........................................................................................................................41 11.02 Allowances..................................................................................................................................43 11.03 Unit Price Work..........................................................................................................................44 11.04 Plans Quantity Measurement......................................................................................................45 Article 12-Change of Contract Price; Change of Contract Time.................................................................46 12.01 Change of Contract Price............................................................................................................46 12.02 Change of Contract Time............................................................................................................47 12.03 Delays..........................................................................................................................................47 Article 13 -Tests and Inspections; Correction,Removal or Acceptance of Defective Work......................48 13.01 Notice of Defects ........................................................................................................................48 13.02 Access to Work...........................................................................................................................48 13.03 Tests and Inspections..................................................................................................................48 13.04 Uncovering Work........................................................................................................................49 13.05 City May Stop the Work.............................................................................................................49 13.06 Correction or Removal of Defective Work................................................................................50 13.07 Correction Period........................................................................................................................50 13.08 Acceptance of Defective Work...........................:.......................................................................51 13.09 City May Correct Defective Work.............................................................................................51 - Article 14-Payments to Contractor and Completion....................................................................................52 14.01 Schedule of Values......................................................................................................................52 14.02 Progress Payments......................................................................................................................52 14.03 Contractor's Warranty of Title...................................................................................................54 14.04 Partial Utilization..................................................:.....................................................................55 14.05 Final Inspection...........................................................................................................................55 14.06 Final Acceptance.........................................................................................................................55 14.07 Final Payment..............................................................................................................................56 14.08 Final Completion Delayed and Partial Retainage Release........................................................56 ii ........................................................................................................................ 14.09 Waver of Clams 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 Article16-Dispute Resolution......................................................................................................................61 16.01 Methods and Procedures.............................................................................................................61 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fdxumy2,2016 �r 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:Fdxusty2,2016 .. 007200-1 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. T 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:FebnaryZ 2016 007200-1 GENERAL CONDITIONS Page 2 of 63 13. Change Order—A document, which is prepared and approved by the City, which is signed by Contractor and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 14. City— The City of Fort Worth, Texas, a home-rule municipal corporation, authorized and chartered under the Texas State Statutes, acting by its governing body through its City Manager, his designee, or agents authorized under his behalf, each of which is required by Charter to perform specific duties with responsibility for final enforcement of the contracts involving the City of Fort Worth is by Charter vested in the City Manager and is the entity with whom Contractor has entered into the Agreement and for whom the Work is to be performed. 15. City Attorney- The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. 16. City Council - The duly elected and qualified governing body of the City of Fort Worth, Texas. 17. City Manager - The officially appointed and authorized City Manager of the City of Fort Worth,Texas,or his duly authorized representative. - 18. Contract Claim—A demand or assertion by City or Contractor seeking an adjustment of Contract Price or Contract Time, or both, or other relief with respect to the terms of the y 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:Febngffy2,2016 00 72 00-1 GENERAL CONDITIONS Page 3 of 63 25.Damage Claims – A demand for money or services arising from the Project or Site from a third party,City or Contractor exclusive of a Contract Claim. 26.Day or day–A day,unless otherwise defined, shall mean a Calendar Day. 27.Director of Aviation – The officially appointed Director of the Aviation Department of the City of Fort Worth,Texas, or his duly appointed representative, assistant, or agents. - 28.Director of Parks and Community Services – The officially appointed Director of the Parks and Community Services Department of the City of Fort Worth, Texas, or his duly appointed representative,assistant,or agents. 29. Director of Planning and Development – The officially appointed Director of the Planning and Development Department of the City of Fort Worth, Texas, or his duly appointed representative,.assistant, or agents. 30.Director of Transportation Public Works – The officially appointed Director of the Transportation Public Works Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 31. Director of Water Department– The officially appointed Director of the Water Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant,or agents. 32. Drawings—That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 33. Effective Date of the Agreement—The date indicated in the Agreement on which it becomes effective,but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 34. Engineer—The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the City. 35. Extra Work – Additional work made necessary by changes or alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents. Extra work shall be part of the Work. 36.Field Order—A written order issued by City which requires changes in the Work but which does not involve a change in the Contract Price, Contract Time, or the intent of the Engineer. Field Orders are paid from Field Order Allowances incorporated into the Contract by funded work type at the time of award. 37. Final Acceptance – The written notice given by the City to the Contractor that the Work - specified in the Contract Documents has been completed to the satisfaction of the City. CrN OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fdmimy2,2016 00 72 00-1 .� GENERAL CONDITIONS Page 4 of 63 38. Final Inspection – Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 39. General Requirements—Sections of Division 1 of the Contract Documents. 40. Hazardous Environmental Condition—The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto. 41. Hazardous Waste—Hazardous waste is defined as any solid waste listed as hazardous or possesses one or more hazardous characteristics as defined in the federal waste regulations, as amended from time to time. 42. Laws and Regulations Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 43. Liens--Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 44. Major Item–An Item of work included in the Contract Documents that has a total cost equal to or greater than 5%of the original Contract Price or$25,000 whichever is less. 45.Milestone—A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 46. Notice of Award—The written notice by City to the Successful Bidder stating that upon timely compliance by the Successful Bidder with the conditions precedent listed therein, City will sign and deliver the Agreement. 47. Notice to Proceed—A written notice given by City to Contractor fixing the date on which the Contract Time will commence to run and on which Contractor shall start to perform the Work specified in Contract Documents. 48.PCBs—Polychlorinated biphenyls. - 49. Petroleum Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square - inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non-Hazardous Waste and crude oils. 50. Plans–See definition of Drawings. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnoy2,2016 w 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 a.m. and ending at 6:00 p.m., Monday thru Friday(excluding legal holidays). 57. Samples—Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 58. Schedule of Submittals—A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 59. Schedule of Values—A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for reviewing Contractor's Applications for Payment. 60. Site—Lands or areas indicated in the Contract Documents as being 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 past 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 past of the Work at the Site. CITY OF FORT WORTH STANDARD CONSTRUCrION SPECIFICATION DOCUMENTS Revision:FebmaryZ 2016 00 72 00-1 GENERAL CONDITIONS Page 6 of 63 63. Submittals—All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 64. Successful 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 1.023 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:Fdxuary2,2016 - 00 72 00-1 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 v 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 v 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. CTCV OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmary2,2016 0072 00-1 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 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. a 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 R 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:Febmacy2,2016 00 72 00-1 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. 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 y 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:Fd m ry2,2016 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: v 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: T 1. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or v 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. CrrY OF FORT WORTH STANDARD CONSTRUCnON SPECIFICATION DOCUMENTS Revision:FebnauyZ 2016 0072 00-1 GENERAL CONDITIONS Page 11 of 63 B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electronic Data A. Unless otherwise stated in the Supplementary Conditions,the data 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:FebmaryZ 2016 00 72 00-1 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: - I. 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 a 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 T generally recognized as inherent in work of the character provided for in the Contract Documents; _ CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:FebmazyZ 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 in an emergency as required by Paragraph 6.17.A),notify City in writing about such condition. B. Possible Price and Time Adjustments Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time if: 1. Contractor knew of the existence of such conditions at the time Contractor made a final commitment to City with respect to Contract Price and Contract Time by the submission of a Bid or becoming bound under a negotiated contract; or 2. the existence of such condition could reasonably have been discovered or revealed as a result of the examination of the Contract Documents or the Site; or 3. Contractor failed to give the written notice as required by Paragraph 4.03.A. 4.04 Underground Facilities A. Shown or Indicated. The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to City or Engineer by the owners of such Underground Facilities, including City, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1. City and Engineer shall not be responsible for the accuracy or completeness of any such information or data provided by others; and 2. the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibility for: a. reviewing and checking all such information and data; b. locating all Underground Facilities shown or indicated in the Contract Documents; c. coordination and adjustment of the Work with the owners of such Underground Facilities,including City, during construction; and d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown or Indicated.- 1. If an Underground Facility which conflicts with the Work is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fdxuary2,2016 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 4 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 T 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Felnuary2,2016 007200-1 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 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 l condition to be deleted from the Work. City may have such deleted portion of the Work performed by City's own forces or others. Y 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 4.06G shall obligate Contractor to indemnify any + individual or entity from and against the consequences of that individuals 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:Febma<y2,2016 0072 00-1 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 attomey-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 attomey-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:FebmazyZ 2016 = 0072 00-1 GENERAL CONDITIONS Page 17 of 63 2. The Contractor's general liability insurance shall include a, "per project" or "per location", endorsement,which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property&Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required,written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in the Supplementary Conditions 6. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. 7. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 8. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims-made basis,the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims-made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 9. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements + are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 10. Any self-insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:FebmaryZ 2016 007200-1 t 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 T 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 Y 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:Febma<yZ 2016 — 0072 00-1 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:Fdmory2,2016 007200-1 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:Febmazy2,2016 — 00 72 00-1 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 0132 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; CTTY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnay2,2016 007200-1 GENERAL CONDITIONS Page 22 of 63 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a 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 0125 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 T 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:Febmary2,2016 - _ 00 72 00-1 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 fumish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in - City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 6.05.A.2. C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.05.A and 6.05.13. City may require } Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or-equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an"or-equal."City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or w submitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6.05.13. 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:Febmary2,2016 00 72 00-1 GENERAL CONDITIONS Page 24 of 63 G. City Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Change Order. H. Time Extensions:No additional time will be granted for substitutions. 6.06 Concerning Subcontractors, Suppliers, and Others - A. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract,unless otherwise approved by the City. B. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, against whom City may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom Contractor has reasonable objection (excluding those acceptable to City as indicated in Paragraph 6.06.C). C. The City may from time to time require the use of certain Subcontractors, Suppliers, or other individuals or entities on the project, and will provide such requirements in the Supplementary Conditions. D. Minority Business Enterprise Compliance: It is City policy to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MBE goal, Contractor is required to comply with the intent of the City's MBE Ordinance(as amended)by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MBE on the Contract and payment therefor. - 2. Contractor will not make additions, deletions, or substitutions of accepted MBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MBE. Material misrepresentation of any nature will be grounds for termination of the Contract in accordance with Paragraph 15.02.A. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. E. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmary2,2016 007200-1 GENERAL CONDITIONS Page 25 of 63 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity;nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. F. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or fiunishing 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. Penaltyfor Violation. A Contractor or any Subcontractor who does not pay the prevailing wage - shall, upon demand made by the City, pay to the City $60 for each 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:Fdxuary2,2016 00 72 00-1 _ GENERAL CONDITIONS Page 26 of 63 D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General - Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the l lth day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be 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. w 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. T B. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City,from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of T 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:Fdxuary Z 2016 --. _ 0072 00-1 GENERAL CONDITIONS Page 27 of 63 the incorporation in the Work of any invention, design,process,product, or device not specified in the Contract Documents. 6.09 Permits and Utilities A. Contractor obtained permits and licenses. Contractor shall obtain and pay for all construction permits and licenses except those provided for in the Supplementary Conditions or Contract Documents. City shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement, except for permits provided by the City as specified in 6.09.B. City shall pay all charges of utility owners for connections for providing permanent service to the Work. B. City obtained permits and licenses. City will obtain and pay for all permits and licenses as provided for in the Supplementary Conditions or Contract Documents. It will be the Contractor's responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the Contract and the City approves the changes, the Contractor is responsible for obtaining clearances and coordinating with the appropriate regulatory agency. The City will not reimburse the Contractor for any cost associated with these requirements of any City acquired permit. The following are permits the City will obtain if required: 1. Texas Department of Transportation Permits 2. U.S.Army Corps of Engineers Permits 3. Texas Commission on Environmental Quality Permits 4. Railroad Company Permits C. Outstanding permits and licenses. The City anticipates acquisition of and/or access to permits and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding 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:Fdxumy2,2016 007200-1 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. hqp://www.window.state.tx.us/taxinfo/taxfonns/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. T 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:Fdxuazy2,2016 0072 00-1 GENERAL CONDITIONS Page 29 of 63 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work,Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 6.21, Contractor shall indemnify and hold harmless City,from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During 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:Felmiazy2,2016 00 72 00-1 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 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 CrN OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmacy2,2016 0072 00-1 + 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 Order may be issued. B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies, omissions, or correction necessary to conform with the requirements of the Contract Documents, the City shall give the Contractor written notice that such work or changes are to be performed. v 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. CrN OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:FebnzryZ 2016 0072 00-1 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 n 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 CTTY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmazy2,2016 - _ 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.B. The City will give notice of observed defects with reasonable promptness. 6.21 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDENINIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED. IN WHOLE OR IN PART. BY ANY ACT. OMISSION OR NEGLIGENCE OF THE CITY. 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. THIS INDEMNIFICATION PROVISION IS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febrmy2,2016 00 72 00-1 _ GENERAL CONDITIONS Page 34 of 63 SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGIIT WERE CAUSED. IN WHOLE OR IN PART. 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:FebmazyZ 2016 - 0072 00-1 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:FebmatyZ 2016 007200-1 .f 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:Fdxuary2,2016 007200-1 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 T 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 Roberto Sauceda, P.E., or his/her successor pursuant to written notification from the Director of Water. 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 w 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:FelxuazyZ 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 v. 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:Fdxuazy 2,2016 007200-I 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:FelnuatyZ 2016 007200-1 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). w 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:Febmazy2,2016 - 0072 00-1 GENERAL CONDITIONS Page 41 of 63 D. City's written action under Paragraph 10.06.0 will be final and binding, unless City or Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such action or denial. E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not submitted in accordance with this Paragraph 10.06. ARTICLE 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 11.013, 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:FelmaryZ 2016 007200-1 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 a 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. T CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:FebnmryZ 2016 00 72 00-1 GENERAL CONDITIONS Page 43 of 63 h. The costs of premiums for all bonds and insurance Contractor is required by the Contract Documents to purchase and maintain. B. Costs Excluded: The term Cost of the 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 11.0l.B, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to City an itemized cost breakdown together with supporting data. 11.02 Allowances A. Specified Allowance: It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to City. B. Pre-bid Allowances: 1. Contractor agrees that: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Felxuuy2,2016 00 72 00-1 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 R 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. £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. v. 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:Febn=yZ 2016 -' 007200-1 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 SPECIRCATION DOCUMENTS Revision:FebmaryZ 2016 007200-1 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 V� 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 12.01.C.2), and shall include the cost of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work; or 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 12.013.2, 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 11.01.A.1, 11.01.A.2. and 11.01.A.3, the Contractor's additional fee shall be 15 percent except for: _ 1) rental fees for Contractor's own equipment using standard rental rates; 2) bonds and insurance; b. for costs incurred under Paragraph 11.01.A.4 and 11.01.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 12.01.C.2.a and 12.01.C.2.b is that the Subcontractor who actually performs the Work, at whatever CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fcbrmy2,2016 — 00 72 00-1 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 11.0l.A.6, and 11.01.13; 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmazy2,2016 007200-I GENERAL CONDITIONS Page 48 of 63 ARTICLE 13-TESTS AND INSPECTIONS; CORRECTION,REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. - Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 13.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and - testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 13.03 Tests and 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 M 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. V 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:Febnary2,2016 v 00 7200-1 GENERAL CONDITIONS Page 49 of 63 3. Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue Final Payment until the Testing Lab is paid. E. If any Work (or the 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. TM 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 Y 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:FebnzryZ 2016 00 72 00-1 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. CrTY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Felmiazy2,2016 007200-1 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, y 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:Fdmgffy2,2016 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:Fdxuary2,2016 _ 007200-1 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 CONSTRUCrION SPECIFICATION DOCUMENTS Revision:Febmazy2,2016 007200-1 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 x 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 r reasons for such action. 14.03 Contractors 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:FebmacyZ 2016 00 72 00-1 GENERAL CONDITIONS Page 55 of 63 14.04 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and - Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 14.05 Final Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: 1. within 10 days, City will schedule a Final Inspection with Contractor. i 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:FebnruuyyZ 2016 00 72 00-1 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 4 (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:FebmaryZ 2016 007200-1 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 famished 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 fined. 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:Febnmy2,2016 0072 00-1 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 #20020-12-2011 established 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:FebmazyZ 2016 0072 00-1 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 15.023, 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:Febmazy2,2016 007200-1 GENERAL CONDITIONS Page 60 of 63 15.03 City May Terminate For Convenience A. City may, without cause and without prejudice to any other right or remedy of City, terminate the Contract. Any termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of Work under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be ` deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the City. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim, demand or suit shall be required of the City regarding such discretionary action. B. After receipt of a notice of termination, and except as otherwise directed by the City, the Contractor shall: 1. Stop work under the Contract on the date and to the extent specified in the notice of termination; 2. place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the Work under the Contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of the Work terminated by notice of termination; 4. transfer title to the City and deliver in the manner, at the times, and to the extent, if any, i4 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:Febmacy2,2016 007200-1 GENERAL CONDITIONS Page 61 of 63 D. Not later than 15 days thereafter, the City shall accept title to such items provided, that the list submitted shall be subject to verification by the City upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to final settlement. E. Not later than 60 days after the notice of termination, the Contractor shall submit his termination claim to the City in the form and with the certification prescribed by the City. Unless an extension is made in writing within such 60 day period by the Contractor, and granted by the City, any and all such claims shall be conclusively deemed waived. F. In such case, Contractor shall be paid for(without duplication of any items): 1. completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 2. expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work,plus fair and reasonable sums for overhead and profit on such expenses; and 3. reasonable expenses directly attributable to termination. G. In the event of the failure of the Contractor and City to agree upon the whole amount to be paid to the Contractor by reason of the termination of the Work, the City shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. ARTICLE 16—DISPUTE RESOLUTION 16.01 Methods and Procedures A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision under Paragraph 10.06 before such decision becomes final and binding. The request for mediation shall be submitted to the other party to the Contract. Timely submission of the request shall stay the effect of Paragraph 10.06.E. B. City and Contractor shall participate in the mediation process in good faith. The process shall be commenced within 60 days of 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.D 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:Febmffiy2,2016 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. f1. 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. LL 17.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies TM 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:FebmaryZ 2016 r. 007200-1 GENERAL CONDITIONS Page 63 of 63 17.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or - termination or completion of the Contract or termination of the services of Contractor. 17.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS } Revision:Febmary2,2016 007300-1 SUPPLEMENTARY CONDITIONS Page 1 of 7 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 April,2017. 37 38 Outstanding Right-Of-Way,and/or Easements to Be Acquired PARCEL OWNER TARGET DATE NUMBER OF POSSESSION 1-01 AIL INVESTMENT, L.P. 11/15/2017 1-02 LOST SPURS RANCH APARTMENTS, LLC 11/15/2017 1-03 LOST SPURS RANCH APARTMENTS, LLC 11/15/2017 1-04 AIL INVESTMENT, L.P. 11/15/2017 1-05 AIL INVESTMENT, L.P. 11/15/2017 2-01 AIL INVESTMENT, L.P. 11/15/2017 2-02 AIL INVESTMENT, L.P. 11/15/2017 2-03 HW 2421 LAND, L.P. 11/15/2017 2-04 HW 164 LAND, L.P. 11/15/2017 2-05 MARGARET B LEE 11/15/2017 CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised January 22,2016 007300-2 SUPPLEMENTARY CONDITIONS Page 2 of 7 1 The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, 2 and do not bind the City. 3 4 If Contractor considers the final easements provided to differ materially from the representations on the 5 Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work, 6 notify City in writing associated with the differing easement line locations. 7 8 SC-4.01A.2,"Availability of Lands" 9 10 Utilities or obstructions to be removed,adjusted,and/or relocated 11 12 The following is list of utilities and/or obstructions that have not been removed,adjusted,and/or relocated 13 as of April,2017. 14 EXPECTED UTILITY AND LOCATION TARGET DATE OF OWNER ADJUSTMENT None 15 The Contractor understands and agrees that the dates listed above are estimates only,are not guaranteed, 16 and do not bind the City. 17 18 SC-4.02A.,"Subsurface and Physical Conditions" r. 19 20 The following are reports of explorations and tests of subsurface conditions at the site of the Work: 21 22 A Geotechnical Drilling Report No.T 17032,dated September 12,2017,prepared by T. Smith Inspection& 23 Testing,a consultant of the City,providing additional information on geotechnical boring logs. 24 25 The following are drawings of physical conditions in or relating to existing surface and subsurface 26 structures(except Underground Facilities)which are at or contiguous to the site of the Work: 27 None. 28 29 SC-4.06A.,"Hazardous Environmental Conditions at Site" 30 31 The following are reports and drawings of existing hazardous environmental conditions known to the City: 32 None. 33 34 SC-5.03A.,"Certificates of Insurance" 35 36 The entities listed below are"additional insureds as their interest may appear"including their respective 37 officers,directors,agents and employees. 38 39 (1) City 40 (2) Consultant: CP&Y, Inc. 41 (3) Other: None. 42 43 SC-5.04A.,"Contractor's Insurance" 44 45 The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following 46 coverages for not less than the following amounts or greater where required by laws and regulations: 47 48 5.04A.Workers'Compensation,under Paragraph GC-5.04A. 49 CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100261 Revised January 22,2016 007300-3 SUPPLEMENTARY CONDITIONS Page 3 of 7 1 Statutory limits 2 Employer's liability 3 $500,000 each accident/occurrence 4 $500,000 Disease-each employee 5 $500,000 Disease-policy limit 6 7 SC-5.04B.,"Contractor's Insurance" 8 9 5.04B.Commercial General Liability,under Paragraph GC-5.0413.Contractor's Liability Insurance 10 under Paragraph GC-5.04B.,which shall be on a per project basis covering the Contractor with 11 minimum limits of: 12 13 $1,000,000 each occurrence 14 $2,000,000 aggregate limit 15 16 The policy must have an endorsement(Amendment—Aggregate Limits of Insurance)making the - 17 General Aggregate Limits apply separately to each job site. 18 19 The Commercial General Liability Insurance policies shall provide"X","C",and"U"coverage's. TM 20 Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. 21 22 SC 5.04C.,"Contractor's Insurance" 23 5.04C. Automobile Liability,under Paragraph GC-5.04C.Contractor's Liability Insurance under 24 Paragraph GC-5.04C.,which shall be in an amount not less than the following amounts: 25 26 (1) Automobile Liability-a commercial business policy shall provide coverage on"Any Auto", _ 27 defined as autos owned,hired and non-owned. 28 29 $2,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at 30 least: 31 32 $250,000 Bodily Injury per person/ 33 $500,000 Bodily Injury per accident _ 34 $100,000 Property Damage 35 36 SC-5.04D.,"Contractor's Insurance" 37 38 The Contractor's construction activities will require its employees,agents,subcontractors,equipment,and 39 material deliveries to cross railroad properties and tracks owned and operated by Union Pacific Railroad. 40 41 The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, y 42 hinder,or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains 43 or other property. Such operations on railroad properties may require that Contractor to execute a"Right of 44 Entry Agreement"with the particular railroad company or companies involved,and to this end the 45 Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute 46 the right-of-entry(if any)required by a railroad company.The requirements specified herein likewise relate 47 to the Contractor's use of private and/or construction access roads crossing said railroad company's 48 properties. r 49 50 The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide 51 coverage for not less than the following amounts, issued by companies satisfactory to the City and to the 52 Railroad Company for a term that continues for so long as the Contractor's operations and work cross, 53 occupy,or touch railroad property: 54 55 (1) General Aggregate: $4,000.000 UP Railroad CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100261 Revised January 22,2016 007300-4 SUPPLEMENTARY CONDITIONS Page 4 of 7 1 2 (2) Each Occurrence: $2,000.000 UP Railroad 3 4 X Required for this Contract _Not required for this Contract 5 6 7 With respect to the above outlined insurance requirements,the following shall govern: 8 9 1. Where a single railroad company is involved,the Contractor shall provide one insurance policy in 10 the name of the railroad company. However, if more than one grade separation or at-grade 11 crossing is affected by the Project at entirely separate locations on the line or lines of the same 12 railroad company,separate coverage may be required,each in the amount stated above. 13 14 2. Where more than one railroad company is operating on the same right-of-way or where several 15 railroad companies are involved and operated on their own separate rights-of-way, the Contractor 16 may be required to provide separate insurance policies in the name of each railroad company. 17 18 3. If, in addition to a grade separation or an at-grade crossing,other work or activity is proposed on a 19 railroad company's right-of-way at a location entirely separate from the grade separation or at- 20 grade crossing,insurance coverage for this work must be included in the policy covering the grade 21 separation. ` 22 23 4. If no grade separation is involved but other work is proposed on a railroad company's right-of- 24 way,all such other work may be covered in a single policy for that railroad,even though the work 25 may be at two or more separate locations. 26 27 No work or activities on a railroad company's property to be performed by the Contractor shall be 28 commenced until the Contractor has furnished the City with an original policy or policies of the insurance 4 29 for each railroad company named,as required above. All such insurance must be approved by the City and 30 each affected Railroad Company prior to the Contractor's beginning work. 31 32 The insurance specified above must be carried until all Work to be performed on the railroad right-of-way 33 has been completed and the grade crossing,if any,is no longer used by the Contractor. In addition, 34 insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. 35 Such insurance must name the railroad company as the insured,together with any tenant or lessee of the 36 railroad company operating over tracks involved in the Project. 37 38 SC-6.04.,"Project Schedule" 4 39 40 Project schedule shall be tier 3 for the project. 41 42 SC-6.07.,"Wage Rates" 43 44 The following is the prevailing wage rate table(s)applicable to this project and is provided in the 45 Appendixes: 46 2013 Prevailing Wage Rates 47 (Heavy and Highway Construction Projects) 48 49 <Buzzsaw location, Resources/02-Construction Documents/Specifications/Div 00-General 50 Conditions/CFW Wage Rate Table 20080708.pdp 51 52 SC-6.09.,"Permits and Utilities" 53 54 SC-6.09A.,"Contractor obtained permits and licenses" CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100261 Revised January 22,2016 007300-5 SUPPLEMENTARY CONDITIONS Page 5 of 7 1 The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: 2 None. 3 4 SC-6.09B."City obtained permits and licenses" 5 The following are known permits and/or licenses required by the Contract to be acquired by the City:. 6 1. Tarrant County Utility Permit for Old Denton Road 7 2. TxDOT SH 170 Crossing Permit 8 3. Tarrant County Utility Permit for Westport Parkway 9 4. Union Pacific Railroad Crossing Permit — 10 5. TxDOT US 377 Crossing Permit 11 12 SC-6.09C."Outstanding permits and licenses" 13 14 The following is a list of known outstanding permits and/or licenses to be acquired,if any as of November, 15 7,2017: 16 17 Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION Tarrant County Utility Permit for Old Denton Road 11/15/2017 TxDOT SH 170 Crossing Permit 11/15/2017 Tarrant County Utility Permit for Westport Parkway 11/15/2017 = Union Pacific Railroad Crossing Permit 11/15/2017 TxDOT US 377 Crossing Permit 11/15/2017 18 19 SC-6.24B.,"Title VI,Civil Rights Act of 1964 as amended" 20 21 During the performance of this Contract,the Contractor,for itself,its assignees and successors in interest 22 (hereinafter referred to as the "Contractor")agrees as follows: 23 24 1. Compliance with Regulations: The Contractor shall comply with the Regulation relative to 25 nondiscrimination in Federally-assisted programs of the Department of Transportation(hereinafter, 26 "DOT")Title 49,Code of Federal Regulations,Part 21,as they may be amended from time to time, 27 (hereinafter referred to as the Regulations),which are herein incorporated by reference and made a part 28 of this contract.Project activities must comply with the following conditions,as per the Environmental 29 Determination issued by Texas Water Development Board(TWDB)on January 2,2018. ' 30 • Compliance with the terms and conditions of United States Army Corps of Engineers 31 Nationwide Permit 12 for Utility Line Activities; 32 • Standard emergency condition for the discovery of cultural resources;and, 33 • Standard emergency condition for the discovery of threatened and endangered species. 34 35 2. Nondiscrimination: The Contractor,with regard to the work performed by it during the contract,shall 36 not discriminate on the grounds of race,color,or national origin,in the selection and retention of y 37 subcontractors,including procurements of materials and leases of equipment.The Contractor shall not 38 participate either directly or indirectly in the discrimination prohibited by 49 CFR,section 21.5 of the 39 Regulations,including employment practices when the contract covers a program set forth in 40 Appendix B of the Regulations. 41 42 3. Solicitations for Subcontractors,Including Procurements of Materials and Equipment: In all 43 solicitations either by competitive bidding or negotiation made by the contractor for work to be 44 performed under a subcontract,including procurements of materials or leases of equipment,each 45 potential subcontactor or supplier shall be notified by the Contractor of the Contractor's obligations CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised January 22,2016 007300-6 SUPPLEMENTARY CONDITIONS Page 6 of 7 1 under this contract and the Regulations relative to nondiscrimination on the grounds of race,color,or 2 national origin. 3 4 4. Information and Reports: The Contractor shall provide all information and reports required by the 5 Regulations or directives issued pursuant thereto,and shall permit access to its books,records, 6 accounts,other sources of information and its facilities as may be determined by City or the Texas 7 Department of Transportation to be pertinent to ascertain compliance with such Regulations,orders 8 and instructions. Where any information required of a contractor is in the exclusive possession of 9 another who fails or refuses to furnish this information the contractor shall so certify to the City,or the 10 Texas Department of Transportation,as appropriate,and shall set forth what efforts it has made to 11 obtain the information. 12 13 5. Sanctions for Noncompliance: In the event of the Contractor's noncompliance with the 14 nondiscrimination provisions of this Contract,City shall impose such contract sanctions as it or the 15 Texas Department of Transportation may determine to be appropriate,including,but not limited to: 16 17 a. withholding of payments to the Contractor under the Contract until the Contractor 18 complies,and/or 19 b. cancellation,termination or suspension of the Contract,in whole or in part. 20 21 6. Incorporation of Provisions: The Contractor shall include the provisions of paragraphs(1)through 22 (6)in every subcontract,including procurements of materials and leases of equipment, unless exempt 23 by the Regulations,or directives issued pursuant thereto.The Contractor shall take such action with 24 respect to any subcontract or procurement as City or the Texas Department of Transportation may 25 direct as a means of enforcing such provisions including sanctions for non-compliance:Provided, 26 however,that,in the event a contractor becomes involved in,or is threatened with,litigation with a 27 subcontractor or supplier as a result of such direction,the contractor may request City to enter into 28 such litigation to protect the interests of City,and, in addition,the contractor may request the United 29 States to enter into such litigation to protect the interests of the United States. 30 31 Additional Title VI requirements can be found in the Appendix. 32 33 SC-7.02.,"Coordination" 34 35 The individuals or entities listed below have contracts with the City for the performance of other work at 36 the Site: Coordination Authority City of Fort Worth Texas Water Development Board TWDB) Town of Trophy Club Town of West Lake Texas Department of Transportation (TxDOT) Union Paci ec Rail Road 37 38 SC-8.01,"Communications to Contractor" 39 40 Contractor to contact all existing utility providers to verify locations and depths of utilities. 41 42 SC-9.01.,"City's Project Manager" 43 44 The City's Project Manager for this Contract is Roberto Sauceda,P.E.,or his/her successor pursuant to 45 written notification from the Director of Water Department. — 46 47 CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100261 Revised January 22,2016 007300-7 SUPPLEMENTARY CONDITIONS Page 7 of 7 1 SC-13.03C.,"Tests and Inspections" 2 3 None. 4 5 SC-16.01C.1,"Methods and Procedures" 6 7 None. 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 NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100261 Revised January 22,20I6 DIVISION 01 GENERAL REQUIREMENTS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febngffy2,2016 011100-1 SUMMARY OF WORK Pagel of 3 1 SECTION 01 11 00 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. _ 36 a. A reasonable amount of tools,materials,and equipment for construction 37 purposes may be stored in such space,but no more than is necessary to avoid 38 delay in the construction operations. CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised December 20,2012 01 1100-2 SUMMARY OF WORK Page 2 of 3 1 b. Excavated and waste materials shall be stored in such a way as not to interfere 2 with the use of spaces that may be designated to be left free and unobstructed 3 and so as not to inconvenience occupants of adjacent property. - 4 c. If the street is occupied by railroad tracks,the Work shall be carried on in such 5 manner as not to interfere with the operation of the railroad. 6 1) All Work shall be in accordance with railroad requirements set forth in 7 Division 0 as well as the railroad permit. 8 D. Work within Easements 9 1. Do not enter upon private property for any purpose without having previously 10 obtained permission from the owner of such property. 11 2. Do not store equipment or material on private property unless and until the 12 specified approval of the property owner has been secured in writing by the 13 Contractor and a copy furnished to the City. 14 3. Unless specifically provided otherwise,clear all rights-of-way or easements of 15 obstructions which must be removed to make possible proper prosecution of the 16 Work as a part of the project construction operations. 17 4. Preserve and use every precaution to prevent damage to,all trees,shrubbery,plants, 18 lawns,fences,culverts,curbing, and all other types of structures or improvements, 19 to all water,sewer,and gas lines,to all conduits,overhead pole lines,or 20 appurtenances thereof,including the construction of temporary fences and to all 21 other public or private property adjacent to the Work. 22 5. Notify the proper representatives of the owners or occupants of the public or private 23 lands of interest in lands which might be affected by the Work. 24 a. Such notice shall be made at least 48 hours in advance of the beginning of the 25 Work. 26 b. Notices shall be applicable to both public and private utility companies and any 27 corporation,company,individual,or other,either as owners or occupants, - 28 whose land or interest in land might be affected by the Work. 29 c. Be responsible for all damage or injury to property of any character resulting 30 from any act,omission,neglect,or misconduct in the manner or method or 31 execution of the Work, or at any time due to defective work,material,or 32 equipment. 33 6. Fence 34 a. Restore all fences encountered and removed during construction of the Project 35 to the original or a better than original condition. 36 b. Erect temporary fencing in place of the fencing removed whenever the Work is 37 not in progress and when the site is vacated overnight,and/or at all times to 38 provide site security. 39 c. The cost for all fence work within easements,including removal,temporary 40 closures and replacement,shall be subsidiary to the various items bid in the R 41 project proposal,unless a bid item is specifically provided in the proposal. CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised December 20,2012 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] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised December 20,2012 012500-1 SUBSTITUTION PROCEDURES Page 1 of 4 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 I 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 R 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 Y 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: 38 a. Or-equals are unavailable due to strike,discontinued production of products 39 meeting specified requirements,or other factors beyond control of Contractor; 40 or, CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised July 1,2011 012500-2 SUBSTITUTION PROCEDURES Page 2 of 4 1 b. Contractor proposes a cost and/or time reduction incentive to the City. 2 1.5 SUBMITTALS 3 A. See Request for Substitution Form(attached) 4 B. Procedure for Requesting Substitution 5 1. Substitution shall be considered only: .� 6 a. After award of Contract 7 b. Under the conditions stated herein 8 2. Submit 3 copies of each written request for substitution,including: 9 a. Documentation 10 1) Complete data substantiating compliance of proposed substitution with 11 Contract Documents 12 2) Data relating to changes in construction schedule,when a reduction is 13 proposed 14 3) Data relating to changes in cost 15 b. For products 16 1) Product identification 17 a) Manufacturer's name T 18 b) Telephone number and representative contact name 19 c) Specification Section or Drawing reference of originally specified 20 product,including discrete name or tag number assigned to original 21 product in the Contract Documents 22 2) Manufacturer's literature clearly marked to show compliance of proposed 23 product with Contract Documents _ 24 3) Itemized comparison of original and proposed product addressing product 25 characteristics including,but not necessarily limited to: 26 a) Size 27 b) Composition or materials of construction 28 c) Weight 29 d) Electrical or mechanical requirements 30 4) Product experience 31 a) Location of past projects utilizing product 32 b) Name and telephone number of persons associated with referenced 33 projects knowledgeable concerning proposed product -- 34 c) Available field data and reports associated with proposed product 35 5) Samples 36 a) Provide at request of City. _ 37 b) Samples become the property of the City. 38 c. For construction methods: 39 1) Detailed description of proposed method 40 2) Illustration drawings 41 C. Approval or Rejection 42 1. Written approval or rejection of substitution given by the City 43 2. City reserves the right to require proposed product to comply with color and pattern 44 of specified product if necessary to secure design intent. 45 3. In the event the substitution is approved,the resulting cost and/or time reduction 46 will be documented by Change Order in accordance with the General Conditions. CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised July 1,2011 _ 012500-3 SUBSTITUTION PROCEDURES Page 3 of 4 1 4. No additional contract time will be given for substitution. 2 5. Substitution will be rejected if: 3 a. Submittal is not through the Contractor with his stamp of approval 4 b. Request is not made in accordance with this Specification Section 5 c. In the City's opinion,acceptance will require substantial revision of the original 6 design 7 d. In the City's opinion, substitution will not perform adequately the function 8 consistent with the design intent 9 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE 13 A. In making request for substitution or in using an approved product,the Contractor 14 represents that the Contractor: 15 1. Has investigated proposed product,and has determined that it is adequate or 16 superior in all respects to that specified,and that it will perform function for which 17 it is intended 18 2. Will provide same guarantee for substitute item as for product specified 19 3. Will coordinate installation of accepted substitution into Work,to include building 20 modifications if necessary,making such changes as may be required for Work to be 21 complete in all respects 22 4. Waives all claims for additional costs related to substitution which subsequently 23 arise 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 [NOT USED] 28 PART 3- EXECUTION [NOT USED] 29 END OF SECTION 30 Revision Log DATE NAME SUMMARY OF CHANGE 31 CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised July 1,2011 012500-4 SUBSTITUTION PROCEDURES Page 4 of 4 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) r 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 TM 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 NSH 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised July 1,2011 013119-1 PRECONSTRUCTION MEETING Page 1 of 3 1 SECTION 01 31 19 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 v 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 37 d. Any subcontractor or supplier representatives whom the Contractor may desire 38 to invite or the City may request CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised August 17,2012 0131 19-2 PRECONSTRUCTION MEETING Page 2 of 3 1 e. Other City representatives 2 f. Others as appropriate 3 4. Construction Schedule 4 a. Prepare baseline construction schedule in accordance with Section 0132 16 and 5 provide at Preconstruction Meeting. 6 b. City will notify Contractor of any schedule changes upon Notice of - 7 Preconstruction Meeting. 8 5. Preliminary Agenda may include: 9 a. Introduction of Project Personnel 10 b. General Description of Project 11 c. Status of right-of-way,utility clearances,easements or other pertinent permits 12 d. Contractor's work plan and schedule 13 e. Contract Time 14 f. Notice to Proceed 15 g. Construction Staking 16 h. Progress Payments 17 i. Extra Work and Change Order Procedures 18 j. Field Orders 19 k. Disposal Site Letter for Waste Material 20 1. Insurance Renewals 21 m. Payroll Certification 22 n. Material Certifications and Quality Control Testing 23 o. Public Safety and Convenience 24 p. Documentation of Pre-Construction Conditions 25 q. Weekend Work Notification 26 r. Legal Holidays 27 s. Trench Safety Plans 28 t. Confined Space Entry Standards 29 u. Coordination with the City's representative for operations of existing water 30 systems 31 v. Storm Water Pollution Prevention Plan 32 w. Coordination with other Contractors - 33 x. Early Warning System 34 y. Contractor Evaluation 35 z. Special Conditions applicable to the project 36 aa. Damages Claims 37 bb. Submittal Procedures 38 cc. Substitution Procedures 39 dd. Correspondence Routing 40 ee. Record Drawings 41 ff. Temporary construction facilities - 42 gg. M/WBE or MBE/SBE procedures 43 hh. Final Acceptance 44 ii. Final Payment 45 J. Questions or Comments CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised August 17,2012 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 NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised August 17,2012 013120-1 PROJECT MEETINGS Page 1 of 3 1 SECTION 01 31 20 2 PROJECT MEETINGS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provisions for project meetings throughout the construction period to enable orderly 7 review of the progress of the Work and to provide for systematic discussion of 8 potential problems 9 B. Deviations this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include,but are not necessarily limited to: 12 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 13 2. Division 1 —General Requirements 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. Coordination 21 1. Schedule,attend and administer as specified,periodic progress meetings,and 22 specially called meetings throughout progress of the Work. 23 2. Representatives of Contractor,subcontractors and suppliers attending meetings 24 shall be qualified and authorized to act on behalf of the entity each represents. = 25 3. Meetings administered by City may be tape recorded. 26 a. If recorded,tapes will be used to prepare minutes and retained by City for 27 future reference. LL 28 4. Meetings,in addition to those specified in this Section,may be held when requested 29 by the City,Engineer or Contractor. _ 30 B. Pre-Construction Neighborhood Meeting 31 1. After the execution of the Agreement,but before construction is allowed to begin, 32 attend 1 Public Meeting with affected residents to: 33 a. Present projected schedule,including construction start date 34 b. Answer any construction related questions 35 2. Meeting Location 36 a. Location of meeting to be determined by the City. 37 3. Attendees 38 a. Contractor CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised July 1,2011 013120-2 PROJECT MEETINGS Page 2 of 3 1 b. Project Representative 2 c. Other City representatives 3 4. Meeting Schedule 4 a. In general,the neighborhood meeting will occur within the 2 weeks following 5 the pre-construction conference. 6 b. In no case will construction be allowed to begin until this meeting is held. 7 C. Progress Meetings 8 1. Formal project coordination meetings will be held periodically. Meetings will be 9 scheduled and administered by Project Representative. 10 2. Additional progress meetings to discuss specific topics will be conducted on an as- 11 needed basis. Such additional meetings shall include,but not be limited to: 12 a. Coordinating shutdowns 13 b. Installation of piping and equipment 14 c. Coordination between other construction projects 15 d. Resolution of construction issues 16 e. Equipment approval 17 3. The Project Representative will preside at progress meetings,prepare the notes of 18 the meeting and distribute copies of the same to all participants who so request by 19 fully completing the attendance form to be circulated at the beginning of each 20 meeting. 21 4. Attendance shall include: 22 a. Contractor's project manager 23 b. Contractor's superintendent 24 c. Any subcontractor or supplier representatives whom the Contractor may desire 25 to invite or the City may request 26 d. Engineer's representatives 27 e. City's representatives - 28 f. Others,as requested by the Project Representative 29 5. Preliminary Agenda may include: 30 a. Review of Work progress since previous meeting - 31 b. Field observations,problems,conflicts 32 c. Items which impede construction schedule 33 d. Review of off-site fabrication,delivery schedules _ 34 e. Review of construction interfacing and sequencing requirements with other 35 construction contracts 36 f. Corrective measures and procedures to regain projected schedule 37 g. Revisions to construction schedule 38 h. Progress,schedule,during succeeding Work period 39 i. Coordination of schedules _ 40 j. Review submittal schedules 41 k. Maintenance of quality standards 42 1. Pending changes and substitutions 43 m. Review proposed changes for: 44 1) Effect on construction schedule and on completion date 45 2) Effect on other contracts of the Project 46 n. Review Record Documents - 47 o. Review monthly pay request 48 p. Review status of Requests for Information CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised July 1,2011 013120-3 PROJECT MEETINGS Page 3 of 3 1 6. Meeting Schedule 2 a. Progress meetings will be held periodically as determined by the Project 3 Representative. 4 1) Additional meetings may be held at the request of the: 5 a) City 6 b) Engineer 7 c) Contractor 8 7. Meeting Location a 9 a. The City will establish a meeting location. 10 1) To the extent practicable,meetings will be held at the Site. 11 1.5 SUBMITTALS [NOT USED] 12 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 13 1.7 CLOSEOUT SUBMITTALS [NOT USED] T 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 END OF SECTION 22 Revision Log DATE NAME SUMMARY OF CHANGE 23 f CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised July 1,2011 013216-1 CONSTRUCTION PROGRESS SCHEDULE Page 1 of 5 1 SECTION 0132 16 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. 39 3. Progress Schedule-Monthly submittal of a progress schedule documenting 40 progress on the project and any changes anticipated. CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised July 1,2011 013216-2 CONSTRUCTION PROGRESS SCHEDULE Page 2 of 5 1 4. Schedule Narrative-Concise narrative of the schedule including schedule 2 changes, expected delays,key schedule issues,critical path items,etc 3 B. Reference Standards 4 1. City of Fort Worth Schedule Guidance Document 5 1.4 ADMINISTRATIVE REQUIREMENTS - 6 A. Baseline Schedule 7 1. General 8 a. Prepare a cost-loaded baseline Schedule using approved software and the 9 Critical Path Method(CPM) as required in the City of Fort Worth Schedule 10 Guidance Document. 11 b. Review the draft cost-loaded baseline Schedule with the City to demonstrate 12 understanding of the work to be performed and known issues and constraints 13 related to the schedule. 14 c. Designate an authorized representative(Project Scheduler)responsible for 15 developing and updating the schedule and preparing reports. 16 B. Progress Schedule 17 1. Update the progress Schedule monthly as required in the City of Fort Worth 18 Schedule Guidance Document. 19 2. Prepare the Schedule Narrative to accompany the monthly progress Schedule. 20 3. Change Orders 21 a. Incorporate approved change orders,resulting in a change of contract time,in 22 the baseline Schedule in accordance with City of Fort Worth Schedule - 23 Guidance Document. 24 C. Responsibility for Schedule Compliance 25 1. Whenever it becomes apparent from the current progress Schedule and CPM Status 26 Report that delays to the critical path have resulted and the Contract completion 27 date will not be met,or when so directed by the City,make some or all of the 28 following actions at no additional cost to the City 29 a. Submit a Recovery Plan to the City for approval revised baseline Schedule 30 outlining: 31 1) A written statement of the steps intended to take to remove or arrest the - 32 delay to the critical path in the approved schedule 33 2) Increase construction manpower in such quantities and crafts as will 34 substantially eliminate the backlog of work and return current Schedule to -- 35 meet projected baseline completion dates 36 3) Increase the number of working hours per shift,shifts per day,working 37 days per week,the amount of construction equipment,or any combination _ 38 of the foregoing,sufficiently to substantially eliminate the backlog of work 39 4) Reschedule activities to achieve maximum practical concurrency of 40 accomplishment of activities, and comply with the revised schedule _ 41 2. If no written statement of the steps intended to take is submitted when so requested 42 by the City,the City may direct the Contractor to increase the level of effort in 43 manpower(trades),equipment and work schedule (overtime,weekend and holiday 44 work,etc.)to be employed by the Contractor in order to remove or arrest the delay 45 to the critical path in the approved schedule. 46 a. No additional cost for such work will be considered. CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised July 1,2011 013216-3 CONSTRUCTION PROGRESS SCHEDULE Page 3 of 5 1 D. The Contract completion time will be adjusted only for causes specified in this 2 Contract. 3 a. Requests for an extension of any Contract completion date must be 4 supplemented with the following: 5 1) Furnish justification and supporting evidence as the City may deem 6 necessary to determine whether the requested extension of time is entitled 7 under the provisions of this Contract. 8 a) The City will,after receipt of such justification and supporting 9 evidence,make findings of fact and will advise the Contractor,in 10 writing thereof. 11 2) If the City finds that the requested extension of time is entitled,the City's 12 determination as to the total number of days allowed for the extensions 13 shall be based upon the approved total baseline schedule and on all data 14 relevant to the extension. 15 a) Such data shall be included in the next updating of the Progress 16 schedule. 17 b) Actual delays in activities which,according to the Baseline schedule, 18 do not affect any Contract completion date shown by the critical path in x 19 the network will not be the basis for a change therein. 20 2. Submit each request for change in Contract completion date to the City within 30 21 days after the beginning of the delay for which a time extension is requested but 22 before the date of final payment under this Contract. 23 a. No time extension will be granted for requests which are not submitted within 24 the foregoing time limit. 25 b. From time to time,it may be necessary for the Contract schedule or completion 26 time to be adjusted by the City to reflect the effects of j ob conditions,weather, 27 technical difficulties,strikes,unavoidable delays on the part of the City or its 28 representatives,and other unforeseeable conditions which may indicate 29 schedule adjustments or completion time extensions. 30 1) Under such conditions,the City will direct the Contractor to reschedule the 31 work or Contract completion time to reflect the changed conditions and the 32 Contractor shall revise his schedule accordingly. 33 a) No additional compensation will be made to the Contractor for such 34 schedule changes except for unavoidable overall contract time 35 extensions beyond the actual completion of unaffected work,in which 36 case the Contractor shall take all possible action to minimize any time 37 extension and any additional cost to the City. 38 b) Available float time in the Baseline schedule may be used by the City 39 as well as by the Contractor. 40 3. Float or slack time is defined as the amount of time between the earliest start date 41 and the latest start date or between the earliest finish date and the latest finish date 42 of a chain of activities on the Baseline Schedule. 43 a. Float or slack time is not for the exclusive use or benefit of either the 44 Contractor or the City. 45 b. Proceed with work according to early start dates, and the City shall have the 46 right to reserve and apportion float time according to the needs of the project. CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised July 1,2011 013216-4 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 5 1 c. Acknowledge and agree that actual delays,affecting paths of activities 2 containing float time,will not have any effect upon contract completion times, 3 providing that the actual delay does not exceed the float time associated with — 4 those activities. 5 E. Coordinating Schedule with Other Contract Schedules 6 1. Where work is to be performed under this Contract concurrently with or contingent - 7 upon work performed on the same facilities or area under other contracts,the 8 Baseline Schedule shall be coordinated with the schedules of the other contracts. 9 a. Obtain the schedules of the other appropriate contracts from the City for the 10 preparation and updating of Baseline schedule and make the required changes 11 in his schedule when indicated by changes in corresponding schedules. 12 2. In case of interference between the operations of different contractors,the City will k 13 determine the work priority of each contractor and the sequence of work necessary 14 to expedite the completion of the entire Project. 15 a. In such cases,the decision of the City shall be accepted as final. - 16 b. The temporary delay of any work due to such circumstances shall not be 17 considered as justification for claims for additional compensation. 18 1.5 SUBMITTALS 19 A. Baseline Schedule 20 1. Submit Schedule in native file format and pdf format as required in the City of Fort - 21 Worth Schedule Guidance Document. 22 a. Native file format includes: 23 1) Primavera(P6 or Primavera Contractor) 24 2. Submit draft baseline Schedule to City prior to the pre-construction meeting and 25 bring in hard copy to the meeting for review and discussion. 26 B. Progress Schedule 27 1. Submit progress Schedule in native file format and pdf format as required in the 28 City of Fort Worth Schedule Guidance Document. 29 2. Submit progress Schedule monthly no later than the last day of the month. 30 C. Schedule Narrative 31 1. Submit the schedule narrative in pdf format as required in the City of Fort Worth 32 Schedule Guidance Document. 33 2. Submit schedule narrative monthly no later than the last day of the month. 34 D. Submittal Process r 35 1. The City administers and manages schedules through Buzzsaw. 36 2. Contractor shall submit documents as required in the City of Fort Worth Schedule - 37 Guidance Document. 38 3. Once the project has been completed and Final Acceptance has been issued by the 39 City,no further progress schedules are required. CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised July 1,2011 y 013216-5 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 5 1 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 1.8 MAINTENANCE MATERIAL 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 NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised July 1,2011 013233-1 PRECONSTRUCTION VIDEO Pagel of 2 1 SECTION 0132 33 r 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 Y 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 site/alignment,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 SUBMITTALS/INFORMATIONAL 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] 33 PART 2- PRODUCTS [NOT USED] CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised July 1,2011 013233-2 PRECONSTRUCTION VIDEO Page 2 of 2 1 PART 3- EXECUTION [NOT USED] 2 END OF SECTION 3 Revision Log DATE NAME SUMMARY OF CHANGE 4 CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised July 1,2011 013300-1 SUBMITTALS Page 1 of 8 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 h 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 a 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 39 c. No extension of time will be authorized because of the Contractor's failure to 40 transmit submittals sufficiently in advance of the Work. CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised December 20,2012 013300-2 SUBMITTALS Page 2 of S 1 d. Make submittals promptly in accordance with approved schedule,and in such 2 sequence as to cause no delay in the Work or in the work of any other 3 contractor. — 4 B. Submittal Numbering 5 1. When submitting shop drawings or samples,utilize a 9-character submittal cross- _ 6 reference identification numbering system in the following manner: 7 a. Use the first 6 digits of the applicable Specification Section Number. 8 b. For the next 2 digits number use numbers 01-99 to sequentially number each 9 initial separate item or drawing submitted under each specific Section number. 10 c. Last use a letter,A-Z, indicating the resubmission of the same drawing(i.e. 11 A=2nd submission,B=3rd submission,Cath submission,etc.). A typical 12 submittal number would be as follows: 13 14 03 30 00-08-B 15 16 1) 03 30 00 is the Specification Section for Concrete T 17 2) 08 is the eighth initial submittal under this Specification Section 18 3) B is the third submission(second resubmission)of that particular shop 19 drawing 20 C. Contractor Certification 21 1. Review shop drawings,product data and samples,including those by — 22 subcontractors,prior to submission to determine and verify the following: 23 a. Field measurements 24 b. Field construction criteria 25 c. Catalog numbers and similar data 26 d. Conformance with the Contract Documents 27 2. Provide each shop drawing,sample and product data submitted by the Contractor _ 28 with a Certification Statement affixed including: 29 a. The Contractor's Company name 30 b. Signature of submittal reviewer 31 c. Certification Statement 32 1) "By this submittal,I hereby represent that I have determined and verified 33 field measurements,field construction criteria,materials,dimensions, 34 catalog numbers and similar data and I have checked and coordinated each 35 item with other applicable approved shop drawings." 36 D. Submittal Format 37 1. Fold shop drawings larger than 8 '/2 inches x 11 inches to 8 'h inches x I I inches. 38 2. Bind shop drawings and product data sheets together. 39 3. Order LL 40 a. Cover Sheet 41 1) Description of Packet 42 2) Contractor Certification 43 b. List of items/Table of Contents 44 c. Product Data/Shop Drawings/Samples/Calculations 45 E. Submittal Content 46 1. The date of submission and the dates of any previous submissions CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised December 20,2012 013300-3 SUBMITTALS Page 3 of 8 1 2. The Project title and number 2 3. Contractor identification 3 4. The names of- 4 a. Contractor 5 b. Supplier 6 c. Manufacturer 7 5. Identification of the product,with the Specification Section number,page and 8 paragraph(s) 9 6. Field dimensions, clearly identified as such 10 7. Relation to adjacent or critical features of the Work or materials 11 8. Applicable standards,such as ASTM or Federal Specification numbers 12 9. Identification by highlighting of deviations from Contract Documents 13 10. Identification by highlighting of revisions on resubmittals 14 11. An 8-inch x 3-inch blank space for Contractor and City stamps 15 F. Shop Drawings 16 1. As specified in individual Work Sections includes,but is not necessarily limited to: 17 a. Custom-prepared data such as fabrication and erection/installation(working) 18 drawings 19 b. Scheduled information 20 c. Setting diagrams 21 d. Actual shopwork manufacturing instructions 22 e. Custom templates 23 f. Special wiring diagrams 24 g. Coordination drawings 25 h. Individual system or equipment inspection and test reports including: - 26 1) Performance curves and certifications 27 i. As applicable to the Work 28 2. Details 29 a. Relation of the various parts to the main members and lines of the structure 30 b. Where correct fabrication of the Work depends upon field measurements 31 1) Provide such measurements and note on the drawings prior to submitting 32 for approval. 33 G. Product Data 34 1. For submittals of product data for products included on the City's Standard Product 35 List,clearly identify each item selected for use on the Project. 36 2. For submittals of product data for products not included on the City's Standard 37 Product List,submittal data may include,but is not necessarily limited to: 38 a. Standard prepared data for manufactured products(sometimes referred to as 39 catalog data) 40 1) Such as the manufacturer's product specification and installation 41 instructions 42 2) Availability of colors and patterns 43 3) Manufacturer's printed statements of compliances and applicability 44 4) Roughing-in diagrams and templates 45 5) Catalog cuts 46 6) Product photographs CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised December 20,2012 013300-4 SUBMITTALS Page 4 of 8 1 7) Standard wiring diagrams 2 8) Printed performance curves and operational-range diagrams 3 9) Production or quality control inspection and test reports and certifications 4 10) Mill reports 5 11) Product operating and maintenance instructions and recommended 6 spare-parts listing and printed product warranties 7 12) As applicable to the Work 8 H. Samples 9 1. As specified in individual Sections,include,but are not necessarily limited to: 10 a. Physical examples of the Work such as: 11 1) Sections of manufactured or fabricated Work 12 2) Small cuts or containers of materials 13 3) Complete units of repetitively used products color/texture/pattern swatches 14 and range sets 15 4) Specimens for coordination of visual effect 16 5) Graphic symbols and units of Work to be used by the City for independent 17 inspection and testing,as applicable to the Work 18 I. Do not start Work requiring a shop drawing, sample or product data nor any material to ` 19 be fabricated or installed prior to the approval or qualified approval of such item. 20 1. Fabrication performed,materials purchased or on-site construction accomplished 21 which does not conform to approved shop drawings and data is at the Contractor's 22 risk. 23 2. The City will not be liable for any expense or delay due to corrections or remedies 24 required to accomplish conformity. 25 3. Complete project Work,materials,fabrication,and installations in conformance 26 with approved shop drawings,applicable Samples,and product data. 27 J. Submittal Distribution 28 1. Electronic Distribution 29 a. Confirm development of Project directory for electronic submittals to be 30 uploaded to City's Buzzsaw site,or another external FTP site approved by the 31 City. 32 b. Shop Drawings _ 33 1) Upload submittal to designated project directory and notify appropriate 34 City representatives via email of submittal posting. 35 2) Hard Copies 36 a) 3 copies for all submittals 37 b) If Contractor requires more than 1 hard copy of Shop Drawings 38 returned, Contractor shall submit more than the number of copies listed 39 above. 40 c. Product Data 41 1) Upload submittal to designated project directory and notify appropriate 42 City representatives via email of submittal posting. 43 2) Hard Copies 44 a) 3 copies for all submittals 45 d. Samples _ 46 1) Distributed to the Project Representative 47 2. Hard Copy Distribution(if required in lieu of electronic distribution) CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised December 20,2012 013300-5 SUBMITTALS Page 5 of 8 1 a. Shop Drawings 2 1) Distributed to the City 3 2) Copies 4 a) 8 copies for mechanical submittals 5 b) 7 copies for all other submittals 4 6 c) If Contractor requires more than 3 copies of Shop Drawings returned, 7 Contractor shall submit more than the number of copies listed above. 8 b. Product Data 9 1) Distributed to the City 10 2) Copies 11 a) 4 copies 12 c. Samples -� 13 1) Distributed to the Project Representative 14 2) Copies 15 a) Submit the number stated in the respective Specification Sections. 16 3. Distribute reproductions of approved shop drawings and copies of approved 17 product data and samples,where required,to the job site file and elsewhere as 18 directed by the City. 19 a. Provide number of copies as directed by the City but not exceeding the number 20 previously specified. 21 K. Submittal Review 22 1. The review of shop drawings, data and samples will be for general conformance 23 with the design concept and Contract Documents. This is not to be construed as: 24 a. Permitting any departure from the Contract requirements 25 b. Relieving the Contractor of responsibility for any errors,including details, 26 dimensions,and materials 27 c. Approving departures from details furnished by the City,except as otherwise 28 provided herein 29 2. The review and approval of shop drawings,samples or product data by the City 30 does not relieve the Contractor from his/her responsibility with regard to the 31 fulfillment of the terms of the Contract. 32 a. All risks of error and omission are assumed by the Contractor,and the City will 33 have no responsibility therefore. 34 3. The Contractor remains responsible for details and accuracy,for coordinating the 35 Work with all other associated work and trades, for selecting fabrication processes, 36 for techniques of assembly and for performing Work in a safe manner. 37 4. If the shop drawings, data or samples as submitted describe variations and show a 38 departure from the Contract requirements which City finds to be in the interest of 39 the City and to be so minor as not to involve a change in Contract Price or time for 40 performance,the City may return the reviewed drawings without noting an 41 exception. 42 5. Submittals will be returned to the Contractor under 1 of the following codes: 43 a. Code 1 44 1) "NO EXCEPTIONS TAKEN' is assigned when there are no notations or 45 comments on the submittal. 46 a) When returned under this code the Contractor may release the 47 equipment and/or material for manufacture. 48 b. Code 2 CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100261 Revised December 20,2012 013300-6 SUBMITTALS Page 6 of 8 1 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of 2 the notations and comments IS NOT required by the Contractor. 3 a) The Contractor may release the equipment or material for manufacture; — 4 however,all notations and comments must be incorporated into the 5 final product. 6 c. Code 3 - 7 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is 8 assigned when notations and comments are extensive enough to require a 9 resubmittal of the package. _ 10 a) The Contractor may release the equipment or material for manufacture; 11 however,all notations and comments must be incorporated into the 12 final product. 13 b) This resubmittal is to address all comments,omissions and 14 non-conforming items that were noted. 15 c) Resubmittal is to be received by the City within 15 Calendar Days of 16 the date of the City's transmittal requiring the resubmittal. 17 d. Code 4 18 1) "NOT APPROVED"is assigned when the submittal does not meet the 19 intent of the Contract Documents. 20 a) The Contractor must resubmit the entire package revised to bring the 21 submittal into conformance. 22 b) It may be necessary to resubmit using a different manufacturer/vendor 23 to meet the Contract Documents. 24 6. Resubmittals 25 a. Handled in the same manner as fust submittals 26 1) Corrections other than requested by the City 27 2) Marked with revision triangle or other similar method 28 a) At Contractor's risk if not marked _ 29 b. Submittals for each item will be reviewed no more than twice at the City's 30 expense. 31 1) All subsequent reviews will be performed at times convenient to the City 32 and at the Contractor's expense,based on the City's or City 33 Representative's then prevailing rates. 34 2) Provide Contractor reimbursement to the City within 30 Calendar Days for 35 all such fees invoiced by the City. 36 c. The need for more than 1 resubmission or any other delay in obtaining City's 37 review of submittals,will not entitle the Contractor to an extension of Contract 38 Time. 39 7. Partial Submittals 40 a. City reserves the right to not review submittals deemed partial,at the City's 41 discretion. - 42 b. Submittals deemed by the City to be not complete will be returned to the 43 Contractor,and will be considered"Not Approved"until resubmitted. 44 c. The City may at its option provide a list or mark the submittal directing the - 45 Contractor to the areas that are incomplete. 46 8. If the Contractor considers any correction indicated on the shop drawings to 47 constitute a change to the Contract Documents,then written notice must be — 48 provided thereof to the City at least 7 Calendar Days prior to release for 49 manufacture. CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised December 20,2012 013300-7 SUBMITTALS Page 7 of 8 1 9. When the shop drawings have been completed to the satisfaction of the City,the 2 Contractor may carry out the construction in accordance therewith and no further 3 changes therein except upon written instructions from the City. 4 10. Each submittal,appropriately coded,will be returned within 30 Calendar Days 5 following receipt of submittal by the City. 6 L. Mock ups 7 1. Mock Up units as specified in individual Sections,include,but are not necessarily 8 limited to,complete units of the standard of acceptance for that type of Work to be 9 used on the Project. Remove at the completion of the Work or when directed. 10 M. Qualifications 11 1. If specifically required in other Sections of these Specifications, submit a P.E. 12 Certification for each item required. 13 N. Request for Information(RFI) 14 1. Contractor Request for additional information 15 a. Clarification or interpretation of the contract documents 16 b. When the Contractor believes there is a conflict between Contract Documents 17 c. When the Contractor believes there is a conflict between the Drawings and 18 Specifications 19 1) Identify the conflict and request clarification 20 2. Use the Request for Information(RFI)form provided by the City. 21 3. Numbering of RFI 22 a. Prefix with"RFP'followed by series number,"-xxx",beginning with"01"and -' 23 increasing sequentially with each additional transmittal. 24 4. Sufficient information shall be attached to permit a written response without further 25 information. 26 5. The City will log each request and will review the request. 27 a. If review of the project information request indicates that a change to the 28 Contract Documents is required,the City will issue a Field Order or Change 29 Order,as appropriate. 30 1.5 SUBMITTALS [NOT USED] 31 1.6 ACTION SUBMITTALS/INFORMATIONAL 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] 35 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 36 1.11 FIELD [SITE] CONDITIONS [NOT USED] 37 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised December 20,2012 013300-8 SUBMITTALS Page 8 of 8 1 PART 2 - PRODUCTS [NOT USED] 2 PART 3 - EXECUTION [NOT USED] 3 END OF SECTION 4 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 1.4.K.8.Working Days modified to Calendar Days 5 CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised December 20,2012 013513-1 SPECIAL PROJECT PROCEDURES Page 1 of 8 1 SECTION 0135 13 2 SPECIAL PROJECT PROCEDURES 3 PART1 - 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 . 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. 1.2 A. 1. Coordination within railroad permit area is subsidia to o theln'neline 20 2. 1.2 A. 2. Railroad Flagmen are subsidiary to the pipeline. 21 C. Related Specification Sections include,but are not necessarily limited to: 22 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 23 2. Division 1 —General Requirements 24 3. Section 33 12 25—Connection to Existing Water Mains 25 1.2 PRICE AND PAYMENT PROCEDURES 26 A. Measurement and Payment 27 1. Coordination within Railroad permit areas 28 a. Measurement 29 1) Measurement for this Item will be by hmV sum. subsidia to the 30 installation of the 1ipeline. 31 b. Payment 32 1) The work performed and materials furnished in accordance with this Item 33 will be . 34 subsidiary to the pipeline. 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 CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised December 20,2012 013513-2 SPECIAL PROJECT PROCEDURES Page 2 of 8 1 6) Other requirements associated with general coordination with Railroad, 2 including additional employees required to protect the right-of-way and 3 property of the Railroad from damage arising out of and/or from the — 4 construction of the Project. 5 2. Railroad Flagmen 6 a. Measurement ... 7 1) Measurement for this Item will be per- eFWfig de-Y.-subsidiary to the 8 installation of the pipeline. 9 b. Payment 10 1) The work performed and materials furnished in accordance with this Item 11 will be 12 ,Sit,-- subsidiary to the installation of the pipeline. _ 13 c. The price bid shall include: 14 1) Coordination for scheduling flagmen 15 2) Flagmen 16 3) Other requirements associated with Railroad 17 3. All other items 18 a. Work associated with these Items is considered subsidiary to the various Items 19 bid. No separate payment will be allowed for this Item. 20 1.3 REFERENCES 21 A. Reference Standards 22 1. Reference standards cited in this Specification refer to the current reference 23 standard published at the time of the latest revision date logged at the end of this 24 Specification,unless a date is specifically cited. — 25 2. Health and Safety Code,Title 9. Safety, Subtitle A. Public Safety,Chapter 752. 26 High Voltage Overhead Lines. 27 3. North Central Texas Council of Governments(NCTCOG)—Clean Construction = 28 Specification 29 1.4 ADMINISTRATIVE REQUIREMENTS - 30 A. Coordination with the Texas Department of Transportation 31 1. When work in the right-of-way which is under the jurisdiction of the Texas _ 32 Department of Transportation(TxDOT): 33 a. Notify the Texas Department of Transportation prior to commencing any work 34 therein in accordance with the provisions of the permit 35 b. All work performed in the TxDOT right-of-way shall be performed in - 36 compliance with and subject to approval from the Texas Department of 37 Transportation 38 B. Work near High Voltage Lines - 39 1. Regulatory Requirements 40 a. All Work near High Voltage Lines(more than 600 volts measured between 41 conductors or between a conductor and the ground)shall be in accordance with 42 Health and Safety Code,Title 9, Subtitle A,Chapter 752. 43 2. Warning sign 44 a. Provide sign of sufficient size meeting all OSHA requirements. CITY OF FORT WORTH NSH 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised December 20,2012 013513-3 SPECIAL PROJECT PROCEDURES Page 3 of 8 1 3. Equipment operating within 10 feet of high voltage lines will require the following 2 safety features 3 a. Insulating cage-type of guard about the boom or arm 4 b. Insulator links on the lift hook connections for back hoes or dippers 5 c. Equipment must meet the safety requirements as set forth by OSHA and the 6 safety requirements of the owner of the high voltage lines 7 4. Work within 6 feet of high voltage electric lines 8 a. Notification shall be given to: 9 1) The power company(example:ONCOR) 10 a) Maintain an accurate log of all such calls to power company and record 11 action taken in each case. 12 b. Coordination with power company 13 1) After notification coordinate with the power company to: 14 a) Erect temporary mechanical barriers,de-energize the lines,or raise or 15 lower the lines 16 c. No personnel may work within 6 feet of a high voltage line before the above 17 requirements have been met. - 18 C. Confined Space Entry Program 19 1. Provide and follow approved Confined Space Entry Program in accordance with 20 OSHA requirements. 21 2. Confined Spaces include: 22 a. Manholes 23 b. All other confined spaces in accordance with OSHA's Permit Required for _ 24 Confined Spaces 25 D. Air Pollution Watch Days 26 1. General 27 a. Observe the following guidelines relating to working on City construction sites 28 on days designated as"AIR POLLUTION WATCH DAYS". 29 b. Typical Ozone Season 30 1) May 1 through October 31. 31 c. Critical Emission Time 32 1) 6:00 a.m.to 10:00 a.m. y 33 2. Watch Days 34 a. The Texas Commission on Environmental Quality(TCEQ), in coordination 35 with the National Weather Service,will issue the Air Pollution Watch by 3:00 36 p.m. on the afternoon prior to the WATCH day. 37 b. Requirements 38 1) Begin work after 10:00 a.m.whenever construction phasing requires the 39 use of motorized equipment for periods in excess of 1 hour. 40 2) However,the Contractor may begin work prior to 10:00 a.m. if: 41 a) Use of motorized equipment is less than 1 hour, or 42 b) If equipment is new and certified by EPA as "Low Emitting", or 43 equipment burns Ultra Low Sulfur Diesel(ULSD),diesel emulsions,or 44 alternative fuels such as CNG. Y 45 E. TCEQ Air Permit 46 1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ. 47 . CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised December 20,2012 013513-4 SPECIAL PROJECT PROCEDURES Page 4 of 8 1 3 ,- 4 5 6 G. Water Department Coordination 7 1. During the construction of this project,it will be necessary to deactivate,for a 8 period of time,existing lines. The Contractor shall be required to coordinate with 9 the Water Department to determine the best times for deactivating and activating — 10 those lines. 11 2. Coordinate any event that will require connecting to or the operation of an existing 12 City water line system with the City's representative. 13 a. Coordination shall be in accordance with Section 33 12 25. 14 b. If needed,obtain a hydrant water meter from the Water Department for use 15 during the life of named project. — 16 c. In the event that a water valve on an existing live system be turned off and on 17 to accommodate the construction of the project is required,coordinate this 18 activity through the appropriate City representative. 19 1) Do not operate water line valves of existing water system. 20 a) Failure to comply will render the Contractor in violation of Texas Penal 21 Code Title 7,Chapter 28.03 (Criminal Mischief)and the Contractor r 22 will be prosecuted to the full extent of the law. 23 b) In addition,the Contractor will assume all liabilities and 24 responsibilities as a result of these actions. 25 H. Public Notification Prior to Beginning Construction 26 1. Prior to beginning construction on any block in the project, on a block by block 27 basis,prepare and deliver a notice or flyer of the pending construction to the front 28 door of each residence or business that will be impacted by construction.The notice 29 shall be prepared as follows: 30 a. Post notice or flyer 7 days prior to beginning any construction activity on each y 31 block in the project area. 32 1) Prepare flyer on the Contractor's letterhead and include the following 33 information: 34 a) Name of Project 35 b) City Project No(CPN) 36 c) Scope of Project(i.e.type of construction activity) 37 d) Actual construction duration within the block 38 e) Name of the contractor's foreman and phone number 39 f) Name of the City's inspector and phone number 40 g) City's after-hours phone number " 41 2) A sample of the `pre-construction notification' flyer is attached as Exhibit 42 A. 43 3) Submit schedule showing the construction start and finish time for each - 44 block of the project to the inspector. 45 4) Deliver flyer to the City Inspector for review prior to distribution. 46 b. No construction will be allowed to begin on any block until the flyer is ,.. 47 delivered to all residents of the block. 48 I. Public Notification of Temporary Water Service Interruption during Construction CITY OF FORT WORTH NSH 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised December 20,2012 013513-5 SPECIAL PROJECT PROCEDURES Page 5 of 8 1 1. In the event it becomes necessary to temporarily shut down water service to 2 residents or businesses during construction,prepare and deliver a notice or flyer of 3 the pending interruption to the front door of each affected resident. 4 2. Prepared notice as follows: 5 a. The notification or flyer shall be posted 24 hours prior to the temporary 6 interruption. 7 b. Prepare flyer on the contractor's letterhead and include the following 8 information: r 9 1) Name of the project 10 2) City Project Number 11 3) Date of the interruption of service 12 4) Period the interruption will take place 13 5) Name of the contractor's foreman and phone number 14 6) Name of the City's inspector and phone number 15 c. A sample of the temporary water service interruption notification is attached as 16 Exhibit B. 17 d. Deliver a copy of the temporary interruption notification to the City inspector 18 for review prior to being distributed. 19 e. No interruption of water service can occur until the flyer has been delivered to 20 all affected residents and businesses. 21 f. Electronic versions of the sample flyers can be obtained from the Project 22 Construction Inspector. 23 J. Coordination with United States Army Corps of Engineers(USACE) 24 1. At locations in the Project where construction activities occur in areas where 25 USACE permits are required,meet all requirements set forth in each designated 26 permit. 27 K. Coordination within Railroad Permit Areas 28 1. At locations in the project where construction activities occur in areas where 29 railroad permits are required,meet all requirements set forth in each designated 30 railroad permit. This includes,but is not limited to,provisions for: 31 a. Flagmen 32 b. Inspectors 33 c. Safety training 34 d. Additional insurance 35 e. Insurance certificates 36 f. Other employees required to protect the right-of-way and property of the 37 Railroad Company from damage arising out of and/or from the construction of 38 the project. Proper utility clearance procedures shall be used in accordance 39 with the permit guidelines. ' 40 2. Obtain any supplemental information needed to comply with the railroad's 41 requirements. 42 3. Railroad Flagmen ` 43 a. Submit receipts to City for verification of working days that railroad flagmen 44 were present on Site. 45 L. Dust Control 46 1. Use acceptable measures to control dust at the Site. 47 a. If water is used to control dust, capture and properly dispose of waste water. CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised December 20,2012 013513-6 SPECIAL PROJECT PROCEDURES Page 6 of 8 1 b. If wet saw cutting is performed,capture and properly dispose of slurry. 2 M. Employee Parking _ 3 1. Provide parking for employees at locations approved by the City. 4 1.5 SUBMITTALS [NOT USED] 5 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 6 1.7 CLOSEOUT SUBMITTALS [NOT USED] 7 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 8 1.9 QUALITY ASSURANCE [NOT USED] 9 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 10 1.11 FIELD [SITE] CONDITIONS [NOT USED] 11 1.12 WARRANTY [NOT USED] 12 PART 2- PRODUCTS [NOT USED] 13 PART 3 - EXECUTION [NOT USED] 14 END OF SECTION 15 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 16 CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised December 20,2012 013513-7 SPECIAL PROJECT PROCEDURES Page 7 of 8 1 EXHIBIT A . 2 (To be printed on Contractor's Letterhead) 3 4 5 T 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 36 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL 37 CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised December 20,2012 013513-8 SPECIAL PROJECT PROCEDURES Page 8 of 8 EXHIBIT B 2 FORT WORTH DOS NO.XXXX Project Name: NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND 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 4 CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised December 20,2012 014523-1 TESTING AND INSPECTION SERVICES Page 1 of 2 1 SECTION 0145 23 - 2 TESTING AND INSPECTION SERVICES 3 PART1 - 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 NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised July 1,2011 014523-2 TESTING AND INSPECTION SERVICES Page 2 of 2 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 R 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] 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 30 CITY OF FORT WORTH NSH 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised July 1,2011 015000-1 TEMPORARY FACILITIES AND CONTROLS Page 1 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 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 40 1) Contact City 1 week before water for construction is desired CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised July 1,2011 .t 015000-2 TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 1 d. Contractor Payment for Construction Water 2 1) Obtain construction water meter from City for payment as billed by City's 3 established rates. _ 4 3. Electricity and Lighting 5 a. Provide and pay for electric powered service as required for Work,including 6 testing of Work. w 7 1) Provide power for lighting,operation of equipment,or other use. 8 b. Electric power service includes temporary power service or generator to 9 maintain operations during scheduled shutdown. _ 10 4. Telephone 11 a. Provide emergency telephone service at Site for use by Contractor personnel 12 and others performing work or furnishing services at Site. 13 5. Temporary Heat and Ventilation 14 a. Provide temporary heat as necessary for protection or completion of Work. 15 b. Provide temporary heat and ventilation to assure safe working conditions. _ 16 B. Sanitary Facilities 17 1. Provide and maintain sanitary facilities for persons on Site. 18 a. Comply with regulations of State and local departments of health. 19 2. Enforce use of sanitary facilities by construction personnel at job site. 20 a. Enclose and anchor sanitary facilities. 21 b. No discharge will be allowed from these facilities. 22 c. Collect and store sewage and waste so as not to cause nuisance or health 23 problem. 24 d. Haul sewage and waste off-site at no less than weekly intervals and properly — 25 dispose in accordance with applicable regulation. 26 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 27 4. Remove facilities at completion of Project 28 C. Storage Sheds and Buildings 29 1. Provide adequately ventilated,watertight,weatherproof storage facilities with floor _ 30 above ground level for materials and equipment susceptible to weather damage. 31 2. Storage of materials not susceptible to weather damage may be on blocks off 32 ground. 33 3. Store materials in a neat and orderly manner. 34 a. Place materials and equipment to permit easy access for identification, 35 inspection and inventory. — 36 4. Equip building with lockable doors and lighting,and provide electrical service for 37 equipment space heaters and heating or ventilation as necessary to provide storage 38 environments acceptable to specified manufacturers. 39 5. Fill and grade site for temporary structures to provide drainage away from 40 temporary and existing buildings. 41 6. Remove building from site prior to Final Acceptance. ` 42 D. Temporary Fencing 43 1. Provide and maintain for the duration or construction when required in contract _ 44 documents 45 E. Dust Control CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised July 1,2011 015000-3 TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 1 1. Contractor is responsible for maintaining dust control through the duration of the 2 project. 3 a. Contractor remains on-call at all times 4 b. Must respond in a timely manner 5 F. Temporary Protection of Construction 6 1. Contractor or subcontractors are responsible for protecting Work from damage due 7 to weather. i 8 1.5 SUBMITTALS [NOT USED] 9 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE [NOT USED] 13 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] - 14 1.11 FIELD [SITE] CONDITIONS [NOT USED] 15 1.12 WARRANTY [NOT USED] 16 PART 2 - PRODUCTS [NOT USED] 17 PART 3- EXECUTION [NOT USED] t 18 3.1 INSTALLERS [NOT USED] 19 3.2 EXAMINATION [NOT USED] 20 3.3 PREPARATION [NOT USED] 21 3.4 INSTALLATION 22 A. Temporary Facilities 23 1. Maintain all temporary facilities for duration of construction activities as needed. 24 3.5 [REPAIR] / [RESTORATION] 25 3.6 RE-INSTALLATION 26 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 27 3.8 SYSTEM STARTUP [NOT USED] 28 3.9 ADJUSTING[NOT USED] 29 3.10 CLEANING [NOT USED] 30 3.11 CLOSEOUT ACTIVITIES 31 A. Temporary Facilities CITY OF FORT WORTH NSH 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised July 1,2011 015000-4 TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 1 1. Remove all temporary facilities and restore area after completion of the Work,to a 2 condition equal to or better than prior to start of Work. 3 3.12 PROTECTION [NOT USED] 4 3.13 MAINTENANCE [NOT USED] 5 3.14 ATTACHMENTS [NOT USED] 6 END OF SECTION 7 Revision Log — DATE NAME SUMMARY OF CHANGE 8 CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised July 1,2011 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 PART1 - 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. 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 3. Section 34 71 13—Traffic Control 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 21 A. Reference Standards 22 1. Reference standards cited in this specification refer to the current reference standard 23 published at the time of the latest revision date logged at the end of this 24 specification,unless a date is specifically cited. 25 2. Texas Manual on Uniform Traffic Control Devices(TMUTCD). 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Traffic Control 28 1. General 29 a. When traffic control plans are included in the Drawings,provide Traffic 30 Control in accordance with Drawings and Section 34 71 13. 31 b. When traffic control plans are not included in the Drawings,prepare traffic 32 control plans in accordance with Section 34 71 13 and submit to City for 33 review. 34 1) Allow minimum 10 working days for review of proposed Traffic Control. 35 B. Street Use Permit _ 36 1. Prior to installation of Traffic Control,a City Street Use Permit is required. 37 a. To obtain Street Use Permit,submit Traffic Control Plans to City 38 Transportation and Public Works Department. CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100261 Revised July 1,2011 015526-2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 1 1) Allow a minimum of 5 working days for permit review. 2 2) Contractor's responsibility to coordinate review of Traffic Control plans for 3 Street Use Permit,such that construction is not delayed. — 4 C. Modification to Approved Traffic Control 5 1. Prior to installation traffic control: 6 a. Submit revised traffic control plans to City Department Transportation and 7 Public Works Department. 8 1) Revise Traffic Control plans in accordance with Section 34 71 13. 9 2) Allow minimum 5 working days for review of revised Traffic Control. ` 10 3) It is the Contractor's responsibility to coordinate review of Traffic Control 11 plans for Street Use Permit,such that construction is not delayed. 12 D. Removal of Street Sign 13 1. If it is determined that a street sign must be removed for construction,then contact 14 City Transportation and Public Works Department, Signs and Markings Division to 15 remove the sign. w 16 E. Temporary Signage 17 1. In the case of regulatory signs,replace permanent sign with temporary sign meeting - 18 requirements of the latest edition of the Texas Manual on Uniform Traffic Control 19 Devices(MUTCD). 20 2. Install temporary sign before the removal of permanent sign. - 21 3. When construction is complete,to the extent that the permanent sign can be 22 reinstalled,contact the City Transportation and Public Works Department, Signs 23 and Markings Division,to reinstall the permanent sign. — 24 F. Traffic Control Standards 25 1. Traffic Control Standards can be found on the City's Buzzsaw website. 26 1.5 SUBMITTALS [NOT USED] 27 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 28 1.7 CLOSEOUT SUBMITTALS [NOT USED] 29 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 30 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] ! 34 PART 2- PRODUCTS [NOT USED] 35 PART 3- EXECUTION [NOT USED] 36 END OF SECTION CITY OF FORT WORTH NSII 30-hich Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised July 1,2011 . 015526-3 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 1 Revision Log DATE NAME SUMMARY OF CHANGE 2 CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised July 1,2011 015713-1 STORM WATER POLLUTION PREVENTION Page 1 of 3 1 SECTION 0157 13 2 STORM WATER POLLUTION PREVENTION 3 PART1 - 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 Y 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 36 1. Contractor is responsible for resolution and payment of any fines issued associated 37 with compliance to Stormwater Pollution Prevention Plan. CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised July 1,2011 015713-2 STORM WATER POLLUTION PREVENTION Page 2 of 3 1 B. Construction Activities resulting in: 2 1. Less than 1 acre of disturbance 3 a. Provide erosion and sediment control in accordance with Section 3125 00 and ' 4 Drawings. 5 2. 1 to less than 5 acres of disturbance 6 a. Texas Pollutant Discharge Elimination System(TPDES) General Construction 7 Permit is required 8 b. Complete SWPPP in accordance with TCEQ requirements 9 1) TCEQ Small Construction Site Notice Required under general permit — 10 TXR150000 11 a) Sign and post at job site 12 b) Prior to Preconstruction Meeting, send 1 copy to City Department of 13 Transportation and Public Works,Environmental Division,(817)392- 14 6088. 15 2) Provide erosion and sediment control in accordance with: _ 16 a) Section 3125 00 17 b) The Drawings 18 c) TXR150000 General Permit 19 d) SWPPP 20 e) TCEQ requirements 21 3. 5 acres or more of Disturbance 22 a. Texas Pollutant Discharge Elimination System(TPDES)General Construction - 23 Permit is required 24 b. Complete SWPPP in accordance with TCEQ requirements 25 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee 26 a) Sign and post at job site 27 b) Send copy to City Department of Transportation and Public Works, 28 Environmental Division,(817)392-6088. 29 2) TCEQ Notice of Change required if making changes or updates to NOI 30 3) Provide erosion and sediment control in accordance with: 31 a) Section 3125 00 - 32 b) The Drawings 33 c) TXR150000 General Permit 34 d) SWPPP 35 e) TCEQ requirements 36 4) Once the project has been completed and all the closeout requirements of 37 TCEQ have been met a TCEQ Notice of Termination can be submitted. 38 a) Send copy to City Department of Transportation and Public Works, 39 Environmental Division,(817) 392-6088. 40 1.5 SUBMITTALS 41 A. SWPPP 42 1. Submit in accordance with Section 01 33 00,except as stated herein. 43 a. Prior to the Preconstruction Meeting,submit a draft copy of SWPPP to the City 44 as follows: 45 1) 1 copy to the City Project Manager 46 a) City Project Manager will forward to the City Department of 47 Transportation and Public Works,Environmental Division for review CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised July 1,2011 015713-3 STORM WATER POLLUTION PREVENTION Page 3 of 3 1 B. Modified SWPPP 2 1. If the SWPPP is revised during construction,resubmit modified SWPPP to the City 3 in accordance with Section 0133 00. 4 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE [NOT USED] 8 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 9 1.11 FIELD [SITE] CONDITIONS [NOT USED] 10 1.12 WARRANTY [NOT USED] 11 PART 2- PRODUCTS [NOT USED] 12 PART 3 - EXECUTION [NOT USED] 13 END OF SECTION 14 Revision Log DATE NAME SUMMARY OF CHANGE 15 CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised July 1,2011 015813-1 TEMPORARY PROJECT SIGNAGE Page 1 of 3 1 SECTION 0158 13 2 TEMPORARY PROJECT SIGNAGE 3 PART1 - 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] y 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 [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 28 2.2 EQUIPMENT,PRODUCT TYPES,AND MATERIALS 29 A. Design Criteria 30 1. Provide free standing Project Designation Sign in accordance with City's Standard 31 Details for project signs. CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised July 1,2011 0158 13-2 TEMPORARY PROJECT SIGNAGE Page 2 of 3 1 B. Materials 2 1. Sign 3 a. Constructed of3/4-inch fir plywood,grade A-C(exterior) or better 4 2.3 ACCESSORIES [NOT USED] 5 2.4 SOURCE QUALITY CONTROL [NOT USED] 6 PART 3 - EXECUTION 7 3.1 INSTALLERS [NOT USED] 8 3.2 EXAMINATION [NOT USED] — 9 3.3 PREPARATION [NOT USED] 10 3.4 INSTALLATION 11 A. General 12 1. Provide vertical installation at extents of project. 13 2. Relocate sign as needed,upon request of the City. 14 B. Mounting options 15 a. Skids 16 b. Posts 17 c. Barricade 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 27 A. General 28 1. Maintenance will include painting and repairs as needed or directed by the City. 29 3.14 ATTACHMENTS [NOT USED] t 30 END OF SECTION 31 CITY OF FORT WORTH NSII 30-hich Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised July 1,2011 0158 13-3 TEMPORARY PROJECT SIGNAGE Page 3 of 3 1 Revision Log DATE NAME SUMMARY OF CHANGE 2 CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised July 1,2011 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 013 3 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 NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised December 20,2012 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 ry CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised December 20,2012 v 016600-1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 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 MW 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 SUBMITTALS/INFORMATIONAL 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 NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised July 1,2011 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. Y 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 NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised July 1,2011 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 Y 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 30 CITY OF FORT WORTH NSH 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised July 1,2011 016600-4 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE _ 1 CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised July 1,2011 _ 017000-1 MOBILIZATION AND REMOBILIZATION Page 1 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. y 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 45 a. Mobilization and Demobilization CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised December 20,2012 017000-2 MOBILIZATION AND REMOBILIZATION Page 2 of 4 1 1) Mobilization shall consist of the activities and cost on a Work Order basis 2 necessary for: 3 a) Transportation of Contractor's personnel,equipment,and operating 4 supplies to the Site for the issued Work Order. 5 b) Establishment of necessary general facilities for the Contractor's 6 operation at the Site for the issued Work Order 7 2) Demobilization shall consist of the activities and cost necessary for: 8 a) Transportation of Contractor's personnel,equipment, and operating 9 supplies from the Site including disassembly for each issued Work 10 Order 11 b) Site Clean-up for each issued Work Order 12 c) Removal of all buildings or other facilities assembled at the Site for 13 each Work Oder 14 b. Mobilization and Demobilization do not include activities for specific items of 15 work for which payment is provided elsewhere in the contract. 16 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects 17 a. A Mobilization for Miscellaneous Projects when directed by the City and the 18 mobilization occurs within 24 hours of the issuance of the Work Order. 19 B. Deviations from this City of Fort Worth Standard Specification 20 1. None. 21 C. Related Specification Sections include,but are not necessarily limited to: ' 22 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 23 2. Division 1 --General Requirements 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment 26 1. Mobilization and Demobilization 27 a. Measure 28 1) This Item is considered subsidiary to the various Items bid. 29 b. Payment T 30 1) The work performed and materials furnished in accordance with this Item 31 are subsidiary to the various Items bid and no other compensation will be 32 allowed. 33 2. Remobilization for suspension of Work as specifically required in the Contract 34 Documents 35 a. Measurement 36 1) Measurement for this Item shall be per each remobilization performed. 37 b. Payment 38 1) The work performed and materials furnished in accordance with this Item 39 and measured as provided under"Measurement"will be paid for at the unit 40 price per each"Specified Remobilization"in accordance with Contract 41 Documents. 42 c. The price shall include: 43 1) Demobilization as described in Section 1.1.A.2.a.1) 44 2) Remobilization as described in Section 1.1.A.2.a.2) 45 d. No payments will be made for standby,idle time,or lost profits associated this 46 Item. CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised December 20,2012 r, 017000-3 MOBILIZATION AND REMOBILIZATION Page 3 of 4 1 3. Remobilization for suspension of Work as required by City 2 a. Measurement and Payment 3 1) This shall be submitted as a Contract Claim in accordance with Article 10 4 of Section 00 72 00. 5 2) No payments will be made for standby,idle time, or lost profits associated 6 with this Item. 7 4. Mobilizations and Demobilizations for Miscellaneous Projects 8 a. Measurement 9 1) Measurement for this Item shall be for each Mobilization and 10 Demobilization required by the Contract Documents 11 b. Payment 12 1) The Work performed and materials furnished in accordance with this Item 13 and measured as provided under"Measurement"will be paid for at the unit 14 price per each"Work Order Mobilization"in accordance with Contract 15 Documents. Demobilization shall be considered subsidiary to mobilization 16 and shall not be paid for separately. 17 c. The price shall include: 18 1) Mobilization as described in Section 1.1.A.3.a.1) 19 2) Demobilization as described in Section I.1.A.3.a.2) 20 d. No payments will be made for standby,idle time,or lost profits associated this 21 Item. 22 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects 23 a. Measurement 24 1) Measurement for this Item shall be for each Mobilization and _ 25 Demobilization required by the Contract Documents 26 b. Payment 27 1) The Work performed and materials furnished in accordance with this Item 28 and measured as provided under"Measurement"will be paid for at the unit 29 price per each"Work Order Emergency Mobilization"in accordance with 30 Contract Documents. Demobilization shall be considered subsidiary to 31 mobilization and shall not be paid for separately. 32 c. The price shall include 33 1) Mobilization as described in Section 1.1.A.4.a) 34 2) Demobilization as described in Section 1.1.A.3.a.2) 35 d. No payments will be made for standby, idle time, or lost profits associated this 36 Item. 37 1.3 REFERENCES [NOT USED] 38 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] _ 39 1.5 SUBMITTALS [NOT USED] 40 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 41 1.7 CLOSEOUT SUBMITTALS [NOT USED] 42 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 43 1.9 QUALITY ASSURANCE [NOT USED] 44 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised December 20,2012 017000-4 MOBILIZATION AND REMOBILIZATION Page 4 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 [NOT USED] 5 END OF SECTION 6 Revision Log DATE NAME SUMMARY OF CHANGE 7 CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised December 20,2012 017123-1 CONSTRUCTION STAKING AND SURVEY Page 1 of 4 1 SECTION 01 71 23 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 w 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 SUBMITTALS/INFORMATIONAL 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. 37 a. Certificate must be sealed by a registered professional land surveyor in the 38 State of Texas. CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised December 20,2012 017123-2 CONSTRUCTION STAKING AND SURVEY Page 2 of 4 1 B. Field Quality Control Submittals 2 1. Documentation verifying accuracy of field engineering work. 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE 6 A. Construction Staking 7 1. Construction staking will be performed by the City. 8 2. Coordination 9 a. Contact City's Project Representative at least 2 weeks in advance for 10 scheduling of Construction Staking. m 11 b. It is the Contractor's responsibility to coordinate staking such that construction 12 activities are not delayed or negatively impacted. 13 3. General + 14 a. Contractor is responsible for preserving and maintaining stakes furnished by 15 City. 16 b. If in the opinion of the City,a sufficient number of stakes or markings have 17 been lost,destroyed or disturbed,by Contractor's neglect,such that the 18 contracted Work cannot take place,then the Contractor will be required to pay 19 the City for new staking with a 25 percent markup.The cost for staking will be 20 deducted from the payment due to the Contractor for the Project. 21 B. Construction Survey 22 1. Construction Survey will be performed by the City. 23 2. Coordination 24 a. Contractor to verify that control data established in the design survey remains _ 25 intact. 26 b. Coordinate with the City prior to field investigation to determine which 27 horizontal and vertical control data will be required for construction survey. 28 c. It is the Contractor's responsibility to coordinate Construction Survey such that 29 construction activities are not delayed or negatively impacted. 30 d. Notify City if any control data needs to be restored or replaced due to damage 31 caused during construction operations. - 32 1) City shall perform replacements and/or restorations. 33 3. General 34 a. Construction survey will be performed in order to maintain complete and 35 accurate logs of control and survey work as it progresses for Project Records. 36 b. The Contractor will need to ensure coordination is maintained with the City to 37 perform construction survey to obtain construction features,including but not 38 limited to the following: 39 1) All Utility Lines 40 a) Rim and flowline elevations and coordinates for each manhole or r 41 junction structure 42 2) Water Lines 43 a) Top of pipe elevations and coordinates for waterlines at the following _ 44 locations: 45 (1) Every 250 linear feet CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised December 20,2012 017123-3 CONSTRUCTION STAKING AND SURVEY Page 3 of 4 1 (2) Horizontal and vertical points of inflection,curvature,etc.(All 2 Fittings) 3 (3) Cathodic protection test stations 4 (4) Sampling stations 5 (5) Meter boxes/vaults(All sizes) 6 (6) Fire lines w 7 (7) Fire hydrants 8 (8) Gate valves 9 (9) Plugs,stubouts,dead-end lines - 10 (10) Air Release valves(Manhole rim and vent pipe) 11 (11) Blow off valves(Manhole rim and valve lid) 12 (12) Pressure plane valves 13 (13) Cleaning wyes 14 (14) Casing pipe(each end) 15 b) Storm Sewer 16 (1) Top of pipe elevations and coordinates at the following locations: 17 (a) Every 250 linear feet 18 (b) Horizontal and vertical points of inflection, curvature,etc. _ 19 c) Sanitary Sewer 20 (1) Top of pipe elevations and coordinates for sanitary sewer lines at 21 the following locations: 22 (a) Every 250 linear feet 23 (b) Horizontal and vertical points of inflection, curvature,etc. 24 (c) Cleanouts 25 c. Construction survey will be performed in order to maintain complete and 26 accurate logs of control and survey work associated with meeting or exceeding 27 the line and grade required by these Specifications. 28 d. The Contractor will need to ensure coordination is maintained with the City to - 29 perform construction survey and to verify control data,including but not 30 limited to the following: 31 1) Established benchmarks and control points provided for the Contractor's 32 use are accurate 33 2) Benchmarks were used to furnish and maintain all reference lines and 34 grades for tunneling } 35 3) Lines and grades were used to establish the location of the pipe 36 4) Submit to the City copies of field notes used to establish all lines and 37 grades and allow the City to check guidance system setup prior to 38 beginning each tunneling drive. T 39 5) Provide access for the City to verify the guidance system and the line and 40 grade of the carrier pipe on a daily basis. 41 6) The Contractor remains fully responsible for the accuracy of the work and 42 the correction of it,as required. 43 7) Monitor line and grade continuously during construction. 44 8) Record deviation with respect to design line and grade once at each pipe - 45 joint and submit daily records to City. 46 9) If the installation does not meet the specified tolerances,immediately notify 47 the City and correct the installation in accordance with the Contract 48 Documents. 49 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised December 20,2012 017123-4 CONSTRUCTION STAKING AND SURVEY Page 4 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 APPLICATION 9 3.5 REPAIR/RESTORATION [NOT USED] 10 3.6 RE-INSTALLATION [NOT USED] 11 3.7 FIELD [oR] SITE QUALITY CONTROL 12 A. It is the Contractor's responsibility to maintain all stakes and control data placed by the _ 13 City in accordance with this Specification. 14 B. Do not change or relocate stakes or control data without approval from the City. 15 3.8 SYSTEM STARTUP [NOT USED] 16 3.9 ADJUSTING [NOT USED] 17 3.10 CLEANING [NOT USED] T 18 3.11 CLOSEOUT ACTIVITIES [NOT USED] 19 3.12 PROTECTION [NOT USED] 20 3.13 MAINTENANCE [NOT USED] 21 3.14 ATTACHMENTS [NOT USED] 22 END OF SECTION 23 Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D.Johnson 24 CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised December 20,2012 _ 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 NSH 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised July 1,2011 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 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. 31 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an 32 alternate manner approved by City and regulatory agencies. CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised July 1,2011 017423-3 CLEANING Page 3 of 4 1 6. Handle materials in a controlled manner with as few handlings as possible. 2 7. Thoroughly clean,sweep,wash and polish all Work and equipment associated with 3 this project. 4 8. Remove all signs of temporary construction and activities incidental to construction 5 of required permanent Work. 6 9. If project is not cleaned to the satisfaction of the City,the City reserves the right to 7 have the cleaning completed at the expense of the Contractor. 8 10. Do not burn on-site. 9 B. Intermediate Cleaning during Construction 10 1. Keep Work areas clean so as not to hinder health, safety or convenience of 11 personnel in existing facility operations. 12 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 13 3. Confine construction debris daily in strategically located container(s): - 14 a. Cover to prevent blowing by wind 15 b. Store debris away from construction or operational activities 16 c. Haul from site at a minimum of once per week 17 4. Vacuum clean interior areas when ready to receive finish painting. 18 a. Continue vacuum cleaning on an as-needed basis,until Final Acceptance. 19 5. Prior to storm events,thoroughly clean site of all loose or unsecured items,which l 20 may become airborne or transported by flowing water during the storm. 21 C. Interior Final Cleaning - 22 1. Remove grease,mastic,adhesives,dust,dirt,stains,fingerprints,labels and other 23 foreign materials from sight-exposed surfaces. 24 2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean. 25 3. Wash and shine glazing and minors. 26 4. Polish glossy surfaces to a clear shine. 27 5. Ventilating systems 28 a. Clean permanent filters and replace disposable filters if units were operated 29 during construction. 30 b. Clean ducts,blowers and coils if units were operated without filters during 31 construction. 32 6. Replace all burned out lamps. 33 7. Broom clean process area floors. 34 8. Mop office and control room floors. 35 D. Exterior(Site or Right of Way)Final Cleaning - 36 1. Remove trash and debris containers from site. 37 a. Re-seed areas disturbed by location of trash and debris containers in accordance 38 with Section 32 92 13. w 39 2. Sweep roadway to remove all rocks,pieces of asphalt,concrete or any other object 40 that may hinder or disrupt the flow of traffic along the roadway. 41 3. Clean any interior areas including,but not limited to,vaults,manholes, structures, 42 junction boxes and inlets. CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100261 Revised July 1,2011 017423-4 CLEANING Page 4 of 4 1 4. If no longer required for maintenance of erosion facilities,and upon approval by 2 City,remove erosion control from site. 3 5. Clean signs,lights,signals,etc. 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 END OF SECTION 9 Revision Log DATE NAME SUMMARY OF CHANGE 10 CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised July 1,2011 017719-1 CLOSEOUT REQUIREMENTS Pagel of 3 1 SECTION 0177 19 2 CLOSEOUT REQUIREMENTS 3 PART1 - 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 NSH 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised July 1,2011 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 T 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. Y 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 39 D. Notice of Project Completion CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised July 1,2011 017719-3 CLOSEOUT REQU1REMEWS Page 3 of 3 1 1. Once the City Project Representative finds the Work subsequent to Final Inspection 2 to be satisfactory,the City will issue a Notice of Project Completion(Green Sheet). ` 3 E. Supporting Documentation 4 1. Coordinate with the City Project Representative to complete the following 5 additional forms: 6 a. Final Payment Request 7 b. Statement of Contract Time 8 c. Affidavit of Payment and Release of Liens 9 d. Consent of Surety to Final Payment 10 e. Pipe Report(if required) 11 f. Contractor's Evaluation of City 12 g. Performance Evaluation of Contractor 13 F. Letter of Final Acceptance 14 1. Upon review and acceptance of Notice of Project Completion and Supporting 15 Documentation,in accordance with General Conditions,City will issue Letter of 16 Final Acceptance and release the Final Payment Request for payment. Y 17 3.5 REPAIR/RESTORATION [NOT USED] 18 3.6 RE-INSTALLATION [NOT USED] 19 3.7 FIELD [oR] SITE 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 29 CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised July 1,2011 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: 8 %i 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 37 c. Text: Manufacturer's printed data, or neatly typewritten CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised December 20,2012 017823-2 OPERATION AND MAINTENANCE DATA Page 2 of 5 1 d. Drawings 2 1) Provide reinforced punched binder tab,bind in with text 3 2) Reduce larger drawings and fold to size of text pages. 4 e. Provide fly-leaf for each separate product,or each piece of operating 5 equipment. 6 1) Provide typed description of product,and major component parts of 7 equipment. 8 2) Provide indexed tabs. 9 f. Cover y 10 1) Identify each volume with typed or printed title"OPERATING AND 11 MAINTENANCE INSTRUCTIONS". 12 2) List: 13 a) Title of Project 14 b) Identity of separate structure as applicable 15 c) Identity of general subject matter covered in the manual 16 3. Binders 17 a. Commercial quality 3-ring binders with durable and cleanable plastic covers 18 b. When multiple binders are used,correlate the data into related consistent 19 groupings. 20 4. If available,provide an electronic form of the O&M Manual. 21 B. Manual Content _ 22 1. Neatly typewritten table of contents for each volume,arranged in systematic order 23 a. Contractor,name of responsible principal,address and telephone number 24 b. A list of each product required to be included,indexed to content of the volume _ 25 c. List,with each product: 26 1) The name,address and telephone number of the subcontractor or installer 27 2) A list of each product required to be included,indexed to content of the _ 28 volume 29 3) Identify area of responsibility of each 30 4) Local source of supply for parts and replacement 31 d. Identify each product by product name and other identifying symbols as set - 32 forth in Contract Documents. 33 2. Product Data 34 a. Include only those sheets which are pertinent to the specific product. 35 b. Annotate each sheet to: 36 1) Clearly identify specific product or part installed 37 2) Clearly identify data applicable to installation 38 3) Delete references to inapplicable information 39 3. Drawings 40 a. Supplement product data with drawings as necessary to clearly illustrate: 41 1) Relations of component parts of equipment and systems 42 2) Control and flow diagrams 43 b. Coordinate drawings with information in Project Record Documents to assure - 44 correct illustration of completed installation. 45 c. Do not use Project Record Drawings as maintenance drawings. 46 4. Written text, as required to supplement product data for the particular installation: 47 a. Organize in consistent format under separate headings for different procedures. 48 b. Provide logical sequence of instructions of each procedure. CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised December 20,2012 017823-3 OPERATION AND MAINTENANCE DATA Page 3 of 5 1 5. Copy of each warranty,bond and service contract issued 2 a. Provide information sheet for City personnel giving: 3 1) Proper procedures in event of failure 4 2) Instances which might affect validity of warranties or bonds 5 C. Manual for Materials and Finishes 6 1. Submit 5 copies of complete manual in fmal form. 7 2. Content,for architectural products, applied materials and finishes: 8 a. Manufacturer's data,giving full information on products 9 1) Catalog number,size, composition 10 2) Color and texture designations 11 3) Information required for reordering special manufactured products 12 b. Instructions for care and maintenance 13 1) Manufacturer's recommendation for types of cleaning agents and methods 14 2) Cautions against cleaning agents and methods which are detrimental to .. 15 product 16 3) Recommended schedule for cleaning and maintenance 17 3. Content,for moisture protection and weather exposure products: 18 a. Manufacturer's data,giving full information on products 19 1) Applicable standards 20 2) Chemical composition 21 3) Details of installation 22 b. Instructions for inspection,maintenance and repair 23 D. Manual for Equipment and Systems 24 1. Submit 5 copies of complete manual in fmal form. 25 2. Content,for each unit of equipment and system,as appropriate: 26 a. Description of unit and component parts ` 27 1) Function,normal operating characteristics and limiting conditions 28 2) Performance curves, engineering data and tests 29 3) Complete nomenclature and commercial number of replaceable parts 30 b. Operating procedures 31 1) Start-up,break-in,routine and normal operating instructions 32 2) Regulation,control,stopping,shut-down and emergency instructions 33 3) Summer and winter operating instructions 34 4) Special operating instructions 35 c. Maintenance procedures _ 36 1) Routine operations 37 2) Guide to "trouble shooting" 38 3) Disassembly,repair and reassembly 39 4) Alignment, adjusting and checking 40 d. Servicing and lubrication schedule 41 1) List of lubricants required 42 e. Manufacturer's printed operating and maintenance instructions 43 f. Description of sequence of operation by control manufacturer 44 1) Predicted life of parts subject to wear 45 2) Items recommended to be stocked as spare parts 46 g. As installed control diagrams by controls manufacturer 47 h. Each contractor's coordination drawings 48 1) As installed color coded piping diagrams CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised December 20,2012 017823-4 OPERATION AND MAINTENANCE DATA Page 4 of 5 1 i. Charts of valve tag numbers,with location and function of each valve 2 j. List of original manufacturer's spare parts,manufacturer's current prices,and 3 recommended quantities to be maintained in storage - 4 k. Other data as required under pertinent Sections of Specifications 5 3. Content,for each electric and electronic system,as appropriate: 6 a. Description of system and component parts - 7 1) Function,normal operating characteristics,and limiting conditions 8 2) Performance curves,engineering data and tests 9 3) Complete nomenclature and commercial number of replaceable parts 10 b. Circuit directories of panelboards 11 1) Electrical service 12 2) Controls _ 13 3) Communications 14 c. As installed color coded wiring diagrams 15 d. Operating procedures 16 1) Routine and normal operating instructions 17 2) Sequences required 18 3) Special operating instructions 19 e. Maintenance procedures 20 1) Routine operations 21 2) Guide to "trouble shooting" 22 3) Disassembly,repair and reassembly 23 4) Adjustment and checking 24 f. Manufacturer's printed operating and maintenance instructions 25 g. List of original manufacturer's spare parts,manufacturer's current prices,and 26 recommended quantities to be maintained in storage 27 h. Other data as required under pertinent Sections of Specifications 28 4. Prepare and include additional data when the need for such data becomes apparent _ 29 during instruction of City's personnel. 30 1.7 CLOSEOUT SUBMITTALS [NOT USED] 31 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 32 1.9 QUALITY ASSURANCE 33 A. Provide operation and maintenance data by personnel with the following criteria: 34 1. Trained and experienced in maintenance and operation of described products 35 2. Skilled as technical writer to the extent required to communicate essential data y 36 3. Skilled as draftsman competent to prepare required drawings CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised December 20,2012 T 017823-5 OPERATION AND MAINTENANCE DATA Page 5 of 5 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 8/31/2012 D.Johnson 1.5.A.I—title of section removed 8 CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised December 20,2012 017839-1 PROJECT RECORD DOCUMENTS Pagel of 4 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 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] LL 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 SUBMITTALS/INFORMATIONAL 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. 34 2. Accuracy of records shall be such that future search for items shown in the Contract 35 Documents may rely reasonably on information obtained from the approved Project 36 Record Documents. CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised July 1,2011 017839-2 PROJECT RECORD DOCUMENTS Page 2 of 4 1 3. To facilitate accuracy of records,make entries within 24 hours after receipt of 2 information that the change has occurred. 3 4. Provide factual information regarding all aspects of the Work,both concealed and 4 visible,to enable future modification of the Work to proceed without lengthy and 5 expensive site measurement, investigation and examination. 6 1.10 STORAGE AND HANDLING 7 A. Storage and Handling Requirements 8 1. Maintain the job set of Record Documents completely protected from deterioration 9 and from loss and damage until completion of the Work and transfer of all recorded 10 data to the final Project Record Documents. 11 2. In the event of loss of recorded data,use means necessary to again secure the data 12 to the City's approval. 13 a. In such case,provide replacements to the standards originally required by the 14 Contract Documents. 15 1.11 FIELD [SITE] CONDITIONS [NOT USED] 16 1.12 WARRANTY [NOT USED] 17 PART 2 - PRODUCTS 18 2.1 OWNER-FURNISHED [oR] OWNER-SUPPLIED PRODUCTS [NOT USED] 19 2.2 RECORD DOCUMENTS - 20 A. Job set 21 1. Promptly following receipt of the Notice to Proceed,secure from the City,at no 22 charge to the Contractor, 1 complete set of all Documents comprising the Contract. 23 B. Final Record Documents 24 1. At a time nearing the completion of the Work and prior to Final Inspection,provide ! 25 the City 1 complete set of all Final Record Drawings in the Contract. 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 MAINTENANCE DOCUMENTS 33 A. Maintenance of Job Set 34 1. Immediately upon receipt of the job set,identify each of the Documents with the 35 title, "RECORD DOCUMENTS-JOB SET". CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised July 1,2011 w 017839-3 PROJECT RECORD DOCUMENTS Page 3 of 4 1 2. Preservation 2 a. Considering the Contract completion time,the probable number of occasions 3 upon which the job set must be taken out for new entries and for examination, 4 and the conditions under which these activities will be performed, devise a 5 suitable method for protecting the job set. 6 b. Do not use the job set for any purpose except entry of new data and for review 7 by the City,until start of transfer of data to final Project Record Documents. 8 c. Maintain the job set at the site of work. _ 9 3. Coordination with Construction Survey 10 a. At a minimum, in accordance with the intervals set forth in Section 01 71 23, 11 clearly mark any deviations from Contract Documents associated with _ 12 installation of the infrastructure. 13 4. Making entries on Drawings 14 a. Record any deviations from Contract Documents. 15 b. Use an erasable colored pencil(not ink or indelible pencil),clearly describe the 16 change by graphic line and note as required. 17 c. Date all entries. 18 d. Call attention to the entry by a"cloud" drawn around the area or areas affected. 19 e. In the event of overlapping changes,use different colors for the overlapping 20 changes. 21 5. Conversion of schematic layouts 22 a. In some cases on the Drawings,arrangements of conduits,circuits,piping, 23 ducts, and similar items,are shown schematically and are not intended to 24 portray precise physical layout. 25 1) Final physical arrangement is determined by the Contractor,subject to the 26 City's approval. 27 2) However, design of future modifications of the facility may require 28 accurate information as to the final physical layout of items which are 29 shown only schematically on the Drawings. 30 b. Show on the job set of Record Drawings,by dimension accurate to within 1 31 inch,the centerline of each run of items. 32 1) Final physical arrangement is determined by the Contractor, subject to the 33 City's approval. 34 2) Show,by symbol or note,the vertical location of the Item("under slab", "in 35 ceiling plenum", "exposed", and the like). 36 3) Make all identification sufficiently descriptive that it may be related 37 reliably to the Specifications. ` 38 c. The City may waive the requirements for conversion of schematic layouts 39 where,in the City's judgment,conversion serves no useful purpose. However, 40 do not rely upon waivers being issued except as specifically issued in writing 41 by the City. 42 B. Final Project Record Documents 43 1. Transfer of data to Drawings 44 a. Carefully transfer change data shown on the job set of Record Drawings to the 45 corresponding final documents,coordinating the changes as required. 46 b. Clearly indicate at each affected detail and other Drawing a full description of 47 changes made during construction,and the actual location of items. CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised July 1,2011 017839-4 PROJECT RECORD DOCUMENTS Page 4 of 4 1 c. Call attention to each entry by drawing a"cloud" around the area or areas 2 affected. 3 d. Make changes neatly,consistently and with the proper media to assure - 4 longevity and clear reproduction. 5 2. Transfer of data to other Documents 6 a. If the Documents, other than Drawings,have been kept clean during progress of 7 the Work, and if entries thereon have been orderly to the approval of the City, 8 the job set of those Documents,other than Drawings,will be accepted as final 9 Record Documents. 10 b. If any such Document is not so approved by the City,secure a new copy of that 11 Document from the City at the City's usual charge for reproduction and 12 handling,and carefully transfer the change data to the new copy to the approval 13 of the City. 14 3.5 REPAIR/RESTORATION [NOT USED] 15 3.6 RE-INSTALLATION [NOT USED] 16 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 17 3.8 SYSTEM STARTUP [NOT USED] 18 3.9 ADJUSTING [NOT USED] 19 3.10 CLEANING [NOT USED] 20 3.11 CLOSEOUT ACTIVITIES [NOT USED] 21 3.12 PROTECTION [NOT USED] 22 3.13 MAINTENANCE [NOT USED] 23 3.14 ATTACHMENTS [NOT USED] 24 END OF SECTION 25 Revision Log DATE NAME SUMMARY OF CHANGE 26 CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised July 1,2011 DIVISION 31 EARTHWORK CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fdxuary2,2016 314100-1 SHORING Page 1 of 5 1 SECTION 31 41 00 2 SHORING 3 PART1 - GENERAL 4 1.1 SCOPE OF WORK 5 A. Work in this section shall consist of furnishing all equipment,materials and labor for a 6 structural safety system meeting appropriate requirements established in the Occupational Safety 7 and Health Administration(OSHA) Safety and Health Regulations,Part 1926, Subpart P- 8 Excavations,Trenching and Shoring,and other applicable regulations. 9 1.2 RELATED WORK 10 A. Section 0133 00—Submittal Procedures. 11 B. Section 3100 00—Earthwork. 12 C. Section 3123 00—Excavation and Fill. 13 D. Section 3123 19-Dewatering. 14 1.3 SUBMITTALS 15 A. Submit the following in accordance with the requirements of the General Conditions and 16 Division 1 —General Requirements: 17 1. The Contractor shall retain the services of Professional Engineer, licensed in the State of 18 Texas and having experience in soils and structural engineering,to design and prepare the 19 structural excavation safety systems.The structural excavation safety system design 20 Professional Engineer shall have designed complex systems similar in size in the United 21 States to the one specified for the structures to be constructed in this contract. Such y 22 comparable systems shall have been successfully completed without endangering adjoining 23 structures or utilities.The plans shall include shoring systems,systems to protect existing 24 utilities,slope stability monitoring and dewatering. 25 2. Contractor's structural safety system engineer shall have a minimum of 10 years experience 26 in the design and implementation of system. 27 3. Submit a plan for all structural excavations of a depth 5 feet or greater,with a bottom width 28 less than twice the total depth of the excavation,where an existing structure or utility falls 29 within a 2 horizontal to 1 vertical(2:1)slope from the bottom of the excavation,or where 30 conditions dictate a plan be developed based on the structural safety engineer's analysis. 31 Structural safety system plan will be kept in the Owner's Representative's file for reference 32 purposes only.No review will be made nor is any responsibility for the plan assumed by the 33 Owner, or Engineer. 34 4. Submit qualification,list of the projects, and references for the Contractor's Structural 35 Safety System design engineer. 36 5. Submit certified copy of the structural Excavation Safety Engineers'weekly site visit 37 reports. 38 6. Submit load testing procedure and test results of soil nails/anchors. CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised December 20,2012 314100-2 SHORING Page 2 of 5 1 1.4 REFERENCE STANDARDS 2 A. OSHA Safety and Health Regulations,Part 1926, Subpart P-Excavations,Trenching and 3 Shoring. 4 1.5 QUALITY ASSURANCE 5 A. Engineers responsible for design of trench safety systems,structural excavation plans and 6 existing utility and structure protection systems shall be Professional Engineers licensed in the 7 state where the project is located. Such engineers must also demonstrate experience in soil 8 mechanics,structural engineering and design of trench safety systems. 9 1.6 SYSTEM DESCRIPTION/DESIGN REQUIREMENTS - 10 A. Structural Excavation Plan: The Contractor shall have a structural excavation plan prepared. 11 This excavation plan must illustrate proposed safety and excavation requirements specifically _ 12 designed for this project and must be designed,signed,dated and sealed by a Professional 13 Engineer licensed in the state where the project is located with professional experience in soil 14 mechanics and design of structural excavation safety systems. The Contractor is responsible for 15 obtaining additional soil borings and soil analysis as required for design.The structural 16 excavation plan is to be designed in conformance with OSHA standards and other applicable 17 regulations. 18 B. A signed, dated and sealed copy of the structural excavation plan shall be maintained at the 19 project site for the Contractor's use during construction.In addition,a signed,dated and sealed 20 copy of the structural excavation plan shall be maintained at the project site in the contractor's 21 records.No work in excavations in excess of five feet deep is to be performed lentil this plan is 22 prepared and implemented. The Contractor shall not deviate from the structural excavation plan 23 without written authorization from the engineer who prepared the plan. This written authorization 24 shall be signed,dated and sealed by the engineer.Contractor accepts sole responsibility for - 25 compliance with all applicable safety requirements. The structural excavation plan does not 26 relieve Contractor from responsibility for any or all construction means,methods,techniques and 27 procedures.Furthermore the Contractor shall indemnify the Owner,the Owner's Representatives, 28 and Engineer from any and all claims due to any property damage or bodily injury(including 29 death)that arises from use or misuse of the structural excavation plan,or from Contractor's 30 negligence in performance of the contract work. 31 1.7 DELIVERY,HANDLING AND STORAGE (NOT USED) 32 1.8 MAINTENANCE/SPARE PARTS(NOT USED) 33 1.9 EXTENDED WARRANTY(NOT USED) 34 1.10 DEFINITION 35 A. For the purposes of this project,a structural excavation is any excavation exceeding a depth of 5 36 feet that requires vertical or steep slopes that can not sufficiently ensure the safety of existing 37 structures,utilities or workers. CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised December 20,2012 314100-3 SHORING Page 3 of 5 1 PART 2 - PRODUCTS 2 2.1 PROJECT SPECIFIC REQUIREMENTS 3 A. LOAD TESTING 4 1. Any structural safety system,shoring or earth retention system that requires the use of tie- 5 back anchors or soil nails must include verification load testing prior to installation of any 6 anchors or production nails.Proof-testing of production anchors or nails will also be 7 required periodically during construction. 8 2. Pre-construction verification load tests on individual anchors or nails must be loaded to 9 200%of the Design Test Load in accordance with acceptable standards and procedures 10 established by the applicable industry. This must include prolonged creep testing at 150% 11 of the Design Test Load.A minimum of four(4)load verification tests shall be performed 12 at locations selected by the Owner's Representative.Pre-construction load tests shall 13 demonstrate that long-term creep will not occur at 150%of the Design Test Load and that 14 the maximum test load exceeds 200%of the Design Test Load. 15 3. Proof Testing of Production Nails or Anchors will be required on 5%of the production 16 nails/anchors in each row or a minimum of one per row.The test locations shall be 17 designated by the Design Engineer and approved by the Owner's Representative.Proof 18 testing of production nails/anchors must be in accordance with acceptable standards and 19 procedures established by the applicable industry.Proof testing of production nails shall be 20 performed to at least 150%of the Design Test Load. 21 4. Acceptance or rejection of verification load tests,nails/anchors and production 22 nails/anchors will be in accordance with applicable standards for the industry. 23 5. All load testing procedures and acceptance or rejection criteria shall be included in the Pre- 24 Construction Submittal with the Retention Plan for review and acceptance by the Owner's 25 Representative.This submittal shall include required grout strength and the proposed grout 26 mix. The submittal shall be submitted for review at least 8 weeks prior to the start of the 27 Transfer Station Building construction. 28 2.2 FABRICATION(NOT USED) 29 2.3 CONTROLS(NOT USED) } 30 2.4 FACTORY TESTS(NOT USED) 31 PART 3- EXECUTION 32 3.1 GENERAL y 33 A. The structural excavation safety system shall be constructed, installed and maintained in 34 accordance with the details shown in the design prepared by the Contractor's licensed 35 Professional Engineer to prevent death or injury to personnel or damage to structures or utilities 36 in or near these structural excavations.Materials excavated to be stored no closer to the edge of 37 the excavation than one-half the depth of the excavation. CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised December 20,2012 314100-4 SHORING Page 4 of 5 _ 1 3.2 PROTECTION OF FACILITIES 2 A. Before the start of earthwork operations,adequately protect structures,utilities,trees, shrubs 3 and other permanent objects. Costs resulting from damage to permanent facilities due to 4 negligence or lack of adequate protection will be charged to the Contractor.Excavations near v 5 existing structures or utilities must be instrumented to verify no impact to the existing facilities. 6 B. Provide surface drainage during the period of construction to protect the work and to avoid 7 nuisance to adjoining property. — 8 C. The Contractor shall conduct his operations in such fashion that trucks and other vehicles do not 9 create a dirt nuisance in the streets.The truck beds shall be sufficiently tight, and shall be loaded 10 in such a manner that objectionable materials will not be spilled onto the streets.Any dirt,mud, 11 or other materials that are spilled onto the streets or deposited onto the streets by the tires of 12 vehicles shall be promptly cleared away by the Contractor. 13 3.3 SUPERVISION Y 14 A. Contractor shall provide competent supervisory personnel at each structural excavation while 15 work is in progress to ensure Contractor's excavation safety methods,procedures,equipment and 16 materials meet the requirements of OSHA standards and the structural excavation plan. 17 3.4 INSPECTION 18 A. Contractor shall make daily inspection of structural excavation system to ensure that the system 19 meets OSHA requirements and the requirements of the safety plan.Daily inspection is to be made 20 by qualified personnel.If evidence of possible cave-ins, slides or other conditions of concern is 21 apparent,all work in the excavation shall cease until necessary precautions have been taken to 22 safeguard personnel entering the excavation and protect adjacent structures and utilities. 23 Contractor shall maintain permanent record of daily inspections.The Contractor's Structural 24 Excavation Safety Engineer shall make periodic site visits(at the start of each new excavation 25 and at least once per week for all open excavations).Within two(2)days after each visit,the 26 Contractor's Structural Excavation Safety Engineer shall make a written report to the Owner 27 certifying that the structural excavation plan and safety construction practices are being followed. 28 The Contractor's Structural Excavation Safety Engineer shall immediately report any unsafe 29 construction practices to the Owner and Contractor. 30 3.5 MAINTENANCE OF SAFETY SYSTEM 31 A. The safety system shall be maintained in the condition as specified by the Contractor's Trench 32 Safety Engineer.The Contractor shall take all necessary precautions to ensure the safety systems 33 are not damaged during their use. If at any time during its use a safety system is damaged, 34 personnel shall be immediatelX removed from the excavation area and the safety system repaired. 35 The Contractor shall take all necessary precautions to ensure no loads,except those included in 36 the safety system design, are imposed upon the excavation. 37 3.6 REMOVAL 38 A. Bed and backfill structural excavation to a point at least one foot above the structure prior to 39 removal of any portion of the structural safety system.Bedding and backfill to be in accordance 40 to other applicable specification sections. Backfilling and removal of structural excavation 41 supports shall progress together from bottom of excavation upward. Remove no braces or 42 supports until all personnel have evacuated the excavation. Backfill excavation to within five feet 43 of natural ground prior to removal of entire safety system. CITY OF FORT WORTH END OF SECTION NSII30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised December 20,2012 DIVISION 33 UTILITIES MY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnory2,2016 330131-1 CLOSED CIRCUIT TELEVISION(CCTV)INSPECTION Page 1 of 7 1 SECTION 33 0131 2 CLOSED CIRCUIT TELEVISION(CCTV)INSPECTION - 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Requirements and procedures for Closed Circuit Television(CCTV)Inspection of 7 water mains 30-inches and larger,sanitary sewer or storm sewer mains - 8 2. For sanitary sewer projects all(existing:Pre-CCTV,proposed:Post-CCTV)main 9 shall be inspected. 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. 1.1 A.1-Add Water Mains 30-inches and Larger 12 2. 1.1 C.4-Add Section 33 04 40 T 13 3. 1.4 A.1-Add Water Mains 30-inches and Larger 14 4. 3.3 C-Add Water Mains 30-inches and Larger _ 15 5. 3.4 D.1-Add Water Mains 30-inches and Larger 16 6. 3.10—A—Add Section 33 04 40 17 C. Related Specification Sections include,but are not necessarily limited to: 18 1. Division 0—Bidding Requirements,Contract Forms, and Conditions of the 19 Contract 20 2. Division 1 —General Requirements 21 3. Section 33 03 10—Bypass Pumping of Existing Sewer Systems 22 4. Section 33 04 40—Cleaning and Acceptance Testing of Water Mains 23 5. Section 33 04 50—Cleaning of Sewer Mains 24 6. Section 0132 16—Construction Progress Schedule 25 1.2 PRICE AND PAYMENT PROCEDURES 26 A. Pre-CCTV Inspection 27 1. Measurement 28 a. Measurement for this Item will be by the linear foot of line televised for CCTV 29 Inspection performed prior to any line modification or replacement determined 30 from the distance recorded on the video log. 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 for"Pre-CCTV Inspection". 35 1) Contractor will not be paid for unaccepted video. 36 3. The price bid shall include: 37 a. Mobilization 38 b. Cleaning 39 c. Digital file CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised March 3,2016 330131-2 CLOSED CIRCUIT TELEVISION(CCTV)INSPECTION Page 2 of 7 1 B. Post-CCTV Inspection 2 1. Measurement 3 a. Measurement for this Item will be by the linear foot of line televised for CCTV 4 Inspection performed following repair or installation determined from the 5 distance recorded on the video log. _ 6 2. Payment 7 a. The work performed and materials furnished in accordance with this Item and 8 measured as provided under"Measurement"will be paid for at the unit price 9 bid per linear foot for"Post-CCTV Inspection". 10 1) Contractor will not be paid for unaccepted video. 11 3. The price bid shall include: _ 12 a. Mobilization 13 b. Cleaning 14 c. Digital file 15 1.3 REFERENCES 16 A. Reference Standards 17 1. Reference standards cited in this Specification refer to the current reference 18 standard 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. City of Fort Worth Water Department 21 a. City of Fort Worth Water Department CCTV Inspection and Defect Coding 22 Program(CCTV Manual). The CCTV Manual is available for download on 23 Buzzsaw. Location:Resources\70—Inspection Tools\Standard Construction 24 b. City of Fort Worth Water Department CCTV Spread Sheet Log is available for 25 download on Buzzsaw. Location: Resources\70—Inspection Tools\Standard 26 Construction. 27 1.4 ADMINISTRATIVE REQUIREMENTS 28 A. Coordination 29 1. Water Mains 30-inches and Larger and Sanitary Sewer Lines 30 a. Meet with City of Fort Worth Water Department staff to confirm that the 31 appropriate equipment,software, standard templates,defect codes and defect - 32 rankings are being used,if required. 33 2. Storm Sewer Lines 34 a. Meet with City of Fort Worth Transportation/Public Works Department staff to Y 35 confirm that the appropriate equipment,software,standard templates,defect 36 codes and defect rankings are being used,if required. 37 B. Schedule 38 1. Include Pre and Post CCTV schedule as part of the Construction Progress Schedule 39 per Section 0132 16. 40 2. Include time for City review(2 weeks minimum—Notification needs to be send out 41 to Project Manager&Field Operation). 42 3. If CCTV is accepted by City,proceed with work. If rejected,coordinate with City 43 per Part 1.4 A. CITY OF FORT WORTH NSI[30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised March 3,2016 330131-3 CLOSED CIRCUIT TELEVISION(CCTV)INSPECTION Page 3 of 7 1 1.5 SUBMITTALS 2 A. Submittals shall be in accordance with Section 0133 00. 3 B. All submittals shall be approved by the Engineer or the City prior to delivery. 4 C. If inspected with Infrastructure Technologies I.T. Software per CCTV Manual provide 5 video data per the CCTV Manual. Provide additional copy of video in Windows Media 6 AudioNideo(.wmv)format for City Inspection review. - 7 D. If inspected with other software provide video data in Windows Media AudioNideo 8 (.wmv) format.Provide CCTV log in EXCEL spread sheet format—The CCTV spread 9 sheet log can be found on Buzzsaw. Location:Resources\70—Inspection ,. 10 Tools\Standard Construction. 11 E. Inspection Report shall include: 12 1. Asset 13 a. Date 14 b. City 15 c. Address and/or Project Name - 16 d. Main Number—GIS ID(If Available) 17 e. Upstream Manhole GIS ID(If Available) 18 f. Downstream Manhole GIS ID(If Available) 19 g. Pipe Diameter 20 h. Material 21 i. Pipe Length 22 j. Mapsco Location Number 23 k. Date Constructed 24 1. Pipe Wall Thickness _ 25 2. Inspection 26 a. Inspection Number(i.e. 191,21,etc...) 27 b. Crew Number 28 c. Operator Name 29 d. Operator Comments 30 e. Reason for Inspection 31 f. Equipment Number 32 g. Camera Travel Direction(Upstream/Downstream) 33 h. Inspected Length(feet) 34 i. Work Order Number(if required) 35 j. City Project Number(if required) 36 k. City Contract Name 37 1. DOE/TPW Number(if required) 38 m. Consultant Company Name 39 n. Consultant Contact Name 40 o. Consultant Contact Phone Number k 41 p. Contractor Company Name 42 q. Contractor Contact Name 43 r. Contractor Contact Phone Number - 44 1.6 INFORMATIONAL SUBMITTALS 45 A. Pre-CCTV submittals CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised March 3,2016 330131-4 CLOSED CIRCUIT TELEVISION(CCTV)INSPECTION Page 4 of 7 1 1. 2 copies of CCTV video results on USB drive 2 2. 2 hard copies of Inspection Report and one pdf copy on USB drive 3 B. Additional information that may be requested by the City 4 1. Listing of cleaning equipment and procedures 5 2. Listing of flow diversion procedures if required v 6 3. Listing of CCTV equipment 7 4. Listing of backup and standby equipment 8 5. Listing of safety precautions and traffic control measures 9 1.7 CLOSEOUT SUBMITTALS 10 A. Post-CCTV submittals 11 1. 2 copies of CCTV video results on USB drive 12 2. 2 Hard copies of Inspection Report.A pdf copy on USB drive shall be submitted to 13 the City Inspector for review prior to scheduling a project final walk through. 14 3. CCTV speadsheet log in EXCEL format—A blank copy of the CCTV spread sheet 15 log can be found on Buzzsaw. Location: Resources\70—Inspection Tools\Standard 16 Construction 17 4. Construction Plans identifying the line segments that were videoed. Include cover 18 sheet,overall line layout sheet(s),and plan and profile sheet(s). 19 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 20 1.9 QUALITY ASSURANCE [NOT USED] - 21 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 22 1.11 FIELD [SITE] CONDITIONS [NOT USED] 23 1.12 WARRANTY [NOT USED] 24 PART 2- PRODUCTS 25 A. Equipment— T 26 1. Closed Circuit Television Camera 27 a. The television camera used shall be one specifically designed and constructed 28 for sewer inspection. Lighting for the camera shall be suitable to allow a clear 29 picture of the entire periphery of the pipe. The camera shall be operative in 100 30 percent humidity/submerged conditions.The equipment will provide a view of 31 the pipe ahead of the equipment and of features to the side of the equipment - 32 through turning and rotation of the lens. The camera shall be capable of tilting 33 at right angles along the axis of the pipe while panning the camera lens through 34 a full circle about the circumference of the pipe. The lights on the camera shall 35 also be capable of panning 90-degrees to the axis of the pipe. 36 b. The radial view camera must be solid state color and have remote control of the 37 rotational lens.The camera shall be capable of viewing the complete 38 circumference of the pipe and manhole structure,including the cone-section or 39 corbel.The camera lens shall be an auto-iris type with remote controlled 40 manual override. _ CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised March 3,2016 330131-5 CLOSED CIRCUIT TELEVISION(CCTV)INSPECTION - Page 5 of 7 1 2. Video Capture System 2 a. The video and audio recordings of the sewer inspections shall be made using 3 digital video equipment. A video enhancer may be used in conjunction with, 4 but not in lieu of,the required equipment. The digital recording equipment 5 shall capture sewer inspection on USB drive,with each sewer segment(from 6 upstream manhole to downstream manhole) inspection recorded as an 7 individual file in Windows Media Audio/Video(.wmv)format. City has a right 8 to change the format from.WMV media to .MP4 9 b. The system shall be capable of printing pipeline inspection reports with 10 captured images of defects or other related significant visual information on a 11 standard color printer. 12 c. The system shall store digitized color picture images and be saved in digital 13 format on a USB drive. 14 d. The system shall be able to produce data reports to include,at a minimum,all 15 observation points and pertinent data. All data reports shall match the defect 16 severity codes outlined in the City's CCTV manual. 17 e. Camera footage,date&manhole numbers shall be maintained in real time and 18 shall be displayed on the video monitor as well as the video character 19 generators illuminated footage display at the control console. 20 PART 3 - EXECUTION 21 3.1 INSTALLERS [NOT USED] 22 3.2 EXANIINATION [NOT USED] 23 3.3 PREPARATION 24 A. General 25 1. Prior to inspection obtain pipe and manhole asset identification numbers from the 26 plans or City to be used during inspections. Inspections performed using 27 identification numbers other than the plans or from assigned numbers from the City 28 will be rejected. 29 2. Inspection shall not commence until the sewer section to be televised has been 30 completely cleaned in conformance with Section 33 04 50. (Sewer system should 31 be connected to existing sewer system and should be active) 32 3. Inspection of newly installed sewers(not yet in service) shall not begin prior to 33 completion of the following: 34 a. Pipe testing 35 b. All manhole work is complete 36 c. Installation of all lateral services 37 d. Vacuum test of manholes 38 4. Temporary Bypass Pumping(if required)shall conform to Section 33 03 10. 39 B. Storm Sewer Lines 40 1. Coordinate with City of Fort Worth Transportation/Public Works Department for 41 CCTV equipment and cleaning requirements. 42 C. Water Mains 30-inches and Larger CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised March 3,2016 330131-6 CLOSED CIRCUIT TELEVISION(CCTV)INSPECTION Page 6 of 7 1 1. Coordinate with City of Fort Worth Transportation/Public Works Department for 2 CCTV equipment and cleaning requirements. 3 a. 4 3.4 INSPECTION(CCTV) 5 A. General 6 1. Begin inspection immediately after cleaning of the main. 7 2. Move camera through the line in either direction at a moderate rate,stopping when _ 8 necessary to permit proper documentation of the main's condition. 9 3. Do not move camera at a speed greater than 30 feet per minute. 10 4. Use manual winches,power winches,TV cable,and power rewinds that do not - 11 obstruct the camera view,allowing for proper evaluation. 12 5. During investigation stop camera at each defect along the main. 13 a. Record the nature,location and orientation of the defect or infiltration location 14 as specified in the CCTV Manual. 15 6. Pan and tilt the camera to provide additional detail at: 16 a. Manholes,Include condition of manhole in its entirety and interior corrosion 17 protection(if applicable)(Camera should pan the entire manhole from top as 18 well as while lowering into manhole,also show complete view of invert) 19 b. Service connections,Pan the Camera to get a complete overview of service 20 connection including zooming into service connection Include location(i.e. 3 21 o'clock,9 o'clock,etc...) 22 c. Joints,Include comment on condition, signs of damage, etc... _ 23 d. Visible pipe defects such as cracks,broken or deformed pipe,holes,offset 24 joints,obstructions or debris(show as%of pipe diameter). If debris has been 25 found in the pipe during the post-CCTV inspection,additional cleaning is _ 26 required and pipe shall be re-televised. 27 e. Infiltration/Inflow locations 28 f. Pipe material transitions 29 g. Other locations that do not appear to be typical for normal pipe conditions 30 h. Note locations where camera is underwater and level as a%of pipe diameter. 31 7. Provide accurate distance measurement. 32 a. The meter device is to be accurate to the nearest 1/10 foot. 33 8. CCTV inspections are to be continuous. 34 a. Do not provide a single segment of main on more than I USB drive. 35 b. A single segment is defined from manhole to manhole. 36 B. Pre-Installation Inspection for Sewer Mains to be rehabilitated 37 1. Perform Pre-CCTV inspection immediately after cleaning of the main and before - 38 rehabilitation work. 39 2. If,during inspection,the CCTV will not pass through the entire section of main due 40 to blockage or pipe defect,set up so the inspection can be performed from the R 41 opposite manhole. 42 3. Provisions for repairing or replacing the impassable location are addressed in 43 Section 33 3120, Section 33 3121 and Section 33 3122. - 44 C. Post-Installation Inspection 45 1. Complete manhole installation before inspection begins. - CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised March 3,2016 330131-7 CLOSED CIRCUIT TELEVISION(CCTV)INSPECTION = Page 7 of 7 1 2. Prior to inserting the camera,flush and clean the main in accordance to Section 33 2 0450. 3 D. Documentation of CCTV Inspection 4 1. Sanitary Sewer Lines and Water Mains 30-inches and Larger 5 a. Follow the CCTV Manual(CCTV standard manual supplied by City upon 6 request) for the inspection video,data logging and reporting or Part 1.5 E of 7 this section. - 8 2. Storm Sewer Lines 9 a. Provided documentation for video,data logging, and reporting in accordance 10 with City of Fort Worth Transportation/Public Works Department 11 requirements. 12 3.5 REPAIR/RESTORATION [NOT USED] 13 3.6 RE-INSTALLATION [NOT USED] 14 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 15 3.8 SYSTEM STARTUP [NOT USED] 16 3.9 ADJUSTING [NOT USED] 17 3.10 CLEANING 18 A. See Section 33 04 50 and 33 04 40. 19 3.11 CLOSEOUT ACTIVITIES [NOT USED] 20 3.12 PROTECTION [NOT USED] ` 21 3.13 MAINTENANCE [NOT USED] 22 3.14 ATTACHMENTS [NOT USED] 23 24 END OF SECTION 25 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson Various—Added requirements for coordination with T/PW for Storm Sewer CCTV 03/03/2016 J Kasavich Various—Alternative to CCTV Manual,modified submittal detail requirements } 26 CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised March 3,2016 330440-1 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 1 of 8 1 SECTION 33 04 40 2 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS - 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. General 6 1. Before any newly constructed potable water mains will be permitted to be placed 7 into service in the Fort Worth Water Department's Water Distribution System,it 8 shall be cleaned(purged)and tested, or cleaned,disinfected,and tested until the 9 bacteria count within the water main meets the standards established by the Fort 10 Worth Water Department and the requirements of Chapter 290 of the Texas 11 Administrative Code(TAC)established by the Texas Commission on 12 Environmental Quality(TCEQ). 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. 3.10 E.1.D.1 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 33 0131 —Closed Circuit Television(CCTV)Inspection 20 1.2 PRICE AND PAYMENT PROCEDURES 21 A. Measurement and Payment 22 1. Measurement 23 a. This Item is considered subsidiary to the water main being Cleaned and Tested. 24 2. Payment 25 a. The work performed and the materials furnished in accordance with this Item _ 26 are subsidiary to cleaning,disinfection,hydrostatic testing,and bacteriological 27 testing and shall be subsidiary to the unit price bid per linear foot of water pipe 28 complete in place,and no other compensation will be allowed. 29 1.3 REFERENCES 30 A. Reference Standards _ 31 1. Reference standards cited in this Specification refer to the current reference 32 standard published at the time of the latest revision date logged at the end of this 33 Specification,unless a date is specifically cited. 34 2. American Water Works Association/American(AWWA): 35 a. C301,Prestressed Concrete Pressure Pipe, Steel-Cylinder Type. 36 b. C303,Concrete Pressure Pipe,Bar-Wrapped, Steel-Cylinder Type. _ 37 c. C651,Disinfecting Water Mains. 38 d. C655,Field De-Chlorination. CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised February 6,2013 330440-2 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 2 of 8 - 1 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 2 1.5 SUBMITTALS R 3 A. Submittals 4 For 24-inch and larger water mains,provide the following: 5 1. Cleaning Plan—Prior to the start of construction,submit a water main cleaning plan 6 detailing the methods and schedule,including: 7 a. A detailed description of cleaning procedures ` 8 b. Pigging entry and exit ports 9 c. Flushing procedures 10 d. Plans and hydraulic calculations to demonstrate adequate flushing velocities 11 e. Control of water 12 f. Disposal 13 2. Disinfection Plan—prior to the start of construction submit a disinfection plan - 14 including: 15 a. The method mixing and introducing chlorine 16 b. Flushing 17 c. De-chlorination 18 d. Sampling 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 [oR] OWNER-SUPPLIED PRODUCTS [NOT USED] 28 2.2 PRODUCT TYPES 29 A. Pigs 30 1. Open cell polyurethane foam body 31 2. Densities between 2 pounds per cubic foot up to 8 pounds per cubic foot 32 3. May be wrapped with polyurethane spiral bands 33 4. Abrasives are not permitted,unless expressly approved by the City in writing for 34 the particular application. 35 5. Must pass through a reduction up to 65 percent of the cross sectional area of the = 36 nominal pipe diameter CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised February 6,2013 330440-3 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 3 of 8 1 6. Pigs shall be able to traverse standard piping arrangements such as 90 degree bends, 2 tees,crosses,wyes,and gate valves. 3 2.3 ACCESSORIES [NOT USED] 4 2.4 SOURCE QUALITY CONTROL [NOT USED] 5 PART 3 - EXECUTION 6 3.1 INSTALLERS [NOT USED] 7 3.2 EXAMINATION [NOT USED] 8 3.3 PREPARATION [NOT USED] 9 3.4 ERECTION/INSTALLATION/APPLICATION [NOT USED] 10 3.5 REPAIR/RESTORATION [NOT USED] 11 3.6 RE-INSTALLATION [NOT USED] 12 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 13 3.8 SYSTEM STARTUP [NOT USED] 14 3.9 ADJUSTING [NOT USED] 15 3.10 CLEANING 16 A. General 17 1. All water mains shall be cleaned prior to bacteriological testing. 18 a. Pig all 36-inch and smaller water mains. 19 b. Pig or manually sweep 42-inch and larger mains. 20 c. Flushing is only permitted when specially designated in the Drawings,or if 21 pigging is not practical and approved by the City. 22 B. Pigging Method 23 1. If the method of pigging is to be used,prepare the main for the installation and 24 removal of a pig,including: 25 a. Furnish all equipment,material and labor to satisfactorily expose cleaning wye, �- 26 remove cleaning Wye covers, etc. 27 b. Where expulsion of the pig is required through a dead-ended conduit: 28 1) Prevent backflow of purged water into the main after passage of the pig. 29 2) Install a mechanical joint to provide a riser out of the trench on 12-inch and 30 smaller mains to prevent backwater re-entry into the main. 31 3) Additional excavation of the trench may be performed on mains over 12 32 inches,to prevent backwater re-entry into the main. 33 4) Flush any backflow water that inadvertently enters the main. 34 c. Flush short dead-end pipe sections not swabbed by a pig. 35 d. Once pigging is complete: 36 1) Pigging wyes shall remain in place unless otherwise specified in the 37 Contract Documents. 38 2) Install cleaning wye,blind flanges or mechanical joint plugs. CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised February 6,2013 330440-4 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 4 of 8 1 3) Plug and place blocking at other openings. 2 4) Backfill 3 5) Complete all appurtenant work necessary to secure the system and proceed 4 with disinfection. 5 C. Flushing Method 6 1. Prepare the main by installing blow-offs at appropriate locations,of sufficient sizes 7 and numbers,and with adequate flushing to achieve a minimum velocity in the 8 main of 2.5 feet per second. _ 9 a. Minimum blow-off sizes for various main sizes are as follows: 10 1) 4-inch through 8-inch main—%-inch blow-off 11 2) 10-inch through 12-inch main— 1-inch blow-off _ 12 3) 16-inch and greater main—2-inch blow-off 13 b. Flushing shall be subject to the following limitations: 14 1) Limit the volume of water for flushing to 3 times the volume of the water 15 main. 16 2) Do not unlawfully discharge chlorinated water. 17 3) Do not damage private property. 18 4) Do not create a traffic hazard. 19 c. Once Flushing is complete: 20 1) Corporations stops used for flushing shall be plugged. 21 D. Daily main cleaning T 22 1. Wipe joints and then inspect for proper installation. 23 2. Sweep each joint and keep clean during construction. _ 24 3. Install a temporary plug on all exposed mains at the end of each working day or an 25 extended period of work stoppage. 26 E. Hydrostatic Testing _ 27 1. All water main that is to be under pressure, shall be hydrostatically tested to meet 28 the following criteria: 29 a. Furnish and install corporations for proper testing of the main. 30 1) Furnish adequate and satisfactory equipment and supplies necessary to 31 make such hydrostatic tests. 32 2) The section of line to be tested shall be gradually filled with water, 33 carefully expelling the air and the specified pressure applied. 34 b. The City will furnish water required for the testing at its nearest City line. 35 c. Expel air from the pipe before applying the required test pressure. - 36 d. Test Pressure 37 1) Test pressures should meet the following criteria,unless otherwise 38 indicated on the plans: 39 a) Not less than 1.25 (187 psi minimum)times the stated working 40 pressure of the pipeline measured at the highest elevation along the test 41 section. 42 b) Not less than 1.5 (225 psi minimum)times the stated working pressure T 43 at the lowest elevation of the test section. 44 e. Test Conditions 45 1) Must be at least 2 hour duration 46 2) Add water as necessary to sustain the required test pressure. 47 3) Test fire hydrants to the fire hydrant valve. CITY OF FORT WORTH NSH 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised Febmiary 6,2013 330440-5 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 5 of 8 1 a) Leave the isolation valve on the fire hydrant lead line open during the 2 hydrostatic testing. 3 4) Test service lines to curb stop 4 a) Leave the corporation stop on the service line open during the 5 hydrostatic testing. 6 5) Close isolation valves for air release valves. 7 6) Makeup water must come from a container of fixed 55 gallon container that 8 does not have a water source. 9 f. Measure all water used in the pressure test through an approved meter,or 10 measure the difference in volume within a 55 gallon container. 11 1) Do not test against existing water distribution valves unless expressly 12 provided for in the Drawings,or approved by the City. 13 2) If the City denies approval to test against existing water distribution system 14 valve,then make arrangements to plug and test the pipe at no additional 15 cost. 16 2. Allowable Leakage 17 a. No pipe installation should be accepted if the amount of makeup water is 18 greater than that determined using the following formula: 19 In inch-pound units, 20 L SD P 21 148,000 22 23 Where: 24 L=testing allowance(make up water),gallons per hour 25 S=length of pipe tested,ft. 26 D=nominal diameter of pipe,in. 27 P=average test pressure during the hydrostatic test,psi 28 b. For any pipeline that fails to pass hydrostatic test: 29 1) Identify the cause 30 2) Repair the leak 31 3) Restore the trench and surface 32 4) Retest 33 c. All costs associated with repairing the pipeline to pass the hydrostatic test is the 34 sole responsibility of the Contractor and included in the price per linear foot of 35 pipe. 36 d. If the City determines that an existing system valve is responsible for the 37 hydrostatic test to fail,the Contractor shall make provisions to test the pipeline 38 without the use of the system valve. 39 e. There shall be no additional payment to the Contractor if the existing valve is 40 unable to sustain the hydrostatic test and shall be included in the price per linear 4 41 foot of pipe. 42 F. Disinfection 43 1. General 44 a. Disinfection of the main shall be accomplished by the"continuous feed" 45 method or the"slug"method as determined by the Contractor. 46 b. The free chlorine amounts shown are minimums. The Contractor may require 47 higher rates. 48 1) Calcium hypochlorite granules shall be used as the source of chlorine. 49 c. Continuous Feed Method CITY OF FORT WORTH NSH 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised February 6,2013 330440-6 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 6 of 8 1 1) Apply water at a constant rate in the newly laid main. 2 a) Use the existing distribution system or other approved source of 3 supply. 4 2) At a point not more than 10 feet downstream from the beginning of the new 5 main,water entering the new main shall receive a dose of chlorine. 6 a) Free chlorine concentration: 50 mg/L minimum, or as required by 7 TCEQ,whichever is greater. 8 b) Chlorine applications shall not cease until the entire conduit is filled 9 with heavily chlorinated water. — 10 3) Retain chlorinated water in the main for at least 24 hours. 11 a) Operate valves and hydrants in the section treated in order to disinfect 12 the appurtenances. - 13 b) Prevent the flow of chlorinated water into mains in active service. 14 c) Residual at the end of the 24-hour period: 10 mg/L free chlorine, 15 minimum,for the treated water in all portions of the main. 16 4) Flush the heavily chlorinated water from the main and dispose of in a 17 manner and at a location accepted by the City. 18 5) Test the chlorine residual prior to flushing operations. _ 19 a) If the chlorine residual exceeds 4 mg/L,the water shall remain in the 20 new main until the chlorine residual is less the 4 mg/L. 21 b) The Contractor may choose to evacuate the water into water trucks, or 22 other approved storage facility,and treat the water with Sodium T 23 Bisulfate,or another de-chlorination chemical,or method appropriate 24 for potable water and approved by the City until the chlorine residual is 25 reduced to 4 mg/L or less. -' 26 c) After the specified chlorine residual is obtained,the water may then be 27 discharged into the drainage system or utilized by the Contractor. 28 d. Slug Method - 29 1) Water from the existing distribution system or other approved source of 30 supply shall be made to flow at a constant rate in the newly laid main. 31 2) At a point not more than 10 feet downstream from the beginning of the new 32 main,water entering the new main shall receive a dose of chlorine. 33 a) Free chlorine concentration: 100 mg/L minimum,oras required by 34 TCEQ,whichever is greater. 35 b) The chlorine shall be applied continuously and for a sufficient time to 36 develop a solid column or"slug"of chlorinated water that shall expose 37 all interior surfaces to the"slug"for at least 3 hours. 38 3) Operate the fittings and valves as the chlorinated water flows past to 39 disinfect the appurtenances. 40 4) Prevent the flow of chlorinated water into mains in active service. 41 5) Flush the heavily chlorinated water from the main and dispose of in a - 42 manner and at a location accepted by the City. 43 6) Upon completion,test the chlorine residual remaining in the main. 44 a) Chlorine levels of 4 mg/1 or less should be maintained. 45 2. Contractor Requirements 46 a. Furnish all equipment,material and labor to satisfactorily prepare the main for 47 the disinfection method approved by the City with adequate provisions for 48 sampling. 49 b. Make all necessary taps into the main to accomplish chlorination of a new line, 50 unless otherwise specified in the Contract Documents. CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised February 6,2013 330440-7 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 7 of 8 1 c. After satisfactory completion of the disinfection operation,as determined by 2 the City,remove surplus pipe at the chlorination and sampling points,plug the 3 remaining pipe,backfill and complete all appurtenant work necessary to secure 4 the main. 5 G. Dechlorination 6 1. General.All chlorinated water shall be de-chlorinated before discharge to the 7 environment. Chemical amounts,as listed in ANSI/AWWA C651: "Disinfecting 8 Water Mains",shall be used to neutralize the residual chlorine concentrations using 9 de-chlorination procedures listed in ANSI/AWWA C655: "Field De-Chlorination". 10 De-Chlorination shall continue until chlorine residual is non-detectable. 11 2. Testing. Contractor shall continuously test for the chlorine residual level 12 immediately downstream of the de-chlorination process,during the entire discharge 13 of the chlorinated water.Contractor shall periodically conduct chlorine residual 14 testing and check for possible fish kills at locations where discharged water enters - 15 the existing watershed. 16 3. Fish Kill.If a fish kill occurs associated with the discharge of water from the 17 distribution system or any other construction activities: 18 a. The Contract shall immediately alter activities to prevent further fish kills. 19 b. The Contractor shall immediately notify Water Department Field Operations 20 Dispatch. 21 c. The Contractor shall coordinate with City to properly notify TCEQ. 22 d. Any fines assessed by the TCEQ(or local,state of federal agencies)for fish 23 kills shall be the responsibility of the Contractor. 24 H. Bacteriological Testing(Water Sampling) 25 1. General 26 a. Notify the City when the main is suitable for sampling. 27 b. The City shall then take water samples from a suitable tap for analysis by the 28 City's laboratory,unless otherwise specified in the Contract Documents. 29 1) No hose or fire hydrant shall be used in the collection of samples. 30 2. Water Sampling 31 a. Complete microbiological sampling prior to connecting the new main into the 32 existing distribution system in accordance with AWWA C651. 33 b. Collect samples for bacteriological analysis in sterile bottles treated with 34 sodium thiosulfate. 35 c. Collect 2 consecutive sets of acceptable samples,taken at least 24 hours apart, _ 36 from the new main. 37 d. Collect at least 1 set of samples from every 1,000 linear feet of the new main 38 (or at the next available sampling point beyond 1,000 linear feet as designated 39 by the City),plus 1 set from the end of the line and at least 1 set from each 40 branch. 41 e. If trench water has entered the new main during construction or,if in the 42 opinion of the City,excessive quantities of dirt or debris have entered the new 43 main, obtain bacteriological samples at intervals of approximately 200 linear 44 feet. 45 f. Obtain samples from water that has stood in the new main for at least 16 hours 46 after formal flushing. 47 3. Repetition of Sampling CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised February 6,2013 330440-8 CLEANING AND ACCEPTANCE TESTING OF WATER MAINS Page 8 of 8 1 a. Unsatisfactory test results require a repeat of the disinfection process and re- 2 sampling as required above until a satisfactory sample is obtained. 3 3.11 CLOSEOUT ACTIVITIES [NOT USED] Y 4 3.12 PROTECTION [NOT USED] 5 3.13 MAINTENANCE [NOT USED] 6 3.14 ATTACHMENTS [NOT USED] 7 END OF SECTION 8 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 3.10.E.1.e:Added service lines to hydrostatic testing requirements 2/6/2013 D Townsend 1.3.A.2.d Added AWWA C655 Field De-Chlorination as reference = 3.10.G—Added De-Chlorination Requirement 9 CITY OF FORT WORTH NSII 30-hich Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised February 6,2013 330507.33-1 TUNNEL CONSTRUCTION Page 1 of 11 1 SECTION 33 05 07.33 2 TUNNEL CONSTRUCTION 3 PART1 - GENERAL 4 1.1 SCOPE OF WORK 5 A. This Section includes tunnel construction operation with installation of tunnel liner followed by 6 placement of water line inside tunnel after completion of tunnel construction. This Section is 7 intended to be primarily functional in nature and to define in general terms work to be 8 accomplished. Contractor is granted full discretion to select method of tunnel construction, 9 subject to review by Engineer. 10 1.2 RELATED WORK 11 A. Section 0133 00- Submittal Procedures. 12 B. Section 0150 00-Construction Facilities and Temporary Controls. 13 C. Section 3123 19-Dewatering. 14 D. Section 3105 07.32-Shaft Construction. 15 E. Section 33 05 07.34-Tunnel Grouting. 16 F. Section 33 05 07.35-Installation of Carrier Pipe. 17 1.3 SUBMITTALS 18 A. Submittals shall be made in accordance with the requirements of Section 0133 00 Submittal 19 Procedures. 20 B. Tunnel design submittals by Contractor shall be signed and sealed by a Professional Engineer 21 licensed in the State of Texas. 22 C. Submit structural design parameters,calculations and drawings showing the proposed tunnel 23 support system. 24 D. Pre-construction survey at the tunnel crossing locations. 25 E. Contractor shall maintain and submit on a daily basis shift records that include the following: 26 1. Starting and ending stations for each shift. 27 2. Starting and ending time for each shift. 28 3. Type,quantity,and location of support installed. 29 1.4 REFERENCE STANDARDS - 30 A. American Association of State Highway and Transportation Officials(AASHTO). 31 B. Standard Specifications for Construction of Highways and Bridges—Texas Department of 32 Transportation. 33 C. American Railway Engineering and Maintenance-of-Way Association(AREMA)Manual for 34 Railway Engineering(applicable sections). 35 D. American Society for Testing and Materials(ASTM): 36 1. ASTM A36-Standard Specifications for Carbon Structural Steel. CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised April 2017 330507.33-2 TUNNEL CONSTRUCTION Page 2 of 11 _ 1 2. ASTM A283 -Standard Specification for Low and Intermediate Tensile Strength Carbon 2 Steel Plates. 3 3. ASTM A307-Standard Specification for Carbon Steel Bolts, Studs, and Threaded Rod 4 60000 PSI Tensile Strength. 5 4. ASTM A328- Standard Specifications for Steel Sheet Piling. _. 6 5. ASTM A354-Standard Specifications for Quenched and Tempered Alloy Steel Bolts, 7 Studs,and Other Externally Threaded Fasteners. 8 6. ASTM A449-Standard Specifications for Hex Cap Screws,Bolts and Studs, Steel,Heat -- 9 Treated, 120/105/90 ksi Minimum Tensile Strength, General Use. 10 7. ASTM A496-Standard Specification for Deformed Steel Wire for Concrete 11 Reinforcement. 12 8. ASTM A615 -Standard Specification for Deformed and Plain Carbon-Steel Bars for 13 Concrete Reinforcement. 14 9. ASTM A 10 11 -Standard Specifications for Steel, Sheet and Strip,Hot-Rolled,Carbon, 15 Structural,High-Strength Low-Alloy,High-Strength Low-Alloy with Improved 16 Formability,and Ultra-High Strength. 17 10. ASTM A1064-Standard Specification for Carbon-Steel Wire and Welded Wire - 18 Reinforcement,Plain and Deformed,for Concrete. 19 11. ASTM C33 -Standard Specification for Concrete Aggregates. 20 12. ASTM C150-Standard Specifications for Portland Cement. 21 13. ASTM D198 -Standard Test Methods of Static Tests of Lumber in Structural Sizes. 22 E. American Water Works Association(AWWA): AWWA C200-Steel Water Pipe,6-inch and 23 Larger. 24 F. American Welding Society(AWS): 25 1. AWS D1.1 -Structural Welding Code-Steel. 26 2. AWS D7.0-Standard for Field Welding of Steel Water Pipe Joints. 27 G. Occupational Safety and Health Administration(OSHA): Particular attention is called to 1926 - 28 Subpart S of OSHA Standards-29 CFR,published by U.S.Department of Labor. 29 1.5 QUALITY ASSURANCE 30 A. Conform to Construction Quality Management Plan. 31 B. Contractor shall be solely responsible for damage to properties,buildings or structures,railroad, 32 pavements, sidewalks and other utilities and work that may result from his operations to install 33 pipe by tunneling methods. 34 C. Contractor shall be solely responsible for the proper design and structural integrity of the _ 35 various construction systems used during the tunnel work. Such systems shall include,but not 36 limited to the following: 37 1. Suitable shafts or trench excavated for the purpose of conducting the tunneling operations. _ 38 2. The design and installation of a temporary dewatering and drainage system to control 39 surface water and groundwater during construction. 40 D. Design review and field observation by Owner's Representative shall not relieve the Contractor 41 of responsibilities for the Work. CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised April 2017 330507.33-3 TUNNEL CONSTRUCTION Page 3 of 11 1 1.6 SYSTEM DESCRIPTION/DESIGN CRITERIA 2 A. Design tunnel liner for appropriate loading conditions,including but not limited to: overburden 3 and lateral earth pressures,handling and installation stresses,loads imposed by tunnel shield or 4 tunnel boring machine thrust jacks,subsurface soil and water loads,grouting,and all other 5 conditions of service. Contractor is responsible for design of tunnel liner to carry thrust of 6 jacking or other construction forces or loads anticipated. 7 B. Use Cooper E-80 locomotive loading distributions in accordance with AREMA specifications 8 for tunnel liner for criteria at railroad crossings. Account for additive loadings for multiple tracks 9 in design. Provide liner type for railroad crossings as specified or as otherwise required by 10 railroad authority. Acceptable monitoring devices,such as closed circuit television,which permit 11 continuous monitoring of conditions at face by qualified observers from outside tunnel,may be 12 used. 13 C. Use HS-20 vehicle loading distributions for truck loading criteria in accordance with AASHTO. 14 D. Contractor shall be solely responsible to use best practices and address any settlement issues 15 once the Owner or Owner's Representative identifies. 16 E. Compatibility of Methods: 17 1. Use compatible methods of excavation,liner,and ground stabilization and ground water 18 control. 19 2. Design tunnel liner,when used to provide thrust for propulsion of shield,to withstand this 20 thrust without damage or distortion. Configure propulsion jacks on shield so that thrust is 21 uniformly distributed and will not damage or distort tunnel liner. 22 3. Use compatible tunneling method with possible restrictions on work, such as influence on 23 existing installations or potential ground water contamination. 24 F. Contractor shall assume full and sole responsibility for the safety of the Work and the protection 25 of personnel and property in the performance of the Work. Contractor shall be responsible for 26 developing procedures to support the ground in a safe manner,for maintaining stability of the 27 ground,and for safety during excavation and tunnel liner installation. 28 G. The maximum settlement allowed at tunnel crossings are as follows: 29 1. Railroad Crossing: 0.25" 30 2. Highways: 0.75" 31 3. FM Roads and streets: 1.00" 32 H. Soil Parameters shall be evaluated by the tunnel liner manufacturer. The thickness of the tunnel 33 liner specified on drawings is the minimum acceptable and shall be increased as necessary to 34 obtain adequate joint strength, stiffness,buckling strength and resistance to deflection. CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised April 2017 330507.33-4 TUNNEL CONSTRUCTION Page 4 of I 1 „ 1 1.7 DELIVERY,HANDLING AND STORAGE(NOT USED) 2 1.8 MAINTENANCE/SPARE PARTS(NOT USED) 3 1.9 EXTENDED WARRANTY(NOT USED) 4 PART 2 - PRODUCTS 5 2.1 GENERAL 6 A. Use of various construction methods for tunnel excavation and ground support,such as tunnel 7 boring machine(TBM),hand tunneling or shield,will be allowed. 8 1. Contractor is responsible for final constructed products,materials and tools used,and for 9 famishing labor and qualified superintendents necessary for selected method of 10 construction. 11 2. Demonstrate that chosen method will prevent flow of water or soil into tunnel,and provide 12 stability of face under anticipated conditions. 13 B. Furnish all items, such as TBM or shield with excavation equipment,spoil disposal systems, 14 muck trains,hoist,grouting, signal systems,ventilation,safety equipment,and survey controls 15 necessary to excavate and advance tunnel and construct tunnel liner by selected method. 16 2.2 LINER AND SUPPORTS 17 A. Tunnel liner may consist of steel ring beams and lagging,steel liner plates, steel casing pipe,or 18 combinations of these. Utilize additional support elements including shotcrete,additional steel 19 sets,breasting,spilling,forepoling,crown bars, soil anchors,or fabrics,as required to provide 20 stable excavation. 21 B. Use steel liner plates, steel casing pipe or steel ring beams and lagging as tunnel liner for 22 tunneling under Texas Department of Transportation rights-of-way. Use steel casing pipe as 23 tunnel liner for tunneling under railroad rights-of-way. 24 2.3 MATERIALS 25 A. Where use of the following materials is required, conform to requirements of the following 26 minimum standards: Material Reference Standards Cement ASTM C150 Reinforcing Steel Wire ASTM A1064 or A496 Reinforcing Steel Wire Fabric ASTM A1064 or A497 Reinforcing Steel Bars ASTM A615, Grade 60 ` Sand and Aggregate ASTM C33 Structural Steel ASTM A36 CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised April 2017 330507.33-5 TUNNEL CONSTRUCTION Page 5 of 11 Steel Piles, Sheets ASTM A328 Steel Ring Beams ASTM A36 Steel Plates ASTM A36 and A283 Steel Casing Pipe AWWA C200 — 1 B. Steel Casing Pipe: 2 1. Steel casing pipe shall be new uncoated welded steel pipe manufactured in accordance with 3 AWWA C200. The pipe shall have a minimum yield strength of 35,000 psi. Steel casing 4 pipe wall thickness shall be determined by the Contractor but shall not be less than what is 5 called out on Drawings. Steel casing pipe shall be of the type and strength as indicated on 6 Drawings. ` 7 2. Steel casing pipe shall be field welded in accordance with AWWA C206 and AWS D7.0. 8 3. Design deflection to be used in determining wall thickness of steel casing pipe shall not 9 exceed 3 percent of nominal casing pipe size. 10 4. Steel casing pipe design shall also include stresses due to jacking forces when pipe is to be 11 installed by jacking method. 12 5. Unless otherwise approved by Engineer,equip steel casing pipe with approximately 2-inch 13 diameter grout holes furnished with plugs. Place holes in pattern so that each succeeding 14 hole from top dead center is 60 degrees right,then 60 degrees left,then top dead center. 15 Locate holes in each line no more than 4 feet apart. 16 C. Steel Liner Plates: 17 1. General: 18 a. Cold-formed steel liner plates shall be furnished to the dimensions required on the 19 Drawings and accurately curved to suit the tunnel cross section. Maintain minimum 20 thickness of metal for steel liner plates as shown on the Drawings, allowing for standard 21 mill tolerances. 22 b. For steel ring beams used with liner plates,conform to requirements of Paragraph 2.03. 23 D,Steel Ring Beams and Lagging. 24 c. Section properties shall conform to applicable requirements of Section 15 -Steel 25 Tunnel Liner Plates in AASHTO Standard Specifications for Highway Bridges. 26 d. Except as otherwise specified, Section properties shall conform to applicable 27 requirements of Chapter 1, Section 4.21 -Construction of Tunnel Using Steel Tunnel 28 Liner Plates in AREMA Manual for Railway Engineering. 29 2. Materials: 30 a. Plates. 31 1) Provide steel liner plates manufactured by Contech Engineered Solutions(2- 32 flange),DSI Underground Systems,Inc. (4-flange),or approved equal,and certified 33 by manufacturer for compliance with specifications. Provide minimum tensile 34 strength,yield strength and elongation of liner plates as follows: Tensile Strength = 42,000 psi Yield Strength = 28,000 psi Elongation,2 inch = 30 percent 35 CITY OF FORT WORTH NSII 30-inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised April 2017 330507.33-6 TUNNEL CONSTRUCTION Page 6 of 11 1 2) Provide design calculations for either 2-flange or 4-flange liner plates,as 2 appropriate for Contractor's method of construction. All steel liner plate designs shall 3 meet the following minimum factors of safety: 4 Seam Strength = 3 Buckling = 2 Maximum Deflection = 3 %(of nominal tunnel diameter) 5 6 — 7 b. Bolts and Nuts. 8 1) Bolts and nuts used with lapped seam type(2-flange type)liner plates shall be not 9 less than 5/8"(15 mm)in diameter. Bolts shall conform to ASTM A354 and ASTM .. 10 A449 for plate thickness equal to or greater than 0.209 inch(5 mm),and ASTM A307 11 for plate thickness less than 0.209 inch(5 mm). Nuts shall conform to ASTM A307. 12 2) Bolts and nuts used with 4-flanged type shall be not less than 1/2"(12 mm)in 13 diameter for plates 7 gauge or lighter,and not less than 5/8"(15 mm)in diameter for 14 plates heavier than 7 gauge. Bolts and nuts shall be quick acting coarse thread and 15 shall conform to ASTM A307, Grade A. 16 3. Fabrication. Use new material for construction of liner plates. All plates shall be punched 17 for bolting on both longitudinal and circumferential seams or joints,and shall be fabricated 18 to permit complete erection from inside of the tunnel. All plates shall be of uniform 19 fabrication,and those intended for one size tunnel shall be interchangeable. f 20 4. Grout Holes. One half of the total number of the top liner plates shall be equipped with 2" 21 (50 nun)diameter grout holes to facilitate grouting above and around the tunnel liner 22 conduit. All grout holes shall be equipped with screw type plugs for final watertight closure T 23 of the grout holes. 24 5. Rejection. The presence of any or all of them in any individual liner plate or in general in 25 any shipment shall constitute sufficient cause for rejection: 26 a. Uneven laps. 27 b. Elliptical shaping. 28 c. Variation from a straight centerline. 29 d. Ragged edges. 30 e. Unevenly lined or spaced bolt holes. 31 f. Dents or bends in the metal itself. 32 D. Steel Ring Beams and Lagging: 33 1. Materials 34 a. Steel ring beams and auxiliary structural members shall be free of defects which may 35 impair or reduce structural integrity. Steel ring beams shall be accurately curved to 36 proper radius of tunnel section(or shaft section),and shall be bent by cold pressing in 37 dies. The ring beam segments shall fit closely for bolted connections at segmental and 38 transverse joints. 39 b. Steel ring beams and lagging designs shall meet the following minimum factors of 40 safety: 41 Buckling = 2 Stiffness = 3 42 CITY OF FORT WORTH NSH 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised April 2017 330507.33-7 TUNNEL CONSTRUCTION Page 7 of 11 1 c. Provide steel appurtenances required for installation of steel ring beams,such as tie- 2 rods,bolts,nuts,splice plates,steel spacers(dutchmen)and drift pins,with steel ring 3 beams. 4 d. The nuts shall conform to ASTM A307. The bolts shall conform to ASTM A449 for 5 ring beam thickness equal to or greater than 0.209 inch(5 mm),and ASTM A307 for 6 ring beam thickness less than 0.209 inch(5 mm). 7 2. Rejection: The materials may be rejected for failure to meet any of the requirements of this 8 specification. 9 E. Filter Fabric: 10 1. Material. Nonwoven,non-biodegradable, fabric consisting of continuous chain polymer 11 filaments or yarns,at least 85 percent by weight polyolefins,polyesters or polyamide, 12 formed into dimensionally stable network. 13 2. Install filter fabric and backer rods as required outside of tunnel liner to prevent migration 14 of soil fines into excavated tunnel resulting in voids or settlement. 15 PART 3- EXECUTION 16 3.1 GENERAL 17 A. Perform tunnel construction in the manner that will minimize disturbance to the ground in front 18 of and surrounding tunnel,minimize the surface effects of tunnel excavation,and preserve the 19 inherent strength of the ground in front of and surrounding tunnel. Prevent significant subsidence 20 of surface and protect structures and utilities above,and in the vicinity of,tunnel from damage. 21 B. Support ground continuously in the manner that will prevent loss of ground and keep perimeters 22 and faces of tunnel and bottoms of shafts stable. Use filter-fabric and other means as necessary 23 behind tunnel liner to prevent soil migration into tunnel. 24 C. Provide approved mining instrumentation for testing quality of tunnel atmosphere and obtain 25 samples,under working conditions,at prescribed intervals in accordance with OSHA,Federal, 26 State and local requirements. 27 D. Contractor shall furnish all materials and labor to install and maintain pumps,piping, drains and 28 other facilities for the control, collection and disposal of groundwater and construction related 29 water from inside the tunnel and shaft excavations. Water collected in the tunnel shall be directed 30 to the tunnel shafts for disposal. 31 3.2 PREPARATION 32 A. Execute work of excavating,lining,grouting,and construction of tunnel so that ground 33 settlement or loss will be minimized. Completed tunnel liner shall have full bearing against earth _ 34 with no voids or pockets left in work. Fill peripheral space between support elements and 35 excavated surface no less frequently than after each shore or close by expanding support elements 36 against ground as shield advances. 37 B. Maintain clean working conditions inside tunnel and remove muck, debris,material spills, 38 unusable supports, and other materials not required for tunneling. 39 C. Evaluate condition of materials to be used immediately before their use to verify their ability to 40 serve their intended function,including steel shapes,bars,fasteners,and accessories. Contractor 41 shall ensure that all metal objects are free of scale,rust,mud, oil,grease,concrete and other 42 objectionable materials and of true shape. CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised April 2017 330507.33-8 TUNNEL CONSTRUCTION Page 8 of 11 1 D. Take proper precautions to avoid excavating earth,rock or shattering rock beyond the limits of 2 excavation needed to install tunnel liner. 3 E. Be aware that various existing soil borings,piezometers,or instrument wells may coincide with 4 proposed tunnel alignment. These may or may not have been backfilled with grout therefore 5 caution should be used in tunneling through these existing borings. Take mitigating measures to 6 counter the effect that these boreholes,piezometers,or instrument wells may have on tunneling 7 operations. 8 F. Perform tunneling under railroad embankments,highways,or streets to prevent interference 9 with operation of railroad,highways,or streets. 10 3.3 GROUND WATER CONTROL AND GROUND STABILIZATION 11 A. Provide necessary ground water control measures to perform work and to provide stable working 12 conditions. Prevent excessive inflow of water into excavation during construction of tunnel, 13 installation of carrier pipe and grouting of annular space(if applicable). Ground water control 14 method shall provide means to prevent piping of fines into shafts or tunnel and other adverse effects 15 due to groundwater inflow. Additional requirements are included in Section 3123 19— 16 Dewatering. y 17 3.4 ANCILLARY SYSTEMS 18 A. Air Quality: Contractor shall operate and maintain adequate ventilation for the duration of the 19 tunnel work. The ventilation system shall conform to requirements of jurisdictional authorities. 20 1. Provide portable testing equipment for carbon monoxide gas,hydrogen sulfide gas,oxygen 21 deficiency,and explosive gases. Monitoring for other constituents may be required while 22 tunneling in potentially contaminated areas. 23 2. Provide audible automatic gas alarm on TBM to detect explosive gases. Locate alarm near 24 tunnel face. 25 3. Equip motors and controls with automatic shutoff methane monitoring system. 26 B. Lighting: Electric lights shall be used for illumination of completed portions of the tunnel used 27 for passage and wherever lighting is needed for inspection of the work. Provide adequate lighting - 28 with lights at a maximum spacing of 50 feet in tunnel. Fixtures and wiring shall be in watertight 29 enclosures with suitable guards. Provide separate circuits for lighting and for electrical 30 equipment. 31 C. Electrical System: Equip electrical systems utilized on TBM with appropriate ground fault 32 system. Electrical systems are to be insulated,not permitting bare-wire exposures. Electrical 33 components shall bear the Underwriters Laboratories(U.L.) label where applicable. 34 D. Access: Provide clear and unobstructed access through tunnel. 35 3.5 SHAFTS 36 A. Construction of Shafts: Conform work for all shafts,with or without permanent structures in 37 them,to requirements of Section 33 05 07.32- Shaft Construction. 38 3.6 TUNNEL EXCAVATION AND TUNNEL LINERINSTALLATION 39 A. Tunnel Excavation: 40 1. Contractor shall perform potholing or other methods to verify the presence of obstructions 41 or utility conflicts not verified or shown on the drawings,prior to tunnel excavation. Notify 42 Owner's Representative of obstructions found. CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised April 2017 330507.33-9 TUNNEL CONSTRUCTION Page 9 of 11 1 2. Tunnel excavation shall not begin until the following have been completed: 2 a. Owner's Representative has reviewed the required submittals. 3 b. Support system for shaft has been installed. 4 c. Groundwater control has been installed and is operating. 5 d. A safety meeting has been conducted as required by OSHA. 6 e. Pre-Construction survey has been performed and document has been submitted to the 7 Owner's Representative. 8 3. Contractor shall continuously monitor,record,and control the rate of advance with the rate 9 and volume of excavation to ensure that no over-excavation occurs. Promptly notify 10 Owner's Representative if the loose volume of excavated materials exceeds the theoretical 11 excavation volume. 12 4. During open-face excavation: 13 a. Excavate face commencing at crown and proceed down to invert. Excavate both sides 14 of heading simultaneously.Keep hood buried in soil ahead where soils include sands and 15 silts. 16 b. Keep face breasted or otherwise supported;employ other means as necessary to 17 maintain face stability and prevent falls,excessive raveling,or erosion.Maintain standby - 18 face supports for immediate use when needed. 19 c. During shut-down periods,support face of excavation by positive means;do not rely 20 solely on hydraulic pressure for support. When face is untouched for more than 24 21 hours,fully breast face and shove shield tight against it. 22 5. During closed-face excavation: 23 a. Carefully control and monitor volume of spoil removed.For earth-pressure balance 24 TBM,balance spoil removed with advance rate and excavation rate. 25 b. When cutting face is withdrawn,keep excavated face stabilized as required. 26 6. Advancing Shield: During forward movement of shield,provide sufficient support at 27 excavation face to prevent movement of materials except materials as are physically 28 displaced by elements of shield itself. Excavation shall not be advanced beyond the edge of 29 the shield. 30 7. Install tunnel liner immediately after excavation of tunnel and as close to the heading as the 31 work will permit. 32 B. Tunnel Liner Installation: 33 1. Provide tunnel liner which is capable of supporting ground,and hydrostatic forces,and 34 resisting construction loads until permanent carrier pipe has been installed and grouted in 35 place. v 36 2. Damaged or improperly installed tunnel liner shall be removed and replaced,or repaired 37 immediately. 38 3. Welding shall conform to the applicable requirements of AWS D1.1. 39 4. Use methods that ensure full bearing of soil against tunnel liner without significant 40 settlement or movement of surrounding soil.To fill void behind tunnel liner and limits of 41 excavation,either expandable liner(e.g.,steel ring beams and lagging)or non-expandable 42 liner(e.g.,bolted steel liner plates) may be used provided grout is placed between 43 nonexpendable liner and limits of excavation. 44 5. Grouting: Requirements pertaining to grout mix design and tunnel grouting are provided in 45 Section 33 05 07.34-Tunnel Grouting. 46 6. Steel ring beams and lagging CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised April 2017 33 05 07.33-10 TUNNEL CONSTRUCTION Page 10 of 11 4 1 a. Steel ring beams shall be either expanded or blocked,as required to provide adequate 2 ground support. 3 b. Expanded steel ring beams shall achieve continuous contact with the surrounding 4 ground. 5 c. Secure ring beams against longitudinal movement or distortion. 6 d. Fill voids between limits of excavation and ring beams and lagging with grout. 7 7. Expandable liner shall be continuous and shall be expanded to limits of excavation 8 promptly after it is out of shield. 9 8. Install filter fabric around exterior of tunnel liner when using non-watertight liner or when 10 tunneling through sandy or silty ground conditions. 11 C. Hand Jacking of Casing Pipe: 12 1. Provide heavy-duty jacks of capacity suitable for forcing casing pipe through ground. 13 Provide suitable jacking frame and/or back stop. 14 2. Excavate ground material just ahead of casing pipe,and remove through casing pipe. Then 15 force casing pipe through ground with jacks,into space thus provided. 16 3. Excavate heading so that both sides of heading are excavated simultaneously. 17 4. At end of each shift and whenever excavation is suspended or shut down,install breast 18 boards,or other approved methods,across full face of heading. 19 3.7 CONTROL OF TUNNEL LINE AND GRADE } 20 A. Earth Movement: Contractor is responsible for damages due to settlement from construction- 21 induced activities or occurrences. 22 1. In the event that ground movement is detected,correct problems causing or resulting from } 23 movement before proceeding. 24 B. Tunnel Line and Grade: 25 1. Control excavation of tunnel and construction of tunnel liner to allow construction of carrier 26 pipe within 6 inches on line and 4 inches on grade without causing damage to canter pipe,and to 27 maintain circular shape of tunnel. 28 3.8 MONITORING 29 A. Monitoring Instrumentation: This specification establishes minimum instrumentation 30 requirements for tunneling. 31 1. Install and maintain system of instrumentation to monitor tunneling operation and to detect 32 movement in soil and adjacent structures. 33 2. All materials and instruments shall be new. 34 3. Instruments shall consist of no less than sufficient number of inclinometers and crack 35 monitors at bridge and adjacent structures and sufficient piezometers. 36 4. Surface protection shall be flush with the ground surface in paved or other areas. For all 37 instruments provide roadway boxes with a 5%a-inch lock lid as indicated and manufactured 38 by Tyler Pipe,Tyler,TX,or Bresnahan Foundry,Hatfield,MA,or approved equal. 39 5. The extensometer shall be Model 1600 manufactured by Geokon,Inc.,Lebanon,New 40 Hampshire,or approved equal. 41 6. Provide inclinometer casing,probe,cable,readout unit,and accessories,as manufactured by 42 Durham Geo Slope Indicator,Mukilteo,WA, or approved equal. CITY OF FORT WORTH NSn 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised April 2017 330507.33-11 TUNNEL CONSTRUCTION Page 11 of 11 1 7. Protect instruments and monitoring equipment from damage during operations. Replace or 2 repair damaged instruments or monitoring equipment prior to resuming operations. 3 B. Settlement Surveying: This specification establishes minimum settlement survey requirements 4 for structures where required. 5 1. Locate survey points on all structures within distance equal to depth of tunnel but at least 50 6 feet in plan from tunnel centerline. 7 2. Locate survey points at crossings under installations as follows: 8 Roads: Road centerline and each shoulder of the road over the centerline of 9 the tunnel ,4 10 Railroad: Top of each rail over centerline of the tunnel 11 Top of each rail over the outside edges of the tunnel 12 Top of each rail 25 feet from the outside edges of the tunnel 13 Top of each rail 50 feet from the outside edges of the tunnel 14 Utilities and Pipelines: Directly above,and 10 feet before and after intersection 15 C. Establish vertical control points at distance from construction areas that avoids disturbance due 16 to ground settlement. Measure and maintain records of deformation of tunnel liner. 17 D. Reading Schedule 18 1. Take initial readings of surface points before tunnel or shaft construction is started. 19 2. Take daily readings from various instruments and survey points starting when construction _ 20 is approaching or near critical structures(structures,bridge piers,pipelines,etc.that are 21 partially or entirely located within distance equal to depth of tunnel but at least 50 feet in 22 plan from tunnel centerline),and continuing until carrier pipe has been installed and shaft 23 has been completely backfilled,and until no more detectable movement occurs. } 24 3. Take immediate remedial action when movement, cracking,or settlement is detected. 25 4. At end of construction after carrier pipe is installed, and dewatering is discontinued,make 26 final survey of control points established for instrumentation and observation. 27 3.9 DISPOSAL OF EXCESS MATERIAL 28 A. Remove spoil from job site and dispose in accordance with Section 0150 00-Construction 29 Facilities and Temporary Controls. 30 END OF SECTION CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100261 Revised April 2017 330510-1 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 1 of 21 1 SECTION 33 0510 2 UTILITY TRENCH EXCAVATION,EMBEDMENT AND BACKFILL 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Excavation,Embedment and Backfill for: 7 a. Pressure Applications - 8 1) Water Distribution or Transmission Main 9 2) Wastewater Force Main 10 3) Reclaimed Water Main 11 b. Gravity Applications 12 1) Wastewater Gravity Mains 13 2) Storm Sewer Pipe and Culverts _ 14 3) Storm Sewer Precast Box and Culverts 15 2. Including: 16 a. Excavation of all material encountered,including rock and unsuitable materials 17 b. Disposal of excess unsuitable material - 18 c. Site specific trench safety 19 d. Pumping and dewatering 20 e. Embedment 21 f. Concrete encasement for utility lines 22 g. Backfill 23 h. Compaction 24 B. Deviations from this City of Fort Worth Standard Specification 25 1. 1.2 A.4 a.l-Groundwater control is subsidiary _ 26 2. 3.4 E.3 a-Add surface differentiation 27 3. 3.4 E.3 b-Add surface differentiation and compaction 28 C. Related Specification Sections include,but are not necessarily limited to: 29 1. Division 0—Bidding Requirements,Contract Forms, and Conditions of the 30 Contract a 31 2. Division 1 —General Requirements 32 3. Section 02 41 13—Selective Site Demolition 33 4. Section 02 41 15—Paving Removal 34 5. Section 02 41 14—Utility Removal/Abandonment 35 6. Section 03 30 00—Cast-in-place Concrete 36 7. Section 03 34 13—Controlled Low Strength Material(CLSM) 37 8. Section 31 10 00—Site Clearing 38 9. Section 3125 00—Erosion and Sediment Control 39 10. Section 33 05 26—Utility Markers/Locators 40 11. Section 34 71 13—Traffic Control CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised December 12,2016 330510-2 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 2 of 21 1 1.2 PRICE AND PAYMENT PROCEDURES 2 A. Measurement and Payment 3 1. Trench Excavation,Embedment and Backfill associated with the installation of an 4 underground utility or excavation 5 a. Measurement 6 1) This Item is considered subsidiary to the installation of the utility pipe line 7 as designated in the Drawings. 8 b. Payment 9 1) The work performed and the materials furnished in accordance with this 10 Item are considered subsidiary to the installation of the utility pipe for the 11 type of embedment and backfill as indicated on the plans.No other 12 compensation will be allowed. 13 2. Imported Embedment or Backfill 14 a. Measurement 15 1) Measured by the cubic yard as delivered to the site and recorded by truck 16 ticket provided to the City 17 b. Payment 18 1) Imported fill shall only be paid when using materials for embedment and 19 backfill other than those identified in the Drawings. The work performed 20 and materials furnished in accordance with pre-bid item and measured as 21 provided under"Measurement"will be paid for at the unit price bid per 22 cubic yard of"Imported Embedment/Backfill"delivered to the Site for: 23 a) Various embedment/backfill materials 24 c. The price bid shall include: 25 1) Furnishing backfill or embedment as specified by this Specification 26 2) Hauling to the site 27 3) Placement and compaction of backfill or embedment 28 3. Concrete Encasement for Utility Lines 29 a. Measurement 30 1) Measured by the cubic yard per plan quantity. 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 cubic yard of"Concrete Encasement for Utility Lines"per 35 plan quantity. 36 c. The price bid shall include: _ 37 1) Furnishing,hauling,placing and finishing concrete in accordance with 38 Section 03 30 00 39 2) Clean-up 40 4. Ground Water Control 41 a. Measurement 42 1) Ground Water Control shall be considered subsidiary to nine line 43 installation. 44 2) Measwemew shall be lump sum when a gFetmd water-eefAfel plan is 45 speeifieaDy required by the Gefftrmt DeewmefAs. 46 b. Payment CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised December 12,2016 330510-3 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 3 of 21 1 1) The work performed and materials furnished in accordance with this Item 2 shall be considered subsidiary to pipe installation and backfill indicated on 3 the plans.No additional compensation will be allowed. 4 5 2) Payineat sha4l be per-the hmV sum pr-iee bid for-"Ground WeAer- » 6 iffeluding 7 0) submit4als 8 b) Additional Testin _ 9 10 11 e) Disposal efwate 12 13 5. Trench Safety 14 a. Measurement 15 1) Measured per linear foot of excavation for all trenches that require trench 16 safety in accordance with OSHA excavation safety standards(29 CFR Part 17 1926 Subpart P Safety and Health regulations for Construction) 18 b. Payment 19 1) The work performed and materials furnished in accordance with this Item 20 and measured as provided under"Measurement"will be paid for at the unit 21 price bid per linear foot of excavation to comply with OSHA excavation 22 safety standards(29 CFR Part 1926.650 Subpart P),including,but not 23 limited to,all submittals,labor and equipment. w 24 1.3 REFERENCES 25 A. Definitions 26 1. General—Definitions used in this section are in accordance with Terminologies - 27 ASTM F412 and ASTM D8 and Terminology ASTM D653,unless otherwise 28 noted. 29 2. Definitions for trench width,backfill,embedment,initial backfill,pipe zone, 30 haunching bedding,springline,pipe zone and foundation are defined as shown in 31 the following schematic: CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised December 12,2016 3305 10-4 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 4 of 21 PAVED AREAS UNPAVED A REAS C-) < �1 M -J -J INITIAL ij Z BACKFILL LU LJZ 0 SPRINGLINE LJ MUNCHING BEDDING N /X;X FOUNDATION OD CLEARANCE EXCAVATED TRENCH WIDTH 2 3. Deleterious materials-Harmful materials such as clay lumps,silts and organic 3 material 4 4. Excavated Trench Depth-Distance from the surface to the bottom of the bedding 5 or the trench foundation 6 5. Final Backfill Depth 7 a. Unpaved Areas-The depth of the final backfill measured from the top of the 8 initial backfill to the surface 9 b. Paved Areas-The depth of the final backfill measured from the top of the 10 initial backfill to bottom of permanent or temporary pavement repair 11 B. Reference Standards 12 1. Reference standards cited in this Specification refer to the current reference 13 standard published at the time of the latest revision date logged at the end of this 14 Specification,unless a date is specifically cited. 15 2. ASTM Standards: 16 a. ASTM C33-08 Standard Specifications for Concrete Aggregates 17 b. ASTM C88-05 Soundness of Aggregate by Use of Sodium Sulfate or 18 Magnesium Sulfate 19 c. ASTM C136-01 Test Method for Sieve Analysis of Fine and Coarse Aggregate 20 d. ASTM D448-08 Standard Classification for Sizes of Aggregate for Road and 21 Bridge Construction. CITY OF FORT WORTH NSH 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised December 12,2016 330510-5 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 5 of 21 1 e. ASTM C535-09 Standard Test Method for Resistance to Degradation of Large- 2 Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine 3 f. ASTM D588—Standard Test method for Moisture-Density Relations of Soil- 4 Cement Mixture 5 g. ASTM D698-07 Test Method for Laboratory Compaction Characteristics of 6 Soil Using Stand Efforts(12,400 ft-lb/ft3 600 Kn-m/M3)). 7 h. ASTM 1556 Standard Test Methods for Density and Unit Weight of Soils in 8 Place by Sand Cone Method. 9 i. ASTM 2487— 10 Standard Classification of Soils for Engineering Purposes 10 (Unified Soil Classification System) 11 j. ASTM 2321-09 Underground Installation of Thermoplastic Pipe for Sewers 12 and Other Gravity-Flow Applications 13 k. ASTM D2922—Standard Test Methods for Density of Soils and Soil 14 Aggregate in Place by Nuclear Methods(Shallow Depth) 15 1. ASTM 3017- Standard Test Method for Water Content of Soil and Rock in 16 place by Nuclear Methods(Shallow Depth) 17 m. ASTM D4254- Standard Test Method for Minimum Index Density and Unit 18 Weight of Soils and Calculations of Relative Density 19 3. OSHA 20 a. Occupational Safety and Health Administration CFR 29,Part 1926-Safety 21 Regulations for Construction, Subpart P-Excavations 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Coordination 24 1. Utility Company Notification 25 a. Notify area utility companies at least 48 hours in advance,excluding weekends 26 and holidays,before starting excavation. - 27 b. Request the location of buried lines and cables in the vicinity of the proposed 28 work. 29 B. Sequencing 30 1. Sequence work for each section of the pipe installed to complete the embedment 31 and backfill placement on the day the pipe foundation is complete. 32 2. Sequence work such that proctors are complete in accordance with ASTM D698 33 prior to commencement of construction activities. 34 1.5 SUBMITTALS 35 A. Submittals shall be in accordance with Section 0133 00. 36 B. All submittals shall be approved by the City prior to construction. + 37 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 38 A. Shop Drawings 39 1. Provide detailed drawings and explanation for ground water and surface water 40 control, if required. 41 2. Trench Safety Plan in accordance with Occupational Safety and Health 42 Administration CFR 29,Part 1926-Safety Regulations for Construction, Subpart P- 43 Excavations 44 3. Stockpiled excavation and/or backfill material CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised December 12,2016 330510-6 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 6 of 21 1 a. Provide a description of the storage of the excavated material only if the 2 Contract Documents do not allow storage of materials in the right-of-way of the 3 easement. — 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 8 A. Storage 9 1. Within Existing Rights-of-Way(ROW) 10 a. Spoil,imported embedment and backfill materials may be stored within 11 existing ROW,easements or temporary construction easements,unless 12 specifically disallowed in the Contract Documents. — 13 b. Do not block drainage ways,inlets or driveways. 14 c. Provide erosion control in accordance with Section 3125 00. 15 d. Store materials only in areas barricaded as provided in the traffic control plans. _ 16 e. In non-paved areas,do not store material on the root zone of any trees or in 17 landscaped areas. 18 2. Designated Storage Areas _ 19 a. If the Contract Documents do not allow the storage of spoils,embedment or 20 backfill materials within the ROW,easement or temporary construction 21 easement,then secure and maintain an adequate storage location. 22 b. Provide an affidavit that rights have been secured to store the materials on 23 private property. 24 c. Provide erosion control in accordance with Section 3125 00. 25 d. Do not block drainage ways. 26 e. Only materials used for 1 working day will be allowed to be stored in the work 27 zone. 28 B. Deliveries and haul-off-Coordinate all deliveries and haul-off. 29 1.11 FIELD [SITE] CONDITIONS 30 A. Existing Conditions - 31 1. Any data which has been or may be provided on subsurface conditions is not 32 intended as a representation or warranty of accuracy or continuity between soils. It _ 33 is expressly understood that neither the City nor the Engineer will be responsible 34 for interpretations or conclusions drawn there from by the Contractor. 35 2. Data is made available for the convenience of the Contractor. CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised December 12,2016 330510-7 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 7 of 21 1 1.12 WARRANTY [NOT USED] 2 PART 2- PRODUCTS 3 2.1 OWNER-FURNISHED loR] OWNER-SUPPLIED PRODUCTS 4 2.2 MATERIALS 5 A. Materials 6 1. Utility Sand 7 a. Granular and free flowing 8 b. Generally meets or exceeds the limits on deleterious substances per Table 1 for 9 fine aggregate according to ASTM C 33 10 c. Reasonably free of organic material 11 d. Gradation: sand material consisting of durable particles,free of thin or 12 elongated pieces,lumps of clay,loam or vegetable matter and meets the 13 following gradation may be used for utility sand embedment/backfill,and 14 graded with following limits when tested in accordance with ASTM C136. 15 Sieve Size Percent Retained t. V259 0 1/4" 0-5 #4 0-10 #16 0-20 #50 20-70 #100 60-90 _ #200 90-100 16 2. Crushed Rock 17 a. Durable crushed rock or recycled concrete 18 b. Meets the gradation of ASTM D448 size numbers 56, 57 or 67 19 c. May be unwashed 20 d. Free from significant silt clay or unsuitable materials 21 e. Percentage of wear not more than 40 percent per ASTM C131 or C535 22 f. Not more than a 12 percent maximum loss when subjective to 5 cycles of 23 sodium sulfate soundness per ASTM C88 24 3. Fine Crushed Rock + 25 a. Durable crushed rock 26 b. Meets the gradation of ASTM D448 size numbers 8 or 89 27 c. May be unwashed 28 d. Free from significant silt clay or unsuitable materials. 29 e. Have a percentage of wear not more than 40 percent per ASTM C131 or C535 30 f. Not more than a 12 percent maximum loss when subjective to 5 cycles of 31 sodium sulfate soundness per ASTM C88 32 4. Ballast Stone 33 a. Stone ranging from 3 inches to 6 inches in greatest dimension. 34 b. May be unwashed 35 c. Free from significant silt clay or unsuitable materials 36 d. Percentage of wear not more than 40 percent per ASTM C131 or C535 CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised December 12,2016 330510-8 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 8 of 21 1 e. Not more than a 12 percent maximum loss when subjected to 5 cycles of 2 sodium sulfate soundness per ASTM C88 3 5. Acceptable Backfill Material 4 a. In-situ or imported soils classified as CL,CH, SC or GC in accordance with 5 ASTM D2487 - 6 b. Free from deleterious materials,boulders over 6 inches in size and organics 7 c. Can be placed free from voids 8 d. Must have 20 percent passing the number 200 sieve _ 9 6. Blended Backfill Material 10 a. In-situ soils classified as SP, SM,GP or GM in accordance with ASTM D2487 11 b. Blended with in-situ or imported acceptable backfill material to meet the 12 requirements of an Acceptable Backfill Material 13 c. Free from deleterious materials,boulders over 6 inches in size and organics 14 d. Must have 20 percent passing the number 200 sieve 15 7. Unacceptable Backfill Material 16 a. In-situ soils classified as ML,MH,PT,OL or OH in accordance with ASTM 17 D2487 n 18 8. Select Fill 19 a. Classified as SC or CL in accordance with ASTM D2487 20 b. Liquid limit less than 35 21 c. Plasticity index between 8 and 20 22 9. Cement Stabilized Sand(CSS) 23 a. Sand _ 24 1) Shall be clean,durable sand meeting grading requirements for fine 25 aggregates of ASTM C33 and the following requirements: 26 a) Classified as SW, SP, or SM by the United Soil Classification System 27 of ASTM D2487 28 b) Deleterious materials 29 (1) Clay lumps,ASTM C142,less than 0.5 percent 30 (2) Lightweight pieces,ASTM C123,less than 5.0 percent 31 (3) Organic impurities,ASTM C40,color no darker than standard 32 color 33 (4) Plasticity index of 4 or less when tested in accordance with ASTM - 34 D4318. 35 b. Minimum of 4 percent cement content of Type I/II portland cement 36 c. Water 37 1) Potable water,free of soils,acids, alkalis, organic matter or other 38 deleterious substances,meeting requirements of ASTM C94 39 d. Mix in a stationary pug mill,weigh-batch or continuous mixing plant. _ 40 e. Strength 41 1) 50 to 150 psi compressive strength at 2 days in accordance with ASTM 42 D1633,Method A _ 43 2) 200 to 250 psi compressive strength at 28 days in accordance with ASTM 44 D1633,Method A 45 3) The maximum compressive strength in 7 days shall be 400 psi. Backfill 46 that exceeds the maximum compressive strength shall be removed by the — 47 Contractor for no additional compensation. CITY OF FORT WORTH NSII 30-hich Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised December 12,2016 330510-9 UTILrFY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 9 of 21 1 f. Random samples of delivered product will be taken in the field at point of 2 delivery for each day of placement in the work area. Specimens will be 3 prepared in accordance with ASTM D1632. 4 10. Controlled Low Strength Material(CLSM) 5 a. Conform to Section 03 34 13 6 11. Trench Geotextile Fabric 7 a. Soils other than ML or OH in accordance with ASTM D2487 8 1) Needle punch,nonwoven geotextile composed of polypropylene fibers 9 2) Fibers shall retain their relative position 10 3) Inert to biological degradation 11 4) Resist naturally occurring chemicals 12 5) UV Resistant 13 6) Mirafi 140N by Tencate,or approved equal 14 b. Soils Classified as ML or OH in accordance with ASTM D2487 15 1) High-tenacity monofilament polypropylene woven yarn 16 2) Percent open area of 8 percent to 10 percent 17 3) Fibers shall retain their relative position i 18 4) Inert to biological degradation 19 5) Resist naturally occurring chemicals 20 6) UV Resistant 21 7) Mirafi FW402 by Tencate,or approved equal 22 12. Concrete Encasement 23 a. Conform to Section 03 30 00. 24 2.3 ACCESSORIES [NOT USED] 25 2.4 SOURCE QUALITY CONTROL [NOT USED] 26 PART 3 - EXECUTION { 27 3.1 INSTALLERS [NOT USED] 28 3.2 EXAMINATION 29 A. Verification of Conditions 30 1. Review all known,identified or marked utilities,whether public or private,prior to 31 excavation. 32 2. Locate and protect all known,identified and marked utilities or underground 33 facilities as excavation progresses. 34 3. Notify all utility owners within the project limits 48 hours prior to beginning 35 excavation. 36 4. The information and data shown in the Drawings with respect to utilities is 37 approximate and based on record information or on physical appurtenances 38 observed within the project limits. 39 5. Coordinate with the Owner(s)of underground facilities. 40 6. Immediately notify any utility owner of damages to underground facilities resulting 41 from construction activities. 42 7. Repair any damages resulting from the construction activities. CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised December 12,2016 3305 10-10 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 10 of 21 1 13. Notify the City immediately of any changed condition that impacts excavation and 2 installation of the proposed utility. 3 3.3 PREPARATION 4 A. Protection of In-Place Conditions 5 1. Pavement 6 a. Conduct activities in such a way that does not damage existing pavement that is 7 designated to remain. 8 1) Where desired to move equipment not licensed for operation on public 9 roads or across pavement,provide means to protect the pavement from all 10 damage. 11 b. Repair or replace any pavement damaged due to the negligence of the 12 contractor outside the limits designated for pavement removal at no additional 13 cost to the City. 14 2. Drainage 15 a. Maintain positive drainage during construction and re-establish drainage for all 16 swales and culverts affected by construction. 17 3. Trees 18 a. When operating outside of existing ROW, stake permanent and temporary 19 construction easements. 20 b. Restrict all construction activities to the designated easements and ROW. T 21 c. Flag and protect all trees designated to remain in accordance with Section 31 10 22 00. 23 d. Conduct excavation,embedment and backfill in a manner such that there is no 24 damage to the tree canopy. 25 e. Prune or trim tree limbs as specifically allowed by the Drawings or as 26 specifically allowed by the City. 27 1) Pruning or trimming may only be accomplished with equipments 28 specifically designed for tree pruning or trimming. 29 f. Remove trees specifically designated to be removed in the Drawings in — 30 accordance with Section 31 10 00. 31 4. Above ground Structures 32 a. Protect all above ground structures adjacent to the construction. - 33 b. Remove above ground structures designated for removal in the Drawings in 34 accordance with Section 02 41 13 35 5. Traffic 36 a. Maintain existing traffic,except as modified by the traffic control plan,and in 37 accordance with Section 34 71 13. 38 b. Do not block access to driveways or alleys for extended periods of time unless: _. 39 1) Alternative access has been provided 40 2) Proper notification has been provided to the property owner or resident 41 3) It is specifically allowed in the traffic control plan T 42 c. Use traffic rated plates to maintain access until access is restored. 43 6. Traffic Signal—Poles,Mast Arms,Pull boxes,Detector loops 44 a. Notify the City's Traffic Services Division a minimum of 48 hours prior to any _ 45 excavation that could impact the operations of an existing traffic signal. 46 b. Protect all traffic signal poles,mast arms,pull boxes,traffic cabinets,conduit 47 and detector loops. CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised December 12,2016 3305 10-11 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 11 of 21 1 c. Immediately notify the City's Traffic Services Division if any damage occurs to 2 any component of the traffic signal due to the contractors activities. 3 d. Repair any damage to the traffic signal poles,mast arms,pull boxes,traffic 4 cabinets,conduit and detector loops as a result of the construction activities. 5 7. Fences 6 a. Protect all fences designated to remain. 7 b. Leave fence in the equal or better condition as prior to construction. 8 3.4 INSTALLATION 9 A. Excavation 10 1. Excavate to a depth indicated on the Drawings. 11 2. Trench excavations are defined as unclassified. No additional payment shall be 12 granted for rock or other in-situ materials encountered in the trench. — 13 3. Excavate to a width sufficient for laying the pipe in accordance with the Drawings 14 and bracing in accordance with the Excavation Safety Plan. 15 4. The bottom of the excavation shall be firm and free from standing water. 16 a. Notify the City immediately if the water and/or the in-situ soils do not provide 17 for a firm trench bottom. 18 b. The City will determine if any changes are required in the pipe foundation or 19 bedding. 20 5. Unless otherwise permitted by the Drawings or by the City,the limits of the 21 excavation shall not advance beyond the pipe placement so that the trench may be 22 backfilled in the same day. 23 6. Over Excavation 24 a. Fill over excavated areas with the specified bedding material as specified for 25 the specific pipe to be installed. 26 b. No additional payment will be made for over excavation or additional bedding 27 material. - 28 7. Unacceptable Backfill Materials 29 a. In-situ soils classified as unacceptable backfill material shall be separated from 30 acceptable backfill materials. 31 b. If the unacceptable backfill material is to be blended in accordance with this 32 Specification,then store material in a suitable location until the material is 33 blended. _ 34 c. Remove all unacceptable material from the project site that is not intended to be 35 blended or modified. 36 8. Rock—No additional compensation will be paid for rock excavation or other _ 37 changed field conditions. 38 B. Shoring, Sheeting and Bracing 39 1. Engage a Licensed Professional Engineer in the State of Texas to design a site 40 specific excavation safety system in accordance with Federal and State 41 requirements. 42 2. Excavation protection systems shall be designed according to the space limitations 43 as indicated in the Drawings. 44 3. Furnish,put in place and maintain a trench safety system in accordance with the 45 Excavation Safety Plan and required by Federal, State or local safety requirements. CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised December 12,2016 330510-12 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 12 of 21 1 4. If soil or water conditions are encountered that are not addressed by the current 2 Excavation Safety Plan, engage a Licensed Professional Engineer in the State of 3 Texas to modify the Excavation Safety Plan and provide a revised submittal to the 4 City. 5 5. Do not allow soil,or water containing soil,to migrate through the Excavation _ 6 Safety System in sufficient quantities to adversely affect the suitability of the 7 Excavation Protection System.Movable bracing, shoring plates or trench boxes 8 used to support the sides of the trench excavation shall not: _. 9 a. Disturb the embedment located in the pipe zone or lower 10 b. Alter the pipe's line and grade after the Excavation Protection System is 11 removed 12 c. Compromise the compaction of the embedment located below the spring line of 13 the pipe and in the haunching 14 C. Water Control r 15 1. Surface Water 16 a. Furnish all materials and equipment and perform all incidental work required to 17 direct surface water away from the excavation. 18 2. Ground Water 19 a. Furnish all materials and equipment to dewater ground water by a method 20 which preserves the undisturbed state of the subgrade soils. 21 b. Do not allow the pipe to be submerged within 24 hours after placement. 22 c. Do not allow water to flow over concrete until it has sufficiently cured. 23 d. Engage a Licensed Engineer in the State of Texas to prepare a Ground Water 4 24 Control Plan if any of the following conditions are encountered: 25 1) A Ground Water Control Plan is specifically required by the Contract 26 Documents 27 2) If in the sole judgment of the City,ground water is so severe that an 28 Engineered Ground Water Control Plan is required to protect the trench or 29 the installation of the pipe which may include: 30 a) Ground water levels in the trench are unable to be maintained below 31 the top of the bedding 32 b) A firm trench bottom cannot be maintained due to ground water 33 c) Ground water entering the excavation undermines the stability of the 34 excavation. 35 d) Ground water entering the excavation is transporting unacceptable 36 quantities of soils through the Excavation Safety System. _ 37 e. In the event that there is no bid item for a Ground Water Control and the City 38 requires an Engineered Ground Water Control Plan due to conditions 39 discovered at the site,the contractor will be eligible to submit a change order. T 40 f. Control of ground water shall be considered subsidiary to the excavation when: 41 1) No Ground Water Control Plan is specifically identified and required in the 42 Contract Documents 43 g. Ground Water Control Plan installation,operation and maintenance 44 1) Furnish all materials and equipment necessary to implement,operate and 45 maintain the Ground Water Control Plan. 46 2) Once the excavation is complete,remove all ground water control R' 47 equipment not called to be incorporated into the work. 48 h. Water Disposal 49 1) Dispose of ground water in accordance with City policy or Ordinance. -- CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised December 12,2016 3305 10-13 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 13 of 21 1 2) Do not discharge ground water onto or across private property without 2 written permission. 3 3) Permission from the City is required prior to disposal into the Sanitary 4 Sewer. 5 4) Disposal shall not violate any Federal, State or local regulations. 6 D. Embedment and Pipe Placement 7 1. Water Lines less than,or equal to, 12 inches in diameter: - 8 a. The entire embedment zone shall be of uniform material. 9 b. Utility sand shall be generally used for embedment. 10 c. If ground water is in sufficient quantity to cause sand to pump,then use n 11 crushed rock as embedment. 12 1) If crushed rock is not specifically identified in the Contract Documents, 13 then crushed rock shall be paid by the pre-bid unit price. a 14 d. Place evenly spread bedding material on a firm trench bottom. 15 e. Provide firm,uniform bedding. 16 f. Place pipe on the bedding in accordance with the alignment of the Drawings. 17 g. In no case shall the top of the pipe be less than 42 inches from the surface of the 18 proposed grade,unless specifically called for in the Drawings. 19 h. Place embedment,including initial backfill,to a minimum of 6 inches,but not 20 more than 12 inches,above the pipe. 21 i. Where gate valves are present,the initial backfill shall extend to 6 inches above 22 the elevation of the valve nut. 23 j. Form all blocking against undisturbed trench wall to the dimensions in the - 24 Drawings. 25 k. Compact embedment and initial backfill. 26 1. Place marker tape on top of the initial trench backfill in accordance with -. 27 Section 33 05 26. 28 2. Water Lines 16-inches through 24-inches in diameter: 29 a. The entire embedment zone shall be of uniform material. 30 b. Utility sand may be used for embedment when the excavated trench depth is 31 less than 15 feet deep. 32 c. Crushed rock or fine crushed rock shall be used for embedment for excavated _ 33 trench depths 15 feet, or greater. 34 d. Crushed rock shall be used for embedment for steel pipe. 35 e. Provide trench geotextile fabric at any location where crushed rock or fine 36 crushed rock come into contact with utility sand - 37 f. Place evenly spread bedding material on a firm trench bottom. 38 g. Provide firm,uniform bedding. 39 1) Additional bedding may be required if ground water is present in the 40 trench. 41 2) If additional crushed rock is required not specifically identified in the 42 Contract Documents,then crushed rock shall be paid by the pre-bid unit 43 price. 44 h. Place pipe on the bedding according to the alignment shown on the Drawings. 45 i. The pipe line shall be within: 46 1) f3 inches of the elevation on the Drawings for 16-inch and 24-inch water 47 lines 48 j. Place and compact embedment material to adequately support haunches in 49 accordance with the pipe manufacturer's recommendations. CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised December 12,2016 3305 10-14 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 14 of 21 1 k. Place remaining embedment including initial backfill to a minimum of 6 inches, 2 but not more than 12 inches, above the pipe. 3 1. Where gate valves are present,the initial backfill shall extend to up to the valve 4 nut. 5 m. Compact the embedment and initial backfill to 95 percent Standard Proctor _ 6 ASTM D 698. 7 n. Density test may be performed by City to verify that the compaction of 8 embedment meets requirements. 9 o. Place trench geotextile fabric on top of the initial backfill. 10 p. Place marker tape on top of the trench geotextile fabric in accordance with 11 Section 33 05 26. 12 3. Water Lines 30-inches and greater in diameter 13 a. The entire embedment zone shall be of uniform material. 14 b. Crushed rock shall be used for embedment. 15 c. Provide trench geotextile fabric at any location where crushed rock or fine 16 crushed rock come into contact with utility sand. 17 d. Place evenly spread bedding material on a firm trench bottom. 18 e. Provide firm,uniform bedding. - 19 1) Additional bedding may be required if ground water is present in the 20 trench. 21 2) If additional crushed rock is required which is not specifically identified in _ 22 the Contract Documents,then crushed rock shall be paid by the pre-bid unit 23 price. 24 f. Place pipe on the bedding according to the alignment shown on the Drawings. 25 g. The pipe line shall be within: 26 1) fl inch of the elevation on the Drawings for 30-inch and larger water lines 27 h. Place and compact embedment material to adequately support haunches in 28 accordance with the pipe manufacturer's recommendations. 29 i. For steel pipe greater than 30 inches in diameter,the initial embedment lift shall 30 not exceed the spring line prior to compaction. 31 j. Place remaining embedment,including initial backfill,to a minimum of 6 32 inches,but not more than 12 inches,above the pipe. 33 k. Where gate valves are present,the initial backfill shall extend to up to the valve 34 nut. 35 1. Compact the embedment and initial backfill to 95 percent Standard Proctor 36 ASTM D 698. 37 m. Density test may be performed by City to verify that the compaction of 38 embedment meets requirements. 39 n. Place trench geotextile fabric on top of the initial backfill. 40 o. Place marker tape on top of the trench geotextile fabric in accordance with _ 41 Section 33 05 26. 42 4. Sanitary Sewer Lines and Storm Sewer Lines(HDPE) 43 a. The entire embedment zone shall be of uniform material. _ 44 b. Crushed rock shall be used for embedment. 45 c. Place evenly spread bedding material on a firm trench bottom. 46 d. Spread bedding so that lines and grades are maintained and that there are no 47 sags in the sanitary sewer pipe line. - 48 e. Provide firm,uniform bedding. CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 _ Revised December 12,2016 330510-15 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Y Page 15 of 21 1 1) Additional bedding may be required if ground water is present in the 2 trench. 3 2) If additional crushed rock is required which is not specifically identified in 4 the Contract Documents,then crushed rock shall be paid by the pre-bid unit 5 price. 6 f. Place pipe on the bedding according to the alignment shown in the Drawings. 7 g. The pipe line shall be within t0.1 inches of the elevation,and be consistent 8 with the grade shown on the Drawings. 9 h. Place and compact embedment material to adequately support haunches in 10 accordance with the pipe manufacturer's recommendations. 11 i. For sewer lines greater than 30 inches in diameter,the embedment lift shall not 12 exceed the spring line prior to compaction. 13 j. Place remaining embedment including initial backfill to a minimum of 6 inches, 14 but not more than 12 inches,above the pipe. 15 k. Compact the embedment and initial backfill to 95 percent Standard Proctor 16 ASTM D 698. 17 1. Density test may be performed by City to verify that the compaction of 18 embedment meets requirements. 19 m. Place trench geotextile fabric on top of the initial backfill. 20 n. Place marker tape on top of the trench geotextile fabric in accordance with 21 Section 33 05 26. 22 5. Storm Sewer(RCP) 23 a. The bedding and the pipe zone up to the spring line shall be of uniform 24 material. 25 b. Crushed rock shall be used for embedment up to the spring line. 26 c. The specified backfill material may be used above the spring line. 27 d. Place evenly spread bedding material on a firm trench bottom. ' 28 e. Spread bedding so that lines and grades are maintained and that there are no 29 sags in the storm sewer pipe line. 30 f. Provide firm,uniform bedding. 31 1) Additional bedding may be required if ground water is present in the 32 trench. 33 2) If additional crushed rock is required which is not specifically identified in 34 the Contract Documents,then crushed rock shall be paid by the pre-bid unit 35 price. 36 g. Place pipe on the bedding according to the alignment of the Drawings. 37 h. The pipe line shall be within t0.1 inches of the elevation,and be consistent 38 with the grade, shown on the Drawings. 39 i. Place embedment material up to the spring line. 40 1) Place embedment to ensure that adequate support is obtained in the haunch. 41 j. Compact the embedment and initial backfill to 95 percent Standard Proctor 42 ASTM D 698. 43 k. Density test may be performed by City to verify that the compaction of 44 embedment meets requirements. 45 1. Place trench geotextile fabric on top of pipe and crushed rock. 46 6. Storm Sewer Reinforced Concrete Box 47 a. Crushed rock shall be used for bedding. 48 b. The pipe zone and the initial backfill shall be: 49 1) Crushed rock,or CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised December 12,2016 3305 10-16 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 16 of 21 1 2) Acceptable backfill material compacted to 95 percent Standard Proctor 2 density 3 c. Place evenly spread compacted bedding material on a firm trench bottom. 4 d. Spread bedding so that lines and grades are maintained and that there are no 5 sags in the storm sewer pipe line. 6 e. Provide firm,uniform bedding. 7 1) Additional bedding may be required if ground water is present in the 8 trench. 9 2) If additional crushed rock is required which is not specifically identified in 10 the Contract Documents,then crushed rock shall be paid by the pre-bid unit 11 price. 12 f. Fill the annular space between multiple boxes with crushed rock,CLSM 13 according to 03 34 13. 14 g. Place pipe on the bedding according to the alignment of the Drawings. 15 h. The pipe shall be within f0.1 inches of the elevation, and be consistent with the - 16 grade,shown on the Drawings. 17 i. Compact the embedment initial backfill to 95 percent Standard Proctor ASTM 18 D698. ... 19 7. Water Services(Less than 2 Inches in Diameter) 20 a. The entire embedment zone shall be of uniform material. 21 b. Utility sand shall be generally used for embedment. 22 c. Place evenly spread bedding material on a firm trench bottom. 23 d. Provide firm,uniform bedding. 24 e. Place pipe on the bedding according to the alignment of the Plans. _ 25 f. Compact the initial backfill to 95 percent Standard Proctor ASTM D698. 26 8. Sanitary Sewer Services 27 a. The entire embedment zone shall be of uniform material. 28 b. Crushed rock shall be used for embedment. 29 c. Place evenly spread bedding material on a firm trench bottom. 30 d. Spread bedding so that lines and grades are maintained and that there are no _ 31 sags in the sanitary sewer pipe line. 32 e. Provide firm,uniform bedding. 33 1) Additional bedding may be required if ground water is present in the 34 trench. 35 2) If additional crushed rock is required which is not specifically identified in 36 the Contract Documents,then crushed rock shall be paid by the pre-bid unit 37 price. - 38 f. Place pipe on the bedding according to the alignment of the Drawings. 39 g. Place remaining embedment,including initial backfill,to a minimum of 6 40 inches,but not more than 12 inches,above the pipe. - 41 h. Compact the initial backfill to 95 percent Standard Proctor ASTM D698. 42 i. Density test may be required to verify that the compaction meets the density 43 requirements. 44 E. Trench Backfill 45 1. At a minimum,place backfill in such a manner that the required in-place density 46 and moisture content is obtained,and so that there will be no damage to the surface, 47 pavement or structures due to any trench settlement or trench movement. 48 a. Meeting the requirement herein does not relieve the responsibility to damages 49 associated with the Work. �- CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised December 12,2016 3305 10-17 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 17 of 21 1 2. Backfill Material 2 a. Final backfill depth less than 15 feet 3 1) Backfill with: 4 a) Acceptable backfill material 5 b) Blended backfill material,or 6 c) Select backfill material, CSS,or CLSM when specifically required 7 b. Final backfill depth 15 feet or greater: (under pavement or future pavement) 8 1) Backfill depth from 0 to 15 feet deep 9 a) Backfill with: 10 (1) Acceptable backfill material 11 (2) Blended backfill material,or 12 (3) Select backfill material, CSS,or CLSM when specifically required 13 2) Backfill depth from 15 feet and greater 14 a) Backfill with: 15 (1) Select Fill 16 (2) CSS,or 17 (3) CLSM when specifically required 18 c. Final backfill depth 15 feet or greater: (not under pavement or future pavement) 19 1) Backfill with: 20 a) Acceptable backfill material,or 21 b) Blended backfill material 22 d. Backfill for service lines: 23 1) Backfill for water or sewer service lines shall be the same as the 24 requirement of the main that the service is connected to. w 25 3. Required Compaction and Density 26 a. Final backfill(depths less than 15 feet under unimproved surfaces) 27 1) Compact acceptable backfill material,blended backfill material or select 28 backfill to a minimum of 95 percent Standard Proctor per ASTM D698 at 29 moisture content within-2 to+5 percent of the optimum moisture. 30 2) CSS or CLSM requires no compaction. - 31 b. Final backfill(depths less than 15 feet under existing or future pavement) 32 1) Compact acceptable backfill material.blended backfill material or select 33 backfill to a minimum of 98 12ercent Standard Proctor per ASTM D698 at 34 moisture content within-2 to+5 percent of the optimum moisture. 35 2) CSS or CLSM requires no compaction. 36 c. Final backfill(depths 15 feet and greater/under existing or future pavement) 37 1) Compact select backfill to a minimum of 98 percent Standard Proctor per 38 ASTM D 698 at moisture content within-2 to+5 percent of the optimum 39 moisture. 40 2) CSS or CLSM requires no compaction. 41 d. Final backfill(depths 15 feet and greater/rte under existing or future pavement) 42 1) Compact acceptable backfill material blended backfill material, or select 43 backfill to a minimum of 95 percent Standard Proctor per ASTM D 698 at 44 moisture content within-2 to+5 percent of the optimum moisture. 45 4. Saturated Soils 46 a. If in-situ soils consistently demonstrate that they are greater than 5 percent over 47 optimum moisture content,the soils are considered saturated. 48 b. Flooding the trench or water jetting is strictly prohibited. CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised December 12,2016 33 05 10=18 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 18 of 21 y 1 c. If saturated soils are identified in the Drawings or Geotechnical Report in the 2 Appendix,Contractor shall proceed with Work following all backfill 3 procedures outlined in the Drawings for areas of soil saturation greater than 5 4 percent. 5 d. If saturated soils are encountered during Work but not identified in Drawings or 6 Geotechnical Report in the Appendix: 7 1) The Contractor shall: 8 a) Immediately notify the City. 9 b) Submit a Contract Claim for Extra Work associated with direction from 10 City. 11 2) The City shall: 12 a) Investigate soils and determine if Work can proceed in the identified 13 location. 14 b) Direct the Contractor of changed backfill procedures associated with 15 the saturated soils that may include: 16 (1) Imported backfill 17 (2) A site specific backfill design 18 5. Placement of Backfill - 19 a. Use only compaction equipment specifically designed for compaction of a 20 particular soil type and within the space and depth limitation experienced in the 21 trench. 22 b. Flooding the trench or water setting is strictly prohibited. 23 c. Place in loose lifts not to exceed 12 inches. 24 d. Compact to specified densities. _ 25 e. Compact only on top of initial backfill,undisturbed trench or previously 26 compacted backfill. 27 f. Remove any loose materials due to the movement of any trench box or shoring 28 or due to sloughing of the trench wall. 29 g. Install appropriate tracking balls for water and sanitary sewer trenches in 30 accordance with Section 33 05 26. 31 6. Backfill Means and Methods Demonstration 32 a. Notify the City in writing with sufficient time for the City to obtain samples 33 and perform standard proctor test in accordance with ASTM D698. 34 b. The results of the standard proctor test must be received prior to beginning 35 excavation. 36 c. Upon commencing of backfill placement for the project the Contractor shall 37 demonstrate means and methods to obtain the required densities. 38 d. Demonstrate Means and Methods for compaction including: 39 1) Depth of lifts for backfill which shall not exceed 12 inches 40 2) Method of moisture control for excessively dry or wet backfill -- 41 3) Placement and moving trench box,if used 42 4) Compaction techniques in an open trench 43 5) Compaction techniques around structure 44 e. Provide a testing trench box to provide access to the recently backfilled 45 material. 46 f. The City will provide a qualified testing lab full time during this period to 47 randomly test density and moisture continent. 48 1) The testing lab will provide results as available on the job site. 49 7. Varying Ground Conditions _ CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 r Revised December 12,2016 330510-19 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 19 of 21 1 a. Notify the City of varying ground conditions and the need for additional 2 proctors. 3 b. Request additional proctors when soil conditions change. 4 c. The City may acquire additional proctors at its discretion. 5 d. Significant changes in soil conditions will require an additional Means and 6 Methods demonstration. 7 3.5 REPAIR [NOT USED] 8 3.6 RE-INSTALLATION [NOT USED] 9 3.7 FIELD QUALITY CONTROL 10 A. Field Tests and Inspections 11 1. Proctors 12 a. The City will perform Proctors in accordance with ASTM D698. 13 b. Test results will generally be available to within 4 calendar days and distributed 14 to: 15 1) Contractor 16 2) City Project Manager 17 3) City Inspector 18 4) Engineer 19 c. Notify the City if the characteristic of the soil changes. 20 d. City will perform new proctors for varying soils: 21 1) When indicated in the geotechnical investigation in the Appendix 22 2) If notified by the Contractor 23 3) At the convenience of the City 24 e. Trenches where different soil types are present at different depths,the proctors 25 shall be based on the mixture of those soils. 26 2. Density Testing of Backfill 27 a. Density Tests shall be in conformance with ASTM D2922. - 28 b. Provide a testing trench protection for trench depths in excess of 5 feet. 29 c. Place,move and remove testing trench protection as necessary to facilitate all 30 test conducted by the City. 4 31 d. For final backfill depths less than 15 feet and trenches of any depth not under 32 existing or future pavement: 33 1) The City will perform density testing twice per working day when 34 backfilling operations are being conducted. 35 2) The testing lab shall take a minimum of 3 density tests of the current lift in 36 the available trench. 37 e. For final backfill depths 15 feet and greater deep and under existing or future 38 pavement: 39 1) The City will perform density testing twice per working day when 40 backfilling operations are being conducted. 41 2) The testing lab shall take a minimum of 3 density tests of the current lift in 42 the available trench. 43 3) The testing lab will remain onsite sufficient time to test 2 additional lifts. T 44 f. Make the excavation available for testing. 45 g. The City will determine the location of the test. 46 h. The City testing lab will provide results to Contractor and the City's Inspector 47 upon completion of the testing. CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised December 12,2016 330510-20 UTILrFY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 20 of 21 1 i. A formal report will be posted to the City's Buzzsaw site within 48 hours. 2 j. Test reports shall include: 3 1) Location of test by station number 4 2) Time and date of test 5 3) Depth of testing 6 4) Field moisture 7 5) Dry density 8 6) Proctor identifier 9 7) Percent Proctor Density 10 3. Density of Embedment 11 a. Storm sewer boxes that are embedded with acceptable backfill material, _ 12 blended backfill material,cement modified backfill material or select material 13 will follow the same testing procedure as backfill. 14 b. The City may test fine crushed rock or crushed rock embedment in accordance 15 with ASTM D2922 or ASTM 1556. 16 B. Non-Conforming Work 17 1. All non-conforming work shall be removed and replaced. 18 3.8 SYSTEM STARTUP [NOT USED] 19 3.9 ADJUSTING [NOT USED] _ 20 3.10 CLEANING [NOT USED] 21 3.11 CLOSEOUT ACTIVITIES [NOT USED] 22 3.12 PROTECTION [NOT USED] 23 3.13 MAINTENANCE [NOT USED] 24 3.14 ATTACHMENTS [NOT USED] 25 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1.2—Added Item for Concrete Encasement for Utility Lines Various Sections—Revised Depths to Include 15'and greater 12/20/2012 D.Johnson 3.3.A—Additional notes for pavement protection and positive drainage. 3 A.E.2—Added requirements for backfill of service lines. 3.4.E.5—Added language prohibiting flooding of trench 1.2.A.3—Clarified measurement and payment for concrete encasement as per plan 6/18/2013 D.Johnson quantity 2.2.A—Added language for concrete encasement CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised December 12,2016 3305 10-21 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 21 of 21 12/12/16 Z.Arega 2.2.A.1.d Modify gradation for sand material 1 CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised December 12,2016 330524-1 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 1 of 10 _ 1 SECTION 33 05 24 2 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Requirements for the installation of carrier pipe into steel casings or tunnel liner 7 plate at locations shown on the Drawings 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. 1.1 C.5—Add Section 33 I 1 14 10 2. 2.2 B.1 —Remove AWWA C301 and Add Steel 11 C. Related Specification Sections include,but are not necessarily limited to: 12 1. Division 0—Bidding Requirements, Contract Forms, and Conditions of the 13 Contract 14 2. Division 1 —General Requirements 15 3. Section 33 0130—Sewer and Manhole Testing 16 4. Section 33 11 13-Concrete Pressure Pipe,Bar-Wrapped, Steel Cylinder Type _ 17 5. Section 33 11 14—Steel Pine and Fittings 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Installation of Sanitary Sewer Carrier Pipe in Casing/Tunnel Liner Plate 21 a. Measurement _. 22 1) Measured horizontally along the surface from centerline to centerline of the 23 beginning of the casing/liner to the end of the casing/liner 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 for"Sewer Carrier Pipe"complete in place for: 28 a) Various Sizes 29 c. The price bid shall include: 30 1) Furnishing and installing Sanitary Sewer Main(Pipe)in Casing/Tunnel 31 Liner Plate as specified by the Drawings 32 2) Mobilization 33 3) Grout 34 4) Casing Spacers - 35 5) End seals 36 6) Excavation 37 7) Hauling 38 8) Disposal of excess material 39 9) Clean-up 40 2. Installation of Water Carrier Pipe in Casing/Tunnel Liner Plate _ 41 a. Measurement CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised June 19,2013 330524-2 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 2 of 10 -. 1 1) Measured horizontally along the surface from centerline to centerline of the 2 beginning of the casing/liner to the end of the casing/liner Payment 3 b. Payment 4 1) The work performed and materials furnished in accordance with this Item 5 and measured as provided under"Measurement"shall be paid for at the 6 unit price bid per linear foot for"Water Carrier Pipe"complete in place for: 7 a) Various Sizes 8 c. The price bid shall include: 9 1) Furnishing and installing Water Main(Pipe)in Casing/Tunnel Liner Plate 10 as specified by the Drawings 11 2) Mobilization 12 3) Grout 13 4) Joint restraint 14 5) Casing Spacers 15 6) End seals 16 7) Excavation 17 8) Hauling 18 9) Disposal of excess material 4 19 10) Clean-up 20 1.3 REFERENCES 21 A. Definitions 22 1. Carrier Pipe: Permanent pipe for operational use that is used to convey flows 23 2. Casing: A steel pipe or tunnel liner installed by trenchless methods that supports the 24 ground and provides a stable underground excavation for installation of the carrier 25 pipe 26 B. Reference Standards 27 1. Reference standards cited in this Specification refer to the current reference 28 standard published at the time of the latest revision date logged at the end of this 29 Specification,unless a date is specifically cited. 30 2. American Society of Testing and Materials(ASTM) 31 a. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete 32 Specimens. w 33 b. C 109, Standard Test Method for Compressive Strength of Hydraulic Cement 34 Mortars(Using 2-in or[50 mm] Cube Specimens). 35 c. D638, Standard Test Method for Tensile Properties of Plastics. l 36 3. International Organization for Standardization(ISO): 37 a. 9001, Quality Management Systems-Requirements. 38 4. Occupational Safety and Health Administration(OSHA) k 39 a. OSHA Regulations and Standards for Underground Construction,29 CFR Part 40 1926, Subpart S,Underground Construction and Subpart P,Excavation. 41 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 42 1.5 SUBMITTALS 43 A. Submittals shall be in accordance with Section 0133 00. 44 B. All submittals shall be approved by the City prior to delivery. CITY OF FORT WORTH NSH 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised June 19,2013 330524-3 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 3 of 10 1 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 2 A. Product Data 3 1. Casing Isolators/Spacers 4 a. Material Data 5 2. Grout Mix 6 a. Material Data - 7 B. Shop Drawings 8 1. Required for 24-inch and larger pipe installations 9 2. Submit Work Plan describing the carrier pipe installation equipment,materials and 10 construction methods to be employed. 11 3. Casing Spacers/Isolators 12 a. Detail drawings and manufacturer's information for the casing isolators/spacers 13 that will be used. 14 1) Include dimension and component materials and documentation of 15 manufacturer's ISO 9001:2000 certification. 16 b. Alternatives to casing spacers/isolators may be allowed by the City on a case- 17 by-case basis. 18 c. For consideration of alternate method,submit a detailed description of method 19 including details. 20 4. End seal or bulkhead designs and locations for casing/liners. 21 5. Annular Space(between casing pipe and casing/tunnel liner plate) Grouting Work 22 Plan and Methods including: 23 a. Grouting methods 24 b. Details of equipment 25 c. Grouting procedures and sequences including: 26 1) Injection methods 27 2) Injection pressures 28 3) Monitoring and recording equipment 29 4) Pressure gauge calibration data 30 5) Materials 31 d. Grout mix details including: 32 1) Proportions 33 2) Admixtures including: 34 a) Manufacturer's literature 35 b) Laboratory test data verifying the strength of the proposed grout mix 36 c) Proposed grout densities 37 d) Viscosity 38 e) Initial set time of grout 39 (1) Data for these requirements shall be derived from trial batches from 40 an approved testing laboratory. 41 e. Submit a minimum of 3 other similar projects where the proposed grout mix 42 design was used. 43 f. Submit anticipated volumes of grout to be pumped for each application and 44 reach grouted. 45 g. For pipe installations greater than 36-inches,without hold down jacks or a 46 restrained spacer,provide buoyant force calculations during grouting and 47 measures to prevent flotation. CITY OF FORT WORTH NSH 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised lune 19,2013 330524-4 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 4 of 10 1 1) Calculations sealed by a licensed Engineer in the State of Texas. 2 h. Description of methods and devices to prevent buckling of carrier pipe during 3 grouting of annular space,if required 4 1.7 CLOSEOUT SUBMITTALS [NOT USED] 5 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 6 1.9 QUALITY ASSURANCE 7 A. Certifications 8 1. Casing isolator/spacer manufacturer shall be certified against the provisions of 9 IS09001:2000. - 10 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 11 1.11 FIELD [SITE] CONDITIONS [NOT USED] 12 1.12 WARRANTY [NOT USED] 13 PART 2- PRODUCTS 14 2.1 OWNER-FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 15 2.2 MATERIALS 16 A. Manufacturers { 17 1. Only the manufacturers as listed on the City's Standard Products List will be 18 considered as shown in Section 0160 00. 19 a. The manufacturer must comply with this Specification and related Sections. 20 2. Any product that is not listed on the Standard Products List is considered a 21 substitution and shall be submitted in accordance with Section 0125 00. 22 3. The Casing Spacers/Isolators shall be new and the product of a manufacturer 23 regularly engaged in the manufacturing of casing spacers/isolators. 24 B. Design Criteria and Materials 25 1. Carrier pipe shall be installed within the horizontal and vertical tolerances as 26 indicated in PART 3 of this Specification,incorporating all support/insulator 27 dimensions require _.. Diameter Specification inches Material Reference Water Line 6-12 DIP Restrained 33 11 10 DIP(Restrained) 33 11 10 16-20 AWWA C303 Restrained 33 11 13 DIP(Restrained) 33 11 10 AWWA C303 (Restrained) 33 11 13 Steel (Restrained) 33 11 14 24 and greater 33-4-1-13 Sanitary DIP(with Ceramic Epoxy) 33 11 10 Sewer Line 8-16 PVC C900 DR14 33 31 20 18 and greater DIP with Ceramic Epoxy) 33 11 10 CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised June 19,2013 330524-5 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 5 of 10 FibergIass 3331 13 1 2. Grout of annular space 2 a. For gravity sewer carrier pipe installation: 3 1) Fill all voids between the carrier pipe and the casing or liner with grout. 4 2) All exterior carrier pipe surfaces and all interior casing or liner surfaces 5 shall be in contact with the grout. 6 b. For water line installation: 7 1) No annular space fill will be used. 8 3. Grout Mixes 9 a. Low Density Cellular Grout(LDCC) 10 1) Annular space(between sewer carrier pipe and casing/liner)grout shall be 11 LDCC. 12 2) The LDCC shall be portland cement based grout mix with the addition of a 13 foaming agent designed for this application. ` 14 3) Develop 1 or more grout mixes designed to completely fill the annular 15 space based on the following requirements: 16 a) Provide adequate retardation to completely fill the annular space in 1 17 monolithic pour. 18 b) Provide less than 1 percent shrinkage by volume. 19 c) Compressive Strength - 20 (1) Minimum strength of 10 psi in 24 hours,300 psi in 28 days 21 d) Design grout mix with the proper density and use proper methods to 22 prevent floating of the carrier pipe. r 23 e) Proportion grout to flow and to completely fill all voids between the 24 carrier pipe and the casing or liner. 25 4. End Seals 26 a. Provide end seals at each end of the casing or liner to contain the grout backfill 27 or to close the casing/liner ends to prevent the inflow of water or soil. 28 1) For water piping less than 24-inch diameter,use hard rubber seals,Model 29 PL Link Seal as manufactured by the Thunderline Corporation or approved 30 equal. 31 2) For water piping 24-inch diameter and greater,use pull-on, 1/8 inch thick, 32 synthetic rubber end seals,Model C,as manufactured by Pipeline Seal and 33 Insulator,Inc. or approved equal. 34 3) For sewer piping,no end seals are required since the annular space between 35 the carrier pipe and the casing will be grouted. w 36 b. Design end seals to withstand the anticipated soil or grouting pressure and be 37 watertight to prevent groundwater from entering the casing. 38 5. Casing Spacers/Insulators - 39 a. Provide casing spacers/insulators to support the carrier pipe during installation 40 and grouting(where grout is used). 41 1) For concrete pressure pipe,mortar bands may be allowed in lieu of casing 42 spacers/isolators. 43 2) Mortar bands shall be in accordance with Section 33 11 13. 44 b. Casing Spacers/Isolators material and properties: 45 1) Shall be minimum 14 gage 46 2) For water pipe,utilize Stainless Steel. 47 3) For sewer pipe,utilize Coated Steel. CITY OF FORT WORTH NSH 30-Inch Transmission Main Y STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised June 19,2013 330524-6 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 6 of 10 1 4) Suitable for supporting weight of carrier pipe without deformation or 2 collapse during installation 3 c. Provide restrained-style casing spacers to hold all pipes stable during grouting 4 operations and prevent floating or movement. 5 d. Provide dielectric strength sufficient to electrically isolate each component 6 from one another and from the casing. 7 e. Design risers for appropriate loads,and,as a minimum: 8 1) Provide 10 gage steel risers 9 a) Provide stainless steel bands and risers for water installations. 10 f. Band material and criteria 11 1) Provide polyvinyl chloride inner liner with: 12 a) Minimum thickness of 0.09 inches T 13 b) Durometer"A"of 85-90 hardness 14 c) Minimum dielectric strength of 58,000 volts 15 g. Runner material and criteria 16 1) Provide pressure-molded glass reinforced polymer or UHMW with: 17 a) Minimum of 2 inches in width and a minimum of 11 inches in length. 18 2) Attach to the band or riser with 3/8 inch minimum welded steel or stainless 19 steel studs. 20 3) Runner studs and nuts shall be recessed well below the wearing surface of 21 the runner 22 a) Fill recess with a corrosion inhibiting filler. 23 h. Riser height 24 1) Provide sufficient height with attached runner allow a minimum clearance 25 of 2 inches between the outside of carrier pipe bells or couplings and the R 26 inside of the casing liner surface. 27 2.3 ACCESSORIES [NOT USED] _ 28 2.4 SOURCE QUALITY CONTROL [NOT USED] 29 PART 3 - EXECUTION 30 3.1 INSTALLERS [NOT USED] _ 31 3.2 EXAMINATION [NOT USED] 32 3.3 PREPARATION [NOT USED] — 33 3.4 INSTALLATION 34 A. General 35 1. Carrier pipe installation shall not begin until the following tasks have been 36 completed: 37 a. All required submittals have been provided,reviewed and accepted. 38 b. All casing/liner joints are watertight and no water is entering casing or liner 39 from any sources. 40 c. All contact grouting is complete. — 41 d. Casing/liner alignment record drawings have been submitted and accepted by 42 City to document deviations due to casing/liner installation. CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised June 19,2013 330524-7 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 7 of 10 1 e. Site safety representative has prepared a code of safe practices and an 2 emergency plan in accordance with applicable requirements. 3 2. The carrier pipe shall be installed within the casings or liners between the limits 4 indicated on the Drawings,to the specified lines and grades and utilizing methods + 5 which include due regard for safety of workers,adjacent structures and 6 improvements,utilities and the public. 7 B. Control of Line and Grade 8 1. Install Carrier pipe inside the steel casing within the following tolerances: 9 a. Horizontal 10 1) f 2 inches from design line 11 b. Vertical 12 1) f 1 inch from design grade 13 2. Check line and grade set up prior to beginning carrier pipe installation. 14 3. Perform survey checks of line-and-grade of carrier pipe during installation 15 operations. 16 4. The Contractor is fully responsible for the accuracy of the installation and the 17 correction of it,as required. 18 a. Where the carrier pipe installation does not satisfy the specified tolerances, 19 correct the installation,including if necessary,redesign of the pipe or structures 20 at no additional cost to City. 21 C. Installation of Carrier Pipe 22 1. Pipe Installation 23 a. Remove all loose soil from casing or liner. 24 b. Grind smooth all rough welds at casing joints. _ 25 2. Installation of Casing Spacers 26 a. Provide casing spacers,insulators or other approved devices to prevent 27 flotation,movement or damage to the pipe during installation and grout backfill 28 placement. 29 b. Assemble and securely fasten casing spacers to the pipeline to be installed in 30 casings or tunnels. 31 c. Correctly assemble,evenly tighten and prevent damage during tightening of the - 32 insulators and pipe insertion. 33 d. Install spacers in accordance with manufacturer's recommendations. 34 e. Install carrier pipe so that there is no metallic contact between the carrier pipe 35 and the casing. 36 f. Carrier pipe shall be installed without sliding or dragging it on the ground or in 37 the casing/liner in a manner that could damage the pipe or coatings. 38 1) If guide rails are allowed,place cement mortar on both sides of the rails. 39 g. Coat the casing spacer runners with a non-corrosive/environmentally safe 40 lubricant to minimize friction when installing the carrier pipe. 41 h. The carrier pipe shall be electrically isolated from the carrier pipe and from the 42 casing. 43 i. Grade the bottom of the trench adjacent to each end of the casing to provide a 44 firm,uniform and continuous support for the pipe. If the trench requires some 45 backfill to establish the final trench bottom grade,place the backfill material in 46 6-inch lifts and compact each layer. CITY OF FORT WORTH NSH 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised June 19,2013 330524-8 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 8 of 10 1 j. After the casing or tunnel liner has been placed,pump dry and maintain dry 2 until the casing spacers and end seals are installed. 3 3. Insulator Spacing 4 a. Maximum distance between spacers is to be 6 feet. 5 b. For 18 and 20 foot long joints,install a minimum of 4 spacers. — 6 1) Install 2 spacers within 1 foot on each side of the bell or flange. 7 2) Remaining 2 spacers shall be spaced equally. 8 c. If the casing or pipe is angled or bent,reduce the spacing. 9 d. The end spacer must be within 6 inches of the end of the casing pipe,regardless 10 of size of casing and pipe or type of spacer used. 11 e. Install spacers on PVC pipe at the insertion line to prevent over-insertion of the _ 12 spigot into the bell. 13 4. After installation of the carrier pipe: 14 a. Mortar inside and outside of the joints,as applicable _ 15 b. Verify electrical discontinuity between the water carrier pipe and tunnel liner. 16 1) If continuity exists,remedy the short,by all means necessary including 17 removing and reinstalling the carrier pipe,prior to applying cellular grout. 18 c. If hold down jacks or casing spacers are used, seal or plug the ends of the 19 casing. 20 d. If steel pipe is used and not welded prior to installation in casing/liner,welding 21 of pipe will only be allowed after grouting of annular space is complete. 22 D. Installation of End Seals 23 1. For Water Pipes _ 24 a. Grout end of casing/liner a minimum of 6 inches and a maximum of 12 inches. 25 b. Place pull-on synthetic rubber end seals on the pipe and pull over the end of the 26 casing. Securely fasten with stainless steel bands. 27 2. For Sewer Pipes 28 a. Grout annular space between carrier pipe and casing as indicated in this 29 Specification. 30 E. Annular Space Grouting(For Sewer Only) 31 1. Prepare pipe as necessary to prevent the pipe from floating during grouting 32 operation as necessary. – 33 2. Mixing of Grout 34 a. Mix material in equipment of sufficient size to provide the desired amount of 35 grout material for each stage in a single operation. 36 1) The equipment shall be capable of mixing the grout at the required densities 37 for the approved procedure and shall be capable of changing the densities 38 as required by field conditions. _ 39 3. Backfill Annular Space with Grout 40 a. Prior to filling of the annular space,test the carrier pipe in accordance with 41 Section 33 0130. t 42 b. Verify the maximum allowable pressure with the carrier pipe manufacturer and 43 do not exceed this pressure. 44 c. After the installation of the carrier pipe,the remaining space(all voids)between T 45 the casing/liner and the carrier shall be filled with LDCC grout. 46 1) All surfaces of the exterior carrier pipe wall and casing/liner interior shall 47 be in contact with the grout. CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised June 19,2013 330524-9 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE _ Page 9 of 10 1 2) Grout shall be pumped through a pipe or hose. 2 3) Use grout pipes,or other appropriate materials,to avoid damage to carrier 3 pipe during grouting. 4 4. Injection of LDCC Grout 5 a. Grout injection pressure shall not exceed the carrier pipe manufacturer's 6 approved recommendations or 5 psi(whichever is lower). 7 b. Pumping equipment shall be of a size sufficient to inject grout at a volume, 8 velocity and pressure compatible with the size/volume of the annular space. 9 c. Once grouting operations begin,grouting shall proceed uninterrupted,unless 10 grouting procedures require multiple stages. 11 d. Grout placements shall not be terminated until the estimated annular volume of 12 grout has been injected. 13 5. Block the carrier pipe during grouting to prevent flotation during grout installation. 14 6. Protect and preserve the interior surfaces of the casing from damage. 15 3.5 REPAIR/RESTORATION [NOT USED] 16 3.6 RE-INSTALLATION [NOT USED] 17 3.7 FIELD [oR] SITE QUALITY CONTROL r 18 A. Reports and Records required for pipe installations greater than 48-inches and longer 19 than 350 feet 20 1. Maintain and submit daily logs of grouting operations. 21 a. Include: 22 1) Grouting locations 23 2) Pressures 24 3) Volumes 25 4) Grout mix pumped 26 5) Time of pumping 27 2. Note any problems or unusual observations on logs. 28 B. Grout Strength Tests 29 1. City will perform testing for 24-hour and 28-day compressive strength tests for the 30 cylinder molds or grout cubes obtained during grouting operations. 31 2. City will perform field sampling during annular space grouting. 32 a. City will collect at least 1 set of 4 cylinder molds or grout cubes for each 100 ` 33 cubic yards of grout injected but not less than 1 set for each grouting shift. 34 b. City will perform 24-hour and 28-day compressive strength tests per ASTM 35 C39(cylindrical specimens) or ASTM C109(cube specimens). 36 c. Remaining samples shall be tested as directed by City. 37 C. Safety 38 1. The Contractor is responsible for safety on the job site. 39 a. Perform all Work in accordance with the current applicable regulations of the 40 Federal, State and local agencies. 41 b. In the event of conflict,comply with the more restrictive applicable 42 requirement. 43 2. No gasoline powered equipment shall be permitted in jacking shafts and receiving 44 shafts/pits. CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised June 19,2013 33 05 24-10 INSTALLATION OF CARRIER PIPE IN CASING OR TUNNEL LINER PLATE Page 10 of 10 1 a. Diesel,electrical,hydraulic and air powered equipment is acceptable,subject to 2 applicable local, State and Federal regulations. 3 3. Methods of construction shall be such as to ensure the safety of the Work, 4 Contractor's and other employees on site and the public. 5 4. Furnish and operate a temporary ventilation system in accordance with applicable 6 safety requirements when personnel are underground. 7 a. Perform all required air and gas monitoring. 8 b. Ventilation system shall provide a sufficient supply of fresh air and maintain an } 9 atmosphere free of toxic or flammable gasses in all underground work areas. 10 5. Perform all Work in accordance with all current applicable regulations and safety 11 requirements of the federal,state and local agencies. 12 a. Comply with all applicable provisions of OSHA 29 CFR Part 1926, Subpart S, 13 Underground Construction and Subpart P,Excavations. 14 b. In the event of conflict,comply with the more stringent requirements. 15 6. If personnel will enter the pipe during construction,the Contractor shall develop an 16 emergency response plan for rescuing personnel trapped underground in a shaft 17 excavation or pipe. 18 a. Keep on-site all equipment required for emergency response in accordance with 19 the agency having jurisdiction 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 2.2.B.1—Modified minimum water line diameter from 8-inches to 6-inches — Added Blue Text for clarification I.LC—Added Concrete Pressure Pipe Specification reference. 6/19/2013 D.Johnson 2.2.13.5—Added provisions for mortar bands on concrete pressure pipe. _ 3.4.C.3—Revised language related to spacing of casing spacers to correspond to the City's Standard Detail. 29 CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised June 19,2013 330530-1 LOCATION OF EXISTING UTILITIES Page 1 of 5 1 SECTION 33 05 30 2 LOCATION OF EXISTING UTILITIES 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Locating and verifying the location and elevation of the existing underground 7 utilities that may conflict with a facility proposed for construction by use of- 8 a. Exploratory Excavation 9 b. Vacuum Excavation 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. 1.2 A.2 c.11-Add Existing Utilities Re ort 12 C. Related Specification Sections include,but are not necessarily limited to: 13 1. Division 0—Bidding Requirements,Contract Forms, and Conditions of the 14 Contract - 15 2. Division 1 —General Requirements 16 3. Section 33 05 10—Utility Trench Excavation,Embedment and Backfill 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Exploratory Excavation of Existing Utilities 20 a. Measurement 21 1) Measurement for this Item shall be per each excavation performed as 22 identified in the Drawings,or as directed. - 23 b. Payment 24 1) The work performed and materials furnished in accordance with this Item 25 and measured as provided under"Measurement"will be paid for at the unit 26 price bid per each"Exploratory Excavation for Existing Utilities"specified. 27 c. The price bid shall include: 28 1) Grade survey 29 2) Pavement removal 30 3) Excavation 31 4) Utility Location 32 5) Hauling 33 6) Disposal of excess material 34 7) Furnishing,placing and compaction of embedment 35 8) Furnishing,placing and compaction of backfill 36 9) Clean-up 37 10) Surface restoration 38 2. Vacuum Excavation of Existing Utilities - 39 a. Measurement 40 1) Measurement for this Item shall be per each excavation performed as 41 identified in the Drawings, or as directed. 42 b. Payment CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised December 20,2012 330530-2 LOCATION OF EXISTING UTILITIES Page 2 of 5 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 per each"Vacuum Excavation"specified. 4 c. The price bid shall include: 5 1) Grade survey 6 2) Pavement removal 7 3) Vacuum Excavation 8 4) Utility Location 9 5) Hauling 10 6) Disposal of excess material 11 7) Furnishing,placing and compaction of embedment 12 8) Furnishing,placing and compaction of backfill 13 9) Clean-up 14 10) Surface restoration 15 11) Submittal of Location of Existing Utilities Report 16 1.3 REFERENCES 17 A. Definitions - 18 1. Exploratory Excavation: Previously called"D-Hole"within the City, a method 19 used to locate existing underground utility as shown on the plans through the use of 20 standard excavation equipment. " 21 2. Vacuum Excavation: Method used to locate existing underground utility as shown 22 on the plans through the use of geophysical prospecting equipment such as vacuum 23 excavation. 24 B. Reference Standards 25 1. Reference standards cited in this Specification refer to the current reference 26 standard published at the time of the latest revision date logged at the end of this 27 Specification,unless a date is specifically cited. 28 2. American Society of Civil Engineers(ASCE) _ 29 a. ASCE Publication Cl/ASCE 38 (Standard Guideline for the Collection and 30 Depiction of Existing Subsurface Utility Data) 31 1.4 ADMINISTRATIVE REQUIREMENTS — 32 A. Coordination 33 1. Coordinate with City Inspector at least 48 hours prior to commencing on site for 34 Exploratory Excavation of Existing Utilities. 35 2. Coordinate location of all other existing utilities within vicinity of excavation prior 36 to commencing Exploratory Excavation. 37 3. Coordinate staking of Exploratory Excavations with City at least 1 week prior to 38 commencement. 39 B. Sequencing 40 1. Exploratory Excavations shall be conducted prior to the construction of the entire 41 project. 42 C. Scheduling 43 1. For critical utility locations,the City may choose to be present during excavation. CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 = Revised December 20,2012 330530-3 LOCATION OF EXISTING UTILITIES Page 3 of 5 1 2. Alter schedule for Exploratory Excavation of Existing Utilities to accommodate 2 City personnel. 3 1.5 SUBMITTALS [NOT USED] _ 4 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 5 1.7 CLOSEOUT SUBMITTALS 6 A. Report of Utility Location 7 1. Horizontal location of utility as surveyed 8 2. Vertical elevation of utility as surveyed 9 a. Top of utility 10 b. Spring line of utility 11 c. Existing ground 12 3. Material type,diameter and description of the condition of existing utility 13 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 14 1.9 QUALITY ASSURANCE [NOT USED] 15 1.10 DELIVERY,STORAGE,AND HANDLING[NOT USED] 16 1.11 FIELD [SITE] CONDITIONS [NOT USED] 17 1.12 WARRANTY [NOT USED] 18 PART 2- PRODUCTS [NOT USED] 19 PART 3 - EXECUTION 20 3.1 INSTALLERS [NOT USED] 21 3.2 EXAMINATION 22 A. Verification of Conditions 23 1. Verify location of existing utilities in accordance with the General Requirements, 24 the General Notes and the Drawings. 25 3.3 PREPARATION 26 A. Coordinate with City Survey, if applicable. 27 3.4 INSTALLATION 28 A. Exploratory Excavation ry 29 1. Verify location of existing utility at location denoted on the Drawings, or as 30 directed by the City. 31 a. Expose utility to spring line,as necessary. 32 b. Excavate and Backfill Trench for the Exploratory Excavation in accordance 33 with Section 33 05 10. 34 B. Vacuum Excavation CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised December 20,2012 330530-4 LOCATION OF EXISTING UTILITIES Page 4 of 5 1 1. Verify location of existing utility at location denoted on the Drawings,or as 2 directed by the City. 3 2. Designate the horizontal position of the existing underground utilities that are to be 4 located using geophysical prospecting equipment. 5 a. Acquire record documentation from and coordinate with utility companies, as -� 6 necessary to locate utility. 7 3. Perform excavation in general accordance with the recommended practices and 8 procedures described in ASCE Publication Cl/ASCE 38. �- 9 C. Upon completion of the utility locating, submit a report of the findings. 10 D. If location of utility is in conflict with the Drawings,notify the City Project Manager 11 for appropriate design modifications. 12 E. Place embedment and backfill in accordance with Section 33 05 10. 13 F. Once necessary data is obtained,immediately restore surface to existing conditions to: 14 1. Obtain a safe and proper driving surface,if applicable 15 2. Ensure the safety of the general public 16 3. The satisfaction of the City 17 3.5 REPAIR/RESTORATION [NOT USED] 18 3.6 RE-INSTALLATION [NOT USED] 19 3.7 FIELD [oR] SITE 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 — Title-Exploratory Excavation of Utilities changed to Location of Existing Utilities 12/20/2012 D.Johnson 1.2—Added Measurement of Payment for Vacuum Excavation 1.3—Added Definitions 3.4—Added requirements for Vacuum Excavation CITY OF FORT WORTH NSH 30-inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised December 20,2012 330530-5 LOCATION OF EXISTING UTILITIES - Page 5 of 5 1 CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised December 20,2012 33 11 10-1 DUCTII,E IRON PIPE Page 1 of 13 1 SECTION 33 1110 2 DUCTILE IRON PIPE 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Ductile Iron Pipe 3-inch through 64-inch for potable water, wastewater and reuse 7 applications 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. 2.2 B.6 b.9 10 C. Related Specification Sections include,but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 12 Contract 13 2. Division 1 —General Requirements " 14 3. Section 33 0131 —Closed Circuit Television(CCTV)Inspection 15 4. Section 33 04 10—Joint Bonding and Electrical Isolation 16 5. Section 33 04 40—Cleaning and Acceptance Testing of Water Mains 17 6. Section 33 05 10—Utility Trench Excavation,Embedment and Backfill 18 7. Section 33 05 24—Installation of Carrier Pipe in Casing or Tunnel Liner Plate - 19 8. Section 33 1105—Bolts,Nuts,and Gaskets 20 9. Section 33 11 11 —Ductile Iron Fittings 21 1.2 PRICE AND PAYMENT PROCEDURES 22 A. Measurement and Payment 23 1. Ductile Iron Pipe 24 a. Measurement 25 1) Measured horizontally along the surface from center line to center line of 26 the fitting,manhole,or appurtenance 27 b. Payment 28 1) The work performed and materials furnished in accordance with this Item 29 and measured as provided under"Measurement"will be paid for at the unit 30 price bid per linear foot for"DIP"installed for: 31 a) Various sizes 32 b) Various types of backfill 33 c) Various linings 34 d) Various Depths,for miscellaneous sewer projects only 35 e) Various restraints 36 f) Various uses 37 c. The price bid shall include: 38 1) Furnishing and installing Ductile Iron Pipe with joints as specified by the 39 Drawings CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised December 20,2012 33 11 10-2 DUCTILE IRON PIPE Page 2 of 13 1 2) Mobilization — 2 3) Polyethylene encasement 3 4) Lining 4 5) Pavement removal 5 6) Excavation 6 7) Hauling 7 8) Disposal of excess material _ 8 9) Furnishing,placement and compaction of embedment 9 10) Furnishing,placement and compaction of backfill 10 11) Trench water stops 11 12) Thrust restraint,if required in Contract Documents - 12 13)Bolts and nuts 13 14) Gaskets 14 15) Clean-up - 15 16) Cleaning 16 17) Disinfection 17 18)Testing - 18 1.3 REFERENCES 19 A. Definitions - 20 1. Gland or Follower Gland 21 a. Non-restrained,mechanical joint fitting 22 2. Retainer Gland T 23 a. Mechanically restrained mechanical joint fitting 24 B. Reference Standards 25 1. Reference standards cited in this Specification refer to the current reference 26 standard published at the time of the latest revision date logged at the end of this 27 Specification,unless a date is specifically cited. 28 2. American Association of State Highway and Transportation Officials(AASHTO). 29 3. American Society of Mechanical Engineers(ASME): 30 a. B16.1,Gray Iron Pipe Flanges and Flanged Fittings(Classes 25, 125 and 250). _ 31 4. ASTM International(ASTM): 32 a. A193, Standard Specification for Alloy-Steel and Stainless Steel Bolting for 33 High Temperature or High Pressure Service and Other Special Purpose 34 Applications 35 b. A194, Specification for Carbon and Alloy Steel Nuts for Bolts for High 36 Pressure or High Temperature Service, or Both 37 c. A242, Standard Specification for High-Strength Low-Alloy Structural Steel. 38 d. A307, Standard Specification for Carbon Steel Bolts and Studs,60,000 psi 39 Tensile Strength. 40 e. A674, Standard Practice for Polyethylene Encasement for Ductile Iron Pipe for 41 Water or Other Liquids. 42 f. B 117, Standard Practice for Operating Salt Spray(Fog)Apparatus. 43 g. B633,Standard Specification for Electrodeposited Coatings of Zinc on Iron and -' 44 Steel. 45 5. American Water Works Association(AWWA): CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised December 20,2012 33 11 10-3 DUCTILE IRON PIPE Page 3 of 13 - 1 a. C203,Coal-Tar Protective Coatings and Linings for Steel Water Pipelines- 2 Enamel and Tape-Hot Applied. 3 b. C600,Installation of Ductile-Iron Water Mains and their Appurtenances. 4 c. M41,Ductile-Iron Pipe and Fittings. 5 6. American Water Works Association/American National Standards Institute 6 (AWWA/ANSI): 7 a. C104/A21.4,Cement—Mortar Lining for Ductile-Iron Pipe and Fittings. 8 b. C105/A21.5,Polyethylene Encasement for Ductile-Iron Pipe Systems. 9 c. C111/A21.11,Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings. 10 d. C115/A21.15,Flanged Ductile-Iron Pipe with Ductile-Iron or Gray-Iron 11 Threaded Flanges. 12 e. C1 50/A21.50,Thickness Design of Ductile-Iron Pipe. 13 f. C151/A21.51,Ductile-Iron Pipe,Centrifugally Cast,for Water. 4 14 g. C600,Installation of Ductile-Iron Water Mains and their Appurtenances 15 7. NSF International(NSF): 16 a. 61,Drinking Water System Components-Health Effects. 17 8. Society for Protective Coatings(SSPC): 18 a. PA 2,Measurement of Dry Coating Thickness with Magnetic Gages. 19 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 20 1.5 SUBMITTALS 21 A. Submittals shall be in accordance with Section 0133 00. 22 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 23 specials. 24 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 25 A. Product Data 26 1. Interior lining 27 a. If it is other than cement mortar lining in accordance with AWWA/ANSI 28 C104/A21.4,including: 29 1) Material 30 2) Application recommendations 31 3) Field touch-up procedures 32 2. Thrust Restraint 33 a. Retainer glands,thrust harnesses or any other means 34 3. Gaskets 35 a. If hydrocarbon or other special gaskets are required 36 B. Shop Drawings—Furnish for Ductile Iron Pipe used in the water distribution system or 37 for a wastewater force main for 24-inch and greater diameters,including: 38 1. Wall thickness design calculations sealed by a Licensed Professional Engineer in 39 Texas including: 40 a. Working pressure 41 b. Surge pressure 42 c. Deflection CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised December 20,2012 3311 10-4 DUCTILE IRON PIPE Page 4 of 13 1 2. Provide thrust restraint calculations for all fittings and valves, sealed by a Licensed 2 Professional Engineer in Texas, to verify the restraint lengths shown in the 3 Drawings. 4 3. Lay schedule/drawing for 24-inch and greater diameters, sealed by a Licensed 5 Professional Engineer in Texas including: 6 a. Pipe class 7 b. Joints type 8 c. Fittings 9 d. Stationing 10 e. Transitions 11 f. Joint deflection 12 C. Certificates 13 1. Furnish an affidavit certifying that all Ductile Iron Pipe meets the provisions of this " 14 Section, each run of pipe furnished has met Specifications, all inspections have 15 been made, and that all tests have been performed in accordance with 16 AWWA/ANSI C151/A21.51. - 17 2. Furnish a certificate stating that buried bolts and nuts conform to ASTM B 117. 18 1.7 CLOSEOUT SUBMITTALS [NOT USED] 19 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 20 1.9 QUALITY ASSURANCE 21 A. Qualifications 22 1. Manufacturers 23 a. Finished pipe shall be the product of 1 manufacturer. - 24 1) Change orders,specials,and field changes may be provided by a different 25 manufacturer upon City approval. 26 b. Pipe manufacturing operations(pipe,lining,and coatings)shall be performed 27 under the control of the manufacturer. 28 c. Ductile Iron Pipe 29 1) Manufactured in accordance with AWWA/ANSI C151/A21.51'1 — 30 a) Perform quality control tests and maintain results as outlined within 31 standard to assure compliance. 32 2) Subject each pipe to a hydrostatic test of not less than 500 psi for duration 33 of at least 10 seconds. 34 B. Preconstruction Testing 35 1. The City may, at its own cost,subject random lengths of pipe for testing by an 36 independent laboratory for compliance with this Specification. 37 a. The compliance test shall be performed in the United States. 38 b. Any visible defects or failure to meet the quality standards herein will be 39 grounds for rejecting the entire order. 40 1.10 DELIVERY,STORAGE,AND HANDLING 41 A. Storage and Handling Requirements 42 1. Ductile Iron Pipe shall be stored and handled in accordance with the guidelines as 43 stated in AWWA M41. CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised December 20,2012 33 11 10-5 DUCTILE IRON PIPE Page 5 of 13 1 2. Secure and maintain a location to store the material in accordance with Section 01 2 6600. 3 1.11 FIELD [SITE] CONDITIONS [NOT USED] 4 1.12 WARRANTY [NOT USED] LL 5 PART 2- PRODUCTS 6 2.1 OWNER-FURNISHED [oR] OWNER-SUPPLIED PRODUCTS [NOT USED] 7 2.2 EQUIPMENT,PRODUCT TYPES AND MATERIALS 8 A. Manufacturers 9 1. Only the manufacturers as listed in the City's Standard Products List will be 10 considered as shown in Section 01 60 00. 11 a. The manufacturer must comply with this Specification and related Sections. 12 2. Any product that is not listed on the Standard Products List is considered a 13 substitution and shall be submitted in accordance with Section 01 25 00. 14 B. Pipe 15 1. Pipe shall be in accordance with AWWA/ANSI C1 I I/A21.11,AWWA/ANSI 16 C1 50/A21.15,and AWWA/ANSI C151/A21.51. 17 2. All pipe shall meet the requirements of NSF 61. 18 3. Pipe shall have a lay length of 18 feet or 20 feet except for special fittings or 19 closure pieces and necessary to comply with the Drawings. 20 4. As a minimum the following pressures classes apply. The Drawings may specify a 21 higher pressure class or the pressure and deflection design criteria may also require 22 a higher pressure class,but in no case should they be less than the following: 23 Diameter Min Pressure Class inches (psi) 3 through 12 350 14 through 20 250 24 200 30 through 64 150 24 25 5. Pipe markings shall meet the minimum requirements of AWWA/ANSI 26 C151/A21.51. Minimum pipe markings shall be as follows: 27 a. "DI"or"Ductile"shall be clearly labeled on each pipe 28 b. Weight,pressure class and nominal thickness of each pipe 29 c. Year and country pipe was cast 30 d. Manufacturer's mark 31 6. Pressure and Deflection Design 32 a. Pipe design shall be based on trench conditions and design pressure class 33 specified in the Drawings. CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised December 20,2012 3311 10-6 DUC=IRON PIPE Page 6 of 13 1 b. Pipe shall be designed according to the methods indicated in AWWA/ANSI — 2 Cl 50/A21.50,AWWA/ANSI C151/A21.51,and AWWA M41 for trench 3 construction,using the following parameters: 4 1) Unit Weight of Fill(w)= 130 pcf 5 2) Live Load=AASHTO HS 20 6 3) Trench Depth= 12 feet minimum,or as indicated in Drawings 7 4) Bedding Conditions=Type 4 8 5) Working Pressure(Pa,)= 150 psi 9 6) Surge Allowance(Ps)= 100 psi 10 7) Design Internal Pressure(P)=P,,+Ps or 2:1 safety factor of the actual 11 working pressure plus the actual surge pressure,whichever is greater. + 12 a) Test Pressure= 13 (1) No less than 1.25 minimum times the stated working pressure(187 14 psi minimum)of the pipeline measured at the highest elevation — 15 along the test section. 16 (2) No less than 1.5 times the stated working pressure(225 psi 17 minimum)at the lowest elevation of the test section. 18 8) Maximum Calculated Deflection(D,,)=3 percent 19 9) Restrained Joint Safety Factor(Sf)=13-peFee 20 percent 20 c. Trench depths shall be verified after existing utilities are located. 21 1) Vertical alignment changes required because of existing utility or other 22 conflicts shall be accommodated by an appropriate change in pipe design 23 depth. R 24 2) In no case shall pipe be installed deeper than its design allows. 25 7. Provisions for Thrust 26 a. Thrust at bends,tees,plugs or other fittings shall be mechanically restrained _ 27 joints when required by the Drawings. 28 b. Thrust at bends adjacent to casing pipe shall be restrained by mechanical means 29 through casing and for a sufficient distance each side of casing. 30 c. No thrust restraint contribution shall be allowed for the restrained length of 31 pipe within the casing. 32 d. Restrained joints,when required, shall be used for a sufficient distance from 33 each side of the bend,tee,plug,valve or other fitting to resist thrust which will ` 34 be developed at the design pressure of the pipe. For the purpose of thrust,the 35 following shall apply: 36 1) Valves shall be calculated as dead ends. 37 2) Design pressure shall be greater than the working pressure of the pipe or 38 the internal pressure(P)whichever is greater. 39 3) Restrained joints shall consist of approved mechanical restrained or push- 40 on restrained joints as listed in the City's Standard Products List as shown 41 in Section 0160 00. 42 e. The Pipe Manufacturer shall verify the length of pipe with restrained joints to _ 43 resist thrust in accordance with the Drawings,AWWA M41,and the following: 44 1) The weight of earth(We)shall be calculated as the weight of the projected 45 soil prism above the pipe,for unsaturated soil conditions. 46 2) Soil density= 130 pcf(maximum value to be used),for unsaturated soil w 47 conditions 48 3) If indicated on the Drawings and the Geotechnical Borings that ground 49 water is expected, account for reduced soil density. CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised December 20,2012 33 11 10-7 DUCTILE IRON PIPE Page 7 of 13 w 1 8. Joints 2 a. General—Comply with AWWA/ANSI CI I I/A21.11. 3 b. Push-On Joints 4 c. Mechanical Joints 5 d. Push-On Restrained Joints 6 1) Restraining Push-on joints by means of a special gasket 7 a) Only those products that are listed in Section 0160 00 8 b) The working pressure rating of the restrained gasket must exceed the 9 test pressure of the pipe line to be installed. 10 c) Approved for use of restraining Ductile Iron Pipe in casing with a 11 carrier pipe of 4-inches to 12-inches 12 d) Otherwise only approved if specially listed on the Drawings 13 2) Push-on Restrained Joint bell and spigot 14 a) Only those products list in the standard products list will be allowed for 15 the size listed in the standard products list per Section 01 60 00. 16 b) Pressure rating shall exceed the working and test pressure of the pipe 17 line. 18 e. Flanged Joints—AWWA/ANSI C115/A21.15,ASME B16.1,Class 125 19 f. Flange bolt circles and bolt holes shall match those of ASME B16.1,Class 125. 20 g. Field fabricated flanges are prohibited. 21 9. Gaskets 22 a. Provide Gaskets in accordance with Section 33 1105. 23 10. Isolation Flanges 24 a. Flanges required by the drawings to be Isolation Flanges shall conform to 25 Section 33 04 10. 26 11. Bolts and Nuts 27 a. Mechanical Joints 28 1) Provide bolts and nuts in accordance with Section 33 1105. 29 b. Flanged Ends 30 1) Meet requirements ofAWWA C115. 31 a) Provide bolts and nuts in accordance with Section 33 1105. 32 12. Flange Coatings 33 a. Connections to Steel Flanges 34 1) Buried connections with Steel Flanges shall be coated with a Petrolatum 35 Tape System in accordance with Section 33 1105. 36 13. Ductile Iron Pipe Exterior Coatings 37 a. All ductile iron shall have an asphaltic coating,minimum of 1 mil thick,on the 38 pipe exterior,unless otherwise specified in the Contract Documents. 39 14. Polyethylene Encasement 40 a. All buried Ductile Iron Pipe shall be polyethylene encased. 41 b. Only manufacturers listed in the City's Standard Products List as shown in 42 Section 0160 00 will be considered acceptable. 43 c. Use only virgin polyethylene material. 44 d. Encasement for buried pipe shall be 8 mil linear low density(LLD) 45 polyethylene conforming to AWWA/ANSI CI05/A21.5 or 4 mil high density 46 cross-laminated(HDCL)polyethylene encasement conforming to 47 AWWA/ANSI C105/A21.5 and ASTM A674. CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised December 20,2012 33 11 10-8 DUCTILE IRON PIPE Page 8 of 13 1 e. Marking: At a minimum of every 2 feet along its length,the mark the - 2 polyethylene film with the following information: 3 1) Manufacturer's name or trademark 4 2) Year of manufacturer ... 5 3) AWWA/ANSI C105/A21.5 6 4) Minimum film thickness and material type 7 5) Applicable range of nominal diameter sizes 8 6) Warning—Corrosion Protection—Repair Any Damage 9 f. Special Markings/Colors 10 1) Reclaimed Water,perform one of the following: 11 a) Label polyethylene encasement with"RECLAIMED WATER", 12 b) Provide purple polyethylene in accordance with the American Public 13 Works Association Uniform Color Code; or 14 c) Attach purple reclaimed water marker tape to the polyethylene wrap. ` 15 2) Wastewater,perform one of the following: 16 a) Label polyethylene encasement with"WASTEWATER"; 17 b) Provide green polyethylene in accordance with the American Public = 18 Works Association Uniform Color Code; or 19 c) Attach green sanitary sewer marker tape to the polyethylene wrap. 20 g. Minimum widths 21 Polyethylene Tube and Sheet Sizes for Push-On Joint Pipe Nominal Pipe Diameter Min.Width—Flat Tube Min.Width—Sheet (inches) (inches) (inches) 3 14 28 4 14 28 6 16 32 8 20 40 10 24 48 12 27 54 14 30 60 16 34 68 -- 18 37 74 20 41 82 24 54 108 30 67 134 36 81 162 42 81 162 48 95 190 54 108 216 — 60 108 216 64 121 242 22 15. Ductile Iron Pipe Interior Lining 23 a. Cement Mortar Lining CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised December 20,2012 33 11 10-9 DUCTILE IRON PIPE Page 9 of 13 1 1) Ductile Iron Pipe for potable water shall have a cement mortar lining in 2 accordance with AWWA/ANSI CI04/A21.04 and be acceptable according 3 to NSF 61. 4 b. Ceramic Epoxy or Epoxy Linings 5 1) Ductile Iron Pipe for use in wastewater applications shall be lined with a 6 Ceramic Epoxy or Epoxy lining as designated in the City's Standard 7 Products List as shown in Section 0160 00. 8 2) Apply lining at a minimum of 40 mils DFT. 9 3) Due to the tolerances involved,the gasket area and spigot end up to 6 10 inches back from the end of the spigot end must be coated with 6 mils 11 nominal, 10 mils maximum using a Joint Compound as supplied by the 12 manufacturer. 13 a) Apply the joint compound by brush to ensure coverage. 14 b) Care should betaken that the joint compound is smooth without excess 15 buildup in the gasket seat or on the spigot ends. 16 c) Coat the gasket seat and spigot ends after the application of the lining. 17 4) Surface preparation shall be in accordance with the manufacturer's 18 recommendations. 19 5) Check thickness using a magnetic film thickness gauge in accordance with 20 the method outlined in SSPC PA 2. y 21 6) Test the interior lining of all pipe barrels for pinholes with a non- 22 destructive 2,500 volt test. 23 a) Repair any defects prior to shipment. 24 7) Mark each fitting with the date of application of the lining system along 25 with its numerical sequence of application on that date and records 26 maintained by the applicator of his work. 27 8) For all Ductile Iron Pipe in wastewater service where the pipe has been 28 cut, coat the exposed surface with the touch-up material as recommended 29 by the manufacturer. 30 a) The touch-up material and the lining shall be of the same manufacturer. 31 2.3 ACCESSORIES [NOT USED] 32 2.4 SOURCE QUALITY CONTROL [NOT USED] 33 PART 3- EXECUTION 34 3.1 INSTALLERS [NOT USED] 35 3.2 EXAMINATION [NOT USED] 36 3.3 PREPARATION [NOT USED] �. 37 3.4 INSTALLATION 38 A. General 39 1. Install pipe,fittings,specials and appurtenances as specified herein,as specified in 40 AWWA C600,AWWA M41 and in accordance with the pipe manufacturer's 41 recommendations. 42 2. See Section 33 11 11 for installation requirements for Ductile Iron Fittings. CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised December 20,2012 3311 10-10 DUCTILE IRON PIPE Page 10 of 13 1 3. Lay pipe to the lines and grades as indicated in the Drawings. — 2 4. Excavate and backfill trenches in accordance with Section 33 05 10. 3 5. Embed Ductile Iron Pipe in accordance with Section 33 05 10. 4 6. For installation of carrier pipe within casing, see Section 33 05 24. — 5 B. Pipe Handling 6 1. Haul and distribute pipe and fittings at the project site. - 7 2. Handle piping with care to avoid damage. 8 a. Inspect each joint of pipe and reject or repair any damaged pipe prior to 9 lowering into the trench. — 10 b. Do not handle the pipe in such a way that will damage the interior lining. 11 c. Use only nylon ropes,slings or other lifting devices that will not damage the 12 surface of the pipe for handling the pipe. - 13 3. At the close of each operating day: 14 a. Keep the pipe clean and free of debris,dirt,animals and trash—during and after 15 the laying operation. 16 b. Effectively seal the open end of the pipe using a gasketed night cap. 17 C. Joint Making 18 1. Mechanical Joints - 19 a. Bolt the follower ring into compression against the gasket with the bolts 20 tightened down evenly then cross torqued in accordance with AWWA C600. 21 b. Overstressing of bolts to compensate for poor installation practice will not be - 22 permitted. 23 2. Push-on Joints 24 a. Install Push-on joints as defined in AWWA/ANSI C111/A21.11. 25 b. Wipe clean the gasket seat inside the bell of all extraneous matter. 26 c. Place the gasket in the bell in the position prescribed by the manufacturer. 27 d. Apply a thin film of non-toxic vegetable soap lubricant to the inside of the — 28 gasket and the outside of the spigot prior to entering the spigot into the bell. 29 e. When using a field cut plain end piece of pipe,refinish the field cut and scarf to 30 conform to AWWA C600. 31 3. Flanged Joints 32 a. Use erection bolts and drift pins to make flanged connections. 33 1) Do not use undue force or restraint on the ends of the fittings. 34 2) Apply even and uniform pressure to the gasket. 35 b. The fitting must be free to move in any direction while bolting. 36 1) Install flange bolts with all bolt heads faced in one direction. 37 4. Joint Deflection 38 a. Deflect the pipe only when necessary to avoid obstructions or to meet the lines 39 and grades and shown in the Drawings. _ 40 b. The deflection of each joint must be in accordance with AWWA C600 Table 3. 41 c. The maximum deflection allowed is 50 percent of that indicated in AWWA 42 C600. 43 d. The manufacturer's recommendation may be used with the approval of the 44 Engineer. 45 D. Polyethylene Encasement Installation CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised December 20,2012 33 11 10-11 DUCTILE IRON PIPE Page 11 of 13 1 1. Preparation 2 a. Remove all lumps of clay,mud,cinders, etc., on pipe surface prior to 3 installation of polyethylene encasement. 4 1) Prevent soil or embedment material from becoming trapped between pipe 5 and polyethylene. 6 b. Fit polyethylene film to contour of pipe to affect a snug,but not tight encase 7 with minimum space between polyethylene and pipe. 8 1) Provide sufficient slack in contouring to prevent stretching polyethylene 9 where it bridges irregular surfaces such as bell-spigot interfaces,bolted 10 joints or fittings and to prevent damage to polyethylene due to backfilling 11 operations. 12 2) Secure overlaps and ends with adhesive tape and hold. 13 c. For installations below water table and/or in areas subject to tidal actions,seal u 14 both ends of polyethylene tube with adhesive tape at joint overlap. 15 2. Tubular Type(Method A) 16 a. Cut polyethylene tube to length approximately 2 feet longer than pipe section. — 17 b. Slip tube around pipe,centering it to provide 1-foot overlap on each adjacent 18 pipe section and bunching it accordion-fashion lengthwise until it clears pipe 19 ends. 20 c. Lower pipe into trench and make up pipe joint with preceding section of pipe. 21 d. Make shallow bell hole at joints to facilitate installation of polyethylene tube. 22 e. After assembling pipe joint,make overlap of polyethylene tube,pull bunched 23 polyethylene from preceding length of pipe,slip it over end of the new length 24 of pipe and wrap until it overlaps joint at end of preceding length of pipe. 25 f. Secure overlap in place. _ 26 g. Take up slack width at top of pipe to make a snug,but not tight,fit along barrel 27 of pipe,securing fold at quarter points. 28 h. Repair cuts,tears,punctures or other damage to polyethylene. 29 i. Proceed with installation of next pipe in same manner. 30 3. Tubular Type(Method B) 31 a. Cut polyethylene tube to length approximately 1 foot shorter than pipe section. 32 b. Slip tube around pipe,centering it to provide 6 inches of bare pipe at each end. 33 c. Take up slack width at top of pipe to make a snug,but not tight, fit along barrel 34 of pipe,securing fold at quarter points; secure ends. 35 d. Before making up joint,slip 3-foot length of polyethylene tube over end of 36 proceeding pipe section,bunching it accordion-fashion lengthwise. 37 e. After completing joint,pull 3-foot length of polyethylene over joint, 38 overlapping polyethylene previously installed on each adjacent section of pipe 39 by at least 1 foot; make each end snug and secure. 40 4. Sheet Type 41 a. Cut polyethylene sheet to a length approximately 2 feet longer than piece - 42 section. 43 b. Center length to provide 1-foot overlap on each adjacent pipe section,bunching 44 it until it clears the pipe ends. 45 c. Wrap polyethylene around pipe so that it circumferentially overlaps top 46 quadrant of pipe. 47 d. Secure cut edge of polyethylene sheet at intervals of approximately 3 feet. CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised December 20,2012 3311 10-12 DUCTILE IRON PIPE Page 12 of 13 1 e. Lower wrapped pipe into trench and make up pipe joint with preceding section 2 of pipe. 3 f. Make shallow bell hole at joints to facilitate installation of polyethylene. 4 g. After completing joint,make overlap and secure ends. _ 5 h. Repair cuts,tears,punctures or other damage to polyethylene. 6 i. Proceed with installation of next section of pipe in same manner. 7 5. Pipe-Shaped Appurtenances 8 a. Cover bends,reducers,offsets and other pipe-shaped appurtenances with 9 polyethylene in same manner as pipe and fittings. 10 6. Odd-Shaped Appurtenances _ 11 a. When it is not practical to wrap valves,tees,crosses,and other odd-shaped 12 pieces in tube,wrap with flat sheet or split length polyethylene tube by passing 13 sheet under appurtenances and bringing it up around body. _ 14 b. Make seams by bringing edges together,folding over twice and taping down. 15 c. Tape polyethylene securely in place at the valve stem and at any other 16 penetrations. 17 7. Repairs - 18 a. Repair any cuts,tears,punctures or damage to polyethylene with adhesive tape 19 or with short length of polyethylene sheet or cut open tube,wrapped around 20 fitting to cover damaged area and secured in place. y 21 8. Openings in Encasement 22 a. Provide openings for branches,service taps,blow-offs,air valves and similar 23 appurtenances by making an X-shaped cut in polyethylene and temporarily 24 folding back film. 25 b. After appurtenance is installed,tape slack securely to appurtenance and repair 26 cut,as well as other damaged area in polyethylene with tape. 27 c. Service taps may also be made directly through polyethylene,with any 28 resulting damaged areas being repaired as described above. 29 9. Junctions between Wrapped and Unwrapped Pipe: T 30 a. Where polyethylene-wrapped pipe joins an adjacent pipe that is not wrapped, 31 extend polyethylene wrap to cover adjacent pipe for distance of at least 3 feet. 32 b. Secure end with circumferential turns of tape. 33 c. Wrap service lines of dissimilar metals with polyethylene or suitable dielectric 34 tape for minimum clear distance of 3 feet away from Cast or Ductile Iron Pipe. 35 3.5 REPAIR/RESTORATION 36 A. Patching 37 1. Excessive field-patching is not permitted of lining or coating. — 38 2. Patching of lining or coating will be allowed where area to be repaired does not 39 exceed 100 square inches and has no dimensions greater than 12 inches. 40 3. In general,there shall not be more than 1 patch on either the lining or the coating of 41 any 1 joint of pipe. 42 4. Wherever necessary to patch the pipe: 43 a. Make patch with cement mortar as previously specified for interior joints. 44 b. Do not install patched pipe until the patch has been properly and adequately 45 cured and approved for laying by the City. CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised December 20,2012 33 11 10-13 DUCTILE IRON PIPE Page 13 of 13 1 5. Promptly remove rejected pipe from the site. 2 3.6 RE-INSTALLATION [NOT USED] 3 3.7 FIELD [oR] SITE QUALITY CONTROL 4 A. Potable Water Mains 5 1. Cleaning,disinfection,hydrostatic testing and bacteriological testing of water mains 6 a. Clean,flush,pig,disinfect,hydrostatic test and bacteriological test the water 7 main as specified in Section 33 04 40. 8 B. Wastewater Lines 9 1. Closed Circuit Television(CCTV)Inspection 10 a. Provide a Post-CCTV Inspection in accordance with Section 33 01 31. r 11 3.8 SYSTEM STARTUP [NOT USED] 12 3.9 ADJUSTING [NOT USED] 13 3.10 CLEANING [NOT USED] 14 3.11 CLOSEOUT ACTIVITIES [NOT USED] 15 3.12 PROTECTION [NOT USED] 16 3.13 MAINTENANCE [NOT USED] 17 3.14 ATTACHMENTS [NOT USED] 18 END OF SECTION 19 Revision Log DATE NAME SUMMARY OF CHANGE 1.2.A.1.b.—Updated Payment types 12/20/2012 D.Johnson 1.3—Added definitions of gland types for clarity 2.2.B.9,10,11 and 12—Added reference to Section 33 1105 and removed material specification for bolts,nuts and gaskets 20 CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised December 20,2012 33 11 13-1 CONCRETE PRESSURE PIPE,BAR-WRAPPED,STEEL CYLINDER TYPE Page 1 of 16 1 SECTION 33 1113 2 CONCRETE PRESSURE PIPE,BAR-WRAPPED, STEEL CYLINDER TYPE 3 PART1 - GENERAL 4 1.1 SUMMARY - 5 A. Section Includes: 6 1. Concrete Pressure Pipe,Bar-Wrapped,Steel Cylinder Type(Concrete Pressure 7 Pipe)24-inch through 72-inch for potable water applications in conformance with 8 AWWA C303 and AWWA M9 9 B. Deviations from this City of Fort Worth Standard Specification 10 1. 1.1 A.1 11 2. 1.3 A.9 12 3. 1.6 C 13 4. 1.9 A.1 14 5. 1.9 C.2 15 6. 2.2 A 16 7. 2.2 B.7 17 8. 2.2 B.17 18 9. 3 4 C.2 19 10. 3 4 CA 20 C. Related Specification Sections include,but are not necessarily limited to: 21 1. Division 0-Bidding Requirements,Contract Forms, and Conditions of the 22 Contract 23 2. Division 1 -General Requirements 24 3. Section 33 0131 -Closed Circuit Television(CCTV)Inspection 25 4. Section 33 04 10-Joint Bonding and Electrical Isolation 26 5. Section 33 04 40-Cleaning and Acceptance Testing of Water Mains 27 6. Section 33 05 10-Utility Trench Excavation,Embedment and Backfill 28 7. Section 33 1105-Bolts,Nuts, and Gaskets 29 1.2 PRICE AND PAYMENT PROCEDURES 30 A. Measurement and Payment 31 1. Concrete Pressure Pipe 32 a. Measurement ' 33 1) Measured horizontally along the surface from center line to centerline of 34 the fitting or appurtenance 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 38 unit price bid per linear foot for"Concrete AWWA C303 Pipe"installed 39 for: CITY OF FORT WORTH NSn 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised December 20,2012 33 11 13-2 CONCRETE PRESSURE PIPE,BAR-WRAPPED,STEEL CYLINDER TYPE Page 2 of 16 1 a) Various sizes 2 b) Various types of backfill 3 c. The price bid shall include: 4 1) Furnishing and installing Concrete Pressure Pipe with joints as specified by 5 the Drawings - 6 2) Mobilization 7 3) Coating 8 4) Lining 9 5) Pavement removal 10 6) Excavation 11 7) Hauling 12 8) Disposal of excess material — 13 9) Furnishing,placement,and compaction of embedment 14 10) Trench water stops 15 11) Joint restraint 16 12) Bolts and nuts 17 13) Welding 18 14) Gaskets,if allowed — 19 15) Furnishing,placement,and compaction of backfill 20 16) Clean-up 21 17) Cleaning _ 22 18) Disinfection 23 19) Testing 24 2. Concrete Pressure Pipe Fittings 25 a. Measurement 26 1) Measurement for this Item shall be by lump sum. 27 b. Payment _ 28 1) The work performed and materials furnished in accordance with this Item 29 shall be paid for at the lump sum price bid for"C3O3 Fittings"installed for: 30 a) Various sizes 31 b) Various types of backfill 32 c. The price bid shall include: 33 1) Furnishing and installing Concrete Pressure Pipe Fittings as specified by 34 the Drawings — 35 2) Mobilization 36 3) Coating 37 4) Lining w 38 5) Pavement removal 39 6) Excavation 40 7) Hauling _. 41 8) Disposal of excess material 42 9) Furnishing,placement,and compaction of embedment 43 10) Trench water stops 44 11) Joint restraint 45 12) Bolts and nuts 46 13) Welding 47 14) Gaskets,if allowed 48 15) Furnishing,placement,and compaction of backfill 49 16) Clean-up 50 17) Cleaning CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised December 20,2012 33 11 13-3 CONCRETE PRESSURE PIPE,BAR-WRAPPED,STEEL CYLINDER TYPE l Page 3 of 16 1 18) Disinfection 2 19) Testing 3 1.3 REFERENCES 4 A. Reference Standards 5 1. Reference standards cited in this Specification refer to the current reference 6 standard published at the time of the latest revision date logged at the end of this 7 Specification,unless a date is specifically cited. 8 2. American Society of Mechanical Engineers(ASME): 9 a. B16.1, Gray Iron Pipe Flanges and Flanged Fittings(Classes 25, 125 and 250). - 10 3. American Society of Testing and Materials(ASTM): 11 a. A242, Standard Specification for High-Strength Low-Alloy Structural Steel. 12 b. A307, Standard Specification for Carbon Steel Bolts and Studs,60,000 PSI 13 Tensile Strength. 14 c. B 117, Standard Practice for Operating Salt Spray(Fog)Apparatus. 15 d. B633, Standard Specification for Electrodeposited Coatings of Zinc on Iron and 16 Steel. 17 e. C33, Standard Specification for Concrete Aggregates. 18 f. C144, Standard Specification for Aggregate for Masonry Mortar. 19 g. C150, Specification for Portland Cement. 20 h. C293, Standard Test Method for Flexural Strength of Concrete(Using Simple 21 Beam with Center-Point Loading). 22 i. C497,Methods of Testing Concrete Pipe. 23 j. C882, Standard Test Method for Bond Strength of Epoxy-Resin Systems Used 24 With Concrete By Slant Shear. 25 k. C 1090, Standard Test Method for Measuring Changes in Height of Cylindrical 26 Specimens of Hydraulic-Cement Grout. 27 1. E165, Standard Practice for Liquid Penetrant Examination for General Industry. 28 4. American Welding Society(AWS): 29 a. D1.1, Structural Welding Code- Steel. 30 5. American Water Works Association(AWWA): 31 a. C206,Field Welding of Steel Water Pipe. 32 b. C207, Steel Pipe Flanges for Waterworks Service-Sizes 4 IN through 144 IN. 33 c. C303,Concrete Pressure Pipe,Bar-Wrapped, Steel-Cylinder Type. 34 d. M9,Concrete Pressure Pipe. 35 6. American Water Works Association/American National Standards Institute 36 (AWWA/ANSI): 37 a. C111/A21.11,Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and 38 Fittings. 39 7. International Organization for Standardization(ISO). 40 8. National Sanitation Foundation(NSF): 41 a. NSF 61,Drinking Water System Components-Health Effects 42 9. American Concrete Pressure Pipe Association(ACPPA) 43 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 44 1.5 SUBMITTALS - 45 A. Submittals shall be in accordance with Section 0133 00. CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised December 20,2012 33 11 13-4 CONCRETE PRESSURE PIPE,BAR-WRAPPED,STEEL CYLINDER TYPE Page 4 of 16 1 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 2 specials. 3 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 4 A. Product Data - 5 1. Exterior Coating 6 a. Material data 7 b. Application recommendations 8 c. Field touch-up procedures 9 2. Joint Wrappers 10 a. Material data 11 b. Installation recommendations 12 3. Flexible Joint Couplings 13 a. Manufacturer — 14 b. Model 15 4. Mixes 16 a. Mortar for interior joints and patches - 17 b. Bonding agents for patches 18 5. Gaskets(if applicable) 19 B. Shop Drawings—Furnish for Concrete Pressure Pipe used in the potable water systems 20 including: 21 1. Wall thickness design calculations sealed by a Licensed Professional Engineer in 22 Texas including: 23 a. Internal pressure 24 1) Working Pressure 25 2) Test Pressure 26 3) Surge pressure 27 b. External pressure 28 1) Deflection 29 2) Buckling 30 c. Special physical loading such as supports or joint design 31 d. Thermal expansion and/or contraction,if applicable for the proposed - 32 installation 33 2. Thrust restraint calculations for all fittings and valves including the restraint length 34 sealed by a Licensed Professional Engineer in Texas. -- 35 3. Fabrication and lay drawings showing a schematic location with profile and a 36 tabulated layout schedule that is sealed by a Licensed Professional Engineer in 37 Texas and includes: 38 a. Pipe class 39 b. Joint types 40 c. Fittings 41 d. Thrust Restraint 42 e. Stationing(in accordance with the Drawings) 43 f. Transitions 44 g. Joint deflection 45 h. Outlet locations for welding,ventilation,and access 46 i. Welding requirements CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised December 20,2012 33 11 13-5 CONCRETE PRESSURE PIPE,BAR-WRAPPED,STEEL CYLINDER TYPE • Page 5 of 16 1 4. Pipe within Casing 2 a. Provide drawings detailing how pipe is restrained to prevent floating within the 3 casing. 4 C. Certificates and Test Reports 5 a. Submittals for certificates and testing reports shall be as outlined in Article 1.9 6 of this Section. 7 b. Certified test reports for factory welds of fittings from an independent certified 8 welding inspector.not employed by the pipe manufacturer. 9 c. Certified test reports for field welds from an independent certified ins en ctor. 10 not employed by the pine manufacturer. 11 1.7 CLOSEOUT SUBMITTALS [NOT USED] 12 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 13 1.9 QUALITY ASSURANCE 14 A. Qualifications _ 15 1. Manufacturers 16 a. Shall be American Concrete Pressure Pipe Association(ACPPA)Quality 17 Program certified,I.S.O. Quality Certification Program certified,or equal,for 18 Concrete Pressure Pipe and accessory manufacturing. 19 b. Pipe manufacturing operations(pipe,lining,and coatings) shall be performed 20 under the control of the manufacturer. 21 c. Pipe shall be the product of 1 manufacturer which has had not less than 5 years 22 successful experience manufacturing AWWA C303 pipe of the particular type 23 and size indicated. 24 1) This experience record will be thoroughly investigated by the Engineer, and - 25 acceptance will be at the sole discretion of the Engineer and City. 26 2) Pipe manufacturing operations(pipe,fittings,lining, and coating)shall be 27 performed at 1 location,unless otherwise approved by the Engineer. 28 d. Pipe shall be manufactured in accordance with the latest revisions of 29 AWWA C303. 30 e. Pipe and fittings shall not be transported via rail or saline waterways. 31 B. Certifications 32 1. Prior to shipment of the pipe,the Pipe Manufacturer shall submit the following: 33 a. A Certificate of Adequacy of Design stating that the pipe to be furnished 34 complies with AWWA C303 and these Specifications 35 b. Copies of results of factory hydrostatic tests shall be provided to the Engineer 36 c. Mill certificates,including chemical and physical test results for each heat of 37 steel 38 1) The manufacturer shall perform the tests described in AWWA C303,for all 39 pipe,fittings, and specials,except that the absorption test detailed in this 40 Specification shall supersede the requirements of the applicable portion of 41 AWWA C303. 42 d. Certified test reports for welder certification for factory and field welds in 43 accordance with AWWA C303, Section 5 44 e. Certified test reports for cement mortar tests 45 f. Certified test reports for steel cylinder tests CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 - Revised December 20,2012 331113-6 CONCRETE PRESSURE PIPE,BAR-WRAPPED,STEEL CYLINDER TYPE Page 6 of 16 - 1 C. Hydrostatic Pressure Testing 2 1. Hydrostatic pressure testing shall meet or exceed the requirements of AWWA C303 - 3 Section 4.6-Fabrication. 4 a. Each pipe cylinder,with rings welded to its ends,shall be hydrostatically tested 5 prior to application of lining or coating. 6 b. The internal test pressure shall be that which results in a fiber stress equal to 75 7 percent of the minimum yield strength of the steel used. 8 c. Each pipe cylinder tested shall be completely watertight under maximum test 9 pressure. 10 d. Test pressure shall be held for sufficient time to observe the weld seams. 11 e. Pipe manufacturer shall maintain a recording of the pressure gauge report and _ 12 provide to the Engineer. 13 2. Fittings shall be fabricated from hydrostatically tested pipe or fabricated of welded 14 steel sheets or plates. 15 a. Fittings shall be tested in accordance with AWWA C303.All fitting welds shall 16 be tested via hydrostatic test,ultrasonic test,air test or magnetic particle test. 17 Air test shall be made by applying air to the weld at 10 pounds 12er square inch 18 pressure and checking for leaks around and through welds with soap solution. 19 In addition.5 percent of the welds on fittings shall be checked with x-ray or 20 ultrasonic testing by an independent certified welding inspector paid for by the 21 pipe manufacturer. - 22 3. Factory Testing 23 a. Cement Mortar Coating-Absorption Test 24 1) A water absorption test shall be performed on samples of cured mortar - 25 coating taken from each working shift. 26 a) The mortar coating samples shall have been cured in the same manner 27 as the pipe. 28 b) A test value shall consist of the average of a minimum of 3 samples 29 taken from the same working shift. 30 c) The test method shall be in accordance with ASTM C497,Method A. _ 31 d) The average absorption value for any test shall not exceed 9 percent 32 and no individual sample shall have an absorption exceeding 11 33 percent. 34 e) Tests for each working shift shall be performed on a daily basis until 35 conformance to the absorption requirements has been established by 10 36 consecutive passing test results, at which time testing may be 37 performed on a weekly basis for each working shift. 38 (1) Daily testing shall be resumed for each working shift with failing 39 absorption test results and shall be maintained until conformance to 40 the absorption requirements is re-established by 10 consecutive - 41 passing test results. 42 D. Cement Mortar Lining 43 1. Shop-applied cement mortar linings shall be tested in accordance with AWWA ! 44 C303. 45 E. City Testing and Inspection _ 46 1. The City reserves the option to have an independent testing laboratory,at the City's 47 expense, inspect pipe and fittings at the pipe manufacturer's plant. CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised December 20,2012 33 11 13-7 CONCRETE PRESSURE PIPE,BAR-WRAPPED,STEEL CYLINDER TYPE Page 7 of 16 1 a. The City's testing laboratory and Engineer shall have free access to the 2 manufacturer's plant. 3 b. The pipe manufacturer shall notify the City,in writing,at least 2 weeks prior to 4 pipe fabrication as to start of fabrication and fabricating schedule. The City 5 will then advise the manufacturer as to City's decision regarding tests to be 6 performed by an independent testing laboratory. 7 c. In the event the City elects to retain an independent testing laboratory to make 8 material tests and weld tests, it is the intent that the tests be limited to 1 spot 9 testing of each category unless the tests do not show compliance with the 10 standard. 11 1) If these tests do not show compliance,the City reserves the right to have 12 the laboratory make additional tests and observations. 13 2. The inspection and testing by the independent testing laboratory anticipates that 14 production of pipe shall be done over a normal period of time and without"slow 15 downs" or other abnormal delays. 16 a. In the event that an abnormal production time is required, and the City is 17 required to pay excessive costs for inspection,then the Contractor shall be W 18 required to reimburse the City for such costs over and above those which would 19 have been incurred under a normal schedule of production as determined by the 20 Engineer. 21 F. Manufacturer's Technician for Pipe Installation 22 1. Pipe Manufacturer's Representative 23 a. During the construction period,the pipe manufacturer shall furnish the services 24 of a factory trained,qualified,job experienced technician to advise and instruct, 25 as necessary, in pipe laying and pipe jointing. 26 1) The technician shall assist and advise the Contractor in his pipe laying 27 operations and shall instruct construction personnel in proper joint 28 assembly and joint inspection procedures. 29 2) The technician is not required to be on-site full time;however,the 30 technician shall be regularly on-site during the first 2 weeks of pipe laying 31 and thereafter as requested by the Engineer,City or Contractor. 32 1.10 DELIVERY,STORAGE,AND HANDLING 33 A. Packing 34 1. Prepare pipe for shipment to: 35 a. Afford maximum protection from normal hazards of transportation 36 b. Allow pipe to reach project site in an undamaged condition 37 2. Pipe damaged in shipment shall not be delivered to the project site unless such 38 damaged pipe is properly repaired. 39 3. After the completed pipe and fittings have been removed from the final cure at 40 the manufacturing plant: 41 a. Protect pipe lining from drying by means of plastic end covers banded to the 42 pipe ends. 43 b. Maintain covers over the pipe ends at all times until ready to be installed. 44 c. Moisture shall be maintained inside the pipe by periodic addition of water as 45 necessary. 46 4. Pipes shall be carefully supported during shipment and storage. CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised December 20,2012 33 11 13-8 CONCRETE PRESSURE PIPE,BAR-WRAPPED,STEEL CYLINDER TYPE Page 8 of 16 1 a. Pipe,fittings and specials shall be separated so that they do not bear against 2 each other and the whole load shall be securely fastened to prevent r 3 movement in transit. 4 b. Ship pipe on padded bunks with tie-down straps approximately over stulling. 5 c. Store pipe on padded skids,sand or dirt berms,tires or other suitable means 6 to protect the pipe from damage. 7 d. Each end and each length of pipe,fitting or special(42-inches and larger) 8 and the middle of each pipe joint shall be internally supported and braced 9 with stulls to maintain a true circular shape. 10 i. Internal stulls shall consist of timber or steel firmly wedged and secured 11 so that stulls remain in place during storage,shipment and installation. 12 ii. Pipe shall be rotated so that one Stull remains vertical during storage, _ 13 shipment and installation. 14 iii. At a minimum,stulls shall be placed at each end,each quarter point and 15 center. 16 B. Delivery,Handling,and Storage 17 1. Once the first shipment of pipe has been delivered to the site,the Engineer and 18 the Contractor shall inspect the pipe's interior coating for excessive cracking. 19 a. If excessive cracking is found,exceeding the allowance in AWWA C303, 20 modify shipping procedures to reduce or eliminate cracking. 21 2. Deliver,handle and store pipe in accordance with the manufacturer's _ 22 recommendations to protect coating systems. 23 C. Marking for Identification 24 1. For each joint of pipe and each fitting,plainly mark on 1 end: 25 a. Class for which it is designated 26 b. Date of manufacturer 27 c. Identification number 28 d. Top centerlines shall be marked on all specials. 29 D. Point of Delivery 30 1. The Contractor is responsible for securing and maintaining a location to store the 31 material in accordance with Section 0166 00. — 32 33 1.11 WARRANTY [NOT USED] 34 PART 2 - PRODUCTS 35 2.1 OWNER-FURNISHED [NOT USED] 36 2.2 EQUIPMENT,PRODUCT TYPES,AND MATERIALS 37 A. Manufacturers 38 1. Only the manufacturers as listed in the City's Standard Products List will be 39 considered as shown in Section 0160 00. - 40 a. The manufacturer must comply with this Specification and related Sections. 41 2. Any product that is not listed on the Standard Products List is considered a 42 substitution and shall be submitted in accordance with Section 0125 00. 43 3. Mortar lining shall be centrifugally cast to leave a smooth lining.All rough spots 44 shall be ground down with a rubbing stone or other=roved method. CITY OF FORT WORTH NSH 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised December 20,2012 33 11 13-9 CONCRETE PRESSURE PIPE,BAR-WRAPPED,STEEL CYLINDER TYPE Page 9 of 16 1 4. Mortar coating shall be dense and hard with no cracks larger than .01 inches. - 2 B. Materials 3 1. General 4 a. Pipe shall be manufactured in accordance with the latest revisions of 5 AWWA C3O3,AWWA M9,as well as the special requirements of this 6 Specification. 7 b. All pipe shall meet the requirements of NSF 61. - 8 2. Cement 9 a. Cement for use in concrete and mortar shall be Type I or II Portland Cement. 10 3. Aggregates 11 a. Aggregates for concrete lining and coating shall conform to ASTM C33. 12 4. Sand 13 a. Sand used for inside and outside joints shall be of silica base,conforming to = 14 ASTM C144. 15 5. Special Coating(Mortar Rings) 16 a. Pipe to be installed in casing shall have 2 built-up mortar rings, each - 17 approximately 2 feet long and slightly higher than the pipe bell,to prevent the 18 pipe from being supported by the pipe bell. 19 b. Built-up mortar rings are to be applied at the quarter points of the pipe section. l 20 6. Bushings,Couplings and Plugs 21 a. Where outlets or taps are threaded,furnish and install brass reducing bushings 22 in larger steel half couplings for the outlet size indicated. 23 b. Threaded plugs shall be brass. 24 7. Mixes 25 a. Cement Mortar 26 1) Cement mortar used for pouring joints shall consist of: 27 a) 1 part Portland Cement 28 b) 2 parts clean,fine,sharp silica sand - 29 c) Mixed withotp able water 30 d) No manufactured sand shall be permitted. 31 e) Exterior joint mortar shall be mixed to the consistency of thick cream. t 32 f) Interior joint mortar shall be mixed with as little water as possible so 33 that the mortar is very stiff,but workable. 34 g) Cement shall be ASTM C15O,Type I or Type II. _ 35 h) Sand shall conform to ASTM C144. 36 2) Cement mortar used for patching shall be mixed as per cement mortar for 37 inside joints. 38 8. Joint Wrappers 39 a. Joint wrappers shall be manufactured by Mar-Mac Manufacturing Company,or 40 approved equal. 41 b. For pipe within casing,Flex Protex joint filler,or approved equal,may be used 42 for pipes that can be welded from the interior. 43 9. Flexible Joint Couplings - 44 a. Flexible Joint Couplings shall be Dresser Style 38, Smith-Blair Style 411 or 45 approved equal. 46 10. Pipe Ends CITY OF FORT WORTH NSII 30-Inch Transmission Main w STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised December 20,2012 33 11 13-10 CONCRETE PRESSURE PIPE,BAR-WRAPPED,STEEL CYLINDER TYPE Page 10 of 16 1 a. The standard pipe end shall include steel joint ring and a continuous solid 2 rubber ring gasket as per AWWA M9. 3 11. Gaskets 4 1) Flange in accordance with AWWA C207. 5 2) Provide Gaskets in accordance with Section 33 1105. 6 12. Bolts and Nuts 7 a. Flanged Ends 8 1) Flange in accordance with AWWA C207. - 9 2) Provide bolts and nuts in accordance with Section 33 1105. 10 13. Isolation Flanges 11 a. Flanges required by the drawings to be Isolation Flanges shall conform to - 12 Section 33 04 10. 13 14. Flange Coatings 14 a. Flange Coatings in accordance with Section 33 1105. 15 15. Threaded Outlets 16 a. Where outlets or taps are threaded,Threaded with CC Threads and furnish and 17 install brass bushings for the outlet size indicated. - 18 16. Weld Lead Outlets(if applicable) 19 a. Use of threaded outlets for access for weld leads is permitted. 20 b. Additional outlet configurations shall be approved by the Engineer. 21 c. Outlets shall be welded after use. 22 17. Snap Rings 23 a. Snap rings shall be manufactured by Hanson,Forterra,or approved equal. 24 C. Performance/Design Criteria 25 1. Pipe Design _ 26 a. Pipe shall be designed,manufactured and tested in accordance with the latest 27 revisions of AWWA C303,AWWA M9,as well as the special requirements of 28 this Specification. _ 29 b. Sizes and pressure classes(working pressure)shall be as specified in the 30 Drawings. 31 c. For the purposes of pipe design,working pressure plus transient pressure shall 32 be as indicated below. 33 d. Pipe design shall be based on trench conditions and design pressure class 34 specified in the Drawings. 35 e. Pipe shall be designed according to the methods indicated in AWWA C303 and - 36 AWWA M9 for trench construction,using the following parameters: 37 1) Unit Weight of Fill(w)= 130 pounds per cubic foot 38 2) Live Load=AASHTO H-20 truck for unpaved conditions 39 3) Live Load=Cooper E-80 loading for railroad crossings 40 4) Trench Depth=As indicated on Drawings 41 5) Coefficient Ku'=0.150 42 6) Trench Width(Bd)as indicated on Drawings 43 7) Bedding Conditions=as indicated on Drawings 44 8) Pressure Class= 150 psi min.working pressure 45 9) Surge Allowance= 100 psi minimum 46 a) where: Total Pressure(including surge)= 150 psi+ 100 psi=250 psi. 47 10) Deflection Lag Factor= 1.0 48 11) Soil Reaction Modulus(E')< 1,000 CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised December 20,2012 33 11 13-11 CONCRETE PRESSURE PIPE,BAR-WRAPPED,STEEL CYLINDER TYPE Page 11 of 16 1 f. Trench depths indicated on Drawings shall be verified after existing utilities are 2 located. 3 1) Vertical alignment changes required because of existing utility or other 4 conflicts shall be accommodated by an appropriate change in pipe design 5 depth. 6 2) In no case shall pipe be installed deeper than its design allows. 7 2. Provisions for Thrust Unless otherwise indicated on Drawings. 8 a. Thrust at bends,tees or other fittings shall be resisted by restrained joints or 9 snap rings. 10 1) Thrust at bends adjacent to casing shall be restrained by welding joints F 11 through the casing and a sufficient distance each side of the casing. 12 2) No thrust restraint contribution shall be allowed for pipe in casing unless 13 the annular space in the casing is filled with grout. 14 3) The distance for thrust restraint shown on the Drawings is the minimum 15 restraint and does not relieve the manufacturer from calculating the restraint 16 needs as specified herein. 17 a) In no case shall the restrained distance be less than indicated on the 18 Drawings. 19 b. Restrained joints shall be used a sufficient distance from each side of the bend, 20 tee,plug or other fitting to resist thrust which develops at the design pressure of 21 the pipe. 22 1) The distance for thrust restraint shown on the Drawings is the minimum 23 restraint and does not relieve the manufacturer from calculating the restraint 24 needs as specified herein. 25 a) In no case shall the restrained distance be less than indicated on the 26 Drawings. 4 27 2) Restrained joints shall consist of welded joints or snap rings. 28 3) In areas where restrained joints are used for thrust restraint,the pipe shall 29 have adequate cylinder thickness to transmit the thrust forces. 30 c. Thrust restraint design ' 31 1) The length of pipe with restrained joints to resist thrust forces shall be 32 verified by the pipe manufacturer in accordance with AWWA M9 and the 33 following: 34 a) The Weight of Earth(We)shall be calculated as the weight of the 35 projected soil prism above the pipe. 36 (1) Soil Density= 130 pounds per cubic foot(maximum value to be - 37 used for unsaturated soil). 38 d. Thrust collars will only be permitted for temporary plugs. 39 1) Thrust collars may not be used for any other application,unless approved in 40 writing by the Engineer. 41 3. Inside Diameter 42 a. The inside diameter,of the cement mortar lining shall be the nominal diameter 43 specified,unless otherwise indicated on the Drawings. 44 4. Joint Bonds,Insulated Connections and Flange Gaskets 45 a. Joint Bonds,Insulated Connection and Flange Gaskets shall be in accordance 46 with Section 33 04 10. 47 5. Bend Fittings 48 a. All bend fittings shall be long radius to permit passage of pipeline pigs. 49 6. Fittings with Flanges CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised December 20,2012 33 11 13-12 CONCRETE PRESSURE PIPE,BAR-WRAPPED,STEEL CYLINDER TYPE Page 12 of 16 = 1 1) Flanged joints shall be provided at connections to valves and where 2 indicated on the Drawings. 3 2) Ends to be fitted with slip-on flanges shall have the longitudinal or spiral 4 welds ground flush to accommodate the type of flanges provided. 5 3) Pipe flanges and welding of flanges to Concrete Pressure Pipe shall v 6 conform to the requirements of AWWA C207 and AWWA C206. 7 4) Pipe flanges shall be of rated pressure equal to or greater than the adjacent 8 pipe class. Y 9 5) Flanges shall match the fittings or appurtenances which are to be attached. 10 6) Flanges shall be Class E with 275 psi working pressure in accordance with 11 AWWA C207 and in accordance with ASME B16.1 Class 125 for areas 12 designated with a 225 psi test pressure. - 13 2.3 ACCESSORIES [NOT USED] 14 2.4 SOURCE QUALITY CONTROL [NOT USED] 15 PART 3 - EXECUTION 16 3.1 INSTALLERS [NOT USED] 17 3.2 EXAMINATION [NOT USED] - 18 3.3 PREPARATION [NOT USED] 19 3.4 INSTALLATION 20 A. General 21 1. Install Concrete Pressure Pipe,fittings,specials and appurtenances as required for 22 the proper functioning of the completed pipe line. 23 2. Install pipe,fittings, specials and appurtenances as specified herein, as specified in 24 AWWA M9,and in accordance with the pipe manufacturer's recommendations. 25 3. Lay pipe to the lines and grades show on the Drawings. 26 4. Excavate,embed and backfill trenches in accordance with Section 33 05 10. 27 5. At the close of each operating day: T 28 a. Keep the pipe clean and free of debris, dirt, animals and trash—during and after 29 the laying operation. 30 b. Effectively seal the open end of the pipe using a gasketed night cap. 31 6. If pipe is placed in casing,restrain pipe from floating as required in Article 1.6.B.4. 32 B. Pipe Handling - 33 1. Haul and distribute pipe fittings at the project site and handle piping with care to 34 avoid damage. 35 2. Before lowering into the trench and inspect each joint of pipe and reject or repair 36 any damaged pipe. 37 3. Pipe shall be handled at all times with a minimum of 1 wide non-abrasive sling, 38 belts or other equipment designed to prevent damage to the coating or lining. 39 4. The equipment shall be kept in such repair that its continued use is not injurious to 40 the coating. CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised December 20,2012 33 11 13-13 CONCRETE PRESSURE PIPE,BAR-WRAPPED,STEEL CYLINDER TYPE Page 13 of 16 1 5. The spacing of pipe supports required to handle the pipe shall be adequate to 2 prevent cracking or damage to the lining or coating. 3 C. Pipe Jointing 4 1. General 5 a. Thoroughly clean the bell and spigot rings before laying each joint of pipe by 6 brushing and wiping. 7 b. If any damage to the protective coating on the metal has occurred,repair the 8 damage before laying the pipe. 9 c. Lubricate the gasket and the inside surface of the bell with an approved 10 lubricant(flax soap)which will facilitate the telescoping of the joint. 11 d. Tightly fit together sections of pipe and exercise care to secure true alignment 12 and grade. 13 e. When a joint of pipe is being laid,place the gasket on the spigot ring and enter 14 the spigot end of the pipe into the bell of the adjoining pipe and force into 15 position. 16 1) The inside joint space between ends of the pipe sections shall have an 17 opening within the tolerances as recommended by the pipe manufacturer. 18 f. No "blocking up"of pipe or joints will be permitted,and if the pipe is not 19 uniformly supported or the joint not made up properly,remove the joint and 20 properly prepare the trench. r 21 g. After joining,check the position of the gasket with a feeler gauge. 22 1) If the gasket is out of position,disassemble the joint and repeat the joint 23 laying procedure. 24 h. For interior welded joints,complete backfilling before welding. 25 i. For exterior field-welded joints,provide adequate working room under and 26 beside the pipe. 27 2. Exterior Joints 28 a. Make the exterior joint by placing a joint wrapper around the pipe and secure in 29 place with 2 metal straps. 30 1) The wrapper shall be 9 inches wide for pipe 36-inches and larger,and 7 31 inches wide for smaller pipe,hemmed on each side. 32 2) The wrapper shall be fiberglass reinforced or burlap cloth,with lengths 33 encircling the pipe,leaving enough opening between ends to allow the 34 mortar to be poured inside the wrapper into the joint. 35 3) Fill the joint with mortar from 1 side in 1 continuous operation until it has 36 flowed entirely around the pipe. 37 4) During the filling of the joint,pat or manipulate the sides of the wrapper to 38 settle the mortar and expel any entrapped air. 39 5) Leave wrappers in place undisturbed until the mortar has set-up. 40 6) Do not embed or backfill over pipe for a minimum of two hours to allow 41 mortar to set up.At the end of the project,excavate two joints of pipe no 42 less than 5000 feet apart to verify mortar does not have shrinkage cracks. 43 3. Interior Joints 44 a. Upon completion of backfilling of the pipe trench, fill the inside joint recess 45 with a stiff cement mortar/high-strength grout. 46 b. Prior to placing of mortar/grout, clean out dirt or trash which has collected in 47 the joint and moisten the concrete surfaces of the joint space by spraying or 48 brushing with a wet brush. CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised December 20,2012 33 11 13-14 CONCRETE PRESSURE PIPE,BAR-WRAPPED,STEEL CYLINDER TYPE Page 14 of 16 { 1 c. Ram or pack the stiff mortar/grout into the joint space and take extreme care to 2 insure that no voids remain in the joint space. - 3 d. After the joint has been filled,level the surfaces of the joint mortar/grout with 4 the interior surfaces of the pipe with a steel trowel so that the surface is smooth. 5 e. Interior joints of pipe smaller than 21-inches shall have the bottom of the bell 6 buttered with grout,prior to inserting the spigot,such that when the spigot is 7 pushed into position it will extrude surplus grout from the joint. 8 1) The surplus grout shall be struck off flush with the inside of the pipe by 9 pulling a filled burlap bag or an inflated ball through the pipe with a rope. 10 4. Welded Joints 11 a. Weld joints in accordance with the AWWA M9 and AWWA C2O6. 12 1) Contractor shall provide adequate ventilation for welders and for the City to 13 observe welds. 14 2) Unless otherwise specified on the Drawings,welds shall be full circle fillet 15 welds. 16 b. Adequate provisions for reducing temperature stresses shall be the 17 responsibility of the Contractor. 18 c. Before welding: 19 1) Thoroughly clean pipe ends. 20 2) Weld pipe by machine or by the manual shielded electric arc process. 21 d. Welding shall be performed so as not to damage lining or coating. 22 e. Furnish labor,equipment,tools and supplies,including shielded type welding 23 rod. 24 1) Protect welding rod from any deterioration prior to its use. 25 2) If any portion of a box or carton is damaged,reject the entire box or carton. 26 f. In all hand welding: 27 1) The metal shall be deposited in successive layers. 28 2) Not more than 1/8 inch of metal shall be deposited in each pass. 29 3) Each pass except the final 1,whether in butt or fillet welds,shall be 30 thoroughly bobbed or peened to relieve shrinkage stresses and to remove 31 dirt,slag or flux before the succeeding bead is applied. 32 4) Each pass shall be thoroughly fused into the plates at each side of the 33 welding groove or fillet and shall not be permitted to pile up in the center of 34 the weld. 35 5) Undercutting along the side shall not be permitted. 36 g. Welds shall be free from pin holes,non-metallic inclusions,air pockets, 37 undercutting and/or any other defects. 38 h. If the ends of the pipe are laminated, split or damaged to the extent that 39 satisfactory welding contact cannot be obtained,remove the pipe from the line. 40 i. Furnish each welder employed with a steel stencil for marking the welds so that R 41 the work of each welder may be identified. 42 1) Have each welder stencil the pipe adjacent to the weld with the stencil 43 assigned to him. 44 a) In the event any welder leaves the job,his stencil shall be voided and 45 not duplicated if another welder is employed. 46 j. Welders 47 1) Each welder employed by the Contractor shall be required to satisfactorily 48 pass a welding test in accordance with AWWA C2O6 before being allowed 49 to weld on the line. CITY OF FORT WORTH NSH 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised December 20,2012 33 11 13-15 CONCRETE PRESSURE PIPE,BAR-WRAPPED,STEEL CYLINDER TYPE Page 15 of 16 1 2) After each welder has qualified in the preliminary tests referred to above, 2 inspections shall be made of joints in the line. 3 a) The inspection will be done by a Certified Welding Inspector retained 4 by the City. 5 3) Any welder making defective welds shall not be allowed to continue to 6 weld. 7 k. Weld Testing 8 1) Dye penetrant tests in accordance with ASTM E165,or magnetic particle 9 test in accordance with AWWA C206 and set forth in AWS D.1.1. shall be 10 performed by the Contractor under the supervision and inspection of the 11 City's Representative or an independent testing laboratory,on all full 12 welded joints. 13 a) Welds that are defective will be replaced or repaired,whichever is 14 deemed necessary by the Engineer,at the Contractor's expense. — 15 b) If the Contractor disagrees with the Engineer's interpretation of welding 16 tests,test sections may be cut from the joint for physical testing. The 17 Contractor shall bear the expense of repairing the joint,regardless of _ 18 the results of physical testing. 19 (1) The procedure for repairing the joint shall be approved by the 20 Engineer before proceeding. 21 5. Protection of Exposed Metal 22 a. Protect exposed ferrous metal by a minimum of 1 inch coating of cement 23 mortar as previously specified for inside joints,unless otherwise specified in T 24 the Drawings. 25 b. Exposed large flat surfaces such as flanges,bolts,caulked joints,threaded 26 outlets,closures,etc.,shall have coating reinforced with galvanized wire mesh. _ 27 c. Thoroughly clean and wet the surface receiving a cement mortar coating with 28 water just prior to placing the cement mortar coating. 29 d. After placing,take care to prevent cement mortar from drying out too rapidly 30 by covering with damp earth or burlap. 31 e. Cement mortar coating shall not be applied during freezing weather. 32 6. Patching 33 a. Excessive field-patching of lining or coating shall not be permitted. 34 b. Patching of lining or coating will be allowed where area to be repaired does not 35 exceed 100 square inches and has no dimensions greater than 12 inches. 36 c. In general,there shall not be more than 1 patch on either the lining or the 37 coating of any 1 joint of pipe. 38 d. Wherever necessary to patch the pipe,make patch with cement mortar as 39 previously specified for interior joints. 40 e. Do not install patched pipe until the patch has been properly and adequately 41 cured and approved for laying by the City. 42 f. Promptly remove rejected pipe from the site. ` 43 3.5 REPAIR/RESTORATION [NOT USED] 44 3.6 RE-INSTALLATION [NOT USED] 45 3.7 FIELD QUALITY CONTROL 46 A. Field[oR] Site Tests and Inspections 47 1. Cleaning and Testing CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised December 20,2012 33 11 13-16 CONCRETE PRESSURE PIPE,BAR-WRAPPED,STEEL CYLINDER TYPE Page 16 of 16 1 a. Cleaning,disinfection,hydrostatic testing and bacteriological testing of water 2 mains 3 1) Clean,flush,pig, disinfect,hydrostatic test and bacteriological test the 4 water main as specified in Section 33 04 40. 5 3.8 SYSTEM STARTUP [NOT USED] R 6 3.9 ADJUSTING [NOT USED] 7 3.10 CLEANING [NOT USED] 8 3.11 CLOSEOUT ACTIVITIES [NOT USED] 9 3.12 PROTECTION [NOT USED] T 10 3.13 MAINTENANCE [NOT USED] 11 3.14 ATTACHMENTS [NOT USED] 12 END OF SECTION _ 13 Revision Log DATE NAME SUMMARY OF CHANGE 1.10.A.4.d.—Size revision for stull requirement 12/20/2012 D.Johnson 2.2.8.10,11,12 and 13—Added reference to Sections 33 1105 and 33 04 10; removed material specifications for bolts,nuts and gaskets 14 CITY OF FORT WORTH NSH 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 t Revised December 20,2012 331225-1 CONNECTION TO EXISTING WATER MAINS Page 1 of 8 1 SECTION 33 12 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. 1.1 C.8—Add Section 33 11 13 12 2. 1.1 C.9—Add Section 33 11 14 13 3. 3.4 B.5—Omit line 5 14 C. 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 33 04 40—Cleaning and Acceptance Testing of Water Mains 19 4. Section 33 05 10—Utility Trench Excavation,Embedment and Backfill 20 5. Section 33 05 30—Location of Existing Utilities 21 6. Section 33 1105—Bolts,Nuts,and Gaskets r 22 7. Section 33 11 10—Ductile Iron Pipe 23 8. Section 33 11 13—Concrete Pressure Pipe.Bar-Wrapped. Steel Cylinder Pipe 24 9. Section 33 11 14—Buried Steel Pipe and Fittings 25 1.2 PRICE AND PAYMENT PROCEDURES 26 A. Measurement and Payment 27 1. Connection to an existing unpressurized Fort Worth Water Distribution System 28 Main that does not require the City to take part of the water system out of service 29 a. Measurement 30 1) This Item is considered subsidiary to the water pipe being installed. 31 b. Payment 32 1) The work performed and the materials furnished in accordance with this -" 33 Item are subsidiary to the unit price bid per linear foot of water pipe 34 complete in place,and no other compensation will be allowed. 35 2. Connection to an existing pressurized Fort Worth Water Distribution System - 36 Main that requires a shutdown of some part of the water system 37 a. Measurement 38 1) Measurement for this Item shall be per each connection completed. 39 b. Payment CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised February 6,2013 33 1225-2 CONNECTION TO EXISTING WATER MAINS Page 2 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"Connection to Existing 3 Water Main"installed for: 4 a) Various sizes of existing water distribution main _. 5 c. The price bid shall include all aspects of making the connection including,but 6 not limited to: 7 1) Preparing submittals r 8 2) Dewatering 9 3) Exploratory excavation(as needed) 10 4) Coordination and notification 11 5) Remobilization 12 6) Temporary lighting 13 7) Polyethylene encasement 14 8) Make-up pieces - 15 9) Linings 16 10) Pavement removal 17 11) Excavation - 18 12) Hauling 19 13) Disposal of excess material 20 14) Clean-up 21 15) Cleaning 22 16)Disinfection 23 17) Testing 24 3. Connection to an existing pressurized Fort Worth Water Distribution System 25 Main by Tapping Sleeve and Valve: 26 a. Measurement 27 1) Measurement for this Item shall be per each connection completed. 28 b. Payment 29 1) The work performed and the materials furnished in accordance with this 30 Item shall be paid for at the unit price bid per each"Tapping Sleeve and 31 Valve"installed for: 32 a) Various sizes of connecting main 33 b) Various sizes of existing water distribution main 34 c. The price bid shall include all aspects of making the connection including,but 35 not limited to: 36 1) Preparing submittals 37 2) Dewatering 38 3) Exploratory excavation(as needed) 39 4) Coordination and notification �. 40 5) Tapping Sleeve and Tapping Valve 41 6) Remobilization 42 7) Temporary lighting „r 43 8) Polyethylene encasement 44 9) Make-up pieces 45 10) Linings 46 11) Pavement removal 47 12) Excavation 48 13) Hauling 49 14) Disposal of excess material CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised February 6,2013 33 1225-3 CONNECTION TO EXISTING WATER MAINS Page 3 of 8 1 15) Clean-up 2 16) Cleaning 3 17) Disinfection 4 18) Testing 5 1.3 REFERENCES 6 A. Reference Standards 7 1. Reference standards cited in this Specification refer to the current reference 8 standard published at the time of the latest revision date logged at the end of this _ 9 Specification,unless a date is specifically cited. 10 2. American Society of Mechanical Engineers(ASME): 11 a. B16.1,Gray Iron Pipe Flanges and Flanged Fittings Classes 25, 125 and 250) 12 3. ASTM International(ASTM): 13 a. A36, Standard Specification for Carbon Structural Steel. 14 b. A193, Standard Specification for Alloy-Steel and Stainless Steel Bolting for 15 High Temperature or High Pressure Service and Other Special Purpose 16 Applications 17 c. A194, Specification for Carbon and Alloy Steel Nuts for Bolts for High 18 Pressure or High Temperature Service,or Both 19 d. A242, Standard Specification for High-Strength Low-Alloy Structural Steel. 20 e. A283, Standard Specification for Low and Intermediate Tensile Strength 21 Carbon Steel Plates. 22 f. A285, Standard Specification for Pressure Vessel Plates,Carbon Steel,Low- 23 and Intermediate-Tensile Strength. 24 g. B 117, Standard Practice for Operating Salt Spray(Fog)Apparatus. 25 h. D2000, Standard Classification System for Rubber Products in Automotive 26 Applications. 27 4. American Water Works Association(AWWA): 28 a. C200, Steel Water Pipe-6 IN and Larger. 29 b. C207, Steel Pipe Flanges for Waterworks Service—Sizes 4 IN through 144 IN. 30 c. C213,Fusion-Bonded Epoxy Coating for the Interior and Exterior of Steel 31 Water Pipelines. 32 d. C223,Fabricated Steel and Stainless Steel Tapping Sleeves. 33 5. American Water Works Association/American National Standards Institute 34 (AWWA/ANSI): 35 a. C105/A21.5,Polyethylene Encasement for Ductile-Iron Pipe Systems. 36 b. C111/A21.11,Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Y 37 Fittings. 38 c. C1 15A21/15,Flanged Ductile-Iron Pipe with Ductile Iron or Gray-Iron 39 Threaded Flanges. 40 6. NSF International (NSF): 41 a. 61,Drinking Water System Components—Health Effects. 42 7. Manufacturers Standardization Society of the Valve and Fitting Industry Inc. = 43 (MSS): 44 a. SP-60, Connecting flange Joint Between Tapping Sleeves and Tapping Valves. CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised February 6,2013 33 1225-4 CONNECTION TO EXISTING WATER MAINS Page 4 of 8 1 1.4 ADMINISTRATIVE REQUIREMENTS 2 A. Pre-installation Meetings 3 1. Required for any connections to an existing,pressurized 16-inch or larger City 4 water distribution system main that requires a shutdown of some part of the water 5 system 6 2. May also be required for connections that involve shutting water service off to _ 7 certain critical businesses 8 3. Schedule a pre-installation meeting a minimum of 3 weeks prior to proposed time 9 for the work to occur. - 10 4. The meeting shall include the Contractor,City Inspector and City Valve Crew. 11 5. Review work procedures as submitted and any adjustments made for current field 12 conditions. v 13 6. Verify that all valves and plugs to be used have adequate thrust restraint or 14 blocking. 15 7. Schedule a test shutdown with the City. 16 8. Schedule the date for the connection to the existing system. 17 B. Scheduling 18 1. Schedule work to make all connections to existing 16-inch and larger mains: 19 a. During the period from November through April,unless otherwise approved by 20 the City — 21 b. During normal business hours from Monday through Friday,unless otherwise 22 approved by the City 23 2. Schedule City Valve Crew by 1:00 P.M. a minimum of 1 business day prior to 24 planned disruption to the existing water system. 25 a. In the event that other water system activities do not allow the existing main to 26 be dewatered at the requested time,schedule work to allow the connection at an _ 27 alternate time acceptable to the City. 28 1) If water main cannot be taken out of service at the originally requested 29 time,coordination will be required with the City to discuss rescheduling _ 30 and compensation for mobilization. 31 2) No additional payment will be provided if the schedule was altered at the 32 Contractor's request. 33 1.5 SUBMITTALS 34 A. Submittals shall be in accordance with Section 0133 00. 35 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 36 specials. 37 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 38 A. Product Data,if applicable 39 1. Tapping Sleeve noting the pressure rating and coating system supplied including: 40 a. Dimensions,weights,material list,and detailed drawings 41 b. Maximum torque recommended by the manufacturer for the valve by size 42 B. Submittals CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised February 6,2013 331225-5 CONNECTION TO EXISTING WATER MAINS Page 5 of 8 1 1. Provide a detailed sequence of work for 16-inch,or larger,connections if 2 required by City that includes: 3 a. Results of exploratory excavation ` 4 b. Dewatering 5 c. Procedure for connecting to the existing water main 6 d. Time period for completing work from when the water is shut down to when 7 the main is back in service 8 e. Testing and repressurization procedures 9 2. Welders that are assigned to work on connection to concrete cylinder or steel 10 pipe must be certified and provide Welding Certificates,upon request,in 11 accordance with AWWA C200. 12 1.7 CLOSEOUT SUBMITTALS [NOT USED] 13 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 14 1.9 QUALITY ASSURANCE [NOT USED] 15 1.10 DELIVERY,STORAGE,AND HANDLING 16 A. Storage and Handling Requirements 17 1. Protect parts so that no damage or deterioration occurs during a prolonged delay 18 from the time of shipment until installation is completed. 19 2. Protect all equipment and parts against any damage during a prolonged period at 20 the site. 21 3. Protect the finished surfaces of all exposed flanges using wooden flanges, 22 strongly built and securely bolted thereto. ~ 23 4. Protect finished iron or steel surfaces not painted to prevent rust and corrosion. 24 5. Prevent plastic and similar brittle items from being exposed to direct sunlight and 25 extremes in temperature. 26 6. Secure and maintain a location to store the material in accordance with Section 27 01 66 00. 28 1.11 FIELD [SITE] CONDITIONS [NOT USED] 29 1.12 WARRANTY 30 A. Manufacturer Warranty 31 1. Manufacturer's warranty shall be in accordance with Division 1. 32 PART 2- PRODUCTS 33 2.1 OWNER-FURNISHED [oa] OWNER-SUPPLIED PRODUCTS [NOT USED] 34 2.2 EQUIPMENT,PRODUCT TYPES AND MATERIALS _ 35 A. Manufacturers 36 1. Only the manufacturers as listed by the City's Standard Products List will be 37 considered as shown in Section 0160 00. 38 a. The manufacturer must comply with this Specification and related Sections. CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 " Revised February 6,2013 33 1225-6 CONNECTION TO EXISTING WATER MAINS Page 6 of 8 1 2. Any product that is not listed on the Standard Products List is considered a 2 substitution and shall be submitted in accordance with Section 01 25 00. 3 B. Description 4 1. Regulatory Requirements 5 a. Tapping Sleeves shall meet or exceed AWWA C223 and the requirements of 6 this Specification. 7 b. All valve components in contact with potable water shall conform to the 8 requirements of NSF 61. 9 C. Tapping Sleeve Materials 10 1. Body 11 a. Body: Carbon Steel per ASTM A283 Grade C,ASTM A285 Grade C,ASTM 12 A36 Steel or equal 13 b. Finish: fusion bonded epoxy coating to an average 12 mil thickness. Fusion 14 applied per AWWA C213. 15 c. All buried tapping sleeves shall be provided with polyethylene encasement in 16 accordance with AWWA/ANSI C105/A21.5. 17 1) Polyethylene encasement shall be in accordance with Section 33 11 10. 18 2. Flange 19 a. Carbon Steel per ASTM A36 in accordance with AWWA C207 and ASME T 20 B16.1 Class 125. 21 b. Recessed for tapping valve per MSS SP-60 22 3. Bolts and Nuts 23 a. Flanged Ends 24 1) Meet requirements of AWWA C115 or AWWA C207 depending on pipe 25 material. 26 2) Provide bolts and nuts in accordance with Section 33 1105. 27 4. Gaskets 28 a. Provide gaskets in accordance with Section 33 1105. 29 5. Test Plug 30 a. %-inch NPT carbon steel with square head and fusion bonded epoxy coating 31 2.3 ACCESSORIES [NOT USED] 32 2.4 SOURCE QUALITY CONTROL [NOT USED] 33 PART 3 - EXECUTION 34 3.1 INSTALLERS [NOT USED] 35 3.2 EXAMINATION 36 A. Verification of Conditions 37 1. Verify by exploratory excavation,if needed,that existing water main is as 38 depicted in the Drawings and that the location is suitable for a connection to the 39 existing water main. 40 a. Excavate and backfill trench for the exploratory excavation in accordance with 41 3305 10. CITY OF FORT WORTH NSH 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised February 6,2013 331225-7 CONNECTION TO EXISTING WATER MAINS Page 7 of 8 1 2. Verify that all equipment and materials are available on—site prior to the 2 shutdown of the existing main. 3 3. Pipe lines shall be completed,tested and authorized for connection to the existing 4 system in accordance with Section 33 04 40. 5 3.3 PREPARATION [NOT USED] 6 3.4 INSTALLATION 7 A. General 8 1. Upon disruption of the existing water main,continue work until the connection is 9 complete and the existing water main is back in service. 10 B. Procedure 11 1. Expose the proposed connection point in accordance with Section 33 05 10. 12 2. Dewater the existing water line so the chlorinated water is not unlawfully 13 discharged. 14 3. Maintain the water that may bleed by existing valves or plugs during installation 15 within the work area to a reasonable level. 16 a. Control the water in such a way that it does not interfere with the proper - 17 installation of the connection or create a discharge of chlorinated water. 18 4. If any discharge of chlorinated water occurs,discharged water shall be de- 19 chlorinated in accordance with Section 33 04 40 Y 20 5. 21 6. Verify that the existing pipe line is suitable for the proposed connection. 22 7. Place trench foundation and bedding in accordance with 33 05 10. 23 8. In the event that a tapping sleeve and valve is used,the coupon from the existing 24 water main shall be submitted to the City. 25 9. Prevent embedment,backfill,soil,water or other debris form entering the 26 pipeline. 27 10. Establish thrust restraint as provided for in the Drawings. 28 11. Clean and disinfect the pipeline associated with the connection in accordance 29 with Section 33 04 40. 30 12. Place embedment to the top of the pipe zone. 31 13. Request that the City Valve Crew re-pressurize the pipeline. 32 14. Directionally flush the connection in accordance with Section 33 04 40. 33 15. Request that City Valve Crew open all remaining valves. 34 3.5 REPAIR/RESTORATION [NOT USED] 35 3.6 RE-INSTALLATION [NOT USED] 36 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] - 37 3.8 SYSTEM STARTUP [NOT USED] 38 3.9 ADJUSTING [NOT USED] CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised February 6,2013 331225-8 CONNECTION TO EXISTING WATER MAINS Page 8 of 8 1 3.10 CLEANING [NOT USED] — 2 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3 3.12 PROTECTION [NOT USED] 4 3.13 MAINTENANCE [NOT USED] 5 3.14 ATTACHMENTS [NOT USED] 6 END OF SECTION 7 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 t 2/6/2013 D.Townsend 3.4.13.4 Modified to refer to Section 33 04040 8 — CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 y Revised February 6,2013 33 14 23-1 ENCLOSURE FOR WATER UTILITY PIPING AND VALVES Page 1 of 4 1 SECTION 33 14 23 2 ENCLOSURE FOR WATER UTILITY PIPING AND VALVES 3 PART1 - GENERAL 4 1.1 SCOPE OF WORK 5 A.Fumish all labor,materials,equipment,incidentals and transportation necessary for placing 6 precast reinforced concrete valve vault. 7 1.2 RELATED WORK 8 A.Section 01 33 00—Submittal Procedures 9 B.Section 01 60 00—Product Requirements 10 C.Section 03 1100—Concrete Forming 11 D.Section 03 20 00—Concrete Reinforcing 12 E.Section 03 30 00—Cast-in-Place Concrete 13 1.3 SUBMITTALS 14 A.Submittals shall be in accordance with Section 0133 00 Submittal Procedures,and shall include: 15 1. Manufacturer's product data sheets 16 2. Concrete mix and test results 17 1.4 REFERENCE STANDARDS w 18 A.American Society of Testing and Materials(ASTM)standards: 19 B.ASTM C857—Standard Practice for Minimum Structural Design Loading for Underground 20 Precast Concrete Utility Structures 21 C.ASTM C858—Standard Specification for Underground Precast Concrete Utility Structures 22 D.ASTM C31 —Standard Practice for Making and Curing Concrete Test Specimens in the Field 23 E.American Association of State Highway and Transportation Officials(AASHTO) standards: 24 F.AASHTO M 198--Standard Specification for Joints for Concrete Pipe,Manholes,and Precast 25 Box Sections Using Preformed Flexible Joint Sealants 26 G.Texas Department of Transportation(TxDOT),"Texas Highway Department Standard 27 Specifications for Road and Bridge Construction",latest edition. 28 1.5 QUALITY ASSURANCE(NOT USED) Y 29 1.6 SYSTEM DESCRIPTION/DESIGN REQUIREMENTS 30 A.Design Criteria 31 Precast reinforced concrete valve vault shall conform: 32 1. To the requirements of ASTM's C857 and C858 for underground precast concrete utility 33 structures 34 2. Be designed for the specific site conditions and construction document requirements. CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised April 2017 33 14 23-2 ENCLOSURE FOR WATER UTILITY PIPING AND VALVES '+ Page 2 of 4 1 3. Be designed to resist buoyant forces due to saturated soil. 2 B.Test Requirements 3 1. For testing of precast(machine-made)valve vaults,a minimum of four test cylinders for 4 design compressive strength shall be made for each day's production run of each size and 5 class of valve vault section. Strength tests for each production run will be based on the 6 average strength of two cylinders which may be tested any time after completion of the 7 specified curing period.When design strength is attained on the initial test,further tests on 8 that run will not be required. Should the initial test fail to meet the design strength, 9 subsequent tests shall be made at 28 days unless additional test cylinders were made during 10 production of that run.Failure to attain design compression strength by the 28-day test will 11 result in rejection of the run represented by the test.Equipment required for testing for 12 precast valve vaults shall be furnished by the fabricator. Cylinders for compressive strength _ 13 tests shall be made in accordance with ASTM C31. 14 C.Permissible Variations 15 1. Tolerances for precast sections shall conform to ASTM C858. ` 16 2. Deviations from the above tolerances will be acceptable if the sections can be fitted at the 17 plant or job site and it is determined that an acceptable joint can be made.For this condition 18 an acceptable joint is when two sections are fitted together on a flat surface,in proper ` 19 alignment and in the position they will be installed,the longitudinal opening at any point 20 shall not exceed 1". Sections fitted together at the plant and accepted in this manner shall be 21 match-marked for installation. 22 D.Inspection 23 1. The quality of materials,the process of manufacture,and the finished valve vault shall be 24 subject to inspection and approval by the Owner's Representative or an authorized 25 representative at the manufacturing plant.In addition,the valve vault shall be subject to 26 further inspection by the Owner's Representative at the project site prior to and during 27 installation. 28 E.Cause For Rejection 29 1. The valve vault shall be subject to rejection on account of failure to conform to any of the 30 specification requirements.Individual sections of valve vaults maybe rejected because of 31 the following: 32 a. Fractures or cracks in the vault. _ 33 b. Defects that indicate imperfect proportioning,mixing and molding. 34 c. Surface defects indicating honeycombed or open texture. 35 d. Damaged ends,where such damage would prevent making a structurally sound and 36 water tight joint. + 37 1.7 DELIVERY,HANDLING AND STORAGE 38 A.Coordinate delivery with installation where possible to avoid unnecessary handling and 39 equipment movement. When stockpiling is required, storage shall be made as close as possible to 40 the point of installation. 41 B.Store precast sections on level blocking in a manner acceptable to the Owner's Representative. 42 No load shall be placed upon them until design strength is reached and curing competed. 43 Shipment of sections may be made when the design strength and curing requirements have been 44 met. ` CITY OF FORT WORTH NSII 30-hich Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised April 2017 33 14 23-3 ENCLOSURE FOR WATER UTILITY PIPING AND VALVES Page 3 of 4 1 C.Store flexible gasket materials not on the box section, and joint lubricating compounds in a cool 2 dry place. Gaskets and preformed plastic materials for pipe joint construction shall be kept clean, 3 away from oil,grease, excessive heat and out of the direct rays of the sun. 4 1.8 MAINTENANCE/SPARE PARTS(NOT USED) 5 1.9 EXTENDED WARRANTY(NOT USED) 6 PART2- PRODUCTS 7 2.1 MIXES 8 A.Concrete: Mixed in a central batch plant or other approved batching facility from which the 9 quality and uniformity of the concrete can be assured.Transit mixed concrete will not be 10 acceptable. Concrete shall be 4,000 psi minimum. 11 2.2 MANUFACTURED PRODUCTS 12 A.Valve Vault: Materials,manufacture and curing of precast reinforced concrete valve vault shall 13 conform to ASTM C858.Vault shall be a precast concrete structure in accordance with the plans 14 and specifications,and shall be manufactured by Oldcastle Precast,Forterra Pipe and Precast, or 15 approved equal. 16 B.Cold Applied Preformed Gaskets: 17 1. Cold applied preformed gaskets shall be suitable for sealing joints of tongue and groove 18 concrete box sections. The gasket sealing the joint shall be produced from blends of refined 19 hydrocarbon resins and plasticizing compounds reinforced with inert mineral filler and shall 20 contain no solvents,irritating fumes or obnoxious odors.The gasket joint sealer shall not 21 depend on oxidizing, evaporating, or chemical action for its adhesive or cohesive strength, 22 and shall be supplied in extruded rope-form of suitable cross-section.The size of the gasket 23 joint sealer shall be in accordance with the manufacturer's recommendations and sufficient 24 to obtain the squeeze-out as described in Paragraph 3.01,Installation. 25 2. Gasket joint sealer shall be protected by a suitable removable two-piece wrapper. The two- 26 piece wrapper shall be so designed that half may be removed longitudinally without w 27 disturbing the other half to facilitate application as noted below. 28 3. The chemical composition of the gasket joint sealing compound shall conform to the 29 requirements of AASHTO M 198-08 1,Type B,Flexible Plastic Gasket(Bitumen). 30 C. Workmanship and Finish: Valve Vault shall be substantially free from fractures, large or deep 31 cracks and surface roughness. The ends of the valve vault shall be normal to the walls and 32 centerline of the valve vault within the limits of Permissible Variations specified above. The vault 33 exterior shall be coated with a bituminous coating for areas to be installed below grade. 34 D.Markings: The following information shall be clearly marked on each section.Markings shall be 35 indented on the valve vault or painted thereon with waterproof paint. 36 1. The load rating and ASTM Designation No.of the valve vault 37 2. The date of manufacture 38 3. The name or trade name of the manufacturer CrrY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised April 2017 33 14 23-4 ENCLOSURE FOR WATER UTILITY PIPING AND VALVES w Page 4 of 4 1 PART 3- EXECUTION 2 3.1 DEMOLITION/PREPARATION(NOT USED) 3 3.2 INSTALLATION 4 A.Laying 5 1. Valve vault sections shall be installed such that the bottom section(s)shall be full sections. 6 Partial sections,if necessary, shall be utilized for the top most section only.Valve vault 7 cover shall be separate from the vault walls. 8 B.Jointing - 9 1. Joints using cold applied preformed plastic gaskets shall be made as follows: 10 a. A suitable primer of the type recommended by the manufacturer of the gasket joint 11 sealer shall be brush-applied to the tongue and groove joint surfaces and the end surfaces 12 and allowed to dry and harden.No primer shall be applied over mud, sand,dirt or sharp 13 cement protrusions. Clean and dry the surface to the primed when primer is applied. 14 b. Before laying the valve vault in the trench, attach the plastic gasket sealer around the 15 tapered tongue or tapered groove near the shoulder or hub of each joint.Remove the 16 paper wrapper from one side only of the two-piece wrapper on the gasket and press 17 firmly to the clean,dry valve vault joint surface.Do no remove the outside wrapper until — 18 immediately before pushing the valve vault into its final position. 19 c. When the tongue is correctly aligned with the flare of the groove,remove the outside 20 wrapper on the gasket and pull or push home the valve vault with sufficient force and 21 power(Back Hoe shovel,chain hoist,ratchet hoist or winch)to cause the evidence of 22 squeeze-out of the gasket material on the side of outside around the complex valve vault 23 joint perimeter. T 24 d. When the atmospheric temperature is below 60°F,plastic joint seal gaskets shall either 25 be stored in an area warmed to above 70°F,or artificially warmed to this temperature in 26 a manner satisfactory to the Owner's Representative.Apply gaskets to valve vault joints 27 immediately prior to placing valve vault in trench,followed by connection to previously 28 laid box section. 29 3.3 BACKFILL _ 30 A.Take special precautions in placing and compacting the backfill to avoid any movement of the 31 valve vault or damage to the joints. In general,placing and compacting of backfill shall be in 32 accordance with Section 3123 33 Trenching and Backfilling. 33 3.4 FIELD TESTING(NOT USED) 34 3.5 FIELD PAINTING(NOT USED) _ 35 3.6 CLEANING(NOT USED) 36 END OF SECTION _ CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised April 2017 APPENDIX GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions Soils report included for informational purposes only.Design engineer takes no responsibility for information included in soils report. GC-4.04 Underground Facilities GC-6.06.1)Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities GG 6.24 Nendisefiminmien GC-6.25 Compliance Requirements GR-01 60 00 Product Requirements CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised July 1,2011 GC-4.01 Availability of Lands THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Northside II 30-Inch Water Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised July 1,2011 NORTHSIDE 1130 INCH WATER TRANSMISSION MAIN, PHASE I Parcel # 1-01 I.N. 0205016661 O.P.R.T.C. THEODORE WILLIS SURVEY, ABSTRACT NO. 1682 STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § CITY OF FORT WORTH PERMANENT WATER FACILITY EASEMENT DATE: GRANTOR: AIL INVESTMENT, L.P. GRANTOR'S MAILING ADDRESS (including County): 13600 HERITAGE PARKWAY SUITE 2 FORT WORTH, TARRANT COUNTY, TX 76177 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 200 TEXAS ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being more particularly described in attached Exhibits "A" and "B" Grantor, for the Consideration paid to Grantor and other good and valuable consideration, hereby grants, sells, and conveys to Grantee, its successors and assigns, an exclusive, perpetual easement for the construction, operation, maintenance, replacement, upgrade, and repair of a Permanent Water Main Facility, hereafter referred to as "Facility". The Facility includes all incidental underground and aboveground attachments, equipment and appurtenances, including, but not limited to manholes, manhole vents, lateral line connections, valves, pipelines, water meters, junction boxes in, upon, under and across a portion of the Easement Property and more fully described in Exhibits °A" and "B" attached hereto and incorporated herein for all pertinent purposes, together with the right and privilege at any and all Permanent Water Facility Easement Rev.10/17/17 Fo�H. times to enter Easement Property, or any part thereof, for the purpose of constructing, operating, maintaining, replacing, upgrading, and repairing said Facility. In no event shall Grantor (1) use the Easement Property in any manner which interferes in any material way or is inconsistent with the rights granted hereunder, or (11) erect or permit to be erected within the Easement Property a permanent structure or building, including, but not r limited to, monument sign, pole sign, billboard, brick or masonry fences or walls or other structures that require a building permit. However, Grantor shall be permitted to install and maintain a concrete, asphalt or gravel driveway, road or parking lot across the Easement Property. Grantee shall be obligated to restore the surface of the Easement Property at Grantee's sole cost and expense, including the restoration of any sidewalks, driveways, or similar surface improvements located upon or adjacent to the Easement Property which may _ have been removed, relocated, altered, damaged, or destroyed as a result of the Grantee's use of the Easement Property granted hereunder. Provided, however, that Grantee shall not be obligated to restore or replace irrigation systems or other improvements installed in violation of the provisions and intended use of this Easement Property. TO HAVE AND TO HOLD the above-described Easement Property, together with all and singular the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns forever; and Grantor does hereby bind itself and its successor and assigns to warrant and forever defend all and singular the Easement Property unto Grantee, its successor and assigns, against every person whomsoever lawfully claiming or to claim the v same, or any part thereof. When the context requires, singular nouns and pronouns include the plural. _ [SIGNATURES APPEAR ON THE FOLLOWING PAGE] Permanent Water Facility Easement Rev.10/17/17 FoR,�oRT H, GRANTOR: GRANTEE: City of Fort Worth By(Signature): (Print Name) Title APPROVED AS TO FORM AND LEGALITY (Signature) (Print Name) ,Title THE STATE OF TEXAS § COUNTY OF TARRANT § ACKNOWLEDGMENT BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared , known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of and that he/she executed the same as the act of said the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of —' 20—. Notary Public in and for the State of Texas Permanent Water Facility Easement Rev.10/17/17 Fo�x. ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared , of the City of Fort Worth, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of _ Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of , 20 Notary Public in and for the State of Texas Permanent Water Facility Easement Rev.10/17/17 FORT s. EXHIBIT"A" Page 1 of 11 Description of 15-Foot Width Waterline Easement Description of a 38,767 square feet or 0.890 acres tract of land located in the Theodore Willis Survey Abstract No. 1682, City of Fort Worth, Tarrant County, Texas, and being a portion of a called 141.194 acre tract of land described in the deed to AIL Investment, L.P. as recorded in .. Instrument Number 0205016661 of the Official Public Records of Tarrant County, Texas (O.P.R.T.C.), said 38,767 square foot tract of land being more particularly described by metes and bounds as follows: BEGINNING at a Texas Department of Transportation Brass Disk in concrete (TxDOT Disk) found for the most southerly southeast corner of said called 141.94 acre tract of land, said TxDOT Disk being the Southerly point of a cutback corner located at the northwesterly intersection of Alta Vista Road (a 60' width right-of-way) with State Highway No. 170 (SH 170) (a variable width right-of-way), both as described in the Dedication Deed of 280.724 acres to the State of Texas for right-of-way, as recorded in Volume 9882, Page 707 of the Deed Records of Tarrant County, Texas, said point of beginning being in the northwesterly right-of-way line of said SH 170; THENCE, along the common southeasterly line of said called 141.94 acre tract of land and northwesterly right-of-way line of SH 170 the following courses and distances: (1) South 66 degrees 15 minutes 27 seconds West, a distance of 401.64 feet to a TxDOT Disk found, for the beginning of a non-tangent curve to the right whose chord bears bears South 68 degrees 39 minutes 54 seconds West, a distance of 473.54 feet; (2) Westerly, with said curve to the right, having a radius of 5,709.58 feet, a central angle of 04 degrees 45 minutes 12 seconds, for an arc distance of 473.67 feet to a TxDOT Disk found for the end of said curve; -- (3) South 70 degrees 51 minutes 43 seconds West, a distance of 169.97 feet to TxDOT Disk found for being the beginning of a non-tangent curve to the left whose chord bears South 68 degrees 40 minutes 39 seconds West, a distance of 635.00 feet; (4) Westerly, with said curve to the left, having a radius of 7,659.44 feet,a central angle of 04 degrees 45 minutes 05 seconds, for an arc distance of 635.18 feet to a TxDOT Disk found for the end of said curve; (5) South 65 degrees 49 minutes 45 seconds West, a distance of 445.97 feet to a TxDOT Disk found; (6) North 69 degrees 07 minutes 27 seconds West, a distance of 118.97 feet to a TxDOT Disk found; (7) North 23 degrees 26 minutes 30 seconds West,a distance of 20.19 feet to a point for corner; (8) South 66 degrees 18 minutes 01 second West, a distance of 120.06 feet to a TxDOT Disk found; EXHIBIT"A" Page 2 of 11 Description of 15-Foot Width Waterline Easement THENCE over and across said called 141.194 acre tract of land, 15 feet from and parallel to the common southeasterly line of said called 141.94 acre tract of land and northwesterly right-of-way line of SH 170 the following courses and distances: -- (9) North 23 degrees 41 minutes 59 seconds West,a distance of 15.00 feet to a point for corner; (10) North 66 degrees 18 minutes 01 second East,a distance of 135.13 feet to a point for corner; (11) South 23 degrees 26 minutes 30 seconds East,a distance of 28.94 feet to a point for corner; (12) South 69 degrees 07 minutes 27 seconds East,a distance of 106.43 feet to a point for corner; _ (13) North 65 degrees 49 minutes 45 seconds East,a distance of 439.81 feet to the beginning of a non-tangent curve to the right whose chord bears North 68 degrees 40 minutes 38 seconds East, a distance of 636.28 feet; (14) Easterly, with said curve to the right,having a radius of 7,674.44 feet, a central angle of 04 degrees 45 minutes 06 seconds, for an arc distance of 636.46 feet to a point for corner; (15) North 70 degrees 51 minutes 44 seconds East,a distance of 169.99 feet to a point for corner, said point also being the beginning of a non-tangent curve to the left whose chord bears North 68 degrees 39 minutes 54 seconds East, a distance of 472.29 feet; _ (16) Easterly, with said curve to the left, having a radius of 5,694.58 feet, a central angle of 04 degrees 45 minutes 12 seconds, for an arc distance of 472.43 feet to the end of said curve; (17) North 66 degrees 15 minutes 27 seconds East,a distance of 395.09 feet to a point for corner; (18) North 21 degrees 07 minutes 50 seconds East, 15 feet from and parallel to the cutback corner located at the northwesterly intersection of SH 77 with Alta Vista Road (a 60 foot width right-of-way), a distance of 16.10 feet to the beginning of a non-tangent curve to the right whose chord bears North 10 degrees 45 minutes 29 seconds West,a distance of 144.87 feet; (19) Northerly, 15 feet from and parallel to the westerly right-of-way line of said Vista Road, with said curve to the right,having a radius of 395.00 feet,a central angle of 21 degrees 07 _ minutes 59 seconds, for an arc distance of 145.69 feet to a point for corner; (20) North 00 degrees 57 minutes 30 seconds West, continuing 15 feet from and parallel to the �. westerly right-of-way line of said Vista Road, a distance of 31.38 feet to a point in the common northerly line of said called 141.194 acre tract of land and southerly right-of-way line of Keller-Haslet Road (a variable width right-of-way); EXHIBIT"A" Page 3 of 11 Description of 15-Foot Width Waterline Easement (21) North 89 degrees 44 minutes 24 seconds East, along the common northerly line of said called 141.194 acre tract of land and southerly right-of-way line of said Keller-Haslet Road, a distance of 15.00 feet to point for the northeast corner of said called 141.194 acre tract of land, said point being the intersection of the southerly right-of-way line of said Keller- Haslet Road with the westerly right-of-way line of said Alta Vista Road; (22) THENCE South 00 degrees 57 minutes 30 seconds East, along the common easterly line of said called 141.194 acre tract of land and westerly right-of-way line of said Alta Vista Road, a distance of 31.30 feet to the beginning of a non-tangent curve to the left whose chord bears South 11 degrees 11 minutes 10 seconds East, a distance of 145.14 feet; (23) THENCE Southerly, continuing along the common easterly line of said called 141.194 acre tract of land and westerly right-of-way line of said Alta Vista Road and with said curve to the left, having a radius of 380.00 feet, a central angle of 22 degrees 01 minute 09 seconds,for an arc distance of 146.04 feet to a point for the Northerly point of said cutback corner located at the northwesterly intersection of Alta Vista Road with SH 170; (24) THENCE South 21 degrees 07 minutes 50 seconds West,along the common southeasterly line of said called 141.94 acre tract of land and said cutback corner,a distance of 28.22 feet to the POINT OF BEGINNING,and containing 38,767 square feet or 0.890 acres of land, more or less. NOTES: All bearings are based on the Texas State Plane Coordinate System, N.A.D. 83, North Central Zone. A plat of same date accompanies this description. I, Calvin E. Cock, III, a Registered Professional Land Surveyor, do hereby declare that this description and accompanying plat is true and correct to the best of my knowledge and belief and that the property described herein was determined by survey made on the ground under my �- direction an ision. OF A. f0 � y•'�� � Fo.•9N Ca vin E. Cock, 111 } . • .i Registered Professional Land Surveyor No. 5622 Criado Associates y•=�° �� �' 4100 Spring Valle Road Suite 1001 .yFESSSsR•q��,0 Dallas, Texas 75244 972-392-9092 Texas Firm No. 10106903 EXHIBIT "A" PACE 4 `F " PLAT OF 15-FOOT WIDTH WATERLINE EASEMENT L N L Lo Q o k tiN �� c v THEODORE WILLIS SURVEY o N A-1682 rn S � J i � • Lo J J X300 3 v � N �3p• o 89•�?4; �S�f AL TA Q N 60' R 0 STA cn N N W. O � cs r— Q' cs`----- O �O 31:10 Z o 3. a M 0.890 AC. I o ^ 38,765 SQ. FT. w o I m Q �' o ;n Ick) 7 Q r- w �? Uil I < v �l N W Ci I 3 0_ � AIL INVESTMENT, L.P. Z w MI ^ 0 > '� ' CALLED 141.194 AC. Q N INST. NO. D205016661 w w i Z w O.P.R. TC. T. w '`I ~ X Q n N r ClCI TY OF FOR T WORTH o � N w TARRANT COUNTY � �I zI MATCH UNE SEE SHEET 5 OF 11 CURVE TABLE NO. DELTA RADIUS LENGTH CHORD BEARING CHORD LENGTH C5 21'07'59" 395.00' 145.69' N 10.45'29" W 144.87' C6 22'01'09" 380.00' 146.04' S 11'11'10" E 145.14'CRIADO CRAIDO PROJECT s - R14163 4100 SPRING VALLEY RD.,STE.1010 DALLAS,T DRAWN BY - JDS GRAPHIC SCALE F 7 0:972-392-9092 F:972-372-3 92-9192 DATE - 10-23-2011 o' 25' 50' loo' TBPLS FIRM#101633-00 EASEMENT s - 1 TBPE FIRM#F-4373 EXHIBIT "All PAGE 5OF11 PLAT OF 15-FOOT WIDTH WATERLINE EASEMENT MATCH UNE SSE SHEET 4 OF 11 I I I O F THEODORE WILLIS SURVEY o' A-1682 w o l C e- m w "'I g • w II , O o �I 3 3 Z o � Qo O NI N O x to AIL INVESTMENT, L.P. o r--I in nQ. CALLED 141.194 AC. a I m z Ci INST. NO. D205016661 Z, N w CN00 oc O.P.R. T.C. T. , cn w = J �p, a, o I V Q ~ J J 0.890 AC. 1 38,765 SQ. FT. I I .L CI OF H TY FORT WORTH V) TARRANT COUNTY I � I I U I _ I I I MATCH UNE SEE SHEET 6 OF 11 CURVE TABLE NO. DELTA RADIUS LENGTH CHORD BEARING CHORD LENGTH C1 04'45'12" 5,709.58' 473.67' S 68'39'54" W 473.54' L C4 04'45'12" 5,694.58' 472.43' N 68'39'54" E 472.29' CRIADO RAIDO PROJECT - R14163 $ 4100 SPRING VALLEY RD.,STE.1010 LD" RA{�N BY - JDS GRAPHIC SCALE DALLAS,TX 75244 0:972-392-9092 F:972-392-9192 ATE - 10-23-2017 0' 25' 50' 100' TBPLS FIRM#101633-00 ASEMENT # - 1 TBPE FIRM#F-4373 EXHIBIT "A" PAGE 6 O 11 PLAT OF 15-FOOT WIDTH WATERLINE EASEMENT MATCH LIFE SSE SHEET 5 OF 11 I I I THEODORE WILLIS SURVEY I A-1682 I • I 0 ON z I Z o � Qo w �i >' (ifkN ^ _ AIL INVESTMENT, L.P. cn I o Q C CALLED 141.194 AC. w I OftL INST. N0. 0205016661 o I N ,XO.P.R. TC. T � 20o � m � XQU o = af j - 0.890 AC. 38,765 SQ. FT. I I Q CITY OF FORT WORTH I I TARRANT COUNTY I i I I I I MATCH UNE SEE SHEET 7 OF 11 CURVE TABLE NO. DELTA RADIUS LENGTH CHORD BEARING CHORD LENGTH Cl 04'45'12" 5,709.58' 473.67' S 68'39'54" W 473.54' C4 04'45'12" 5,694.58' 472.43' N 68'39'54" E 472.29' CRIADO CRAIDO PROJECT s - R14163 4100 SPRING VALLEY RD.,STE.1010 DALLAS,T DRAWN BY - JOS GRAPHIC SCALE F 7 0:972-392-9092 F:972-372-3 92-9192 DATE - 10-23-2017 0' 25' 50' too' TBPLS FIRM#101633-00 EASEMENT s - 1 TBPE FIRM#F-4373 EXHIBIT "A" PAGE 7O 11 �l PLAT OF 15-FOOT WIDTH WATERLINE EASEMENT MATCH UNE SEE SHEET 6 OF 11 UI U I I Q THEODORE WILLIS SURVEY I A-1682 t3 f O I Z 3 os o(f) Q o z 1 0� 0) AIL INVESTMENT L.P. � �I C Q �W— 'N CALLED 141.194 AC. N I _o o CL INST. NO. D205016661 < I1 3 3 N N O.P.R. T.C. T w WI 3 00 QW W rn p (nI C7 Q --i J O 0 01 o N = > x ZI W i cn 0.890 AC. 38,765 SQ. FT. I Q< a U) I CITY OF FORT WORTH I TARRANT COUNTY I I I I MATCH UNE SEE sHmTa OF 11 CURVE TABLE NO. DELTA RADIUS LENGTH CHORD BEARING CHORD LENGTH Cl 04'45'12" 5,709.58' 473.67' S 68'39'54" W 473.54' C2 04'45'05" 7,659.44' 635.18' S 68'40'39" W 635.00' E4c04*45'12* 04'45'06" 7,674.44' 636.46' N 68'40'38" E 636.28' 5,694.58"1472.43' 1 N 68'39'54" E 472.29' CRIADO RAIDO PROJECT s - R14163 4100 SPRING VALLEY RD.,STE.1010 GRAPHIC SCALE DALLAS,TX 75244 �DATE RAINN BY - JDS molm 0:972-392-9092 F:972-392-9192 - 10-23-2017 0' 25' 50' 100' TBPLS FIRM#101633-00 ASEIENT s - 1 TBPE FIRM#F-4373 EXHIBIT "Ail PAGE 8OFIt PLAT OF 15-FOOT WIDTH WATERLINE EASEMENT �- MATCH UNE SEE SHEET 7 OF 11 I I I R I I O THEODORE WILLIS SURVEY A—1682 w I w I O U) I Z (i N o LoQo Of �r AIL INVESTMENT, L.P. p I Q �' ~ CALLED 141.194 AC. 0- 0 o INST. NO. D205016661 a w N O.P.R. T.C.T. I N z 00 m J °'o Q Ui Ucn O:f V) I x = j V 0.890 AC. 38,765 SQ. FT. � Q Cl TY OF FORT WORTH f TARRANT COUNTY I I I — I I I I 1 I MATCH UNE SEE SHEET 9 OF 11 - CURVE TABLE NO. DELTA RADIUS LENGTH CHORD BEARING CHORD LENGTH -- C2 04'45'05" 7,659.44' 635.18' S 68'40'39" W 635.00' C3 04'4606" 7,674.44' 636.46' N 68'40'38" E 636.28' CRIADO _ CRAIDO PROJECT • - R14163 4100 SPRING VALLEY RD.,STE.1010 DRAWN BY - JOS GRAPHIC SCALE DALLAS,TX 75244 0:972-392-9092 F:972-392-9192 DATE - 10-23-2017 o' 25' so' 100' TSPLS FIRM#101633-00 EASEMENT s - 1 TBPE FIRM#F-4373 EXHIBIT "All PAGE 9 OF 11 PLAT OF 15-FOOT WIDTH WATERLINE EASEMENT MATCH LAVE SEE SHEET $ OF 11 I I I I 7 I O THEODORE WILLIS SURVEY A-1682 I J O F I 0 Z3� w v vl v r. �nQo AIL INVESTMENT, L.P. LLI 114- Q I F Q � ��" CALLED 141.194 AC. INST. NO. D205016661 w I w N O.P.R. T.G T. o Q J J 0.890 AC. a I = > o 38.765 SQ. FT. I CITY OF FORT WORTH I ~ TARRANT COUNTY I w I 3 I SOI a1 °1• to goI � Z I cn L I I AITCH UNE SEE SHEET 10 OF 11 CURVE TABLE NO. DELTA RADIUS LENGTH CHORD BEARING CHORD LENGTH C2 04'45'05" 7.659.44' 635.18' S 68'40'39" W 635.00' C3 04'45'06" 7.674.44' 636.46' N 68'40'38" E 636.28' CRIADO RAIDO PROJECT ; - R14163 4100 SPRING VALLEY RD.,STE.1010 DALLAS,TX 75244 uRAM1N BY - JDS GRAPHIC SCALE 0:972-392-9092 F:972-392-9192 DATE - 10-23-2017 0' 25' 50' too' TBPLS FIRM#101633-00 SE1sENT s - 1 TBPE FIRM#F-4373 EXHIBIT "AI' PAGE 10 OF It PLAT OF 15-FOOT WIDTH WATERLINE EASEMENT MATCH UNE SEE SHEET 9 OF 11 I I 0 I � THEODORE WILLIS SURVEY A-1682 w oZ 3iI rn ci ail �i (i � Qo V) I �r w I I I Q Ims Lo- n �� C.i w WI 3 3 BONN~ AIL INVESTMENT, L.P. V) = a : CALLED 141.194 AC (' Orn INSTN0. 0205016661 a °p O 0.P.R. T.C.T. m F = Of Lo <to v o0 V) > Z I N w .� 0.890 AC. 38,765 SQ. FT. I Q CITY OF FORT WORTH I V) TARRANT COUNTY I I MATCH UNE SEE SHEET 11 OF 11 _ CRIADO CRAIDO PROJECT - 1114163 4100 SPRING VALLEY RD.,STE.1010 DRAWN BY - JOS GRAPHIC SCALE DALLAS,TX 75244 0:972-392-9092 F:972-392-9192 DATE - 10-23-2017 o' 25' 50' loo' TBPLS FIRM#101633-00 EASEMENT * - 1 TBPE FIRM#F-4373 r, EXHIBIT "ATI PAGE 11 aF It PLAT OF 15-FOOT WIDTH WATERLINE EASEMENT MATCH UNE SEE SHEET 10 OF 11 I I N 65'49'45" E�,�� I �_S 65'49'45" W THEODORE WILLIS SURVEY 439.81' 445.97' A-1682 I PROPOSED EASEMENT 30 CITY OF FORT WORTHti p • • z TARRANT COUNTY p ke/ c 1ti 1 5;<- e— S 2376'30" E / A 0! • 28.94'_ // � .1b• O Z 3 ti ^ o d- = W^ c� � 0.890 AC. N 23'26'30" W Q o 38,765 SQ. FT. W I 20.19' �_ 3 o N N -- Q J �I r toQ � JJ CID oo 3 = a v � AIL INVESTMENT, L.P. m !21 CID N 0 > CALLED 141.194 AC. I to INST. NO. D205016661 z tO O.P.R. T.C. T. I N � Q V) PROPOSED EASEMENTi w 0 N 2341'59" IN 1, CALVIN E. COCK, III, A REGISTERED PROFESSIONAL LAND 15.00' SURVEYOR, DO HEREBY DECLARE THAT THIS PLAT AND ACCOMPANYING DESCRIPTION IS TRUE AND CORRECT TO THE BEST OF MY KNOWLEDGE AND BELIEF AND THAT THE PROPERTY - DESCRIBED HEREIN WAS DETERMINED BY SURVEY MADE ON THE GROUND UNDER MY DIRECTION AND SUPERVISION. 0F T Lw,m LEGEND P: Ys rEq UNETEXAS t InroioEETRANSPORTATION r CALVIN EARNEST COCK, III BRASS BEGINNIM/POINT OF COMMENCING P.0.B /P.0.0. p RECORDS TARRANT COUNTY TEXAS D.R.T.C.T. � t �' , 5622 Qom;:� PROPERTY RECORDS TARRANT COUNTY TEXAS O.P.R.T.C.T. CALVIN E. COCK, III 9i/i`�'FFSS IpC�:yO N0�` REGISTERED PROFESSIONAL LAND SURVEYOR S U IR THIS SURVEY WAS PERFORMED VATHOUT THE BENEFIT OF A TITLE COMMITMENT. TEXAS NO. 5622 RECORD INFORMATION ON THIS SWCH IS BASED ON A PUBLIC RECORDS SEARCH BY THE SURVEYOR AND MAY NOT INCLUDE ALL EASEMENTS OR INSTRUMENTS PERTAINING TO THIS PROPERTY. ALL BEARINGS ARE BASED ON THE TEXAS STALE PLANE COORDINATE SYSTEM, CRIADO � N.A.D. 83, 3. A LEGAL DESCRIPTION OF THE SAME DATE HEREON ACCOMPANIES THIS PLAT. :RAIDO PROJECT s - R14163 4100 SPRING VALLEY RD.,STE.1010 DALLAS,TX 75244 DRAWN BY - JDS GRAPHIC SCALE 19 0:972-392-9092 F:972-392-9192 ATE - 10-23-2017 o' 25' 50' Too' TBPLS FIRM#101633-00 ASEIENT s - 1 TBPE FIRM#F-4373 NORTHSIDE 1130 INCH WATER TRANSMISSION MAIN, PHASE I Parcel # 1 - 02 LOT 1, BLOCK A I.N. D201061713 O.P.R.T.C. THEODORE WILLIS SURVEY, ABSTRACT NO. 1682 STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § CITY OF FORT WORTH PERMANENT WATER FACILITY EASEMENT DATE: GRANTOR: LOST SPURS RANCH APARTMENTS, LLC GRANTOR'S MAILING ADDRESS (including County): 13450 ALTA VISTA ROANOKE, TARRANT COUNTY, TX 76262 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 200 TEXAS ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being more particularly described in attached Exhibits "A" and "B" Grantor, for the Consideration paid to Grantor and other good and valuable consideration, hereby grants, sells, and conveys to Grantee, its successors and assigns, an exclusive, perpetual easement for the construction, operation, maintenance, replacement, upgrade, and repair of a Permanent Water Main Facility, hereafter referred to as "Facility". The Facility includes all incidental underground and aboveground attachments, equipment and appurtenances, including, but not limited to manholes, manhole vents, lateral line connections, valves, pipelines, water meters, junction boxes in, upon, under and across a portion of the Easement Property and more fully described in Exhibits "A" and "B" attached hereto and Permanent Water Facility Easement Rev.10/17/17 Foar Wor rEL incorporated herein for all pertinent purposes, together with the right and privilege at any and all times to enter Easement Property, or any part thereof, for the purpose of constructing, operating, maintaining, replacing, upgrading, and repairing said Facility. In no event shall Grantor (1) use the Easement Property in any manner which interferes in any material way or is inconsistent with the rights granted hereunder, or (II) erect or permit to be - erected within the Easement Property a permanent structure or building, including, but not limited to, monument sign, pole sign, billboard, brick or masonry fences or walls or other structures that require a building permit. However, Grantor shall be permitted to install and maintain a concrete, asphalt or gravel driveway, road or parking lot across the Easement Property. Grantee shall be obligated to restore the surface of the Easement Property at Grantee's sole cost and expense, including the restoration of any sidewalks, driveways, or w similar surface improvements located upon or adjacent to the Easement Property which may have been removed, relocated, altered, damaged, or destroyed as a result of the Grantee's use of the Easement Property granted hereunder. Provided, however, that Grantee shall not be obligated to restore or replace irrigation systems or other improvements installed in violation of the provisions and intended use of this Easement Property. TO HAVE AND TO HOLD the above-described Easement Property, together with all and - singular the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns forever; and Grantor does hereby bind itself and its successor and assigns to warrant and forever defend all and singular the Easement Property unto Grantee, its successor and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. When the context requires, singular nouns and pronouns include the plural. ~ [SIGNATURES APPEAR ON THE FOLLOWING PAGE] T Permanent Water Facility Easement Rev.10/17/17 FoH, GRANTOR: GRANTEE: City of Fort Worth By(Signature): (Print Nairne)____________,Title APPROVED AS TO FORM AND LEGALITY (Signature) (Print Name) ,Title THE STATE OF TEXAS § COUNTY OF TARRANT § Y ACKNOWLEDGMENT BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, _ on this day personally appeared , known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of and that he/she executed the same as the act of said the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 920 . Notary Public in and for the State of Texas Permanent Water Facility Easement Rev.10/17/17 Fo�H. ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, _ on this day personally appeared , of the City of Fort Worth, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of , 20 Notary Public in and for the State of Texas Permanent Water Facility Easement Rev.10/17/17 FoR_ ro H. EXHIBIT"A" Page 1 of 3 Description of Waterline Easement Description of a 228 square feet or 0.005 acre tract of land located in the Theodore Willis Survey Abstract No. 1682,City of Fort Worth,Tarrant County,Texas, and being a portion of Lot 1, Block A of Lost Spurs Apartments, an addition to the City of Fort Worth as recorded in Cabinet A, Slide 6469 of the Plat Records of Tarrant County, Texas, said Lot 1 being out of a called 13.523 acre tract of land described in the deed to Lost Spurs Ranch Apartments, LLC recorded in Instrument Number D201061713 of the Official Public Records of Tarrant County, Texas, said 0.005 of an acre tract of land being more particularly described by metes and bounds as follows: BEGINNING a 3/4" iron rod found for the common southwesterly corner of said Lot 1, northeasterly corner of Alta Vista Road (a 60 foot width right-of-way) as described in the Dedication Deed of 280.724 acres to the State of Texas for right-of-way as recorded in Volume 9882, Page 707 of the Deed Records of Tarrant County (D.R.T.C.T.), and southeasterly corner of the eastern terminus of Keller-Haslet Road (a variable width right-of-way) (no deed of record found), said 3/4" iron rod being in the north line of a called 1276.943 acre tract of land described in the deed to Hillwood/Freeway Ltd. now known as AIL Investment,L.P. as recorded in Volume 9381, Page 66, D.R.T.C.T., from said 3/4" iron rod found a concrete pad that once held a Texas Department of Transportation Brass Disk found bears South 00°21'53"E,a distance of 30.33 feet; (1) THENCE North 00 degrees 13 minutes 42 seconds West,along the common westerly line of said Lot 1 and said eastern terminus of Keller-Haslet Road, a distance of 15.11 feet to point for corner; (2) THENCE North 89 degrees 49 minutes 33 seconds East, over and across said Lot 1, a distance of 14.96 feet to a point for corner; (3) THENCE South 00 degrees 21 minutes 53 seconds East, continuing over and across said Lot 1, a distance of 15.27 feet to a point for corner in the common southerly line of said Lot 1 and northerly line of said called 1276.943 acre tract of land; (4) THENCE North 89 degrees 33 minutes 53 seconds West, along the common southerly line of said Lot 1 and northerly line of said called 1276.943 acre tract of land,a distance of 15.00 feet to the POINT OF BEGINNING and containing 228 square feet or 0.005 of an acre of land, more or less. EXHIBIT"A" Page 2 of 3 Description of Waterline Easement NOTES: All coordinates and bearings are based on the Texas State Plane Coordinate System, N.A.D. 83, North Central Zone.All distances and coordinates shown are surface values and may be converted = to grid by dividing by a surface conversion factor of 1.00012. A plat of same date accompanies this description. I, Calvin E. Cock, III, a Registered Professional Land Surveyor, do hereby declare that this description and accompanying plat is true and correct to the best of my knowledge and belief and that the property,described herein was determined by survey made on the ground under my direction and supeirvision. dl L 1---eOF T r t;k F+9 _ 1 2"j 1 �•. Fo.. N Calvin E. Cock, III A'"� ............... RNES.CMk. CALVIN EARNEST COCK,Hl Registered Professional Land Surveyor No. 5622 ............ " 5822 Criado Associates 4 'SEs S �o, 0� 4100 Spring Valley Road Suite 1001 �� S U R`l� Dallas, Texas 75244 972-392-9092 Texas Firm No. 10106903 i r-I a EXHIBIT "AIL PAGE YOFJ PLAT OF WATERLINE EASEMENT CALLED 13.APA THEODORE WILLIS SURREY �. LOST SPURS RANCH APARTMENTS, LLC INST. NO. D20106171 J A-1682 0.P.R.T.C.T. LOT 1, BLOCK A LOST SPURS APARTMENTS oG'�= CITY OF FORT WORTH CAB. A, SL. 6496 0�� TARRANT COUNTY I P.R.T.C.T. Q�4 S 3 JP o Ir / �p = o Q �� / No m%� - Q 47 O Q' cA<<FO Q16 ST r'vo f- q y r0 N 12 j FNP N 00-13'420 W 1-l8" A" '9C' 15.11 Q S Rr�Tc 6610 ' OQ = FX/S :?l n� G ,,,\� c srgT o ` �� Qo2 1. 882 A)2¢� 60, R �� •R,.�l moo; ow Tq s i I, CALVIN E. COCK, 111, A REGISTERED PROFESSIONAL LAND SURVEYOR, DO HEREBY DECLARE THAT THIS PLAT AND ACCOMPANYING DESCRIPTION IS TRUE AND CORRECT TO THE BEST OF MY KNOWLEDGE AND BELIEF AND THAT THE PROPERTY DESCRIBED HEREIN WAS DETERMINED BY SURVEY MADE ON THE GROUND UNDER MY DIRECTION AND SUPERVISION. LEGEND F TF LINE P �IS Te, .+ JMIEM vi:' O 9i, xJNCRETE PAD THAT ONCE HELD A 7DHA5 QO IEPARTMENT OF TRANSPORTATION BRASS DISK CALVIN EARNEST C(1CK, III 1.�=7 JNTS FOUND-(TYPE NOTED) • F BECNNNC/PONT OF ODMMENCNC P.QJl./RO.O. „O RECORDS TARRANT COUNIY TDUS D.R.T.C.T. 1 b Z •'.P S6ZZ Qv/ PROPERTY RECORDS TARRANT COUNTY TD(AS O.P.R.TC.T. 9/L'aFESS ZQ •�O 407M REGISTERED E. COCK, III ....•. REGISTERED PROFESSIONAL LAND SURVEYOR S U RJ THIS SURVEY WAS PERFORMED WITHOUT THE BEWERT OF A TITLE COMMITMENT, TEXAS NO. 5622 RECORD WORNATION ON THIS SKETCH IS BASED ON A PUBLIC RECORDS SEARCH BY THE SURVEYOR AND MAY NOT NCU)DE ALL EASEMENTS OR INSTRUMENTS PERTAINING TD THIS PROPERTY. ALL BEARINGS ARE BASED ON THE,ORAS STALE PLANE COORDINATE SYSTEM. CRIADO N.A.D. 83. S. A LEGAL DESCRIPTION OF THE SAME DATE HEREON ACCOMPANIES THIS PLAT. RAIDO PROJECT s - R14163 $ 4100 SPRING VALLEY RD.,STE.1010 uRAWN BY - JDS GRAPHIC SCALE DALLAS,TX 75244 0:972-392-9092 F:972-392-9192 DATE - 10-23-2017 0' s' lo' 20' TBPLS FIRM#101633-00 ASEMENT s - 2 TBPE FIRM#F-4373 NORTHSIDE 11 30 INCH WATER TRANSMISSION MAIN, PHASE I Parcel # 1 - 03 LOT 1, BLOCK A I.N. D201061713 O.P.R.T.C. THEODORE WILLIS SURVEY, ABSTRACT NO. 1682 STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § CITY OF FORT WORTH PERMANENT WATER FACILITY EASEMENT DATE: GRANTOR: LOST SPURS RANCH APARTMENTS, LLC GRANTOR'S MAILING ADDRESS (including County): 13450 ALTA VISTA ROANOKE, TARRANT COUNTY, TX 76262 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 200 TEXAS ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being more particularly described in attached Exhibits "A" and "B" Grantor, for the Consideration paid to Grantor and other good and valuable consideration, hereby grants, sells, and conveys to Grantee, its successors and assigns, an exclusive, perpetual easement for the construction, operation, maintenance, replacement, upgrade, and repair of a Permanent Water Main Facility, hereafter referred to as "Facility". The Facility includes all incidental underground and aboveground attachments, equipment and appurtenances, including, but not limited to manholes, manhole vents, lateral line connections, valves, pipelines, water meters, junction boxes in, upon, under and across a portion of the Easement Property and more fully described in Exhibits "A" and "B" attached hereto and Permanent Water Facility Easement Rev.10/17/17 Fo.�x. incorporated herein for all pertinent purposes, together with the right and privilege at any and all times to enter Easement Property, or any part thereof, for the purpose of constructing, operating, maintaining, replacing, upgrading, and repairing said Facility. - In no event shall Grantor (1) use the Easement Property in any manner which interferes in any material way or is inconsistent with the rights granted hereunder, or (11) erect or permit to be erected within the Easement Property a permanent structure or building, including, but not limited to, monument sign, pole sign, billboard, brick or masonry fences or walls or other structures that require a building permit. However, Grantor shall be permitted to install and maintain a concrete, asphalt or gravel driveway, road or parking lot across the Easement Property. Grantee shall be obligated to restore the surface of the Easement Property at Grantee's sole cost and expense, including the restoration of any sidewalks, driveways, or similar surface improvements located upon or adjacent to the Easement Property which may have been removed, relocated, altered, damaged, or destroyed as a result of the Grantee's use of the Easement Property granted hereunder. Provided, however, that Grantee shall not be obligated to restore or replace irrigation systems or other improvements installed in violation of the provisions and intended use of this Easement Property. TO HAVE AND TO HOLD the above-described Easement Property, together with all and singular the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns forever; and Grantor does hereby bind itself and its successor and assigns to warrant and forever defend all and singular the Easement Property unto Grantee, its successor and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. When the context requires, singular nouns and pronouns include the plural. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] Permanent Water Facility Easement _ Rev.10/17/17 Fo,�H. GRANTOR: GRANTEE: City of Fort Worth By(Signature): (Print Name) ,Title APPROVED AS TO FORM AND LEGALITY (Signature) (Print Name) ,Title THE STATE OF TEXAS § COUNTY OF TARRANT § ACKNOWLEDGMENT BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared , known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of and that he/she executed the same as the act of said the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of --120—. Notary Public in and for the State of Texas Permanent Water Facility Easement Rev.10/17/17 Fo_,,xT�WoRrK ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared , of the City of Fort Worth, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 20 Notary Public in and for the State of Texas Permanent Water Facility Easement Rev.10/17/17 FO_RTwTH. EXHIBIT"A" Page 1 of 3 Description of Waterline Easement Description of a 300 square feet or 0.007 acre tract of land located in the Theodore Willis Survey Abstract No. 1682,City of Fort Worth,Tarrant County,Texas,and being a portion of Lot 1, Block A of Lost Spurs Apartments,an addition to the City of Fort Worth as recorded in Cabinet A, Slide 6469 of the Plat Records of Tarrant County, Texas, said Lot 1 being out of a called 13.523 acre tract of land described in the deed to Lost Spurs Ranch Apartments, LLC recorded in Instrument Number D201061713 of the Official Public Records of Tarrant County, Texas, said 0.007 of an acre tract of land being more particularly described by metes and bounds as follows: BEGINNING a 6" steel fence corner post found for the common Southeast corner of said Lot 1 and Southwest corner of a called 133.99 acre tract of land described in the deed to Hillwood/Freeway Investment L.P. (now known as AIL Investment, L.P.)designated"Tract 4"as recorded in Volume 9381, Page 66 Deed Records of Tarrant County, Texas (D.R.T.C.T.), said fence corner post lying in the North right-of-way line of S.H. 170 (a variable width right-of-way) as described in the Dedication Deed of 280.724 acres to the State of Texas for right-of-way as recorded in Volume 9882,Page 707 D.R.T.C.T.; (1) THENCE North 89 degrees 33 minutes 53 seconds West,along the common South line of said Lot 1 and said North right-of-way line of S.H. 170, a distance of 36.68 feet to point for corner in said common line; (2) THENCE North 66 degrees 17 minutes 49 seconds East, leaving said common line, a distance of 39.99 feet to point for corner in the common East line of said Lot 1, and the West line of said called 133.99 acre tract of land; (3) THENCE South 00 degrees 13 minutes 42 seconds East, along said common line, a distance of 16.35 feet to the POINT OF BEGINNING, and containing 300 square feet or 0.007 acres of land, more or less. Y EXHIBIT"A" Page 2 of 3 — Description of Waterline Easement NOTES: All coordinates and bearings are based on the Texas State Plane Coordinate System, N.A.D. 83, North Central Zone. All distances and coordinates shown are surface values and may be converted to grid by dividing by a surface conversion factor of 1.00012. - A plat of same date accompanies this description. 1, Calvin E. Cock, III, a Registered Professional Land Surveyor, do hereby declare that this description and accompanying plat is true and correct to the best of my knowledge and belief and that the property described herein was determined by survey made on the ground under my direction and s ervision. M OF T �QG%S T E,O O 23 1 �;' Fo.,9N Calvin Cock, III CALVIALVI ....•N .•..•... N EARNEST COCK,III Registered Professional Land Surveyor No. 5622 :�""""`•"' 3822 �•'� Criado Associates 4100 Spring Valley Road Suite 1001 ��•'3 R`1�y �` Dallas, Texas 75244 972-392-9092 Texas Firm No. 10106903 r ! EXHIBIT "All PAW 3OF3 PLAT OF WATERLINE EASEMENT S T. RHODES SUR VEY 0 ci A—1868 0 za LL- Z I- . �" . Q- ci 0 O ON~ S+ � D- Z 3 W C'4 7, � ,u HILL WOOD/FREEWA Y oo ; o W rn a INVES TMENT L.P. 1635? N w _ o NOW KNOWN AS = 0 Q AIL INVESTMENT, L.P. UD 0o CALLED 133.99 AC. 0 "TRACT 4" VOL. 9381, PG. 66 z Q D.R. T.C.T. z ^ O' m Li O C7 pOW CALLED 13.523 AC. Li °i C�O c a w = > LOST SPURS RANCH APARTMENTS, LLC w w I ro ..L INST. NO. D201061713 O.P.R.T.C.T. w Q 0 3 LOT 1, BLOCK A LOST SPURS APARTMENTS a CAB. A, SL. 6496 .� a P.R.T.C.T. Z �o� J c�Q 3 2rn NCL~ Cl TY OF FOR T WOR TH W W TARRANT COUNTY �ZinN Q � O3ZQ � 0)) O THEODORE WILLIS SURVEY 3 Z o A-1682 Q v 1, CALVIN E. COCK, III, A REGISTERED PROFESSIONAL LAND SURVEYOR, DO HEREBY DECLARE THAT THIS PLAT AND ACCOMPANYING DESCRIPTION IS TRUE AND CORRECT TO THE BEST OF MY KNOWLEDGE AND BELIEF AND THAT THE PROPERTY DESCRIBED HEREIN WAS DETERMINED BY SURVEY MADE ON THE GROUND UNDER MY DIRECTION AND SUPERVISION. OF T LEGEND 11,17,LINE SLPRVEY LINE gRECORDS TS FO m_(TYPE NOTED) CALVIN EARNEST COCK, III BEGINNING/PONT OF COMIENCNG P.O&J P.00.C. 23 < p 5622 TARRANT COUNn TEUS D.R.T.C.T. 2PROPERTY RECORDS TARRANT COUNTY TEXAS O.P.R.T.C.T. , ,CALVIN E. COCK, III ...........�� REGISTERED PROFESSIONAL LAND SURVEYOR SUR THIS SURVEY WAS PERFORMED 1NTHOUT THE BENMT OF A TITLE C01"TNEIT. TEXAS NO. 5622 RECORD NFORMATION ON THIS SKETCH IS BASED ON A PUBLIC RECORDS SEARCH BY THE SURVEYOR AND MAY NOT INCLUDE ALL cASOMENTS OR INSTRUMENTS PERTANNG TO THIS PROPERTY. L ALL BEARINGS ARE BASED ON THE TERAS STATE PLANE COORDINATE SrsTEaRR, CRIADO N.A.D. B3. I A LEGAL DESCRIPTION OF THE SAME DATE HEREON ACCOMPANIES THIS PLAT. :RAIDO PROJECT ; - R14163 4100 SPRING VALLEY RD.,STE.1010 MAWN BY - JDS GRAPHIC SCALE DALLAS,TX 75244 mummmommill 0:972-392-9092 F:972-392-9192 ATE - 10-23-2017 o' 5. To' 20' TBPLS FIRM#101633-00 :ASAENT 9 - 3 TBPE FIRM#F-4373 NORTHSIDE 1130 INCH WATER TRANSMISSION MAIN, PHASE I Parcel # 1 - 04 TRACT 2 VOL 9381 PG 66 D.R.T.C.T. THEODORE WILLIS SURVEY, ABSTRACT NO. 1682 STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § CITY OF FORT WORTH PERMANENT WATER FACILITY EASEMENT DATE: GRANTOR: AIL INVESTMENT, L.P. GRANTOR'S MAILING ADDRESS (including County): 13600 HERITAGE PARKWAY SUITE 2 FORT WORTH, TARRANT COUNTY, TX 76177 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 200 TEXAS ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being more particularly described in attached Exhibits "A" and "B" Grantor, for the Consideration paid to Grantor and other good and valuable consideration, hereby grants, sells, and conveys to Grantee, its successors and assigns, an exclusive, perpetual easement for the construction, operation, maintenance, replacement, upgrade, and repair of a Permanent Water Main Facility, hereafter referred to as "Facility". The Facility includes all incidental underground and aboveground attachments, equipment and appurtenances, including, but not limited to manholes, manhole vents, lateral line connections, valves, pipelines, water meters, junction boxes in, upon, under and across a portion of the Easement Property and more fully described in Exhibits "A" and "B" attached hereto and Permanent Water Facility Easement Rev.10/17/17 Fo 1 K. incorporated herein for all pertinent purposes, together with the right and privilege at any and all times to enter Easement Property, or any part thereof, for the purpose of constructing, operating, maintaining, replacing, upgrading, and repairing said Facility. Y In no event shall Grantor (1) use the Easement Property in any manner which interferes in any material way or is inconsistent with the rights granted hereunder, or (11) erect or permit to be erected within the Easement Property a permanent structure or building, including, but not limited to, monument sign, pole sign, billboard, brick or masonry fences or walls or other structures that require a building permit. However, Grantor shall be permitted to install and maintain a concrete, asphalt or gravel driveway, road or parking lot across the Easement Property. Grantee shall be obligated to restore the surface of the Easement Property at Grantee's sole cost and expense, including the restoration of any sidewalks, driveways, or similar surface improvements located upon or adjacent to the Easement Property which may have been removed, relocated, altered, damaged, or destroyed as a result of the Grantee's use of the Easement Property granted hereunder. Provided, however, that Grantee shall not be obligated to restore or replace irrigation systems or other improvements installed in violation of the provisions and intended use of this Easement Property. TO HAVE AND TO HOLD the above-described Easement Property, together with all and singular the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns forever; and Grantor does hereby bind itself and its successor and assigns to warrant and forever defend all and singular the Easement Property unto Grantee, its successor and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. When the context requires, singular nouns and pronouns include the plural. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] Permanent Water Facility Easement Rev.10/17/17 Fo 1 x. GRANTOR: GRANTEE: City of Fort Worth By(signature): (Print Name) ,Title APPROVED AS TO FORM AND LEGALITY (Signature) (Print Name) ,Title THE STATE OF TEXAS § COUNTY OF TARRANT § ACKNOWLEDGMENT BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared ' known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of and that he/she executed the same as the act of said the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 920 . Notary Public in and for the State of Texas Permanent Water Facility Easement ' Rev.10/17/17 Fo_xr ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, _ on this day personally appeared , of the City of Fort Worth, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of , 20 - Notary Public in and for the State of Texas r. Permanent Water Facility Easement Rev.10/17/17 F01 H, EXHIBIT"A" Page 1 of 5 Description of 15-Foot Width Waterline Easement Description of a 8,054 square feet or 0.185 acres tract of land located in the Theodore Willis Survey Abstract No. 1682, City of Fort Worth, Tarrant County, Texas, and being a portion of a called 1276.943 acre tract of land described in the deed to Hillwood/Freeway Investment L.P. (now known as AIL Investment, L.P.)designated as "Tract 2"as recorded in Volume 9381, Page 66 of the Deed Records of Tarrant County, Texas(D.R.T.C.T.), and a portion of a called 3.25 acre tract of land (designated "Tract 20) described in the deed to Hillwood/Freeway Investment L.P. (now known as AIL Investment,L.P.)designated as"Tract 20" as described in said Volume 9381, Page 66, D.R.T.C.T., said 0.185 acre tract of land being more particularly described by metes and bounds as follows: COMMENCING at a 3/4 inch iron rod found in the northerly line of said called 1276.943 acre tract of land, said 3/4 inch iron rod being the southwesterly corner of Lot 1, Block A of Lost Spurs •— Apartments,an addition to the City of Fort Worth as recorded in Cabinet A, Slide 6469 of the Plat Records of Tarrant County, Texas, said 3/4 inch iron rod also being the northeasterly corner of the northern terminus of Alta Vista Road(a 60 foot width right-of-way), as described in the Donation deed to the State of Texas, a called 280.724 acre tract of land as recorded in Volume 9882, Page 707 of the D.R.T.C.T.; (1) THENCE South 89 degrees 33 minutes 53 seconds East,along the common northerly line of said called 1276.943 acre tract of land and southerly line of said Lot 1, a distance of 15.00 feet to a point for corner, from said point the common northeasterly corner of said called 1276.934 acre tract of land and northwesterly corner of said called 3.25 acre tract of land bears South 89°33'53" East, a distance of 260.35 feet; (2) THENCE South 00 degrees 21 minutes 53 seconds East, over and across said called 1276.934 acre tract of land, 15 feet from and parallel to the easterly right-of-way line of said Alta Vista Road, a distance of 30.12 feet to the beginning of a tangent curve to the left whose chord bears South 10 degrees 40 minutes 23 seconds East,a distance of 109.16 feet; (3) THENCE Southerly, continuing over and across said called 1276.934 acre tract of land, 15 feet from and parallel to the easterly right-of-way line of said Alta Vista Road,with said curve to the left, having a radius of 305.00 feet, a central angle of 20 degrees 37 minutes ., 01 second, for an arc distance of 109.75 feet to a point for corner; (4) THENCE South 68 degrees 50 minutes 22 seconds East, continuing over and across said called 1276.934 acre tract of land, 15 feet from and parallel to the cutback corner located at the northeasterly intersection of said Alta Vista Road with State Highway 170(SH 170) (a variable width right-of-way), as described in said Donation deed to the State of Texas, a distance of 15.60 feet to a point for corner, said point being 15 feet from, measured perpendicularly from the northerly right-of-way line of said SH 170; EXHIBIT "A" Page 2 of 5 _ Description of 15-Foot Width Waterline Easement (5) THENCE North 66 degrees 17 minutes 49 seconds East, continuing over and across said called 1276.934 acre tract of land, 15 feet from and parallel to the northerly right-of-way line of said SH 170, passing at a distance of 246.87 feet the common easterly line of said called 1276.934 acre tract of land and westerly line of said called 3.25 acre tract of land, continuing along said line, over and across said 3.25 acre tract of land, in all, a distance of 349.08 feet to a point in the common northerly line of said called 3.25 acre tract of land and southerly line of said Lot 1; — (6) THENCE South 89 degrees 33 minutes 53 seconds East, along common northerly line of said called 3.25 acre tract of land and southerly line of said Lot 1, a distance of 36.68 feet to a 6 inch steel post found for the common northeasterly corner of said called 3.25 acre tract of land, southeasterly corner of said Lot 1 and southwesterly corner of a called 133.99 acre tract of land (designated "Tract 4") described in the deed to Hillwood/Freeway — Investment L.P. (now known as AIL Investment, L.P.) as recorded in Volume 9381, Page 66 D.R.T.C.T., said point being in the northerly right-of-way line of said SH 170; (7) THENCE South 66 degrees 17 minutes 49 seconds West, over and across said called 3.25 acre tract of land, along said northerly right-of-way line of said SH 170, passing at a distance of 141.99 feet the common westerly line of said called 3.25 acre tract of land and easterly line of said called 1276.934 acre tract of land,continuing along said line,over and across said 1276.934 acre tract of land, in all, a distance of 388.75 feet to a point for the southeasterly corner of said cutback corner; (8) THENCE North 68 degrees 50 minutes 22 seconds West, continuing over and across said 1276.934 acre tract of land and along said cutback corner, a distance of 28.35 feet to point for the northwesterly corner of said cutback corner, said point also being the beginning of a non-tangent curve to the right whose chord bears North 11 degrees 16 minutes 29 seconds West, a distance of 121.13 feet, said point also being in the easterly right-of-way line of said Alta Vista Road; (9) THENCE Northerly, continuing over and across said 1276.934 acre tract of land, along the easterly right-of-way line of said Alta Vista Road, with said curve to the right,having a radius of 320.00 feet, a central angle of 21 degrees 49 minutes 13 seconds, for an are distance of 121.87 feet to a Texas Department of Transportation Disk found for the end of said curve; (10) THENCE North 00 degrees 21 minutes 53 seconds West, continuing over and across said 1276.934 acre tract of land, continuing along the easterly right-of-way line of said Alta Vista Road, a distance of 30.33 feet to a the POINT OF BEGINNING, and containing _ 8,054 square feet or 0.185 acres of land, more or less. EXHIBIT"A" Page 3 of 5 Description of 15-Foot Width Waterline Easement NOTES: All coordinates and bearings are based on the Texas State Plane Coordinate System, N.A.D. 83, T North Central Zone. All distances and coordinates shown are surface values and may be converted to grid by dividing by a surface conversion factor of 1.00012. A plat of same date accompanies this description. I, Calvin E. Cock, III, a Registered Professional Land Surveyor, do hereby declare that this description and accompanying plat is true and correct to the best of my knowledge and belief and that the prope -described herein was determined by survey made on the ground under my direction supervilion. OF T - ,�P. G s r tea 2.3 l Co ' °•'•N Calvin E. Cock, IIIEARN A • ""•"+' CALVIN EST COCK,NI Registered Professional Land Surveyor No. 5622 SM""" •..'p� 5822 �: Criado Associates y °� ,o?P O� 4100 Spring Valley Road Suite 1001 Dallas, Texas 75244 972-392-9092 Texas Firm No. 10106903 EXHIBIT "All PAGE4OF5 PLAT OF 15-FOOT WIDTH WATERLINE EASEMENT MATCH UNE SEE SKEET 5 OF 5 CITY OF FORT WORTH I TARRANT COUNTY of O THEODORE WILLIS SURVEY bi A-1682 � I CALLED 13.523 AC. w W I LOST SPURS RANCH APARTMENTS, LLC oIt Q INST. NO. D20106171 J IQ* � iA 0.P.R.T.C.T. v o n Z Q D- Y-1 a6 0 - �QQ� " Qp � �I LOT 1, BLOCK A Q�(�,O���ry D_ Z 3 30 Q o LOST SPURS APARTMENTS CAB. A, SL. 6496 ����C,) A_ Q V w P.R.T.C.T. pp 4 � Q, c'A,- I ^ � <v y> p� O �Q '5Q: r Z m 0 Q ,p" N w = > o, • 0.185 AC. I C-7 g 8,054 SQ. FT. 3j4.. S 00"21'53" E I 30.12' I RpD S 68'50 22" E V) p09 Fbp � 15.60' C' I -�— H Un 304j, sj ti O p mac. ALTA [� �// SIS C4 C4 N � cc60, b _ �V� `OD ° Ngo (� m z CURVE TABLE NO. DELTA RADIUS LENGTH CHORD BEARING CHORD LENGTH Cl 20'37'01" 305.00' 109.75' S 10'40'23" E 109.16' C2 21'49'13" 320.00' 121.87' N 11'16'29" W 121.13' CRIADO CRAIDO PROJECT # - R14163 4100 SPRING VALLEY RD.,STE.1010 DRAWN BY - JOS GRAPHIC SCALE DALLAS,TX 75244 0:972-392-9092 F:972392-9192 DATE - 10-23-2017 o' 25' 50' loo' TBPLS FIRM#101633-00 — EASMENT # - 4 TBPE FIRM#F-4373 EXHIBIT "ATN PACE 5OF5 PLAT OF 15-FOOT WIDTH WATERLINE EASEMENT HILLW00D/FREEWAY INVESTMENT L.P. NOW KNOWN AS S T. RHODES SURVEY AIL INVESTMENT, L.P. A-1868 CALLED 133.99 AC. "TRACT 4" �I VOL. 9381, PG. 66 v u- cn Q o Cl TY OF FORT WORTH Q D.R_ TC T.C. T. z �- d TARRANT COUNTY u- o O a Q- wOO Q; (n 00 w • Ul CALLED 13.523 AC. iD 0U O Q J -J LOST SPURS RANCH APARTMENTS, LLC Z 3 v o INST. NO. D201061713 S 89'3353" E o 0.P.R.T.C.T. 36.68, 0.185 AC. 8.054 SQ. FT. THEODORE WILLIS SURVEY PROPOSED EASEMENTOD i w A-1682 IQ* (� Q dA,e`' iQ I _ > o ��v ��• w i LOT 1, BLOCK A �RF ^� ry Q�� aol z LOST SPURS APARTMENTS CAB. A, SL. 6496 ��y� QGq'��� a� N5-< P.R.T.C.T. ,l��NaA� tD M I w o'QQ z I V �� Z i J MATCH LINE SEE SIEET 4 OF 5 I, CALVIN E. COCK, III, A REGISTERED PROFESSIONAL LAND SURVEYOR, DO HEREBY DECLARE THAT THIS PLAT AND ACCOMPANYING DESCRIPTION IS TRUE AND CORRECT TO THE BEST OF MY KNOWLEDGE AND BEUEF AND THAT THE PROPERTY DESCRIBED HEREIN WAS DETERMINED BY SURVEY MADE ON THE GROUND UMX8 MY DIRECTION AND SUPERVISION. LEGEND i �� 0 F T PROPERTY LINE �Q:, G Z$TE;Q•.�-f- CONCRETE PAD THAT ONCE HELI)A TEXAS un DEPARTMENT OF TRANSPORTATION BRASS DISK MONUMENTS FOUND-(TYPE NOTED) � CALVIN EARNEST COCK, III INT POINT OF BEMNINO/POOF COMMDNCING P.O,B /P.0.G DEED RECORDS TARRANT COUNTY TEXAS D.R.T.C.T. f 'iOQ 5622 pv: to 2� i Ess�° -� 0FF'K7AL PROPERTY RECORDS TARRANT COUNTY TEXAS O.P.R.T.C.T. COCK, III 9� �•• O N07� REGISTERED PROFESSIONAL LAND SURVEYOR SURJ�` THIS SURVEY WAS PERFORMED WTHOUT THE BENEFIT OF A TITLE COMNTMENT. TEXAS NO. 5622 RECORD INFORMATKN ON THIS SKETCH IS BASED ON A PUBLIC RECORDS SEARCH BY THE SURVEYOR AND MAY NOT INCLUDE ALL EASEMENTS OR INSTRUMENTS PERTAINING TO TMS PROPERTY. ALL BEARINGS ARE BASED ON,HE TEXAS STATE PLANE COORDINATE SYSTEM. CRIADO N.A.D. BA 3. A LEGAL DESQnP710N OF THE SAME DATE HEREON ACCOMPANIES THIS PLAT. f I_I,RAIDO PROJECT �► - R14163 4100 SPRING VALLEY RD.,STE.1010 ORAL N BY - JDS GRAPHIC SCALE DALLAS,TX 75244 0:972-392-9092 F:972-392-9192 DATE - 10-23-2017 0' 25' 50' 1O0' TBPLS FIRM#101633-00 EASAENT s - 4 TBPE FIRM#F-4373 NORTHSIDE 11 30 INCH WATER TRANSMISSION MAIN, PHASE I Parcel # 1 - 05 TRACT 4 VOL 9381 PG 66 O.P.R.T.C. THEODORE WILLIS SURVEY, ABSTRACT NO. 1682 S.T. RHODES SURVEY, ABSTRACT NO. 1868 STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § CITY OF FORT WORTH PERMANENT WATER FACILITY EASEMENT DATE: GRANTOR: AIL INVESTMENT, L.P. GRANTOR'S MAILING ADDRESS (including County): 13600 HERITAGE PARKWAY SUITE 2 FORT WORTH, TARRANT COUNTY, TX 76177 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 200 TEXAS ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being more particularly described in attached Exhibits "A" and "B" Grantor, for the Consideration paid to Grantor and other good and valuable consideration, hereby grants, sells, and conveys to Grantee, its successors and assigns, an exclusive, perpetual easement for the construction, operation, maintenance, replacement, upgrade, and repair of a Permanent Water Main Facility, hereafter referred to as "Facility". The Facility includes all incidental underground and aboveground attachments, equipment and appurtenances, including, but not limited to manholes, manhole vents, lateral line connections, valves, pipelines, water meters, junction boxes in, upon, under and across a portion of the Easement Property and more fully described in Exhibits "A" and "B" attached hereto and Permanent Water Facility Easement Rev.10/17/17 FORT�WoerH. incorporated herein for all pertinent purposes, together with the right and privilege at any and all times to enter Easement Property, or any part thereof, for the purpose of constructing, operating, maintaining, replacing, upgrading, and repairing said Facility. In no event shall Grantor (1) use the Easement Property in any manner which interferes in any material way or is inconsistent with the rights granted hereunder, or (II) erect or permit to be erected within the Easement Property a permanent structure or building, including, but not limited to, monument sign, pole sign, billboard, brick or masonry fences or walls or other structures that require a building permit. However, Grantor shall be permitted to install and _ maintain a concrete, asphalt or gravel driveway, road or parking lot across the Easement Property. Grantee shall be obligated to restore the surface of the Easement Property at Grantee's sole cost and expense, including the restoration of any sidewalks, driveways, or similar surface improvements located upon or adjacent to the Easement Property which may have been removed, relocated, altered, damaged, or destroyed as a result of the Grantee's use of the Easement Property granted hereunder. Provided, however, that Grantee shall not be obligated to restore or replace irrigation systems or other improvements installed in violation of the provisions and intended use of this Easement Property. TO HAVE AND TO HOLD the above-described Easement Property, together with all and singular the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns forever; and Grantor does hereby bind itself and its successor and assigns to warrant and forever defend all and singular the Easement Property unto Grantee, its successor and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. When the context requires, singular nouns and pronouns include the plural. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] Permanent Water Facility Easement Rev.10/17/17 Fo,�H. GRANTOR: GRANTEE: City of Fort Worth By(Signature): (Print Name)________,Title ri APPROVED AS TO FORM AND LEGALITY (Signature) (Print Name) ,Title THE STATE OF TEXAS § COUNTY OF TARRANT § ACKNOWLEDGMENT BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, _ on this day personally appeared , known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of and that he/she executed the same as the act of said the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 920 . Notary Public in and for the State of Texas Permanent Water Facility Easement Rev.10/17/17 FORT H. ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared of the City of Fort Worth, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same _ was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 20_ Notary Public in and for the State of Texas Permanent Water Faality Easement T Rev.10/17/17 F0 EXHIBIT"A" Page 1 of 12 Description of 15-Foot Width Waterline Easement Description of a 42,972 square feet or 0.987 acres tract of land located in the Theodore Willis Survey Abstract No. 1682 and the S. T. Rhodes Survey, Abstract No. 1868, City of Fort Worth, Tarrant County, Texas, and being a portion of a called 133.99 acre tract of land described in the deed to Hillwood/Freeway Investment L.P. (now known as AIL Investment, L.P.) designated "Tract 4"as recorded in Volume 9381, Page 66 of the Official Public Records of Tarrant County, Texas (O.P.R.T.C.), said 0.987 acre tract of land being more particularly described by metes and bounds as follows: COMMENCING at a Texas Department of Transportation Brass Disk in concrete found(TxDOT = Disk)for an interior corner of said called 133.99 acre tract of land, said TxDOT Disk being located at the end of the 81 st call of the Donation deed to the State of Texas for right-of-way for State Highway No. 170 (SH 170), a called 280.724 acre tract of land as recorded in Volume 9882,Page -- 707 of the Deed Records of Tarrant County, Texas; THENCE southeasterly, along the common southeasterly line of said called 133.99 acre tract of land and northwesterly right-of-way line of said SH 170 and with a curve to the right, having a radius of 5,694.58 feet, a central angle of 04 degrees 11 minutes 03 seconds, a chord which bears South 60 degrees 05 minutes 30 seconds East, for 20.00 feet, for an arc distance of 20.00 feet to a = TxDOT Disk found; THENCE S 23008'49" E, continuing along the common southeasterly line of said called 133.99 acre tract of land and northwesterly right-of-way line of said SH 170, a distance of 5.20 feet to the POINT OF BEGINNING of the tract of land herein described; THENCE continuing along the common southeasterly line of said called 133.99 acre tract of land and northwesterly right-of-way line of said SH 170 the following courses and distances: (1) South 23 degrees 08 minutes 49 seconds East,a distance of 50.24 feet to a point for corner; (2) South 27 degrees 47 minutes 52 seconds West, a distance of 60.00 feet to a 3/4"iron rod found for the beginning of a non-tangent curve to the right whose chord bears South 61 degrees 28 minutes 57 seconds West, a distance of 503.22 feet; (3) Southwesterly, with said curve to the right, having a radius of 22,898.31 feet, a central angle of 01 degree 15 minutes 33 seconds, for an arc distance of 503.23 feet to the end of said curve; (4) South 62 degrees 06 minutes 46 seconds West, a distance of 346.19 feet to a TxDOT Disk -- found for an angle point; (5) South 73 degrees 06 minutes 06 seconds West, a distance of 250.73 feet to a point for corner, from which a TxDOT Disk found bears North 59 degrees 01 minute 46 seconds West, at a distance of 0.69 feet; EXHIBIT"A" Page 2 of 12 Description of 15-Foot Width Waterline Easement (6) South 63 degrees 47 minutes 04 seconds West, a distance of 493.72 feet to a point for corner; (7) South 44 degrees 56 minutes 54 seconds West, a distance of 210.75 feet to a TxDOT Disk found for an angle point; (8) South 62 degrees 06 minutes 46 seconds West, a distance of 219.84 feet to the beginning -F of a tangent curve to the right whose chord bears South 64 degrees 12 minutes 17 seconds West,a distance of 416.86 feet; (9) Southwesterly,with said curve to the right,having a radius of 5,709.58 feet, a central angle of 04 degrees 11 minutes 03 seconds, for an arc distance of 416.96 feet to the end of said curve; (10) South 66 degrees 17 minutes 49 seconds West, a distance of 331.26 feet to a 6" steel fence point found for the southwesterly corner of said 133.99 tract of land, said point also being the southeasterly corner of Lot 1, Block A, Lost Spurs Apartments, an addition to the City of Fort Worth as recorded in Cabinet A, Slide 6496 of the Plat Records of Tarrant County, Texas; (11) THENCE North 00 degrees 13 minutes 42 seconds West,along the common westerly line _ of said called 133.99tract of land and easterly line of said Lot 1, a distance of 16.35 feet to a point for corner; THENCE,over and across said called 133.99 tract of land, 15 feet from and parallel to the common southeasterly line of said called 133.99 acre tract of land and northwesterly right- of-way line of said SH 170,the following courses and distances; (12) North 66 degrees 17 minutes 49 seconds East,a distance of 324.74 feet to the beginning of a tangent curve to the left whose chord bears North 64 degrees 12 minutes 17 seconds East, _ a distance of 415.77 feet; (13) Northeasterly, with said curve to the left, having a radius of 5,694.58 feet, a central angle ,r of 04 degrees 11 minutes 03 seconds,for an arc distance of 415.86 feet to a point for corner; (14) North 62 degrees 06 minutes 46 seconds East,a distance of 217.58 feet to a point for corner; _ (15) North 44 degrees 56 minutes 54 seconds East,a distance of 210.97 feet to a point for corner; (16) North 63 degrees 47 minutes 04 seconds East,a distance of 497.43 feet to a point for corner; (17) North 73 degrees 06 minutes 06 seconds East,a distance of 250.51 feet to a point for corner; EXHIBIT"A" Page 3 of 12 Description of 15-Foot Width Waterline Easement (18) North 62 degrees 06 minutes 46 seconds East,a distance of 344.75 feet to the beginning of a tangent curve to the left whose chord bears North 61 degrees 29 minutes 17 seconds East, a distance of 498.44 feet; (19) Northeasterly, with said curve to the left,having a radius of 22,883.31 feet, a central angle of 01 degree 14 minutes 53 seconds,for an arc distance of 498.45 feet to a point for corner; (20) North 27 degrees 47 minutes 52 seconds East,a distance of 48.40 feet to a point for corner; (21) North 23 degrees 08 minutes 49 seconds West,a distance of 37.98 feet to the beginning of a non-tangent curve to the left whose chord bears North 48 degrees 01 minute 33 seconds East, a distance of 15.85 feet; (22) Northeasterly, with said curve to the left, having a radius of 288.73 feet, a central angle of 03 degrees 08 minutes 43 seconds, for an arc distance of 15.85 feet to the POINT OF BEGINNING, and containing 42,971 square feet or 0.986 acres of land,more or less. NOTES: All coordinates and bearings are based on the Texas State Plane Coordinate System, N.A.D. 83, North Central Zone. All distances and coordinates shown are surface values and may be converted to grid by dividing by a surface conversion factor of 1.00012. — A plat of same date accompanies this description. I, Calvin E. Cock, III, a Registered Professional Land Surveyor, do hereby declare that this 4 description and accompanying plat is true and correct to the best of my knowledge and belief and that the property described herein was determined by survey made on the ground under my directio and supervision. t OF T t p ! .'�' �"'9N ock, III CALVIN EARNEST COCK,III Registered Professional Land Surveyor No. 5622 "" """"""" "' 5622 Criado Associatesy ko,.� 4100 Spring Valley Road Suite 1001 boa S.j R14 Dallas, Texas 75244 972-392-9092 Texas Firm No. 10106903 EXHIBIT "A" PAGE 4 W 12 PLAT OF 15-FOOT WIDTH WATERLINE EASEMENT (3 ^ W Lo Q ^O Q � coU Q � 00 04 Cl TY OF FOR T WOR TH . a N o o TARRANT COUNTY a N inLo J J ,O S 23'08'49" E v •0 a 50.24 o G, S 27'47'52" W C6 — — \ .r—60.00' ,9oN o N 23'08'49" W 37.98' -5 °� e— N 27'47'52" E 48.40' O = �j Z o HILL WOOD/FREEWA Y INVESTMENT L.P. �- NOW KNOWN AS w I o Q �z AIL INVESTMENT, L.P. m S T. RHODES SUR VeXLED 133.99 AC. LI o A-1868 "TRACT 4" Ld �1 v z 3 Z J VOL. 9381, PG. 66 o vl F m D.R. T.C. T. 1 X _� a O1 w = > o a 1 0.987 AC. Q 42,972 SQ. FT. 1 I (n MATCH UNE SEE SHEET 5 OF 12 - CURVE TABLE NO. DELTA RADIUS LENGTH CHORD BEARING CHORD LENGTH Cl 04'11'03" 5,694.58' 20.00' S 60'05'30" E 20.00' C2 01'15'33" 22,898.31' 503.23' S 61'28'57" W 503.22' C5 1 01'14'53" 22,883.31' 498.45' N 61'29'17" E 498.44' C6 03'08'43" 288.73' 1 15.85' 1 N 48'01'33" E 15.85' CRIADO CRAIDO PROJECT s - R14163 4100 SPRING VALLEY RD.,STE.1010 DALLAS,T DRAWN BY - JDS GRAPHIC SCALE F 7 ommml 0:972-392-9092 F:972-372-3 92-9192 DATE - 10-23-2017 0' 25' 50' loo' TBPLS FIRM#101633-00 = EASpENT s - 5 TBPE FIRM#F4373 EXHIBIT "A" PAGE 5 OF 12 PLAT OF 15-FOOT WIDTH WATERLINE EASEMENT ti MATCH UNE SEE SHEET 4 OF 12 I 30 �Qo Cl TY OF FORT WORTH I L TARRANT COUNTY I z I w Ooo�, o 0.987 AC. 42,972 SQ. FT. Lo o S. T. RHODES SUR VEY I A-1868I Z 3 1 1C,I C4 w U I w I Qo w I 0 I = HILL WOOD/FREEWAY INVESTMENT L.P. I (' a NOW KNOWN AS 0 AIL INVESTMENT, L.P. 0 = j CALLED 133.99 AC. I "TRACT 4" I l VOL. 9381, PG. 66 I 1 D.R.T.C. T. I (n LATCH UNE SEE SHEET S OF 12 CURVE TABLE NO. DELTA RADIUS LENGTH CHORD BEARING CHORD LENGTH C2 01'15'33" 22.898.31' 503.23' S 61'28'57" W 503.22' C5 011453" 22,883.31' 498.45' N 61'29'17" E 498.44' CRIADO RAIDO PROJECT s - R14163 4100 SPRING VALLEY RD.,STE.1010 DALLAS,TX 75244 Li)RAAN BY - JDS GRAPHIC SCALE0:972-392-9092 F:972-392-9192 ATE - 10-23-2017 o' 25' 50' loo' TBPLS FIRM#101633-00 ASEAENT * - 5 TBPE FIRM#F-4373 EXHIBIT "All PACE 6 Of' 17 PLAT OF 15-FOOT WIDTH WATERLINE EASEMENT MATCH UNE SEE SHEET 5 OF 12 -' I ,nI a _. U I U eQo d- �U_jNNOI' _ a � Cl TY OF FORT WORTH I 0 o N N TARRANT COUNTY I o o Z Q J In Q) -j X I w - 0.987 AC. I 42,972 SQ. FT. I O S T. RHODES SURVEY A—1868 �— z - � �I M w I 1 � HILL WOOD FREEWAY INVESTMENT L.P. w WI ; Z o NOW KNOWN AS Li }- a' AIL INVESTMENT, L.P. p i� = CALLED 133.99 AC. p QI N Q 0 "TRACT 4" 30 3 VOL. 9381, PG. 66 D.R. TC. T. I (' Q _ I = Q I > I � - I Q I (n MATCH UNE SEE SHEET 7 OF 12 CURVE TABLE NO. DELTA RADIUS LENGTH CHORD BEARING CHORD LENGTH - C2 0115'33" 22,898.31' 503.23' S 61028'57" W 503.22' C5 0114'53" 22,883.31' 498.45' N 61029'17' E 498.44' CRIADO _ CRAIDO PROJECT s - R14163 4100 SPRING VALLEY RD.,STE.1010 DALLAS,T DRAWN BY - JDS F GRAPHIC SCALE 7 0:972-392-9092 F:972-392-9192 DATE - 10-23-2011 0' 25' 50' loo' TBPLS FIRM#101633-00 EA$EA£NT s - 5 TBPE FIRM#F-4373 EXHIBIT "A" PARE 7 O 17 PLAT OF 15-FOOT WIDTH WATERLINE EASEMENT MATCH UNE SEE SHEET 6 OF 1 W S 62'06'46" W �^346.19' ��l O V) Q 7 Z CL(j CITY OF FORT WORTH I VV) o N TARRANT COUNTY I w o o ' Q J V) J �1 I V' v � O S T. RHODES SURVEY 0.987 AC 42972 SQ. FT. I A-1868 , N I u) O N Z 3 wl 1 � gI to10 o HILL WOOD/FREEWAY INVESTMENT L.P. NOW KNOWN AS AIL INVESTMENT, L.P. a CALLED 133.99 AC. Z� = Q "TRACT 4" I > VOL. 9381, PG. 66 D.R.T.C. T. o V)w , a Q u� aw BEARS N 59'01'46" 0.69' N 63'47'04" E S 63'47'04" W 497.43'-� , �-493.72' MATCH UNE SEE SHEET 8 OF 1 ClUADO :RAIDO PROJECT - R14163 $ 4100 SPRING VALLEY RD.,STE.1010 DALLAS,TX 75244 dRArrN BY - JDS GRAPHIC SCALE 0:972-392-9092 F:972-392-9192 DATE - 10-23-2017 0' 25' 50' too' TBPLS FIRM#101633-00 .ASEMW x - 5 TBPE FIRM#F-4373 EXHIBIT "All PACE 8q, 12 PLAT OF 15-FOOT WIDTH WATERLINE EASEMENT - MATCH UNE SEE SHEET 7 OF 12 -� I I I I I Lo a. Cl TY OF FORT WORTH I o N N i TARRANT COUNTY I o a W 0.987 AC. ' L Q o 42,972 SQ. FT. I S T. RHODES SUR VE YI n A-1868 O .� wi 3 a,*1 2* O O i 01 O �► d''' Z HILL WOOD/FREEWA Y IN VES TMEN T L.P. P)l ih z o NOW KNOWN AS F- AIL AIL INVESTMENT, L.P. 7-1 (n V) Q CALLED 133.99 AC. w o "TRACT 4" 3 VOL. 9381, PG. 66 D.R.T.C. T. m w V) Li o ' a Li 0 o I - � I I R MATCH UNE SEE SHEET 9 of 1 CRIADO CRAIDO PROJECT s - R14163 4100 SPRING VALLEY RD.,STE.1010 DALLAS,T DRANFN BY - JDS GRAPHIC SCALE 7 0:972-392-9092 F:972-372-3 92-9192 DATE - 10-23-2017 0' 25' 50' loo' TBPLS FIRM#101633-00 EASMNT s - 5 TBPE FIRM#F-4373 i EXHIBIT "AIL ME 9 W 12 PLAT OF 15-FOOT WIDTH WATERLINE EASEMENT MATCH INE SEE SHEET 8 OF 12 I N 63'47'04" E�I I ��S 63'47'04" W 497.43' I 493.72' I VN 1 I v, Qo CITY OF FORT WORTH '` N TARRANT COUNTY 0 0.987 42,972 SQ. FT. cn Q o S T. RHODES SUR VEY � 3 0 A-1868 Z .1$` �— HILL WOOD/FREEWA Y IN VES TMEN T L.P. Z NOW KNOWN AS }- AIL INVESTMENT, L.P. _ CALLED 133.99 AC. Q o "TRACT 4" z 3 VOL. 9381, PG. 66 m I = -i Llj Ill D.R. TC. T. 1. Q I — � I = > o W I 3 o I -001 °0 Q NI N N V)(D I tD 7— MATCH IMI TCH IME SSE SHEET 10 OF 1 CRIADO RAIDO PROJECT R14163 4100 SPRING VALLEY RD.,STE.1010 :DATE WN BY - JDS GRAPHIC SCALE DALLAS,TF 75244 72-3 0:972-392-9092 F:972-392-9192 - 10-23-2017 0' 25' 50' too' TBPLS FIRM#101633-00 ASEMW ; - 5 TBPE FIRM#F4373 EXHIBIT "A1l PACE 10 OF 12 PLAT OF 15-FOOT WIDTH WATERLINE EASEMENT -� MATCH UNE SEE SHEET 9 OF 12 W + 3 0I 4-0*0 �o - 9 cNONI t4 C4 �uINN _ CITY OF FORT WORTH Z i (A � oOpNl� TARRAN T COUNTY I W 0)a I Q azo I I S. T. RHODES SUR VEY I 3 A-1868 I O I z I z (n 0.987 AC. I w 0 - 42,972 SQ. FT. I Z 3 I o .. 30 I 3 + = W z W I _VQ - w I = ff Q + WLi O I Q d + VJ MATCH LINE SEE SHEET 11 OF 12 - CURVE TABLE NO. DELTA RADIUS LENGTH CHORD BEARING CHORD LENGTH - C3 04'11'03" 5709.58' 416.96' S 64'12'17" W 416.86' C4 04'11'03" 5694.58' 415.86' N 64`12'17" E 415.77' CRIADO CRAIDO PROJECT s - R14163 4100 SPRING VALLEY RD.,STE.1010 GRAPHIC SCALE DALLAS,TX 75244 DRANK BY - JDS 0:972-392-9092 F:972-392-9192 DATE - 10-23-2017 0' 25' 50' too' TBPLS FIRM#101633-00 .� EASWNIT i - 5 TBPE FIRM#F4373 EXHIBIT "A" PAW 11 OF 12 PLAT OF 15-FOOT WIDTH WATERLINE EASEMENT �I MATCH LINE SEE SHEET 10 OF 1 I v, Qo CITY OF FORT WORTH o N TARRANT COUNTYI o rn o ¢ � Q J UI V ~ JJ I � V I I S T. RHA DES SURVEY 0.987 AC. I o 42.972 SQ. FT. p 4 I Z 1 F x ... Z 3 HILL WOOD/FREEWA Y IN VES TMEN T L.P. I o NOW KNOWN ASw AIL INVESTMENT, L.P. ; N Z nQ CALLED 133.99 AC. 04c) TRACT 4 w M VOL. 9381, PG. 66 a w l 3 D.R.T.C. T. w s l . _� Ill uj o �I _ > n- rl r 1 o cl � a ZI cn Q I f'— I � MATCH UNE SEE SHEET 12 OF 12' CURVE TABLE NO. DELTA RADIUS LENGTH CHORD BEARING CHORD LENGTH C3 0411'03" 5709.58' 416.96' S 64'12'17" W 416.86' C4 04`11'03" 5694.58' 415.86' N 64'12'17" E 415.77' CRIADO :RAIDO PROJECT ; - R14163 4100 SPRING VALLEY RD.,STE.1010 DALLAS,TX 75244 LD RANN BY - JDS GRAPHIC SCALE0:972-392-9092 F:972-392-9192 ATE - 10-23-2017 o' 25' so' loo' TBPLS FIRM#101633-00 :ASEMM s - 5 TBPE FIRM#F-4373 EXHIBIT "ANI PAW 12 OF 12 PLAT OF 15-FOOT WIDTH WATERLINE EASEMENT MATCH UNE SEE SHEET 11 OF 12 - HILLWOOD/FREEWAY INVESTMENT L.P. ( Q^o NOW KNOWN AS Q S T. RHODES SURVEY AIL INVESTMENT, L.P. �xu A-1868 CALLED 133.99 AC. Z C) co TRACT 4 w I 04 VOL. 9381, PG. 66 w aI ; r W 00 D.R. TC.T. V) °T J w w l 3 O O U) orZ ' n z o �1 � THEODORE WILLIS SURVEY 4292 981 q a �°� c x Q � A-1682 Q. FT zl c„ w 3 x CALLED 13.523 AC. i m LOST SPURS RANCH APARTMENTS, LLC INST. NO. D201061713 = Q O.P.R.T.C.T.' N 00'1342" W w o > 16.35' z Z\ Cl TY OF FORT WORTH - � I.- t'- Q - TARRANT COUNTY -1,Q� j. �Qw a cn LOT 1, BLOCK A Z LOST SPURS APARTMENTS ����0 ry Q w CAB. A, SL. 6496 ppO� �,��r Ci�•�,� ov P.R.T.C.T. �p � � �• _ QQ O V ,pv I, CALVIN E. COCK, 111, A REGISTERED PROFESSIONAL LAND SURVEYOR, DO HEREBY DECLARE THAT THIS PLAT AND ACCOMPANYING DESCRIPTION IS TRUE AND CORRECT TO THE BEST OF MY KNOWLEDGE AND BELIEF AND THAT THE PROPERTY DESCRIBED HEREIN WAS DETERMINED BY SURVEY MADE ON THE GROUND UNDER MY DIRECTION AND SUPERVISION. OF T LEGEND ' P: ............1F� PROPERTY LINE � DISK INDEPARTMENT CO TETRANSPORTATION �7° CALVIN EARNEST COCK, III POINT OF BEGINNING/POINT OF COMMENCING P.O&/PAC. 1 Z� <':;°,po 5622 4v�� DEED RECORDS TARRANT COUNTY TEXAS D.R.T.C.T. 2 A. ESS '� OFFICIAL PROPERTY RECORDS TARRANT COUNTY 70M O.P.R.T.C.T. CALVIN E. COCK, III 9y♦.F �• 0 NOTES: REGISTERED PROFESSIONAL LAND SURVEYOR SUR`I� 1. THIS SURVEY WAS PERFORMED WNTEI W TINE BENEFIT OF A TITLE COMMITMENT. TEXAS NO. 5622 RECORD WORMATION ON THIS SKETCH IS BASED ON A PUBLIC RECORDS SEARCH BY 7HE SURVEYOR AND MAY NOT INCLUDE ALL EASEMENTS OR INSTRUMENTS +� PERTAINING M THIS PROPERTY. 2 ALL BEARINGS ARE BASED ON THE TEXAS STATE PLANE COORDINATE SYSTEM. CRIADO N.A.D. B3. 3. A LEGAL DESCRIPTION OF THE SAME DATE HEREON ACCOMPANIES THIS PLAT. CRAIDO PROJECT # - R14163 4100 SPRING VALLEY RD.,STE.1010 DALLAS,T DRAWN BY - JOS GRAPHIC SCALE 7 0:972-392-9092 F: 92-9192 DATE - 10-23-2017 0' 25' 50' Too' TBPLS FIRM#101633-00 EASEMENT s - 5 TBPE FIRM#F-4373 NORTHSIDE 1130 INCH WATER TRANSMISSION MAIN, PHASE II Parcel #2-01 I.N. D198011459 TRACT 4 VOL. 9381, PG. 66 D.R.T.C.T. J. CHIRINO SURVEY, ABSTRACT NO. 265 STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § CITY OF FORT WORTH PERMANENT WATER FACILITY EASEMENT DATE: GRANTOR: AIL INVESTMENT, L.P. GRANTOR'S MAILING ADDRESS (including County): 13600 HERITAGE PARKWAY SUITE 2 FORT WORTH, TARRANT COUNTY, TX 76177 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 200 TEXAS ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being more particularly described in attached Exhibits "A" and "B" Grantor, for the Consideration paid to Grantor and other good and valuable consideration, hereby grants, sells, and conveys to Grantee, its successors and assigns, an exclusive, perpetual easement for the construction, operation, maintenance, replacement, upgrade, and repair of a Permanent Water Main Facility, hereafter referred to as "Facility". The Facility includes all incidental underground and aboveground attachments, equipment and appurtenances, including, but not limited to manholes, manhole vents, lateral line connections, valves, pipelines, water meters, junction boxes in, upon, under and across a portion of the Easement Property and more fully described in Exhibits "A" and "B" attached hereto and Permanent Water Facility Easement Rev.10/17/17 Fo�H. incorporated herein for all pertinent purposes, together with the right and privilege at any and all times to enter Easement Property, or any part thereof, for the purpose of constructing, operating, maintaining, replacing, upgrading, and repairing said Facility. In no event shall Grantor (1) use the Easement Property in any manner which interferes in any material way or is inconsistent with the rights granted hereunder, or (II) erect or permit to be - erected within the Easement Property a permanent structure or building, including, but not limited to, monument sign, pole sign, billboard, brick or masonry fences or walls or other structures that require a building permit. However, Grantor shall be permitted to install and maintain a concrete, asphalt or gravel driveway, road or parking lot across the Easement Property. Grantee shall be obligated to restore the surface of the Easement Property at Grantee's sole cost and expense, including the restoration of any sidewalks, driveways, or similar surface improvements located upon or adjacent to the Easement Property which may have been removed, relocated, altered, damaged, or destroyed as a result of the Grantee's use of the Easement Property granted hereunder. Provided, however, that Grantee shall not be obligated to restore or replace irrigation systems or other improvements installed in violation of the provisions and intended use of this Easement Property. TO HAVE AND TO HOLD the above-described Easement Property, together with all and singular the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns forever; and Grantor does hereby bind itself and its successor and assigns to warrant and forever defend all and singular the Easement Property unto Grantee, its successor and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. When the context requires, singular nouns and pronouns include the plural. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] _ Permanent Water Facility Easement Rev.10/17/17 FORT,�WORTH. GRANTOR: GRANTEE: City of Fort Worth By(Signature): (Print Name) ,Title APPROVED AS TO FORM AND LEGALITY (Signature) (Print Name)___________,Title THE STATE OF TEXAS § COUNTY OF TARRANT § ACKNOWLEDGMENT BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared , known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of and that he/she executed the same as the act of said the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of , 20 . Notary Public in and for the State of Texas Permanent Water Facility Easement — Rev.10/17/17 Fo,�RrH, ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared , of the City of Fort Worth, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of , 20 - Notary Public in and for the State of Texas Permanent Water Facility Easement Rev.10/17/17 FORT H. EXHIBIT"A" .- Page 1 of 8 Description of 15-Foot Width Waterline Easement Description of a 29,471 square feet or 0.677 acres tract of land located in the J. Chirino Survey Abstract No. 265, City of Fort Worth, Tarrant County, Texas, and being a portion of a called 133.99 acre tract of land described in the deed to Hillwood/Freeway Investment L.P. (now known as AIL Investment, L.P.) designated "Tract 4" as recorded in Volume 9381, Page 66 of the Deed Records of Tarrant County, Texas(D.R.T.C.T.),and a portion of a called 113.00 acre tract of land described in the deed to AIL Investment L.P., as recorded in Instrument No. D198011459 of the Official Public Records of Tarrant County, Texas, said 0.677 acre tract of land being more particularly described by metes and bounds as follows: COMMENCING at the concrete base with the circular outline of a Texas Department of Transportation Brass Disk(TxDOT Disk) now missing, located at the end of the 175th call of the Donation deed to the State of Texas for right-of-way for State Highway No. 170(SH 170),a called 280.724 acre tract of land as recorded in Volume 9882, Page 707 D.R.T.C.T.; THENCE South 46 degrees 18 minutes 27 seconds East, along the southeasterly right-of-way line of said SH 170, a distance of 72.64 feet to an angle point in said right-of-way line; _ THENCE North 43 degrees 41 minutes 33 seconds East, continuing along the southeasterly right- of-way line of said SH 170, a distance of 47.28 feet to a 5/8 inch iron rod with yellow cap stamped "CRIADO" set for the POINT OF BEGINNING of the herein described tract of land; THENCE at all times over and across said called 133.99 acre tract of land and said called 113.00 acre tract of land the following courses and distances: (1) North 43 degrees 41 minutes 33 seconds East, continuing along the southeasterly right-of- way line of said SH 170, a distance of 15.00 feet to a 5/8 inch iron rod with yellow cap stamped"CRIADO" set for corner; (2) South 46 degrees 18 minutes 27 seconds East, a distance of 386.67 feet to a 5/8 inch iron rod with yellow cap stamped"CRIADO"set for the beginning of a tangent curve to the left whose chord bears South 65 degrees 05 minutes 18 seconds East, a distance of 1,311.94 feet; (3) Southeasterly, with said curve to the left, having a radius of 2,037.50 feet, a central angle of 37 degrees 33 minutes 42 seconds, for an arc distance of 1,335.73 feet to a 5/8 inch iron rod with yellow cap stamped "CRIADO" set for the point of tangency of said curve; (4) South 83 degrees 52 minutes 09 seconds East, a distance of 236.58 feet to a 5/8 inch iron rod with yellow cap stamped "CRIADO" set for corner in the western terminus line of Westport Parkway (a variable width right-of-way) as dedicated by the plat of"Westport _ Parkway in Alliance Gateway South" as recorded in Cabinet A, Slide 11930 of the Plat Records of Tarrant County, Texas; EXHIBIT"A" Page 2of8 — Description of 15-Foot Width Waterline Easement (5) South 00 degrees 11 minutes 30 seconds East, along the western terminus line of said Westport Parkway, a distance of 15.09 feet to a 5/8 inch iron rod with yellow cap stamped "CRIADO" set for corner; (6) North 83 degrees 52 minutes 09 seconds West, a distance of 238.25 feet to a 5/8 inch iron rod with yellow cap stamped "CRIADO" set for the beginning of a tangent curve to the right whose chord bears North 65 degrees 05 minutes 18 seconds West, a distance of 1,321.60 feet; (7) Northwesterly,with said curve to the right,having a radius of 2,052.50 feet,a central angle — of 37 degrees 33 minutes 42 seconds,for an are distance of 1,345.56 feet to a 5/8 inch iron rod with yellow cap stamped "CRIADO" set for the point of tangency; (8) North 46 degrees 18 minutes 27 seconds West,a distance of 386.67 feet to the POINT OF BEGINNING, and containing 29,471 square feet or 0.677 acres of land, more or less. NOTES: All coordinates and bearings are based on the Texas State Plane Coordinate System, N.A.D. 83, North Central Zone. All distances and coordinates shown are surface values and may be converted to grid by dividing by a surface conversion factor of 1.00012. A plat of same date accompanies this description. I, Calvin E. Cock, III, a Registered Professional Land Surveyor, do hereby declare that this description and accompanying plat is true and correct to the best of my knowledge and belief and _ that the property described herein was determined by survey made on the ground under my direction and supervision. l o t Calvin E. Cock, III Registered Professional Land Surveyor No. 5622 Criado Associates — 4100 Spring Valley Road Suite 1001 Dallas,Texas 75244 972-392-9092 Texas Firm No. 10106903 — EXHIBIT "A" PACE 3 OF 8 PLAT OF 15-FOOT WIDTH WATERLINE EASEMENT ST �9T CI TY OF FOR T WOR TH TARRANT COUNTY J. CH1RiNO SURVEY Y "' A-265 STATE OF TEXAS 'Qp CALLED 280.724 AC. v VOL. 9882, PG. 707 `.' D.R.T.C.T. O �. L3 HILL WOOD/ FREE WA Y IN VESTMENT L.P. l NOW KNOWN AS / l AIL INVESTMENT, L.P. l CALLED 133.99 AC. l / "TRACT 4" l / VOL. 9381, PG. 66 / D.R.T.C.T. / AIL INVESTMENT, L.P. CALLED 113.00 AC. PROPOSED EASEMENT / /� INST. NO. D198011459 0.667 AC. / O.P.R. T.C.T. 29.471 SO. FT. / UNE BEARING DISTANCE L1 S 46'18'27" E 72.64' L2 N 43'41 '33" E 47.28' L3 N 43°41'33" E 15.00' L4 S 46'18'27* E 386.67' L8 N 46-18-27- W 386.67' MATCH UNE SEE SHEET 4 OF 8 CRIADO CRIADO PROJECT - R14163 4100 SPRING VALLEY RD.,STE.1010 GRAPHIC SCALE DALLAS'TX 75244 DRAWN BY - ZCD 0:972-392-9092 F:972-392-9192 [ 'E - 11-09-2017 0 25' 50' 10 TBPLS FIRM#101633-00 E.CEMENT * - 6 TBPE FIRM#F-4373 EXHIBIT "A" PAGE 4 OF 8 PLAT OF 15-FOOT WIDTH WATERLINE EASEMENT MATCH UNE SEE SHEET 3 OF 8 UNE BEARING DISTANCE L4 S 46'18'27" E 386.67' L8 N 46'1827" W 386.67' l l CITY OF FORT WORTH l / TARRANT COUNTY / J. CHIRINO SURVEY l l A-265 I PROPOSED EASEMENT / / AIL INVESTMENT, L.P. 0.667 AC. .i / CALLED 113.00 AC. 29,471 SQ. FT. / / INST. NO. D198011459 O.P.R.T.C.T. l l � / I I / MATCH UNE SEE SHEET 5 OF 8 CURVERADIUS DELTA ANGLE ARC LENGTH CHORD BEARING CHORD LENGTH Cl 2,037.50' 37'33'42" 1,335.73' S 65005"18- E 1,311.94' C2 2,052.50' 3733'42" 1,345.56' N 65'05'1 8w W 1,321.60' CRIADO CRIADO PROJECT - R14163 4100 SPRING VALLEY RD.,STE.1010 DRAWN BY - ZCD GRAPHIC SCALE DALLAS,TX 75244 0:972-392-9092 F:972-392-9192 DATE - 11-09-2017 o' 25' 50' 1Or TBPLS FIRM#101633-00 EASEMENT # - 6 TBPE FIRM#F-4373 EXHIBIT "All PAGE 5 OF 8 PLAT OF 15-FOOT WIDTH WATERLINE EASEMENT MATCH UNE SEE SHEET 4 OF 8 1 1 1 1 I I 1 1 1 I 1 1 1 1 - 1 1 1 1 1 1 1 1 1 1 PROPOSED EASEMENT 1 1 0.667 AC. I I CITY OF FORT WORTH 29,471 SO. FT. I TARRANT COUNTY I I i J. CHIRINO SURVEY A-265 �I Iv I I I I AIL INVES WEN T, L.P. CALLED 113.00 AC. /NST. N0. D198011459 O.P.R.T.C.T. I I I � I � � I � I II � MATCH UNE SEE SHEET 6 OF 8 CURVERADIUS DELTA ANGLE ARC LENGTH CHORD BEARING CHORD LENGTH Cl 2,037.50' 3T3342" 1,335.73' S 65605'18' E 1,311.94' C2 2,052.50' 3T33'42" 1,345.56' N 65'05'18" W 1,321.60- Owl CRIADO hIADO PROJECT - R14163 4100 SPRING VALLEY RD.,STE.1010 2 GRAPHIC SCALE DRAWN BY - ZCD DALLAS'TX 752440:972-392-9092 F:972-392-9192 [ (E - 11-09-2017 0' 25' 50' too' TBPLS FIRM#101633-00 11 3EMENT u - 6 TBPE FIRM#F-4373 EXHIBIT "All PAGE 6 OF 8 PLAT OF 15-FOOT WIDTH WATERLINE EASEMENT MATCH LINE SEE SHEET 5 OF 8 I I I I I I I I I I I I L I I I I I I I I I I Cl TY OF FOR T WOR TH I I TARRANT COUNTY PROPOSED EASEMENT I I 0.667 AC.--}-i I JCHIRINO SURVEY 29.471 SO. FT. I I A-265 I I I I I I I I AIL INVESTMENT, L.P. N i 16 CALLED 113.00 AC. /NST. NO. D198011459 I I O.P.R.T.C.T. I � � I MATCH UNE SEE SHEET 7 OF 8 CURVERADIUS DELTA ANGLE ARC LENGTH CHORD BEARING CHORD LENGTH Cl 2,037.50' 37'33'42°' 1,335.73' S 65!05'18* E 1,311.94- C2 2,052.50' 37'33'42" 1,345.56' N 65!05'18* W 1,321.60' CRIADO CRIADO PROJECT - R14163 4100 SPRING VALLEY RD.,STE.1010 DRAWN BY - ZCD GRAPHIC SCALE DALLAS,TX 752440:972-392-9092 F:972-392-9192 �+ DATE - 11-09-2017 o' 25' 50' loo, TBPLS FIRM#101633-00 EASEMENT u - 6 TBPE FIRM#F-4373 EXHIBIT "A„ PAGE7OF8 PLAT OF 15-FOOT WIDTH WATERLINE EASEMENT MATCH UNE SEE SHEET 6 OF 8 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ' 1 1 1 1 Cl TY OF FORT WORTH 1 1 TARRANT COUNTY 1 1 1 1 J. CHIRINO SURVEY 1 1 PROPOSED EASEMENT 1 1 A-265 0.667 AC. 1 29,471 SQ. FT. 1 1 1 1 AIL INVESTMENT, L.P. \ \ CALLED 113.00 AC. INST NO. D198011459 \ \j O.P.R. T.C. T. N; UNE BEARING DISTANCE \ \ L5 S 83°52'09" E 236.58' L7 N 83°52'09" W 238.25' \ MATCH UNE SEE SHEET 8 OF 8 7U RADIUS DELTA ANGLE ARC LENGTH CHORD BEARING CHORD LENGTH C 1 2,037.50' 37'33'42" 1,335.73' S 65°05'18" E 1,311.94' C2 2,052.50' 37'33'42" 1,345.56' N 65°05'18" W 1,321.60' � CRIADO Fk�ADO PROJECT # - R14163 4100 SPRING VALLEY RD.,STE.1010 2 GRAPHIC SCALE DALLAS,TX 75244 DRAWN BY - ZCD 0:972-392-9092 F:972-392-9192 Di' - 11-09-2017 0 25' 50' loo' TBPLS FIRM#101633-00 Ei -MENT # - 6 TBPE FIRM#F-4373 EXHIBIT "A" PA GE 8 OF 8 PLAT OF 15-FOOT WIDTH WATERLINE EASEMENT MATCH LINE SEE SHEET 7 OF 8 PROPOSED EASEMENT CITY OF FORT WORTH 0.667 AC. TARRANT COUNTY 29,471 SQ. FT. J. CHIRINO SURVEY,,''' AIL INVESTMENT, L.P. A-265 //, Qp��� CALLED 113.00 AC. �� INST. NO. D198011459 O.P.R.T.C.T. h ?G- bo JOv, /ro 5 2�G(�Zph6' SSE�$pl l LOT 5, BLOCK 5 PG' , '' L6 ALLIANCE GATEWAY SOUTH ^ Q•625'`' CAB. A, SL. 11500 �, n P.R.T.C.T. IiP 7- ' "07�� o IP7LOT 1, BLOCK 6 '00, ALLIANCE GATEWAY SOUTH CABINET A, SLIDE 12625 UNE BEARING DISTANCE L5 S 83'5209" E 236.55• I CALVIN E. COCK, III, A REGISTERED PROFESSIONAL LAND SURVEYOR, DO HEREBY DECLARE THAT THIS PLAT AND L6 S 0(711'30* E 15.09' ACCOMPANYING DESCRIPTION IS TRUE AND CORRECT TO THE L7 I N 83'5209„ W 238,25' BEST OF MY KNOWLEDGE AND BELIEF AND THAT THE PROPERTY DESCRIBED HEREIN WAS DETERMINED BY SURVEY M ON THE LEGEND GROUND UNDER MY DIRECTION AND SUPERVISIO PROPERTY LINE c O F CONCRETE PAD THAT ONCE HELD A TEXAS ❑O J �Q,:'�'.�I^,-��\cC��- \ DEPARTMENT OF TRANSPORTATION BRASS DISK I (� •'?' ' ;�''•,� MONUMENTS FOUND - (TYPE NOTED) • / .... ... . ..... .............;........ POINT OF BEGINNING/POINT OF COMMENCING P.O.B. /P.O.C. 1 CALVIN EARNEST ;v�•K, I I I DEED RECORDS TARRANT COUNTY TEXAS DR7.C.T. .....•..r..............................•........•.••, OFFICIAL PROPERTY RECORDS TARRANT COUNTY TEXAS O.P.R.T.C.T• ',{�� 5622 i NOTES: 9 '' �_ `Gr'•'��/� 1. THIS SURVEY WAS PERFORMED WITHOUT THE BENEFIT OF A TITLE COMMITMENT, �77 O }/ RECORD INFORMATION ON THIS SKETCH IS BASED ON A PUBLIC RECORDS SEARCH CALVIN E. COCK, III BY THE SURVEYOR AND MAY NOT INCLUDE ALL EASEMENTS OR INSTRUMENTS REGISTERED PROFESSIONAL LAND SURVEYOR PERTAINING TO THIS PROPERTY. TEXAS N0. 5622 2. ALL BEARINGS ARE BASED ON THE TEXAS STATE PLANE COORDINATE SYSTEM, RIADO N.A.D. B3, 3. A LEGAL DESCRIPTION OF THE SAME DATE HEREON ACCOMPANIES THIS PLAT. CRIADO PROJECT - R14163040118� 4100 SPRING VALLEY RD.,STE.1010 DRAWN BY - ZCD GRAPHIC SCALE DALLAS,TX 75244 0:972-392-9092 F:972-392-9192 DATE - 11-09-2017 Emmoom TBPLS FIRM#101633-00 EASMENT u - 6 0' 25' 50' lou' TBPE FIRM#F-4373 NORTHSIDE 1130 INCH WATER TRANSMISSION MAIN, PHASE II Parcel #2—02.1 TRACT 4 I.N. D209181336 O.P.R.T.C. WILLIAM HUFF SURVEY, ABSTRACT NO. 648 STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § CITY OF FORT WORTH PERMANENT WATER FACILITY EASEMENT DATE: GRANTOR: HILLWOOD 2421 LAND, LP GRANTOR'S MAILING ADDRESS (including County): 13600 HERITAGE PARKWAY SUITE 2 FORT WORTH, TARRANT COUNTY, TX 76177 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 200 TEXAS ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being more particularly described in attached Exhibits "A" and "B" Grantor, for the Consideration paid to Grantor and other good and valuable consideration, hereby grants, sells, and conveys to Grantee, its successors and assigns, an exclusive, perpetual easement for the construction, operation, maintenance, replacement, upgrade, and repair of a Permanent Water Main Facility, hereafter referred to as "Facility". The Facility includes all incidental underground and aboveground attachments, equipment and appurtenances, including, but not limited to manholes, manhole vents, lateral line connections, valves, pipelines, water meters, junction boxes in, upon, under and across a portion of the Easement Property and more fully described in Exhibits "A" and "B" attached hereto and Permanent Water Facility Easement Rev.10/17/17 Fo_xr18 incorporated herein for all pertinent purposes, together with the right and privilege at any and all times to enter Easement Property, or any part thereof, for the purpose of constructing, operating, maintaining, replacing, upgrading, and repairing said Facility. In no event shall Grantor (1) use the Easement Property in any manner which interferes in any material way or is inconsistent with the rights granted hereunder, or (II) erect or permit to be erected within the Easement Property a permanent structure or building, including, but not limited to, monument sign, pole sign, billboard, brick or masonry fences or walls or other structures that require a building permit. However, Grantor shall be permitted to install and maintain a concrete, asphalt or gravel driveway, road or parking lot across the Easement Property. Grantee shall be obligated to restore the surface of the Easement Property at Grantee's sole cost and expense, including the restoration of any sidewalks, driveways, or similar surface improvements located upon or adjacent to the Easement Property which may have been removed, relocated, altered, damaged, or destroyed as a result of the Grantee's use of the Easement Property granted hereunder. Provided, however, that Grantee shall not be obligated to restore or replace irrigation systems or other improvements installed in violation of the provisions and intended use of this Easement Property. TO HAVE AND TO HOLD the above-described Easement Property, together with all and singular the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns forever; and Grantor does hereby bind itself and its successor and assigns to warrant and forever defend all and singular the Easement Property unto Grantee, its successor and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. When the context requires, singular nouns and pronouns include the plural. T [SIGNATURES APPEAR ON THE FOLLOWING PAGE] Permanent Water Facility Easement Rev.10/17/17 Fo_ar�rH. GRANTOR: GRANTEE: City of Fort Worth By(Signature): (Print Name) ,Title APPROVED AS TO FORM AND LEGALITY (Signature) (Print Name) ,Title THE STATE OF TEXAS § _ COUNTY OF TARRANT § ACKNOWLEDGMENT BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared , known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of and that he/she executed the same as the act of said the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 920 . Notary Public in and for the State of Texas Permanent Water Facility Easement Rev.10/17/17 FoR_ r�Woar,H. ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared , of the City of Fort Worth, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of , 20 Notary Public in and for the State of Texas v Permanent Water Facility Easement Rev.10/17/17 �- FoRTWORTH. EXHIBIT"A" Page 1 of 5 Description of 15-Foot Width Waterline Easement Description of a 11,463 square feet or 0.263 acres tract of land located in the William Huff Survey Abstract No. 648, City of Fort Worth, Tarrant County, Texas, and being a portion of a called 468.814 acre tract of land (designated "Tract 4") described in the deed to HW 2421 Land, LP as recorded in Instrument No. D209181336 of the Official Public Records of Tarrant County, Texas (O.P.R.T.C.T.), said 0.263 acre tract of land being more particularly described by metes and bounds as follows: COMMENCING at a 5/8 inch iron rod with cap stamped "Brookes Baker Surveyors" located at the intersection of the southerly line of said called 468.814 acre tract of land with the existing easterly right-of-way line of U.S. 377 (a variable width right-of-way) a called 0.962 acre tract of land as conveyed to the State of Texas in the deed recorded Instrument No. D206069866 O.P.R.T.C.T.,said point also being the northwesterly corner of Lot 1,Block S of"Marshall Ridge, Phase 1 North"an addition to the City of Fort Worth as recorded in Cabinet A, Slide 12230 of the Plat Records of Tarrant County, Texas; THENCE North 24 degrees 31 minutes 13 seconds East, along said existing easterly right-of-way line of U.S. 377 and easterly line of said called 0.962 acre tract of land,a distance of 74.70 feet to an angle point in said lines; THENCE North 18 degrees 22 minutes 36 seconds East, continuing along said existing easterly right-of-way line of U.S. 377 and easterly line of said called 0.962 acre tract of land, a distance of 20.12 feet to an angle point in said lines; THENCE North 24 degrees 33 minutes 07 seconds East, continuing along said existing easterly right-of-way line of U.S. 377 and easterly line of said called 0.962 acre tract of land, a distance of 10.41 feet to a 5/8 inch iron rod with yellow cap stamped "CRIADO" set for the POINT OF BEGINNING of the herein described tract of land; (1) THENCE North 24 degrees 33 minutes 07 seconds East, continuing along said existing easterly right-of-way line of U.S. 377 and easterly line of said called 0.962 acre tract of land, a distance of 762.18 feet to a point a south line of said called 468.814 acre tract of land common to the southerly line of a called 1.039 acre tract of land (designated "Rainwater Tract") described in the deed to HW 164 Land, LP as recorded in Instrument No. D209181335 O.P.R.T.C.T.; (2) THENCE South 80 degrees 19 minutes 08 seconds East, along said common line, a distance of 15.52 feet to a 5/8 inch iron rod with yellow cap stamped "CRIADO" set for corner in the easterly line of said proposed easement, said point being 15 feet from, measured at a right angle,to said easterly right-of-way line of U.S. 377 and easterly line of said called 0.962 acre tract of land, from said point a 5/8 inch iron rod found for an interior corner of said called 468.814 acre tract of land, common to the southeasterly corner of said called 1.039 acre tract of land bears South 80 degrees 19 minutes 08 seconds East, along said common line, a distance of 273.40 feet; EXHIBIT"A" Page 2 of 5 .� Description of 15-Foot Width Waterline Easement (3) THENCE South 24 degrees 33 minutes 07 seconds West, 15 feet from,measured at a right r angle, and parallel to said easterly right-of-way line of U.S. 377 and easterly line of said called 0.962 acre tract of land a distance of 766.16 feet to a 5/8 inch iron rod with yellow cap stamped"CRIADO" set for corner; (4) THENCE North 65 degrees 26 minutes 53 seconds West, a distance of 15.00 feet to the POINT OF BEGINNING,and containing 11,463 square feet or 0.263 acres of land, more _ or less. NOTES: All coordinates and bearings are based on the Texas State Plane Coordinate System, N.A.D. 83, North Central Zone.All distances and coordinates shown are surface values and may be converted to grid by dividing by a surface conversion factor of 1.00012. A plat of same date accompanies this description. I, Calvin E. Cock, III, a Registered Professional Land Surveyor, do hereby declare that this — description and accompanying plat is true and correct to the best of my knowledge and belief and that the property described herein was determined by survey made on the ground under my direction a pe 'sion. -� re- 4� STF T� - Calvin E. Cock, III Registered Professional Land Surveyor No. 5622 � — Criado Associates < "eS , 4100 Spring Valley Road Suite 1001 Dallas, Texas 75244 972-392-9092 Texas Firm No. 10106903 EXHIBIT "A" PAGE 3 OF 5 PLAT OF 15-FOOT WIDTH WATERLINE EASEMENT MATCH UNE SEE SHEET 4 OF 5 I I .0 CITY OF FORT WORTH TARRANT COUNTY w 13 WILLIAM HUFF SURVEY I. A-648 �IN�~ N IN 0 o p z (n PROPOSED EASEMENT J 2 O r 0.263 AC. z 11.463 SO. FT. C0 C I HW 2421 LAND, LP "TRACT 4" 03 I CALLED 468.814 AC. INST. NO. D209181336 O.P.R.T.C.T. L3 N 65'26'53" W J L2 15.00' m Mn a r J LOT 1, BLOCK S MARSHALL RIDGE, PHASE 1 NORTH CAB. A, SL. 12230 P.O.C. P.R.rC.r 5/8' CIRF "BROOKES BAKER SURVEYORS" LINE BEARING DISTANCE L1 N 24'31'13" E 74.70' L2 N 18'22'36" E 20.12' L3 N 24'34'08" E 10.41' CRIADO (,,GADO PROJECT # - R14163 4100 SPRING VALLEY RD.,STEA010 DALLAS,T 75244 DRAWN BY - ZCD GRAPHIC SCALE F72-3 0:972-392-9092 F:972-392-9192 [7E - 11-09-2017 0' 25' 50' i c ' TBPLS FIRM#101633-00 E EMENT # - 7-1 TBPE FIRM#F-4373 EXHIBIT "A" PAGE 4 OF 5 PLAT OF 15-FOOT WIDTH WATERLINE EASEMENT MATCH UNE SEE SHEET 5 OF 5 I I I I Cl TY OF FOR T WORTH I TARRANT COUNTY I I WILLIAM HUFF SURVEY A-648 HW 2421 LAND, LP .L 000� � Iv- "TRACT 4" W o a N I C6 CALLED 468.814 AC. J a o n I n INST. NO. D209181336 Z 13 O.P.R.T.C.T. w o to I N IN z PROPOSED EASEMENT w I J m • Q I 0.263 AC. I 11.463 SQ. FT. I 1 I I I I I I I L I MATCH UNE SEE SHEET 3 OF 5 CRIADOL CRIADO PROJECT # - R14163 1�1 4100 SPRING VALLEY RD.,STE.1010 DRAWN BY - ZCD GRAPHIC SCALE DALLAS,TX 75244 0:972-392-9092 F:972-392-9192 DATE - 11-09-2017 o' 25' 50' loo' TBPLS FIRM#101633-00 EASEMENT # - 7-1 TBPE FIRM#F-4373 r'' EXHIBIT "All PAGE 5 OF 5 PLAT OF 15-FOOT WIDTH WATERLINE EASEMENT HW 164 LAND, LP CALLED 1.039 AC. "RAINWATER TRACT' INST. NO. D209181335 O.P.R.T.C.T. tntimto n �pjOV » SRF 4 S 80'19r 08w E 5/V 15.52 4p' CITY OF FOR T WORTH TARRANT COUNTY 3 I� WILLIAM HUFF SURVEY P7 0 °r° A-648 CNI I� m I HW 2421 LAND, LP 15 w 13 "TRACT 4" n I^ CALLED 468.814 AC. INST. N0. D209181336 I� O.P.R.T.C.T. C4 IC4 z Icn PROPOSED EASEMENT 0.263 AC. I 11,463 SO. FT. MATCH LINE SEE SHEET 4 OF 5 I, CALVIN E. COCK, III, A REGISTERED PROFESSIONAL LAND SURVEYOR, DO HEREBY DECLARE THAT THIS PLAT AND ACCOMPANYING DESCRIPTION IS TRUE AND CORRECT TO THE BEST OF MY KNOWLEDGE AND BELIEF AND THAT THE PROPERTY Y DESCRIBED HEREIN WAS DETERMINED BY SURVEY MADE ON THE LEGEND GROUND UNDER MY DIRECTION AND SUPERVISION. PROPERTY LINE O�''��., MONUMENTS FOUND - (TYPE NOTED) . L1 •.... PRCULATED POINT �� I NT OF BEGINNING /POINT OF COMMENCING P.O.B. /P.O.C. �: Y^^• 1 I—D RECORDS TARRANT COUNTY TEXAS D.R.T.C.T. N.....,..� �\ 0 I I OFFICIALCALVIN EARNEST PROPERTY RECORDS TARRANT COUNTY TEXAS O.P.R.T.C.T. , PLAT RECORDS OF TARRANT COUNTY. TEXAS P.R.T.C.T. S 6 Z Z �' PED IRON ROD FOUND CIRF 1` !17 I J ",.Es:R00 FOUND IRF �.;'Q^-'"•:'.. _- 'rte'' CALVIN E. COCK, III l� REGISTERED PROFESSIONAL LAND SURVEYOR • \� suR`�, -� 1. THIS SURVEY WAS PERFORMED LNTHOUT THE BENEFIT OF A TITLE COMMITMENT, TEXAS NO. 5622 -a --- +-- RECORD INFORMATION ON THIS SKETCH IS BASED ON A PUBLIC RECORDS SEARCH BY THE SURVEYOR AND MAY NOT INCLUDE ALL EASEMENTS OR INSTRUMENTS PERTAINING TO THIS PROPERTY. 2. ALL BEARINGS ARE BASED ON THE TEXAS STATE PLANE COORDINATE SYSTEM. CRIADO N.A.D. 83.'� A LEGAL DESCRIPTION OF THE SAME DATE HEREON ACCOMPANIES THIS PLAT. CniADO PROJECT - R14163 4100 SPRING VALLEY RD.,STE.1010 DALLAS,T DRAWN BY - ZCD GRAPHIC SCALE F 7 0:972-392-9092 F:972-372-3 92-9192 GIME - 11-09-2017 o' 25' so' loo' TBPLS FIRM#101633-00 E MENT x - 7-1 TBPE FIRM#F4373 NORTHSIDE 1130 INCH WATER TRANSMISSION MAIN, PHASE II Parcel #2— 02.2 TRACT 4 I.N. D209181336 O.P.R.T.C. WILLIAM HUFF SURVEY, ABSTRACT NO. 648 STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § CITY OF FORT WORTH PERMANENT WATER FACILITY EASEMENT DATE: GRANTOR: HILLWOOD 2421 LAND, LP GRANTOR'S MAILING ADDRESS (including County): 13600 HERITAGE PARKWAY SUITE 2 FORT WORTH, TARRANT COUNTY, TX 76177 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 200 TEXAS ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being more particularly described in attached Exhibits "A" and "B" Grantor, for the Consideration paid to Grantor and other good and valuable consideration, hereby grants, sells, and conveys to Grantee, its successors and assigns, an exclusive, perpetual easement for the construction, operation, maintenance, replacement, upgrade, and repair of a Permanent Water Main Facility, hereafter referred to as "Facility". The Facility includes all incidental underground and aboveground attachments, equipment and appurtenances, including, but not limited to manholes, manhole vents, lateral line connections, valves, pipelines, water meters, junction boxes in, upon, under and across a portion of the Easement Property and more fully described in Exhibits "A' and "B" attached hereto and Permanent Water Facility Easement Rev.10/17/17 FO�H. incorporated herein for all pertinent purposes, together with the right and privilege at any and all times to enter Easement Property, or any part thereof, for the purpose of constructing, operating, maintaining, replacing, upgrading, and repairing said Facility. In no event shall Grantor (1) use the Easement Property in any manner which interferes in any material way or is inconsistent with the rights granted hereunder, or (11) erect or permit to be erected within the Easement Property a permanent structure or building, including, but not limited to, monument sign, pole sign, billboard, brick or masonry fences or walls or other structures that require a building permit. However, Grantor shall be permitted to install and maintain a concrete, asphalt or gravel driveway, road or parking lot across the Easement Property. Grantee shall be obligated to restore the surface of the Easement Property at Grantee's sole cost and expense, including the restoration of any sidewalks, driveways, or similar surface improvements located upon or adjacent to the Easement Property which may have been removed, relocated, altered, damaged, or destroyed as a result of the Grantee's use of the Easement Property granted hereunder. Provided, however, that Grantee shall not be obligated to restore or replace irrigation systems or other improvements installed in violation of the provisions and intended use of this Easement Property. TO HAVE AND TO HOLD the above-described Easement Property, together with all and - singular the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns forever; and Grantor does hereby bind itself and its successor and assigns to warrant and forever defend all and singular the Easement Property unto Grantee, its successor and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. When the context requires, singular nouns and pronouns include the plural. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] Permanent Water Facility Easement Rev.10/17/17 GRANTOR: GRANTEE: City of Fort Worth By(Signature): (Print Name) ,Title APPROVED AS TO FORM AND LEGALITY (Signature) (Print Name) ,Title THE STATE OF TEXAS § COUNTY OF TARRANT § ACKNOWLEDGMENT BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared , known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of and that he/she executed the same as the act of said the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 920 . Notary Public in and for the State of Texas Permanent Water Facility Easement Rev.10/17/17 Fo�H. ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, _ on this day personally appeared , of the City of Fort Worth, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of , 20 Notary Public in and for the State of Texas _ Permanent Water Facility Easement Rev.10/17/17 FoRT�WOR_TH. EXHIBIT"A" -- Page 1 of 6 Description of 15-Foot Width Waterline Easement Description of a 16,006 square feet or 0.367 acres tract of land located in the William Huff Survey Abstract No. 648, City of Fort Worth, Tarrant County, Texas, and being a portion of a called 468.814 acre tract of land (designated "Tract 4") described in the deed to HW 2421 Land, LP as — recorded in Instrument No. D209181336 of the Official Public Records of Tarrant County, Texas (O.P.R.T.C.T.), said 0.263 acre tract of land being more particularly described by metes and bounds as follows: COMMENCING at a 5/8 inch iron rod with cap stamped "Brookes Baker Surveyors" located at the intersection of the southerly line of said called 468.814 acre tract of land with the existing easterly right-of-way line of U.S. 377 (a variable width right-of-way) a called 0.962 acre tract of land as conveyed to the State of Texas in the deed recorded Instrument No. D206069866 O.P.R.T.C.T. THENCE North 24 degrees 31 minutes 13 seconds East, along said existing easterly right-of-way line of U.S. 377 and easterly line of said called 0.962 acre tract of land,a distance of 74.70 feet to an angle point in said lines; -. THENCE North 18 degrees 22 minutes 36 seconds East, continuing along said existing easterly right-of-way line of U.S. 377 and easterly line of said called 0.962 acre tract of land, a distance of 20.12 feet to an angle point in said lines; THENCE North 24 degrees 31 minutes 13 seconds East, continuing along said existing easterly right-of-way line of U.S. 377 and easterly line of said called 0.962 acre tract of land, passing at a distance of 772.57 feet a point in the most southwesterly south line of said called 468.814 acre tract of land common to southerly line of a called 1.039 acre tract of land(designated "Rainwater Tract") described in the deed to HW 164 Land, LP as recorded in Instrument No. D209181335 O.P.R.T.C.T, continuing along said existing easterly right-of-way line of said U.S. 377 a westerly line of said called 1.039 acre tract of land, a distance of 922.70 feet to a point in the northerly line of said called 1.039 acre tract of land common to the most westerly north line of said called 468.814 } acre tract of land and being the POINT OF BEGINNING of the herein described tract of land; (1) THENCE North 24 degrees 33 minutes 07 seconds East, continuing along said existing easterly right-of-way line of U.S. 377 and easterly line of said called 0.962 acre tract of land, a distance of 1,066.29 feet to a point in the southerly line of Lot 1, Block 1 of"Lot 1, = Block 1, Westlake Water Supply", an addition to the City of Fort Worth as recorded in Cabinet A, Slide 8429 of the Plat Records of Tarrant County, Texas; (2) THENCE South 85 degrees 06 minutes 39 seconds East, along the southerly line of said Lot 1, a distance of 15.93 feet to a 5/8 inch iron rod with yellow cap stamped "CRIADO" set for corner in the easterly line of said proposed easement; EXHIBIT "A" Page 2 of 6 — Description of 15-Foot Width Waterline Easement (3) THENCE South 24 degrees 33 minutes 07 seconds West, 15 feet from,measured at a right angle to and parallel to said easterly right-of-way line of U.S. 377, a distance of 1,067.86 feet to a 5/8 inch iron rod with yellow cap stamped "CRIADO" set for corner in the westerly north line of said called 468.814 acre tract of land, common to the northerly line .of said called 1.039 acre tract of land; (4) THENCE North 79 degrees 38 minutes 46 seconds West, along the westerly north line of said called 468.814 acre tract of land, common to the northerly line of said called 1.039 acre tract of land,a distance of 15.47 feet to the POINT OF BEGINNING,and containing 16,006 square feet or 0.367 acres of land, more or less. NOTES: All coordinates and bearings are based on the Texas State Plane Coordinate System, N.A.D. 83, North Central Zone. All distances and coordinates shown are surface values and may be converted to grid by dividing by a surface conversion factor of 1.00012. A plat of same date accompanies this description. I, Calvin E. Cock, III, a Registered Professional Land Surveyor, do hereby declare that this description and accompanying plat is true and correct to the best of my knowledge and belief and _ that the property described herein was determined by survey made on the ground under my direction and s ion. OF T w 1��R�a+9cn ............ Calvin E. Cock, III CALVIN EARNESTOCK,CH Registered Professional Land Surveyor No. 5622 �':��'W22' Criado Associates 9 • O ,y •.,� Xa s s ..•.-� 4100 Spring Valley Road Suite 1001 S RJB Dallas, Texas 75244 972-392-9092 Texas Firm No. 10106903 w w w EXHIBIT "All PAGE 3 OF 6 PLAT OF 15-FOOT WIDTH WATERLINE EASEMENT MATCH UNE SEE SHEET 4 OF 6 in I Cl TY OF FOR T WOR TH ci I � EASEMENT TARRAN T COUNTY o IVI-I 0.367 AC. WILLIAM HUFF SURVEY ^ I 16'006 SO' FT FND. A-648 0 5/8" I.R. M S 24'33'07" W N I 1,067.86' z o a o HW 2421 LAND, LP _ �40,0o TRACT 4 o i� N 79'38'46" W CALLED 468.814 AC. V)�� o 15.47' INST. NO. D209181336 a O.P.R.T.C.T. a 3 HW 164 LAND, LP o CALLED 1.039 AC. "RAINWATER TRACT" INST. NO. D2091811335 o O.P.R.T.C.T. uj a J LINE BEARING DISTANCE D > L1 N 24'31 '13" E 74.70' L2 N 18'22'36" E 20.12' L3 N 24'33'07" E 1 922.70' J HW 2421 LAND, LP � "TRACT 4" 0 _ CALLED 468.814 AC. C5 N INST. NO. D209181336 ri O.P.R.T.C.T. J y � Q a J_ Q H o LOT 1, BLOCK S DETAIL "A" v W MARSHALL RIDGE, PHASE 1 NORTH NOT TO SCALE a v CAB. A, SL. 1220 P.R.T.C.T. P.O.C. 1/2" IRF CRIADO CRIADO PROJECT # - R14163 4100 SPRING VALLEY RD.,STE.1010 DALLAS, 75244 Q)4WN BY - ZCD GRAPHIC SCALE 0:972-392-9092 TF:972-392-9192 C E - 11-09-2017 0 25' 50' 100' TBPLS FIRM#101633-00 EAjEMENT # - 7-2 TBPE FIRM#F-4373 EXHIBIT "A" PAGE 4 OF 6 PLAT OF 15-FOOT WIDTH WATERLINE EASEMENT L MATCH UNE SEE SHEET 5 OF 6 L I L I I L I CITY OF FORT WORTH I TARRANT COUNTY I 3 WILLIAM HUFF SURVEY I I A-648 HW 2421 LAND, LP U) -i I "TRACT 4" a 04 ao CALLED 468.814 AC. too I r- INST. NO. D209181336 O i O O.P.R.T.C.T. co U W 1 3 16I r, O U O O pop~ M I M Q�20 04 104 Z I to Z I I I I PROPOSED EASEMENT I 0.367 AC. 16.006 SQ. FT. I I I I I I MATCH LINE SEE SHEET 3 OF 6 C RIAD 0 CRIADO PROJECT # - R14163 4100 SPRING VALLEY RD.,STE.1010 DALLAS,TX 75244 GRAPHIC SCALE DRAWN BY - ZCD 0:972-392-9092 F:972-392-9192 DATE - 11-09-2017 o' 25' 50' too' TBPLS FIRM#101633-00 EASEMENT # - 7-2 TBPE FIRM#F-4373 EXHIBIT "A" PACE 5 OF 6 PLAT OF 15-FOOT WIDTH WATERLINE EASEMENT MATCH UNE SEE SHEET 6 OF 6 I I I I CITY OF FORT WORTH R TARRANT COUNTY I o I WILLIAM HUFF SURVEY A-648 � � I � NI00 HW 2421 LAND, LP Co I o "TRACT 4" a ct CALLED 468.814 AC. INST. NO. D209181336 > w 3 O.P.R.T.C.T. 1 (n C3 11100" I �o M M �. NQ~ N I N Z I N o cs �Woa �Jao I �U� i I I I PROPOSED EASEMENT I 0.367 AC. 16.006 50. FT. I I I I I I _ MATCH UNE SEE SHEET 4 OF 6 CRIADO CriiADO PROJECT u - R14163 4100 SPRING VALLEY RD.,STE.1010 DRAWN BY - ZCD GRAPHIC SCALE DALLAS,TX 75244 0:972-392-9092 F:972-392-9192 DQE - 11-09-2017 o' 25' 50' 1 o0 TBPLS FIRM#101633-00 E EMENT u - 7-2 TBPE FIRM#F-4373 EXHIBIT "ALL PAGE 6 OF 6 PLAT OF 15-FOOT WIDTH WATERLINE EASEMENT 1 TOWN OF WES7ZAKE CALLED 2.322 AC. INST. NO. D202238744 O.P.R.T.C.T. l S 85'06'39" E 30 15.93' � o • L;, I Cl TY OF FORT WORTH DO m I TARRANT COUNTY . Q I . N I OD WILLIAM HUFF SURVEY o o A-648 I . L HW 2421 LAND, LP Lt° W 13 "TRACT 4" Q Q n ' CALLED 468.814 AC. I� o no 16Z 0 INST. NO. D209181336 opo~ M i M O.P.R.T.C.T. oQ: C4 QJio z I `" Eo I N 2 I PROPOSED EASEMENT 1 0.367 AC. I .6.006 SQ. FT. I MATCH LINE SEE SHEET I, CALVIN E. COCK, III, A REGISTERED PROFESSIONAL LAND EE 4 OF 5 SURVEYOR, DO HEREBY DECLARE THAT THIS PLAT AND ACCOMPANYING DESCRIPTION IS TRUE AND CORRECT TO THE BEST OF MY KNOWLEDGE AND BELIEF AND THAT THE PROPERTY LEGEND DESCRIBED HEREIN WAS DETERMINED BY SURVEY MADE ON THE PROPERTY LINE GROUND UNDER MY DIRECTION AND SUPERVISION. I O0 F MONUMENTS FOUND - (TYPE NOTED) • C� F 1' CALCULATED POINT f A, POINT OF BEGINNING /POINT OF COMMENCING P.O.B. /P.O.O. �- �. GEED RECORDS TARRANT COUNTY TEXAS D.RT.C,T. ..... ........ ..:>. � OFFICIAL PROPERTY RECORDS TARRANT COUNTY TEXAS O.P.R .................. T.C.T. .�CALVIN EARNEST '�I.;{, III PLAT RECORDS OF TARRANT COUNTY, TEXAS P.RLC.L '4..................................................... CAPPED IRON ROD FOUND CIRF .�/ < '•,� ; 5622 �:" Q,r,��� IRON ROD FOUND IF ( L �4 •.•_?, t`v. f NOTES CALVIN E. COCK, III �jD•.c 5 :•''�� REGISTERED PROFESSIONAL LAND SURVEYOR SUR 1f 1. THIS SURVEY WAS PERFORMED WITHOUT THE BENEFIT OF A TITLE COMMITMENT, TEXAS NO. 5622 RECORD INFORMATION ON THIS SKETCH IS BASED ON A PUBLIC RECORDS SEARCH BY THE SURVEYOR AND MAY NOT INCLUDE ALL EASEMENTS OR INSTRUMENTS PERTAINING TO THIS PROPERTY. 2. ALL BEARINGS ARE BASED ON THE TEXAS STATE PLANE COORDINATE SYSTEM, CRIADO - CRIADO N.A.D. 83,3. A LEGAL DESCRIPTION OF THE SAME DATE HEREON ACCOMPANIES THIS PLAT.PROJECT # - R14163 4100 SPRING VALLEY RD.,STE.1010 DALLAS,TX 75244 GRAPHIC SCALE DRAWN BY - ZCD 0:972-392-9092 F:972-392-9192 DATE - 11-09-2017 o' 25' 50' loo" TBPLS FIRM#101633-00 EASMENT # - 7-2 TBPE FIRM#F-4373 NORTHSIDE 11 30 INCH WATER TRANSMISSION MAIN, PHASE II Parcel #2—03 RAINWATER TRACT I.N. D209181335 O.P.R.T.C. WILLIAM HUFF SURVEY, ABSTRACT NO. 648 STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § CITY OF FORT WORTH PERMANENT WATER FACILITY EASEMENT DATE: GRANTOR: HILLWOOD 164 LAND, LP GRANTOR'S MAILING ADDRESS (including County): 13600 HERITAGE PARKWAY SUITE 2 FORT WORTH, TARRANT COUNTY, TX 76177 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 200 TEXAS ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being more particularly described in attached Exhibits "A" and "B" Grantor, for the Consideration paid to Grantor and other good and valuable consideration, hereby grants, sells, and conveys to Grantee, its successors and assigns, an exclusive, perpetual easement for the construction, operation, maintenance, replacement, upgrade, and repair of a Permanent Water Main Facility, hereafter referred to as "Facility". The Facility includes all incidental underground and aboveground attachments, equipment and appurtenances, including, but not limited to manholes, manhole vents, lateral line connections, valves, pipelines, water meters, junction boxes in, upon, under and across a portion of the Easement Property and more fully described in Exhibits "A" and "B" attached hereto and Permanent Water Facility Easement Rev.10/17/17 Fo_xr— incorporated herein for all pertinent purposes, together with the right and privilege at any and all times to enter Easement Property, or any part thereof, for the purpose of constructing, operating, maintaining, replacing, upgrading, and repairing said Facility. - In no event shall Grantor (1) use the Easement Property in any manner which interferes in any material way or is inconsistent with the rights granted hereunder, or (II) erect or permit to be _ erected within the Easement Property a permanent structure or building, including, but not limited to, monument sign, pole sign, billboard, brick or masonry fences or walls or other structures that require a building permit. However, Grantor shall be permitted to install and maintain a concrete, asphalt or gravel driveway, road or parking lot across the Easement Property. Grantee shall be obligated to restore the surface of the Easement Property at Grantee's sole cost and expense, including the restoration of any sidewalks, driveways, or similar surface improvements located upon or adjacent to the Easement Property which may have been removed, relocated, altered, damaged, or destroyed as a result of the Grantee's use of the Easement Property granted hereunder. Provided, however, that Grantee shall not be obligated to restore or replace irrigation systems or other improvements installed in violation of the provisions and intended use of this Easement Property. TO HAVE AND TO HOLD the above-described Easement Property, together with all and singular the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns forever; and Grantor does hereby bind itself and its successor and assigns to warrant and forever defend all and singular the Easement Property unto Grantee, its successor and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. When the context requires, singular nouns and pronouns include the plural. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] Permanent Water Facility Easement Rev.10/17/17 Fo H, GRANTOR: GRANTEE: City of Fort Worth By(Signature): (Print Name) ,Title APPROVED AS TO FORM AND LEGALITY (Signature) (Print Name) ,Title THE STATE OF TEXAS § COUNTY OF TARRANT § ACKNOWLEDGMENT BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, i on this day personally appeared , known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of and that he/she executed the same as the act of said the purposes and consideration therein expressed and in the capacity therein stated. Y GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 920 . Notary Public in and for the State of Texas Permanent Water Facility Easement Rev.10/17/17 FbitTWORTH. ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared , of the City of Fort Worth, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of , 20 Notary Public in and for the State of Texas Permanent Water Facility Easement Rev.10/17/17 1 itT Wbin.i. EXHIBIT"A" Page 1 of 3 Description of 15-Foot Width Waterline Easement Description of a 2,250 square feet or 0.052 acres tract of land located in the William Huff Survey Abstract No. 648, City of Fort Worth, Tarrant County,Texas, and being a portion of a called 1.039 acre tract of land (designated "Rainwater Tract") described in the deed to HW 164 Land, LP as recorded in Instrument No. D209181335 of the Official Public Records of Tarrant County, Texas (O.P.R.T.C.T.), said 0.052 acre tract of land being more particularly described by metes and bounds as follows: COMMENCING at a 5/8 inch iron rod found for the southeasterly corner of said called 1.039 acre tract of land, said point also being an interior corner of a called 468.814 acre tract of land (designated "Tract 4") described in the deed to HW 2421 Land, LP as recorded in Instrument No. D209181336 O.P.R.T.C.T.; THENCE North 80 degrees 19 minutes 08 seconds West, along the southerly line of said called 1.039 acre tract of land common to a southerly line of said called 468.814 acre tract of land, a distance of 273.40 feet the POINT OF BEGINNING of the herein described tract of land; (1) THENCE North 80 degrees 19 minutes 08 seconds West, along the southerly line of said called 1.039 acre tract of land common to a southerly line of said called 468.814 acre tract of land, a distance of 15.52 feet to a point in the existing easterly right-of-way line of U.S. 377 (a variable width right-of-way) a called 0.962 acre tract of land as conveyed to the State of Texas in the deed recorded Instrument No. D206069866 O.P.R.T.C.T. (2) THENCE North 24 degrees 33 minutes 07 seconds East,along said existing easterly right- of-way line of U.S. 377 and easterly line of said called 0.962 acre tract of land, a distance = of 150.10 feet to point in the northerly line of said called 1.039 acre tract of land,common to a north line of said called 468.814 acre tract of land; (3) THENCE South 79 degrees 38 minutes 46 seconds East, along said common line, a distance of 15.47 feet to a point for corner; i (4) THENCE South 24 degrees 33 minutes 07 seconds West, 15 feet from,measured at a right angle to, and parallel to said easterly right-of-way line of U.S. 377, a distance of 149.92 feet the POINT OF BEGINNING, and containing 2,250 square feet or 0.052 acres of land, more or less EXHIBIT"A" Page 2 of 3 Description of 15-Foot Width Waterline Easement NOTES: All coordinates and bearings are based on the Texas State Plane Coordinate System, N.A.D. 83, North Central Zone.All distances and coordinates shown are surface values and may be converted _ to grid by dividing by a surface conversion factor of 1.00012. A plat of same date accompanies this description. _ I, Calvin E. Cock, III, a Registered Professional Land Surveyor, do hereby declare that this description and accompanying plat is true and correct to the best of my knowledge and belief and that the property described herein was determined by survey made on the ground under my direction and s n. OF T� Sr'�. 9 — Calvin . Cock, III Registered Professional Land Surveyor No. 5622 Criado Associates 4100 Spring Valley Road Suite 1001 Dallas, Texas 75244 972-392-9092 Texas Firm No. 10106903 •— - EXHIBIT "A" PAGE 3 OF 3 PLAT OF 15-FOOT WIDTH WATERLINE EASEMENT HW 2421 LAND, LP "TRACT 4" CALLED 468.814 AC. INST. NO. D209181336 O.P.R.T.C.T. - S 79038'46" E CITY OF FORT WORTH I� 0 15.47' TARRANT COUNTY I\ WILLIAM HUFF SURVEY u1i 111- I 0.052 AC. A-648 2,250 SQ. FT. Q o Ia > ,0 I HW 164 LAND, LP CALLED 1.039 AC. "RA/NWA TER TRACT" w 13 /NST. NO. D209181335 0-C. to c I o O.P.R. T.C.T. I- 5 M M .r O N to C4 I N O, 0 o Q Z I N PROPOSED W 213' �- � EASEMENT �zo Q_3 z HW 2421 LAND, LP P.O.B. "TRACT 4" CALLED 468.814 AC. N 80"19'08" W INST. NO. D209181336 15.52O.P.R.T.C.T. ' y I, CALVIN E. COCK, III, A REGISTERED PROFESSIONAL LAND SURVEYOR, DO HEREBY DECLARE THAT THIS PLAT AND ACCOMPANYING DESCRIPTION IS TRUE AND CORRECT TO THE BEST OF MY KNOWLEDGE AND BELIEF AND THAT THE PROPERTY LEGEND DESCRIBED HEREIN WAS DETERMINED BY SURVEY MADE ON THE GROUND UNDER MY DIRECTION AND SUPERVISION. UNE �=' ^ MONUMENTS FOUND - (TYPE NOTED) • ?S ,`(L 0 F T��r CULATED POINT a',`P IS ;. .•4- T OF OF BEGINNING/POINT OF COMMENCING P.O.B. /P.O.C. .D RECORDS TARRANT COUNTY TEXAS WILT.C.T. ;........L............................».....,..,...-._ OFFICIAL PROPERTY RECORDS TARRANT COUNTY TEXAS O.P.R.T.C.T. CALVIN EARNEST „ IIi;% PLAT RECORDS OF TARRANT COUNTY, TEXAS P.R.T.C.T. ..................•.............••••••• ^••+••••••••••L+ WrED IRON ROD FOUND CRF r.•',"'; 5622 f1 ROD FOUND IRF r+.iEs C E. COCK, III REGISTERED PROFESSIONAL LAND SURVEYOR �SUR�^� T. THIS SURVEY WAS PERFORMED VATHOUT THE BENEFIT OF A TITLE COMMITMENT, TEXAS NO. 5622 RECORD INFORMATION ON THIS SKETCH IS BASED ON A PUBUC RECORDS SEARCH BY THE SURVEYOR AND MAY NOT INCLUDE ALL EASEMENTS OR INSTRUMENTS PERTAINING TO THIS PROPERTY. 2. ALL BEARINGS ARE BASED ON ,HE TEXAS STATE PLANE COORDINATE SYSTEM, CRIADO N.A.D. 83, 3'"A LEGAL DESCRIPTION OF THE SAME DATE HEREON ACCOMPANIES THIS PLAT. CniADO PROJECT - R14163 4100 SPRING VALLEY RD.,STE.1010 DRAWN BY - ZCD GRAPHIC SCALE DALLAS,TX 75244 0:972-392-9092 F:972-392-9192 D"t - 11-09-2017 o' 25' 50' 1 oo' TBPLS FIRM#101633-00 E MENT x - 8 TBPE FIRM#F-4373 GC-4.02 Subsurface and Physical Conditions THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Northside II 30-Inch Water Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised July 1,2011 TJ September 12, 2017 GEOTECHNICAL&CONSTRUCTION MATERIALS TESTING - City of Fort Worth 5000 MLK Frwy Fort Worth, Texas 76119 Attn: Robert Saucedo, Sr. Professional Engineer Water Dept. E: Robert.saucedo(cDfortwo rthtexas.gov P: 817-392-2387 Re: Sanitary Sewer CIPP Annual Contract 2014, CPN # 02298 Geotechnical Drilling, Testing and Boring Logs TSIT Report T17032 Mr. Saucedo: Following is our report for Geotechnical Drilling, Testing and Boring Logs associated with the Sanitary Sewer CIPP Annual Contract 2014 project, CPN 02298, DOE 7264. Locations for the borings was provided by a set of preliminary plans, P18 was deleted per Mr. Saucedo due to conflicts with easements and overhead utility lines. Total of 17 borings to a depth of 7 feet. In addition, we had to adjust the location of P1 to avoid conflicts with a utility easement. Our boring logs are attached along with the Atterberg Limits, Moisture Content and Minus #200 Results. Please feel free to contact me with any questions. We appreciate this opportunity. Sincerely, T. Smith Inspection & Testing, LLC Firm Registration F5278 Madiha Alshammry Graduate Engineer Kemp E Akeman, PE Principal Engineer Fort Worth: Dallas: Austin: 7473 Airport Freeway 2211 Century Center Blvd,Ste 101 304 Hazlewood St.,Ste 3 Fort Worth,Texas 76118 Irving,Texas 75062 Leander,Texas 78641 Phone:(817)589-9933 Phone:(972)573-6083 Phone:(512)337-5596 Sanitary Sewer CIPP Annual Contract 2014 LOG OF BORING P-1 Fort Worth,Texas SHEET 1 OF 17 GEOTP TSIT Project No.T17032 DRILLER GEDCO pprove y:Kemp E.Akeman,P.E. BORING NO./LOCATION P-1 DRY ON COMPLETION T Yes DATE August 23,2017 GROUND WATER OBSERVATION REFUSAL: No DEPTH 7.0 FT. ELEV. FT. Symbol SAMPLED FT. M COMPLETION: DEPTH DRY FT. BOTTOM OF HOLE DEPTH 7.0 FT. ELEV. FT. AFTER 6 HRS DEPTH DRY FT. BORING ADVANCED BY: POWER AUGERING _X WASHBORING STRATUM SAMPLE IN-SITU TESTS LABORATORY TESTS CL c a. in t N k c 3 d z o c STRATUM DESCRIPTION m m O Li d E 3 e J c°� o i^ w c > o a m c d u O () Y d �, l0 '� .y H d j, d R d CJ K 9 O N C d y Q_J O to A. a o Vl J .2 r2 0.0 4.5+ - Dark Brown Fat CLAY(CH)with 1.0 19.6 Broken Limestone 2.0 3.0 4.0 66 43 18.7 Brown Shaley Fat CLAY(CH) with Broken Limestone Seams 5.0 6.0 7.0 4.5+ END OF BORING @ 7.0- 10.0 12.5 - 15.0 17.5 - 'Shelby Auger Spit a Rock LEGEND Tube Spoon Core ffSanitary Sewer CIPP Annual Contract 2014 LOG OF BORING P-2 TTJ Fort Worth,Texas SHEET 2 OF 17 CTF(�VC At I ',W1,U(1K)N TSIT Project No.T17032 DRILLER GEDCO — s+.irFe�Ais rFsn�c — Approved By:Kemp E.Akeman,P.E. BORING NO./LOCATION P-2 DRY ON COMPLETION 7 Yes DATE August 23,2017 GROUND WATER OBSERVATION REFUSAL: No DEPTH 7.0 FT. ELEV. FT. Symbol _ SAMPLED FT. M COMPLETION: DEPTH DRY FT. BOTTOM OF HOLE DEPTH 7.0 FT. ELEV. FT. AFTER 6 HRS DEPTH DRY FT. BORING ADVANCED BY: POWER AUGERING X WASHBORING STRATUM SAMPLE IN-SITU TESTS LABORATORY TESTS S E _F w A a N a C ae m a `� o 0 3 a E c c STRATUM DESCRIPTION e a d V wEE o . a > oIL m o a v u a m E 5 o 0 U d m , dxE om = a °' a.�� m o C m v) 9 F- m a o- a 0 J �- 0. 2 0.0 Brown Fat CLAY(CH) 1.0 1'-31 2.0 .. 1'-26 73.9 60 38 18.3 4.0 5.0 1'-57 Brown&Tan Fat CLAY(CH) 15.5 6.0 7.0 V-46 rown&Tan Shaley Fat CLAY(CH) END OF BORING @ 7.0- 10.0 12.5 - 15.0 17.5 - 20.0 Texas Shelby ®Auger Split No Rock LEGEND Cone Tube Spoon Recovery Core Sanitary Sewer CIPP Annual Contract 2014 LOG OF BORING P-3 Fort Worth,Texas SHEET 3 OF 17 GEOTECHNICAL&CONSTRUCTM TSIT Project No.T17032 DRILLER GEDCO MATFRIALSTFSTINZ — Approved By:Kemp E.Akeman,P.E. BORING NO./LOCATION P-3 DRY ON COMPLETION T Yes DATE August 23,2017 GROUND WATER OBSERVATION REFUSAL: No DEPTH 7.0 FT. ELEV. FT. Symbol — SAMPLED FT. M COMPLETION: DEPTH DRY FT. X BOTTOM OF HOLE DEPTH 7.0 FT. ELEV. FT. AFTER 6 HRS DEPTH DRY FT. fE BORING ADVANCED BY: POWER AUGERING X WASHBORING STRATUM SAMPLE IN-SITU TESTS LABORATORY TESTS e F AS - N a C z y m o 9 e STRATUM DESCRIPTION .. C .em t" �' m e 3 A d oo v a Y d W > > a a _ a E a 8 u o u c a m Cr A o G u„i iA � � in ao oe. M e V) � - a :E I 0.0 Light Brown Fat CLAY(CH) r+ 78 64 39 15.9 2.5 1'-32 5.0 1'-24 7.5 - END OF BORING @ 7.0- 10.0 12.5 - 15.0 17.5 - 20.0 Texas Shelby Auger Split No ® Rock LEGEND Cone Tube Spoon Recovery Core —J Sanitary Sewer CIPP Annual Contract 2014 LOG OF BORING P-4 - Fort Worth,Texas SHEET 4 OF 17 ST rECHINICALonsrsucno„ TSIT Project No.T17032 DRILLER GEDCO FSTING — Approved By:Kemp E.Akeman,P.E. BORING NO./LOCATION P-4 DRY ON COMPLETION 1 Yes DATE August 23,2017 GROUND WATER OBSERVATION REFUSAL: No DEPTH 7.0 FT. ELEV. FT. Symbol SAMPLED FT. M COMPLETION: DEPTH DRY FT. Z BOTTOM OF HOLE DEPTH 7.0 FT. ELEV. FT. AFTER 6 HRS DEPTH DRY FT. BORING ADVANCED BY: POWER AUGERING X WASHBORING STRATUM SAMPLE IN-SITU TESTS LABORATORY TESTS c m t CM k .CC m m o M a 0v c STRATUM DESCRIPTION mz C o p d %E c e „ y> -Joa ` OaX 0 goO imdd ai A X O m C v> V .A .O o �a o u3 D D F va a M v U) J a 0.0 - 4.5+ 1.0 Brown Fat CLAY(CH)With Broken Limestone Seams 2.0 - 4.5+ 12.6 Brown Shaley Fat CLAY(CH) 3.0 with Broken Limestone 4.0 5.0 4.5+ Brown Shaley Fat CLAY(CH) 67 18 12.8 6.0 7.0 4.5+ END OF BORING @ 7.0- 10.0 12.5 - 15.0 17.5 - 20.0 Texas 1 Shelby Auger Split No ® Rock LEGEND Cone Tube l Spoon Recovery Core ,. STJ Sanitary Sewer CIPP Annual Contract 2014 LOG OF BORING P-rJ Fort Worth,Texas SHEET 5 OF 17 GEOTECHNICAL&CONSTRUCTION TSIT Project No.T17032 DRILLER GEDCO MATERIALS TESTING — Approved By:Kemp E.Akeman,P.E. BORING NO./LOCATION P-5 DRY ON COMPLETION? Yes DATE August 23,2017 GROUND WATER OBSERVATION REFUSAL: No DEPTH 7.0 FT. ELEV. FT. Symbol SAMPLED FT. M COMPLETION: DEPTH DRY FT. Z BOTTOM OF HOLE DEPTH 7.0 FT. ELEV. FT. AFTER 6 HRS DEPTH DRY FT. BORING ADVANCED BY: POWER AUGERING X WASHBORING STRATUM SAMPLE IN-SITU TESTS LABORATORY TESTS 5 .e 1c, a C, d YJ 4 t N x C w= a o « _ J c STRATUM DESCRIPTION LL aCL VmcC cc w Z' r p > O no Om v « m E, m dO X « o m c a d or m o c y o m � W rrn as :3o 'm 1 :5 9L 0.0 _ 4.5+ 1.0 Brown Fat CLAY(CH)with - 80-00-T .0" Limestone Seams 2.0 I -57 - 30.0" 3.0 4.0 26 21 7.3 Broken Limestone with Fat 5.0 - CLAY Seams(CH) 6.0 7.0 2"-100 Tan Broken Limestone END OF BORING @ 7.0- 10.0 12.5 - 15.0 17.5 - 20.0 Texas 'Shelby ®Auger F Split No Rock LEGEND t Cone Tube Spoon Recovery Core ■ Sanitary Sewer CIPP Annual Contract 2014 LOG OF BORING P-6 - �' Fort Worth,Texas SHEET 6 OF 17 o-EUftCAL&LONSTnUCfl,N TSIT Project No.T17032 DRILLER GEDCO — MATE RIALS TEST"tG — Approved By:Kemp E.Akeman,P.E. BORING NO./LOCATION P-8 DRY ON COMPLETION? Yes DATE August 23,2017 GROUND WATER OBSERVATION REFUSAL: No DEPTH 7.0 FT. ELEV. FT. Symbol SAMPLED FT. M COMPLETION: DEPTH DRY FT. BOTTOM OF HOLE DEPTH 7.0 FT. ELEV. FT. AFTER 6 HRS DEPTH DRY FT. BORING ADVANCED BY: POWER AUGERING WASHBORING STRATUM SAMPLE IN-SITU TESTS LABORATORY TESTS G a c a IA t N k ��.. 0 o a z° v STRATUM DESCRIPTION LL F ° 0 :S E ; - E v r a r CL 0 I m o a d v aai i ami cEo m O X « o m c a m v A o o o m moo: ern ao a En a > 0.0 - 46.4 57 38 31.8 Brown Fat CLAY(CH) 2.0 3.0 14.4 4.0 - ; Light Brown Fat CLAY(CH) 5.0 6.0 Tan Sand 7.0 END OF BORING @ 7.0' 10.0 12.5 - 15.0 17.5 - 20.0 - Texas 'ShelbyWRock ®Auger r E Core LEGEND Cone Tube — Sanitary Sewer CIPP Annual Contract 2014 LOG OF BORING P-7 ffi - ff Fort Worth,Texas SHEET 7 OF 17: T PKHNiCALBCOMMUCTION TSIT Project No.T17032 DRILLER GEDCO — MATERIAL STFSTK — Approved By:Kemp E.Akeman,P.E. BORING NO./LOCATION P-7 DRY ON COMPLETION T Yes DATE August 23,2017 GROUND WATER OBSERVATION REFUSAL: No DEPTH 7.0 FT. ELEV. FT. Symbol T SAMPLED FT. M COMPLETION: DEPTH DRY FT. BOTTOM OF HOLE DEPTH 7.0 FT. ELEV. FT. AFTER 6 HRS DEPTH DRY FT. BORING ADVANCED BY: POWER AUGERING X WASHBORING STRATUM SAMPLE IN-SITU TESTS LABORATORY TESTS c g ;c a o c N m o a z° c STRATUM DESCRIPTION m aa. oa d 3 a E m E SJ Z w0 a > c IL u r o ' vcE c E u 14L oua � as 27 v U) _3 a 0.0 rrrrrrr Brown Fat CLAY(CH),Sandy rrrrrr 1.0 CLAY,Light Brown Fat CLAY r rrrrrrr – rrrrrrr 2.0 rrrrrrr _ rrrrrrr 30.4 21 19 11.4 3.0 rur�ii Possible Fill .. – rrrrrrr 4.0 - rrrrrrr rrrrrrr _ rrrrrrr rrrrrrr 5.0 rrrrrr rrrrrrr 6.0 – – rrrrrrr – ur»rr 7.0 rrrrrrr 1 -24 ` - END OF BORING @ 7.0- 10.0 12.5 - 15.0 17.5 - 20.0 Texas Shelby ®Auger l Split No Rock LEGEND t Cone Tube Spoon Recovery Core a Sanitary Sewer CIPP Annual Contract 2014 LOG OF BORING P-8 Fort Worth,Texas SHEET 8 OF 17 ECTELHNI<AL&CONSTAUC=:.: TSIT Project No.T17032 DRILLER GEDCO - MATFRIAISTWIN( Approved By:Kemp E.Akeman,P.E. BORING NO./LOCATION P-8 DRY ON COMPLETION T Yes DATE August 23,2017 GROUND WATER OBSERVATION REFUSAL: No DEPTH 7.0 FT. ELEV. FT. Symbol - SAMPLED FT. M COMPLETION: DEPTH DRY FT. BOTTOM OF HOLE DEPTH 7.0 FT. ELEV. FT. AFTER 6 HRS DEPTH DRY FT. BORING ADVANCED BY: POWER AUGERING X WASHBORING STRATUM SAMPLE IN-SITU TESTS LABORATORY TESTS y A C p a c m $ o m m i - 9 c STRATUM DESCRIPTION u d F o � "' 3 E v C w d d e m c Z, a :3m r 0 r c > 0I m o a m g m i. m m d 0 v m E d m Q� m D m D to X0: yv dcif 7 o N J " d 1 fo 0.0 riiir!! frlrif! frrr!!f Dark Brown$Light Brown Fat 1.0 frrrlr! CLAY(CH) _ 2.0 rrirrfr Possible Fill !f!f!!! 41.9 45 29 9.1 3.0 - !rilirr lrrf!!! 4.0 11 Dark Brown Fat CLAY(CH) 5.0 6.0 . a1f R. Brown Fat Clay with Embeded - 7.0 .r.r r• •r•r.r. Gravel - END OF BORING @ 7.0- 10.0 — 12.5 - 15.0 — 17.5 - 20.0 — Texas 'Shelby Au er Split No Rock Tube LEGEND ` Cone 9 Spoon Recovery Core Sanitary Sewer CIPP Annual Contract 2014 LOG OF BORING P-9 Fort Worth,Texas SHEET 9 OF 17 UFT ^ TSIT Project NO.T17032 DRILLER GEDCO 7E-IALs TES-Aa — Approved By:Kemp E.Akeman,P.E. BORING NO./LOCATION P-9 DRY ON COMPLETION? Yes DATE August 23,2017 GROUND WATER OBSERVATION REFUSAL: No DEPTH 7.0 FT. ELEV. FT. Symbol SAMPLED FT. M COMPLETION: DEPTH DRY FT. BOTTOM OF HOLE DEPTH 7.0 FT. ELEV. FT. AFTER 6 HRS DEPTH DRY FT. BORING ADVANCED BY: POWER AUGERING X WASHBORING STRATUM SAMPLE IN-SITU TESTS LABORATORY TESTS ;2 CL c d N c LL T e o o m a v STRATUM DESCRIPTION B m d o E 3 ° -J o E .t.. O t d > O d _a 0 T iu A d C7 X Z O d C O. m .17 j e O D VJ y R tY F fA a a e m Zi -' d 3: 0.0 _ Dark Brown &Light Brown Fat 1.0 CLAY CH - _ 17.7 Tan Limestone 2.0 4.5"-100 •iii••• 3.0 .�.•.�. Brown CLAY(CH) Possible Fill 5.0 "•"" 70.2 64 40 15.3 6.0 Dark Brown Fat CLAY(CH) �'�'�'� 7.0 17 7 END OF BORING @ 7.0- 10.0 — 12.5 - 15.0 — 17.5 - 20.0 -' - Texas Shelby Auger Split No Rock LEGEND Cone Tube ® t Spoon Recovery Core Sanitary Sewer CIPP Annual Contract 2014 LOG OF BORING P-1 0 10STJ Fort Worth,Texas SHEET 10 OF 17 H ,, y TSIT Project No.T17032 DRILLER GEDCO — na feu rE imG — Approved By:Kemp E.Akeman,P.E. BORING NO./LOCATION P-10 DRY ON COMPLETION? Yes DATE August 23,2017 GROUND WATER OBSERVATION REFUSAL: No DEPTH 7.0 FT. ELEV. FT. Symbol SAMPLED FT. M COMPLETION: DEPTH DRY FT. �_ 4 BOTTOM OF HOLE DEPTH 7.0 FT. ELEV. FT. AFTER 6 HRS DEPTH DRY FT. BORING ADVANCED BY: POWER AUGERING X WASHBORING STRATUM SAMPLE IN-SITU TESTS LABORATORY TESTS c 'E w a IL .. m m o :: °' i v STRATUM DESCRIPTION J. T o d 3 a E -` V CCC r > oay '5G JrcEO o ' A o X o m r a 0.0 _ 1.0 Dark Brown Fat CLAY(CH)with _ Limestone Seams 2.0 Possible Fill 3.0 64.3 45 28 13.2 4.0 Tan Limestone 5.0 4.25"-100 Light Brown Fat CLAY(CH) 6.0 7.9 7.0 END OF BORING @ 7.0- I U.0 — 12.5 - 15.0 — 17.5 - 20.0 — Texas Shelby ®Auger Split No Rock LEGEND Cone Tube Spoon Recovery Core i Sanitary Sewer CIPP Annual Contract 2014 LOG OF BORING P-1 1 � Fort Worth,Texas SHEET 11 OF 17 TSIT Project No.T17032 DRILLER GEDCO - MATFRIA,STESTING ' Approved By:Kemp E.Akeman,P.E. BORING NO./LOCATION P-11 DRY ON COMPLETION 7 Yes DATE August 23,2017 GROUND WATER OBSERVATION REFUSAL: No DEPTH 7.0 FT. ELEV. FT. Symbol a SAMPLED _FT. M COMPLETION: DEPTH DRY FT. BOTTOM OF HOLE DEPTH 7.0 FT. ELEV. FT. AFTER 6 HRS DEPTH DRY FT. Q BORING ADVANCED BY: POWER AUGERING X WASHBORING STRATUM SAMPLE IN-SITU TESTS LABORATORY TESTS c ye xao d e ~ r a c o m oi c 11 2 STRATUM DESCRIPTION a o r o M o ; Im E V c w ~ Z m e E Z, J r a° r a > o n d y v_ u aai % m m acid x ° o o 'c o. y Sr J m o o rn o Cn a: Ir v� o o M e 'm J a 2 0.0 _ Dark Brown&Light Brown Fat 1.0 CLAY CH Tan Limestone 2.0 � 2.5"-100 1 „ 3.0 1 4.0 ; ; ; ' Light Brown Fat CLAY(CH) 5.0 58.1 39 25 9.3 1'1'1'1 6.0 7.0 END OF BORING @ 7.0' 10.0 — 12.5 - 15.0 — 17.5 - 20.0 — FKT exas Shelby ®Auger Split H No ® Rock LEGEND Cone Tube 9 Spoon Recovery Core Sanitary Sewer CIPP Annual Contract 2014 LOG OF BORING P-12 P ' Fort Worth,Texas SHEET 12 OF 17 NSTR,:,-ON TSIT Project No.T17032 DRILLER GEDCO 'A',I'=, .- Approved By:Kemp E.Akeman,P.E. BORING NO./LOCATION P-12 DRY ON COMPLETION? Yes DATE August 23,2017 GROUND WATER OBSERVATION REFUSAL: No DEPTH 7.0 FT. ELEV. FT. Symbol SAMPLED FT. M COMPLETION: DEPTH DRY FT. I ~ BOTTOM OF HOLE DEPTH 7.0 FT. ELEV. FT. AFTER 6 HRS DEPTH DRY FT. BORING ADVANCED BY: POWER AUGERING X WASHBORING STRATUM SAMPLE IN-SITU TESTS LABORATORY TESTS = = N k w m o a aD a wrd ~ o ° v STRATUM DESCRIPTION z oE vam C 0 °r a o E a V Y fdadN V d + a pd Q Xa L j 2 to as :3 J — 9L 1 2 0.0 _ �' 4.5+ Dark Brown Fat CLAY(CH)with 1.0 28.4 Broken Limestone 2.0 65.6 57 37 20 3.0 4.5+ 4.0 Dark Brown Fat CLAY(CH) 5.0 6.0 7.0 3.0°-100 Light Brown Limestone END OF BORING @ 7.0- 10.0 — 12.5 - 15.0 — 17.5 - 20.0 — Texas 'Shelby ®Auger Split No Rock LEGEND Cone Tube Spoon Recovery Core ■ Sanitary Sewer CIPP Annual Contract 2014 LOG OF BORING P-13 Fort Worth,Texas SHEET 13 OF 17 tru7rcwr;cnr a c�r�s*��,rr�c r TSIT Project No.T17032 DRILLER GEDCO ai i Fes;r,c — Approved By:Kemp E.Akeman,P.E. BORING NO./LOCATION P-13 DRY ON COMPLETION Z Yes DATE August 23,2017 GROUND WATER OBSERVATION REFUSAL: No DEPTH 7.0 FT. ELEV. FT. Symbol SAMPLED FT. M COMPLETION: DEPTH DRY FT. X BOTTOM OF HOLE DEPTH 7.0 FT. ELEV. FT. AFTER 6 HRS DEPTH DRY FT. BORING ADVANCED BY: POWER AUGERING X WASHBORING STRATUM SAMPLE IN-SITU TESTS LABORATORY TESTS CL a r a N C CL It 0 0 E STRATUM DESCRIPTION a eIm w r E 3 c 0 r Oaa+ $to od > o` am a, 0 rn am om ro% aMym wo v rn 0.0 _ 1.0 Dark Brown Fat CLAY(CH)with Broken Limestone 2.0 3.0 16.1 4.0 56 33 24.4 Dark Brown Fat CLAY(CH) 5.0 6.0 7.0 2.25"-10 4.5+ Light Brown Limestone END OF BORING @ 7.0' 10.0 — 12.5 - ar. 15.0 — 17.5 - 20.0 — Lk Texas 'Shelby ®Auger r Split No ® Rock LEGEND Cone Tube Spoon Recovery Core ■ Sanitary Sewer CIPP Annual Contract 2014 LOG OF BORING P-14 �'TJFort Worth,Texas SHEET 14 OF 17 iECtitr�CAtd uns-acc:�ev TSIT Project No.T17032 DRILLER GEDCO -- MATERIALS TESTING Approved By:Kemp E.Akeman,P.E. BORING NO./LOCATION P-14 DRY ON COMPLETION Z Yes DATE August 23,2017 GROUND WATER OBSERVATION REFUSAL: No DEPTH 7.0 FT. ELEV. FT Symbol SAMPLED FT. M COMPLETION: DEPTH DRY FT. Z BOTTOM OF HOLE DEPTH 7.0 FT. ELEV. FT. AFTER 6 HRS DEPTH DRY FT. BORING ADVANCED BY: POWER AUGERING X WASHBORING STRATUM SAMPLE IN-SITU TESTS LABORATORY TESTS c E a a N a c L M y m m o O1 i v STRATUM DESCRIPTION a $ .0 a E v om m m oEE ur a > o G v pV y g% ro 0 a vC1 A m ae In 21 mo 0.0 4.5+ - Dark Brown Fat CLAY(CH) 1.0 II:Xt 2.0 3.0 51 33 14 4.0 5.0 Dark Brown Fat CLAY(CH) with Broken Limestone 6.0 7.0 4.5+ — END OF BORING @ 7.0- 10.0 — 12.5 - 15.0 — 17.5 - 20.0 - Texas Shelby ®Auger F Split No a Rock LEGEND = Cone Tube Spoon Recovery Core Sanitary Sewer CIPP Annual Contract 2014 LOG OF BORING P-15 Fort Worth,Texas SHEET 15 OF 17 ceoTECnMCAL S coNSTRUC71CN TSIT Project No.T17032 DRILLER GEDCO i MATERIALS TESTING — Approved By:Kemp E.Akeman,P.E. BORING NO./LOCATION P-15 DRY ON COMPLETION? Yes DATE August 23,2017 GROUND WATER OBSERVATION REFUSAL: No DEPTH 7.0 FT. ELEV. FT. Symbol SAMPLED FT. M COMPLETION: DEPTH DRY FT. X BOTTOM OF HOLE DEPTH 7.0 FT. ELEV. FT. AFTER 6 HRS DEPTH DRY FT. EE BORING ADVANCED BY: POWER AUGERING X WASHBORING STRATUM SAMPLE IN-SITU TESTS LABORATORY TESTS c '0 ;e CL o a N C tK r m m o d a i v C STRATUM DESCRIPTION Li m T o` m a E V c w Z' m m c Z. ° Mi t ao L .m• h d o > Q o . o0V m .m`. O a 'B — E EdomE 'L -J x em Cm o o co .�a 0.0 4.5+ 1 0 Dark Brown Fat CLAY(CH)with Broken Limestone 2.0 3.0 69 49 15.1 4.0 - 4.0 5.0 . . 6.0 4.5+ 6.0 Tan Limestone 7.0 — END OF BORING @ 7.0- w 10.0 — 12.5 15.0 — 17.5 - F 20.0 — - Texas 'Shelby ru auger F Split No ® Rock LEGEND Cone Tube Spoon Recooary Core Sanitary Sewer CIPP Annual Contract 2014 LOG OF BORING P-16 Fort Worth,Texas SHEET 16 OF 17 TSIT Project No.T17032 DRILLER GEDCO Approved By:Kemp E.Akeman,P.E. T BORING NO./LOCATION P-16 DRY ON COMPLETION? Yes DATE August 23,2017 GROUND WATER OBSERVATION REFUSAL: No DEPTH 7.0 FT. ELEV. FT. Symbol SAMPLED FT. M COMPLETION: DEPTH DRY FT. s BOTTOM OF HOLE DEPTH 7.0 FT. ELEV. FT. AFTER 6 HRS DEPTH DRY FT. Q BORING ADVANCED BY: POWER AUGERING X WASHBORING STRATUM SAMPLE IN-SITU TESTS LABORATORY TESTS E G e a Z o a C N r LL r e o 3 U STRATUM DESCRIPTION o rr' C a° r c > o a m D ro m v o C V Y m m > 5 a a m i, m A m C7 X o m C a d Cr� 1O c D tp D to o F N IL IL a J) :3 a 0.0 _ 4.5+ 1.0 Dark Brown Fat CLAY(CH)with Broken Limestone 2.0 3.0 64 44 19.8 4.0 - Light Brown Fat CLAY(CH)with 5.0 Weathered Limestone 6.0 4.5+ 7.0 11 Light Brown Limestone END OF BORING @ 7.0' 10.0 — 12.5 - 15.0 — 17.5 - Texas Shelby ®Auger F Split No Rock LEGEND Cone Tube g Spoon Recovery Core OSTJ Sanitary Sewer CIPP Annual Contract 2014 LOG OF BORING P-17 Fort Worth,Texas SHEET 17 OF 17 'GEQTECkMCAc TSIT Project No.T17032 DRILLER GEDCO -- NIATFA,At 5'f S!'N('. .—..—. - Approved By:Kemp E.Akeman,P.E. BORING NO./LOCATION P-17 DRY ON COMPLETION Z Yes DATE August 23,2017 GROUND WATER OBSERVATION REFUSAL: No DEPTH 7.0 FT. ELEV. FT. Symbol SAMPLED FT. M COMPLETION: DEPTH DRY FT. BOTTOM OF HOLE DEPTH 7.0 FT. ELEV. FT. AFTER 6 HRS DEPTH DRY FT. � BORING ADVANCED BY: POWER AUGERING X WASHBORING STRATUM SAMPLE IN-SITU TESTS LABORATORY TESTS c 13 ,_ P c a $ a a t a x m m a o w m z° STRATUM DESCRIPTION o � m ; a E m c ° c w v m cZ a J k o t 0 r a > o a m s. aai M aoi O X o m c a m Sr` A o o m o (n o o! 0 as o in I Z a 0.0 _ Dark Brown Fat CLAY(CH)with 1.0 55 38 16 Broken Limestone 2.0 3.0 4.0 V-31 12.5 Light Brown Fat CLAY(CH) with Weathered Limestone 5.0 w_ Light Brown Weathered 6.0 — 4.5"-100 Limestone 7.0 END OF BORING @ 7.0- - 10.0 — 12.5 - 15.0 — 17.5 - 20.0 — Texas 'Shelby ®Auger F Split []No Rock LEGEND Cone Tube Spoon Recovery Core GC-4.04 Underground Facilities THIS PAGE LEFT-INTENTIONALLY BLANK CITY OF FORT WORTH Northside II 30-Inch Water Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised July 1,2011 GC-6.06.1) Minority and Women Owned Business Enterprise Compliance THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Northside II 30-Inch Water Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised July 1,2011 M ATTACHMENT 1A Page 1 o1`4 FORT WORTH City of Fort Worth Minority Business Enterprise MBE Subcontractors/Suppliers Utilization Form OFFEROR COMPANY NAME: Check applicable block to describe Offeror PROJECT NAME: BID DATE City's MBE Project Goal: Offeror's 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 13t tier, a payment by a subcontractor to its supplier is considered 2"d tier. The prime contractor is responsible to provide proof of payment of all tiered subcontractors identified as a MBE and counting those dollars towards meeting the contract committed goal. ALL MBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located within the Marketplace, that have been determined to be a bondafide minority business enterprise by the North Central Texas Regional Certification Agency (NCTRCA)or other certifying agencies that the City may deem appropriate and accepted by the City of Fort Worth. If hauling services are utilized, the Offeror will be given credit as long as the MBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The MBE may lease trucks from another MBE firm, including MBE owner-operated, and receive full MBE credit. The MBE may lease trucks from non-MBEs, including owner-operated, but will only receive credit for the fees and commissions earned by the MBE as outlined in the lease agreement. Rev.2/10/15 FORT WORTH ATTACHMENT 1A —111 • Page 2 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 � M W Dollar Amount Telephone/Fax ' B B B Work Purchased -A Email E E Contact Person E El El El El El El El El El �4 El EJ Rev.2/10/15 dw FORT WORTH ATTACHMENT 1A T 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 M W Dollar Amount Telephone/Fax ' B B B Work Purchased Email E E Contact Person E El E] El 1 El El E 1-1 El 1 E 1 E Rev.2/10/15 f'FORT WORTH ATTACHMENT 1A Page 4 of 4 Total Dollar Amount of MBE Subcontractors/Suppliers $ Total Dollar Amount of Non-MBE Subcontractors/Suppliers $ TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ The 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 _. ChangelAddition 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. Authorised Signature Printed Signature Title Contact Name/Title(if different) Company Name Telephone and/or Fax Address E-mail Address City/Statelzip Date Rev.2/10/15 ATTACHMENT 1B 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: M/W/DBE NON-M/W/DBE 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). Ali questions on this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is - NO, then you must complete ATTACHMENT 1C. This form is only applicable if both answers are yes. Failure to complete this form in its 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 ' Title Contact Name(if different) _ Company Name Phone Number Fax Number Address Email Address City/State/Zip 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: I NON-M/W/DBE 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 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. Failure to complete this form, in its entirety with supporting 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. 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 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,person contacted,phone number and date and time of contact.) No 5.) Did you solicit bids from MBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by facsimile(fax),exclusive of the day the bids are opened? Yes (If yes,attach list to include name of MBE firm,fax number and date and time of contact. In addition,if the fax is returned as undeliverable,then that"undeliverable confirmation"received must be printed directly from the facsimile for proper documentation. Failure to submit confirmation and/or"undeliverable confirmation" documentation may render the GFE non-responsive.) No 6.) Did you solicit bids from MBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by email,exclusive of the day the bids are opened? Yes (If yes,attach email confirmation to include name of MBE firm,date and time.In addition,if an email is returned as undeliverable,then that"undeliverable message"receipt must be printed directly from the email system for proper documentation. Failure to submit confirmation and/or"undeliverable message"documentation may render the GFE non-responsive.) No NOTE: The 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 6.) 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.2/10/15 ATTACHMENT 1C Page 4 of 4 The undersigned certifies that the information provided and the MBE(s) listed was/were contacted in good faith. It is understood that any MBE(s) 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 Title Contact Name and Title (if different) Company Name Phone Number Fax Number Address Email Address City/State/Zip Date Rev.2/10/15 Joint Venture Page 1 of 3 FORT WORTH CITY OF FORT WORTH MBE Joint Venture Eligibility Form All questions must be answered;use"NIA"if not applicably Name of City project: A joint venture form must be completed on ngh project RFP/Bid/Purchasing Number: 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 if additional space is required to provide detailed explanations of work to be performed by each firm comprising the .olnt venture MBE firmNon-MBE firm name Tname: 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: 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. 5.List components of ownership of joint venture: (Do not complete iif this information is described in joint venture agreement) Profit and loss sharing: Capital contributions,including equipment: Other applicable ownership interests: 6.Identify by name,race,sex and firm those individuals(with titles)who are responsible for the day-to-day management and decision maldng 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 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 M/WBE 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 Pa e3of3 AFFIDAVIT The undersigned affirms that the foregoing statements are true and correct and include all material information necessary to identify and explain the terms and operation of the joint venture. Furthermore, the undersigned shall agree to provide to the joint venture the stated scope of work, decision-making responsibilities and payments herein. The City also reserves the right to request any additional information deemed necessary to determine if the joint venture is eligible. Failure to cooperate and/or provide requested information within the time specified is grounds for termination of the eligibility process. The undersigned agree to permit audits, interviews with owners and examination of the books,records and files - of the joint venture by any authorized representatives of the City of Fort Worth. Failure to comply with this provision shall result in the termination of any contract, which may be awarded under the provisions of this joint venture's eligibility and may initiate action under Federal, State and/or Local laws/ordinances concerning false statements or willful misrepresentation of facts_ _ _ _ --------------------------------------------------------------------------------------------------------- Name of MBE firm Name of non-MBE firm Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Title Title Date Date Notarization State of County of On this day of ,20 ,before me appeared and to me personally known and who,being duly sworn, did execute the foregoing affidavit and did state that they were properly authorized to execute this affidavit and did so as their free act and deed. Notary Public Print Name } Notary Public Signature Commission Expires (sea[) Rev.2/10/15 GC-4.04 Underground Facilities THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Northside II 30-Inch Water Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised July 1,2011 GC-6.06.1) Minority and Women Owned Business Enterprise Compliance THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Northside II 30-Inch Water Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised July 1,2011 ATTACHMENT IA 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 PROJECT NAME: M/W/DBE NON-M/W/DBE BID DATE �. City's MBE Project Goal: Offeror's 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 1"tier, a payment by a subcontractor to its supplier is considered 2"d tier. The prime contractor is responsible to provide proof of payment of all tiered subcontractors identified as a MBE and counting those dollars towards meeting the contract committed goal. ALL MBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located within the Marketplace, that have been determined to be a bondafide minority business enterprise by the North Central Texas Regional Certification Agency(NCTRCA)or other certifying agencies that the City may deem appropriate and accepted by the City of Fort Worth. If hauling services are utilized, the Offeror will be given credit as long as the MBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The MBE may lease trucks from another MBE firm, including MBE owner-operated, and receive full MBE credit. The MBE may �- lease trucks from non-MBEs, including owner-operated, but will only receive credit for the fees and commissions earned by the MBE as outlined in the lease agreement. Rev.2/10/15 0"FORTWORTH ATTACHMENT 1A ' I Page 2 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 o Company Name T n Detail Detail Address i Subcontracting Supplies Telephone/Fax e B B M Work Purchased Dollar Amount Email r E E B Contact Person E Ej Ej Ej ILI t Ej 1:1 i Rev.2/10/15 FORT�WORTHr ATTACHMENT 1A i 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 o Company Name T n Detail Detail Address i Subcontracting Supplies M W Dollar Amount Telephone/Fax e B B M Work Purchased Email r E E B Contact Person E El El _i El 4. 1 Rev.2/10/15 IFORTWORTH ATTACHMENT 1A Page 4 of 4 Total Dollar Amount of MBE Subcontractors/Suppliers $ Total Dollar Amount of Non-MBE Subcontractors/Suppliers $ TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ The 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. Authorized Signature Printed Signature Title Contact Name/Title(if different) Company Name Telephone and/or Fax Address E-mail Address City/StateMp Date Rev.2/10/15 ATTACHMENT 1B 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: M/W/DBE NON-M/W/DBE - 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 1C. This form is only applicable if bath 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 Title Contact Name(if different) Company Name Phone Number Fax Number Address Email Address City/State/Zip Date Rev.2/10/15 ATTACHMENT 1C Page 1 of 4 Y 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/W/DBE NON-M/W/DBE BID DATE City's MBE Project Goal: Offeroes 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 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. Failure to complete this form, in its entirety with supporting 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. 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, /f necessary) List of Subcontracting Opportunities List of Supplier Opportunities 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 Finn 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, ep 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 MIWBE Office to address the corrections needed.) No 11.)Submit documentation if MBE quotes were rejected. The documentation submitted should be in the forms of an affidavit, include a detailed explanation of why the MBE was rejected and any supporting documentation the Offeror wishes to be considered by the City. In the event of a bona fide dispute concerning quotes, the Offeror will provide for confidential in-camera access to an inspection of any relevant documentation by City personnel. 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.2/10/15 ATTACHMENT 1C Page 4 of 4 The undersigned certifies that the information provided and the MBE(s) listed was/were contacted in good faith. It is understood that any MBE(s) 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 Title Contact Name and Title(if different) Company Name Phone Number Fax Number Address Email Address City/State/Zip Date Rev.2/10/15 Joint Venture Page 1 of 3 FORT WORTH CITY OF FORT WORTH MBE Joint Venture Eliiibility Form All questions must be answered;use"NIA"if not applicable. Name of City project: A joint venture form must be completed on sub project RFP/Bid/Purchasing Number: 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 if additional space is required to provide detailed explanations of work to be performed by each fir►comprising the oint venture MBE firmNon-MBE firm i` name Tname: 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: 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. 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,sex and firm those individuals(with titles)who are responsible for the day-to-day management and decision making of the joint venture: Financial decisions (to include Account Payable and Receivable): Management decisions: a. Estimating ------------------------------------------------------------- b. Marketing and Sales ------------------------------------------------------------- c. Hiring and Firing of management personnel ------------------------------------------------------------- d. Purchasing of major equipment and/or supplies Supervision of field operations The City's Minority and Women Business Enterprise Office will review your joint venture submission and will have final approval of the MBE percentage applied toward the goal for the project listed on this form. NOTE: From and after the date of project award, if any of the participants, the individually defined scopes of work or the dollar amounts/percentages change from the originally approved information, then the participants must inform the City's M/WBE 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 Pa e3of3 AFFIDAVIT The undersigned affirms that the foregoing statements are true and correct and include all material information necessary to identify and explain the terms and operation of the joint venture. Furthermore,the undersigned shall agree to provide to the joint venture the stated scope of work, decision-making responsibilities and payments herein. The City also reserves the right to request any additional information deemed necessary to determine if the joint venture is eligible. Failure to cooperate and/or provide requested information within the time specified is grounds for termination of the eligibility process. The undersigned agree to permit audits,interviews with owners and examination of the books,records and files of the joint venture by any authorized representatives of the City of Fort Worth. Failure to comply with this provision shall result in the termination of any contract, which may be awarded under the provisions of this joint venture's eligibility and may initiate action under Federal, State and/or Local laws/ordinances concerning false v statements or willful misrepresentation of facts. -- —— -------- — -- - —__------- -------------------------- Name of MBE firm Name of non-MBE firm ~ Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Title Title Date Date Notarization State of County of On this day of ,20 ,before me appeared and to me personally known and who,being duly sworn,did execute the foregoing affidavit and did state that they were properly authorized to execute this affidavit and did so as their free act and deed. Notary Public Print Name Notary Public signature Commission Expires (seal) Rev.2/10/15 GC-6.07 Wage Rates THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Northside 1130-Inch Water Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised July 1,2011 2013 PREVAILING WAGE RATES (Commercial Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate AC Mechanic $ 25.24 AC Mechanic Helper $ 13.67 Acoustical Ceiling Installer $ 16.83 Acoustical Ceiling Installer Helper $ 12.70 Bricklayer/Stone Mason $ 19.45 Bricklayer/Stone Mason Trainee $ 13.31 Bricklayer/Stone Mason Helper $ 10.91 Carpenter $ 17.75 Carpenter Helper $ 14.32 Concrete Cutter/Sawer $ 17.00 Concrete Cutter/Sawer Helper $ 11.00 Concrete Finisher $ 15.77 Concrete Finisher Helper $ 11.00 Concrete Form Builder $ 15.27 Concrete Form Builder Helper $ 11.00 Drywall Mechanic $ 15.36 Drywall Helper $ 12.54 Drywall Taper $ 15.00 Drywall Taper Helper $ 11.50 Electrician(Journeyman) $ 19.63 Electrician Apprentice(Helper) $ 15.64 Electronic Technician $ 20.00 Floor Layer $ 18.00 Floor Layer Helper $ 10.00 Glazier $ 21.03 Glazier Helper $ 12.81 Insulator $ 16.59 Insulator Helper $ 11.21 Laborer Common $ 10.89 Laborer Skilled $ 14.15 Lather $ 12.99 Metal Building Assembler $ 16.00 Metal Building Assembler Helper $ 12.00 Metal Installer(Miscellaneous) $ 13.00 Metal Installer Helper(Miscellaneous) $ 11.00 Metal Stud Framer $ 16.12 Metal Stud Framer Helper $ 12.54 Painter $ 16.44 Painter Helper $ 9.98 Pipefitter $ 21.22 Pipefitter Helper $ 15.39 Plasterer $ 16.17 Plasterer Helper $ 12.85 Plumber $ 21.98 Plumber Helper $ 15.85 Reinforcing Steel Setter $ 12.87 Page 1 of 2 r Reinforcing Steel Setter Helper $ 11.08 Roofer $ 16.90 Roofer Helper $ 11.15 _ Sheet Metal Worker $ 16.35 Sheet Metal Worker Helper $ 13.11 Sprinkler System Installer $ 19.17 Sprinkler System Installer Helper $ 14.15 Steel Worker Structural $ 17.00 Steel Worker Structural Helper $ 13.74 Waterproofer $ 15.00 Equipment Operators Concrete Pump $ 18.50 Crane,Clamsheel, Backhoe, Derrick,D'Line Shovel $ 19.31 Forklift $ 16.45 Foundation Drill Operator $ 22.50 v. Front End Loader $ 16.97 Truck Driver $ 16.77 Welder $ 19.96 Welder Helper $ 13.00 The prevailing wage rates shown for Commercial construction projects were based on a salary survey conducted and published by the North Texas Construction Industry(Fall 2012)Independently compiled by the Lane Gorman Trubitt,PLLC Construction Group. The descriptions for the classifications listed are provided on the TEXO's(The Construction Association)website. www.texoassociation.org/Chapter/wagerates.asp Page 2 of 2 GC-6.09 Permits and Utilities THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Northside II 30-Inch Water Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised July 1,2011 February 01,2018 Folder: 03046-04 ROBERTSAUCEDA CITY OF FORT WORTH WATER DEPARTMENT 200 TEXAS ST FORT WORTH TX 76102 Re: Proposed 30 Inch encased potable water Pipeline Crossing of Railroad Property at Mile Post 737.53 on the Choctaw Subdivision at or near Ft.Worth Ups,Tarrant County,Texas Robert Sauceda: Attached is an original of an agreement covering your use of the Railroad Company's right of way.Please execute the attached document IN DUPLICATE and return. An original copy of the fully-executed document will be returned to you, when approved and processed by the Railroad Company. Also,please provide a resolution or other authorization for the party executing the documents, if signature authorization is required by your Entity. Railroad Protective Liability Insurance (RPLI) may be obtained from any insurance company which offers such coverage. Union Pacific has also worked with a national broker, Marsh USA, to make available RPLI to you or your contractor. You can find additional information, premium quotes, and application forms at marsh.com). • Payment in the amount of Five Thousand Seven Hundred Five Dollars ($5,705.00) is due and payable to Union Pacific Railroad Company upon your execution of the agreement. Please include your payment, with Folder No. 03046-04 noted on that document. If you require formal billing, you may consider this letter as a formal bill and that 94-6001323 is this Corporation's correct Federal Taxpayer Identification Number. • Railroad Protective Liability Insurance (RPLI) may be obtained from any insurance company which offers such coverage. Union Pacific has also worked with a national broker, Marsh USA, to make available RPLI to you or your contractor. You can find additional information,premium quotes,and application forms at(uprr.marsh.com). If we have not received the executed documents within six months from the date of this letter, this proposed offer of an agreement is withdrawn and becomes null and void. If you have any questions,please contact me at(402) 544-8620. Sincerely, Justin Mahr Real Estate Union Pacific Railroad Real Estate 1400 Douglas Street Stop 1690 Omaha,Nebraska 68179-1690 fx.(402)501-0340 Pipeline Crossing 080808 Folder No.03046-04 Last Modified:03/29/10 Form Approved,AVP-Law PIPELINE CROSSING AGREEMENT Mile Post: 737.53, Choctaw Subdivision Location: Ft Worth Ups,Tarrant County,Texas THIS AGREEMENT ("Agreement") is made and entered into as of February 01, 2018, ("Effective Date") by and between UNION PACIFIC RAILROAD COMPANY, a Delaware corporation, ("Licensor") and CITY OF FORT WORTH WATER DEPARTMENT, a Texas municipal corporation to be addressed at 200 Texas St, Fort Worth,Texas 76102("Licensee"). IT IS MUTUALLY AGREED BY AND BETWEEN THE PARTIES HERETO AS FOLLOWS: Article 1. LICENSOR GRANTS RIGHT. In consideration of the license fee to be paid by the Licensee and in further consideration of the covenants and agreements herein contained to be by the Licensee kept, observed and performed, the Licensor hereby grants to the Licensee the right to construct and thereafter, during the term hereof, to maintain and operate One 30 inch Plastic encased pipeline for transporting and conveying potable water only across Licensor's track(s) and property (the "Pipeline") in the location shown and in conformity with the dimensions and specifications indicated on the print dated January 31, 2018 and marked Exhibit A, attached hereto and hereby made a part hereof. Under no circumstances shall Licensee modify the use of the Pipeline for a purpose other than transporting and conveying potable water, and the Pipeline shall not be used to convey any other substance, any fiber optic cable, or for any other use, whether such use is currently technologically possible, or whether such use may come into existence during the life of this Agreement. For the purposes of Exhibit A, Licensee acknowledges that if it or its contractor provides to Railroad digital imagery depicting the Pipeline crossing, Licensee authorizes Railroad to use the Digital Imagery in preparing the print attached as an exhibit hereto. Licensee represents and warrants that through a license or otherwise, it has the right to use the Digital Imagery and to permit Railroad to use the Digital Imagery in said manner. Article 2. LICENSE FEE. Upon execution of this Agreement,the Licensee shall pay to the Licensor a one-time License Fee of Five Thousand Two Hundred Dollars($5,200.00). Article 3. ADMINISTRATIVE HANDLING CHARGE. Upon execution and delivery of this Agreement,the Licensee shall pay to the Licensor an License Fee of Five Hundred Five DOLLARS ($505.00) for clerical, administrative and handling expense in connection with processing this Agreement. Article 4. CONSTRUCTION.MAINTENANCE AND OPERATION. The grant of right herein made to the Licensee is subject to each and all of the terms,provisions, conditions, limitations and covenants set forth herein and in Exhibit B, attached hereto and hereby made a part hereof. Article 5. DEFINITION OF LICENSEE. For purposes of this Agreement, all references in this Agreement to the Licensee shall include the Licensee's contractors, subcontractors,officers, agents and employees, and others acting under its or their authority. If a contractor is hired by the Licensee for any work performed on the Pipeline (including initial construction and subsequent relocation or maintenance and repair work), then the Licensee shall provide a copy of this Agreement to its contractor and require its contractor to comply with all the terms and provisions hereof relating to the work to be performed. Any contractor or subcontractor shall be deemed an agent of Licensee for the purpose of this Agreement, and Licensee shall require such contractor or subcontractor to release, defend and indemnify Licensor to the same extent and under the same terms and conditions as Licensee is required to release,defend and indemnify Licensor herein. Article 6. INSURANCE. A. During the life of the License, Licensee shall fully comply with the insurance requirements described in Exhibit C. B. Failure to maintain insurance as required shall entitle, but not require, Licensor to terminate _ this License immediately. C. If the Licensee is subject to statute(s) limiting its insurance liability and/or limiting its ability _ to obtain insurance in compliance with Exhibit C of this license,those statutes shall apply. D. Licensee hereby acknowledges that is has reviewed the requirements of Exhibit C, including without limitation the requirement for Railroad Protective Liability Insurance during construction, maintenance,installation,repair or removal of the pipeline which is the subject of this Agreement. Article 7. SPECIAL PROVISION—ONSITE OBSERVATIONANSPECTION. Licensor requires licensee to provide monitoring of tracks and on-site observation and/or inspection through Licensor approved inspector named below during all construction and installation work. Licensee is to directly coordinate services with the named inspector. Railpros Field Services RPUtility@railprosfs.com 682-223-5271 Article 8. TERM. This Agreement shall take effect as of the Effective Date first herein written and shall continue in full force and effect until terminated as herein provided. IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed as of the date first herein written. UNION PACIFIC RAILROAD COMPANY CITY OF FORT WORTH WATER DEPARTMENT By: By: Justin Mahr,Real Estate Name Printed: Title: NON-FLAMMABLE LIQUID CICROSSING PIPELINE ❑ ENCROACHMENT ❑ BOTH B UPRR R.0.W. 2478 FT. ►! 2802 FT. ~ I t~fl F— li C) i5 FT. _FT. a CD wuj J pp 20 DEG. > U 1�1 a z I D ANGLE OF ¢ a — z CROSSINGa J — — — — — — — ------------a — --- — — — — — — — — — - DESCRIBE o 1" DESCRIBE •� FIXED OBJECT ) FIXED OBJECT CROSSING TRACK CROSSING TRACK CIL of Eastbound Westport Pkwy. I �I NORTH -----------------------------A� UPRR R.0.W.------------------------- PLAN SCALE: NONE cr ¢jam ado ¢ OUTER OUTER alc �� I TRACK TRACK Mlo: 150 FT. --+.� I 30 FT. I I I 312 FT. I I 188.42 FT.--fit 20 F T. 103.58 F T. 1 VENT PIPE 2 I I TOTAL TRACKS ' NA FT' GROUND j NA FT. I 4Sh�tFT• SURFACE DRAINAGE 1 DITCH 1 i 15 FT. _FT. i 17 FT. O ------- --- --- -- -- - --- -------------- ------ --- -- - ---- V -- -- --- -- - -- - -- - ----- ------- -- --- -- - -- ----- - --- --- - CASING PIPE SECTION CARRIER PIPE SCALE: NONE LONGITUDINAL PIPE ENCROACHMENT NOTES: 1)ALL DIMENSIONS MEASURED PERPENDICULAR TO THE CENTERLINE OF TRACK 2)REFER TO AREMA VOLUME 1.CHAPTER 1.PART 5.SECTION 5.1 A) METHOD OF INSTALLATION BOREDANDJACKED B) DIST.FROM CENTERLINE OF TRACK TO PIPE ENCROACHMENT BUILDING AMERICA® C) SIGNS PROVIDED? AT MINIMUM SIGNS WILL BE PROVIDED AS STATED ABOVE D) CARRIER MATERIAL PLASTIC . IF RCP.CLASS V? NA COMMODITY TO BE CONVEYED POTABLEWATER EXHIBIT "A" OPERATIONAL PRESSURE 100 PSI. MAOP 300 PSI. WALL THICKNESS (INCH)/ SCHEDULE 40 DIAMETER 30 IN. SUBDIVISION: cnoctawsub. CATHODIC/COATING PROTECTION YES TRACK TYPE:MAINLINE E) CASING MATERIAL STEELPIPE IF RCP.CLASS V? NA M.P.:737.53 LAT.: 32.971415192641 TOTAL LENGTH CASING PIPE: 312 FT. E.S.M.: 12012+361 LONG.: -97.24626660346 WALL THICKNESS 0.75 IN. DIAMETER 54 IN. CATHODIC/COATING PROTECTION YES NEAREST CITY: COUNTY: STATE: CASING PIPE IS OPEN AT THE ENDS. FT WORTH UPS TARRANT TX F) DISTANCE FROM CENTERLINE OF TRACK TO NEAR FACE OF APPLICANT: CITY OF FORT WORTH WATER DEPARTMENT BORING AND JACKING PITS WHEN MEASURED AT RIGHT ANGLES 100 AND 100 FILE NO.: 0304604 DATE:1/31/2018 Pipeline Crossing 07/20/08 Form Approved,AVP Law EXHIBIT B R Section 1. LIMITATION AND SUBORDINATION OF RIGHTS GRANTED. A. The foregoing grant of right is subject and subordinate to the prior and continuing right and obligation of the Licensor to use and maintain its entire property including the right and power of the Licensor to construct, maintain, repair, renew, use, operate, change, modify or relocate railroad tracks, signal, communication, fiber optics, or other wirelines, pipelines and other facilities upon, along or across any or all parts of its property, all or any of which may be freely done at any time or times by the Licensor without liability to the Licensee or to any other party for compensation or damages. B. The foregoing grant is also subject to all outstanding superior rights (including those in favor of licensees and lessees of the Licensor's property, and others)and the right of the Licensor to renew and extend the same,and is made without covenant of title or for quiet enjoyment. Section 2. CONSTRUCTION,MAINTENANCE AND OPERATION. A. The Pipeline shall be designed, constructed, operated, maintained, repaired, renewed, modified and/or reconstructed by the Licensee in strict conformity with(i)Licensor's current standards and specifications ("UP Specifications"), except for variances approved in advance in writing by the Licensor's Assistant Vice President Engineering — Design, or his authorized representative; (ii) such other additional safety standards as the Licensor, in its sole discretion, elects to require, including, without limitation, American Railway Engineering and Maintenance-of-Way Association("AREMA") standards and guidelines (collectively, "UP Additional Requirements"), and (iii) all applicable laws, rules and regulations ("Laws"). If there is any conflict between the requirements of any Law and the UP Specifications or the UP Additional Requirements, the most restrictive will apply. B. All work performed on property of the Licensor in connection with the design, construction, maintenance, repair, renewal, modification or reconstruction of the Pipeline shall be done to the satisfaction of the Licensor. C. Prior to the commencement of any work in connection with the design, construction, maintenance, repair, renewal, modification, relocation, reconstruction or removal of the Pipeline from Licensor's property, the Licensee shall submit to the Licensor plans setting out the method and manner of handling the work, including the shoring and cribbing, if any, required to protect the Licensor's operations, and shall not proceed with the work until such plans have been approved by the Licensor's Assistant Vice President Engineering Design, or his authorized representative,and then the work shall be done to the satisfaction of the Licensor's Assistant Vice President Engineering Design or his authorized representative. The Licensor shall have the right, if it so elects,to provide such support as it may deem necessary for the safety of its track or tracks during the time of construction, maintenance, repair, renewal, modification, relocation, reconstruction or removal of the Pipeline, and, in the event the Licensor provides such support, the Licensee shall pay to the Licensor,within fifteen(15)days after bills shall have been rendered therefore, all expenses incurred by the Licensor in connection therewith, which expenses shall include all assignable costs. D. The Licensee shall keep and maintain the soil over the Pipeline thoroughly compacted and the grade even with the adjacent surface of the ground. - E. In the prosecution of any work covered by this Agreement, Licensee shall secure any and all necessary permits and shall comply with all applicable federal, state and local laws, regulations and enactments affecting the work including, without limitation, all applicable Federal Railroad Administration regulations. Section 3. NOTICE OF COMMENCEMENT OF WORK/LICENSOR REPRESENTATIVE /SUPERVISION/FLAGGING/SAFETY. A. If an emergency should arise requiring immediate attention, the Licensee shall provide as much notice as practicable to Licensor before commencing any work by calling the Response Management Communication Center (RMCC) at 888-877-7267. In all other situations, the Licensee shall notify the Licensor at least ten(10) days (or such other time as the Licensor may - allow)in advance of the commencement of any work upon property of the Licensor in connection with the construction, maintenance, repair, renewal, modification, reconstruction, relocation or removal of the Pipeline. All such work shall be prosecuted diligently to completion. The Licensee will coordinate its initial, and any subsequent work with the following employee of Licensor or his or her duly authorized representative (hereinafter "Licensor Representative" or "Railroad Representative"): Adjamoussi C.Adje Kristopher D.Keith ASST MGR TRACK MNTCE MGR SIGNAL MNTCE 2827 RAY DR 101 S WATSON RD DENISON,TX 75020 ARLINGTON,TX 76010 Cell Phone: 402/590-7830 Cell Phone: 682/438-7524 B. Licensee, at its own expense, shall adequately police and supervise all work to be performed. The responsibility of Licensee for safe conduct and adequate policing and supervision of work shall not be lessened or otherwise affected by Licensor's approval of plans and specifications involving - the work, or by Licensor's collaboration in performance of any work, or by the presence at the work site of a Licensor Representative, or by compliance by Licensee with any requests or recommendations made by the Licensor Representative. C. At the request of Licensor, Licensee shall remove from Licensor's property any employee who fails to conform to the instructions of the Licensor Representative in connection with the work on Licensor's property. Licensee shall indemnify Licensor against any claims arising from the removal of any such employee from Licensor's property. D. Licensee shall notify the Licensor Representative at least ten (10) working days in advance of proposed performance of any work in which any person or equipment will be within twenty-five (25) feet of any track, or will be near enough to any track that any equipment extension (such as, but not limited to, a crane boom)will reach to within twenty-five(25)feet of any track. No work T of any kind shall be performed, and no person, equipment, machinery, tool(s), material(s), vehicle(s), or thing(s) shall be located, operated,placed, or stored within twenty-five (25) feet of any of Licensor's track(s) at any time, for any reason, unless and until a railroad flagman is provided to watch for trains. Upon receipt of such ten (10) day notice, the Licensor Representative will determine and inform Licensee whether a flagman need be present and whether any special protective or safety measures need to be implemented. If flagging or other special protective or safety measures are performed by Licensor, Licensor will bill Licensee for such expenses incurred by Licensor, unless Licensor and a federal, state or local governmental entity have agreed that Licensor is to bill such expenses to the federal,state or local governmental entity. If Licensor will be sending the bills to Licensee,Licensee shall pay such bills within thirty (30) days of receipt of billing. If Licensor performs any flagging, or other special protective or safety measures are performed by Licensor, Licensee agrees that Licensee is not relieved of any of responsibilities or liabilities set forth in this Agreement. E. The rate of pay per hour for each flagman will be the prevailing hourly rate in effect for an eight- hour day for the class of flagmen used during regularly assigned hours and overtime in accordance with Labor Agreements and Schedules in effect at the time the work is performed. In addition to the cost of such labor, a composite charge for vacation, holiday, health and welfare, supplemental sickness, Railroad Retirement and unemployment compensation, supplemental pension, Employees Liability and Property Damage and Administration will be included, computed on actual payroll. The composite charge will be the prevailing composite charge in effect at the time the work is performed. One and one-half times the current hourly rate is paid for overtime, Saturdays and Sundays, and two and one-half times current hourly rate for holidays. Wage rates are subject to change, at any time,by law or by agreement between Licensor and its employees, and may be retroactive as a result of negotiations or a ruling of an authorized governmental agency. Additional charges on labor are also subject to change. If the wage rate or additional charges are changed, Licensee (or the governmental entity, as applicable) shall pay on the basis of the new rates and charges. F. Reimbursement to Licensor will be required covering the full eight-hour day during which any flagman is furnished, unless the flagman can be assigned to other railroad work during a portion of such day, in which event reimbursement will not be required for the portion of the day during which the flagman is engaged in other railroad work. Reimbursement will also be required for any day not actually worked by the flagman following the flagman's assignment to work on the project for which Licensor is required to pay the flagman and which could not reasonably be avoided by Licensor by assignment of such flagman to other work, even though Licensee may not be working during such time. When it becomes necessary for Licensor to bulletin and assign an employee to a flagging position in compliance with union collective bargaining agreements, Licensee must provide Licensor a minimum of five (5) days notice prior to the cessation of the need for a flagman. If five(5)days notice of cessation is not given,Licensee will still be required to pay flagging charges for the five(5)day notice period required by union agreement to be given to the employee, even though flagging is not required for that period. An additional ten(10)days notice must then be given to Licensor if flagging services are needed again after such five day cessation notice has been given to Licensor. G. Safety of personnel, property, rail operations and the public is of paramount importance in the } prosecution of the work performed by Licensee or its contractor. Licensee shall be responsible for initiating, maintaining and supervising all safety, operations and programs in connection with the work. Licensee and its contractor shall at a minimum comply with Licensor's safety standards listed in Exhibit D, hereto attached, to ensure uniformity with the safety standards followed by Licensor's own forces. As a part of Licensee's safety responsibilities, Licensee shall notify Licensor if it determines that any of Licensor's safety standards are contrary to good safety practices. Licensee and its contractor shall furnish copies of Exhibit D to each of its employees - before they enter the job site. H. Without limitation of the provisions of paragraph G above, Licensee shall keep the job site free from safety and health hazards and ensure that their employees are competent and adequately trained in all safety and health aspects of the job. I. Licensee shall have proper first aid supplies available on the job site so that prompt first aid ti services may be provided to any person injured on the job site. Prompt notification shall be given to Licensor of any U.S. Occupational Safety and Health Administration reportable injuries. Licensee shall have a non-delegable duty to control its employees while they are on the job site or any other property of Licensor, and to be certain they do not use, be under the influence of, or have in their possession any alcoholic beverage, drug or other substance that may inhibit the safe performance of any work. _ J. If and when requested by Licensor,Licensee shall deliver to Licensor a copy of its safety plan for conducting the work (the "Safety Plan"). Licensor shall have the right, but not the obligation, to require Licensee to correct any deficiencies in the Safety Plan. The terms of this Agreement shall control if there are any inconsistencies between this Agreement and the Safety Plan. Section 4. LICENSEE TO BEAR ENTIRE EXPENSE. The Licensee shall bear the entire cost and expense incurred in connection with the design, construction,maintenance, repair and renewal and any and all modification,revision, relocation, removal or reconstruction of the Pipeline,including any and all expense which may be incurred by the Licensor in connection therewith for supervision,inspection,flagging,or otherwise. Section 5. REINFORCEMENT,RELOCATION OR REMOVAL OF PIPELINE. A. The license herein granted is subject to the needs and requirements of the Licensor in the safe and _ efficient operation of its railroad and in the improvement and use of its property. The Licensee shall, at the sole expense of the Licensee, reinforce or otherwise modify the Pipeline, or move all or any portion of the Pipeline to such new location, or remove the Pipeline from the Licensor's property, as the Licensor may designate, whenever, in the furtherance of its needs and requirements,the Licensor, at its sole election, finds such action necessary or desirable. B. All the terms, conditions and stipulations herein expressed with reference to the Pipeline on - property of the Licensor in the location hereinbefore described shall, so far as the Pipeline remains on the property, apply to the Pipeline as modified, changed or relocated within the contemplation of this section. - Section 6. NO INTERFERENCE WITH LICENSOR'S OPERATION. A. The Pipeline and all parts thereof within and outside of the limits of the property of the Licensor shall be designed, constructed and, at all times, maintained, repaired, renewed and operated in such manner as to cause no interference whatsoever with the constant, continuous and _ uninterrupted use of the tracks, property and facilities of the Licensor and nothing shall be done or suffered to be done by the Licensee at any time that would in any manner impair the safety thereof. B. Explosives or other highly flammable substances shall not be stored on Licensor's property without the prior written approval of Licensor. C. No additional vehicular crossings (including temporary haul roads) or pedestrian crossings over Licensor's trackage shall be installed or used by Licensee or its contractors without the prior written permission of Licensor. D. When not in use, any machinery and materials of Licensee or its contractors shall be kept at least fifty(50)feet from the centerline of Licensor's nearest track. E. Operations of Licensor and work performed by Licensor's personnel may cause delays in the work to be performed by Licensee. Licensee accepts this risk and agrees that Licensor shall have no liability to Licensee or any other person or entity for any such delays. Licensee shall coordinate its activities with those of Licensor and third parties so as to avoid interference with railroad operations. The safe operation of Licensor's train movements and other activities by Licensor take precedence over any work to be performed by Licensee. Section 7. PROTECTION OF FIBER OPTIC CABLE SYSTEMS. A. Fiber optic cable systems may be buried on the Licensor's property. Protection of the fiber optic cable systems is of extreme importance since any break could disrupt service to users resulting in business interruption and loss of revenue and profits. Licensee shall telephone the Licensor during normal business hours (7:00 a.m. to 9:00 p.m. Central Time, Monday through Friday, except for holidays) at 1-800-336-9193 (also a 24-hour, 7-day number for emergency calls) to determine if fiber optic cable is buried anywhere on the Licensor's premises to be used by the Licensee. If it is, Licensee will telephone the telecommunications company(ies) involved, arrange for a cable locator,make arrangements for relocation or other protection of the fiber optic cable, all at Licensee's expense, and will commence no work on the Licensor's property until all such protection or relocation has been accomplished. Licensee shall indemnify and hold the Licensor harmless from and against all costs, liability and expense whatsoever(including,without limitation, attorneys' fees, court costs and expenses) arising out of or caused in any way by Licensee's failure to comply with the provisions of this paragraph. B. IN ADDITION TO OTHER INDEMNITY PROVISIONS IN THIS AGREEMENT, THE LICENSEE SHALL, AND SHALL CAUSE ITS CONTRACTOR TO, RELEASE, INDEMNIFY, DEFEND AND HOLD THE LICENSOR HARMLESS FROM AND AGAINST ALL COSTS, LIABILITY AND EXPENSE WHATSOEVER (INCLUDING, WITHOUT LIMITATION, ATTORNEYS' FEES, COURT COSTS AND EXPENSES) CAUSED BY THE NEGLIGENCE OF THE LICENSEE,ITS CONTRACTORS,AGENTS AND/OR EMPLOYEES, RESULTING IN (1) ANY DAMAGE TO OR DESTRUCTION OF ANY TELECOMMUNICATIONS SYSTEM ON LICENSOR'S PROPERTY,AND/OR (2)ANY INJURY TO OR DEATH OF ANY PERSON EMPLOYED BY OR ON BEHALF OF ANY TELECOMMUNICATIONS COMPANY, AND/OR ITS CONTRACTOR, AGENTS AND/OR EMPLOYEES, ON LICENSOR'S PROPERTY, EXCEPT IF SUCH COSTS, LIABILITY OR EXPENSES ARE CAUSED SOLELY BY THE DIRECT ACTIVE NEGLIGENCE OF THE LICENSOR. LICENSEE FURTHER AGREES THAT IT SHALL NOT HAVE OR SEEK RECOURSE AGAINST LICENSOR FOR ANY CLAIM OR CAUSE OF ACTION FOR ALLEGED LOSS OF PROFITS OR REVENUE OR LOSS OF SERVICE OR OTHER CONSEQUENTIAL DAMAGE TO A TELECOMMUNICATION COMPANY USING LICENSOR'S PROPERTY OR A CUSTOMER OR USER OF SERVICES OF THE FIBER OPTIC CABLE ON LICENSOR'S PROPERTY. Section 8. CLAIMS AND LIENS FOR LABOR AND MATERIAL: TAXES. A. The Licensee shall fully pay for all materials joined or affixed to and labor performed upon property of the Licensor in connection with the construction, maintenance, repair, renewal, modification or reconstruction of the Pipeline, and shall not permit or suffer any mechanic's or materialman's lien of any kind or nature to be enforced against the property for any work done or - materials furnished thereon at the instance or request or on behalf of the Licensee. The Licensee shall indemnify and hold harmless the Licensor against and from any and all liens, claims, demands, costs and expenses of whatsoever nature in any way connected with or growing out of -. such work done,labor performed,or materials furnished. B. The Licensee shall promptly pay or discharge all taxes, charges and assessments levied upon, in _ respect to, or on account of the Pipeline,to prevent the same from becoming a charge or lien upon property of the Licensor, and so that the taxes, charges and assessments levied upon or in respect to such property shall not be increased because of the location,construction or maintenance of the _ Pipeline or any improvement, appliance or fixture connected therewith placed upon such property, or on account of the Licensee's interest therein. Where such tax, charge or assessment may not be separately made or assessed to the Licensee but shall be included in the assessment of the property of the Licensor, then the Licensee shall pay to the Licensor an equitable proportion of such taxes determined by the value of the Licensee's property upon property of the Licensor as compared with the entire value of such property. Section 9. RESTORATION OF LICENSOR'S PROPERTY. In the event the Licensee in any manner moves or disturbs any of the property of the Licensor in connection with the construction,maintenance,repair,renewal,modification,reconstruction,relocation or removal of the Pipeline, then in that event the Licensee shall, as soon as possible and at Licensee's sole expense,restore such property to the same condition as the same were before such property was moved or _ disturbed, and the Licensee shall indemnify and hold harmless the Licensor, its officers, agents and employees, against and from any and all liability, loss, damages, claims, demands, costs and expenses of whatsoever nature, including court costs and attorneys' fees, which may result from injury to or death of _ persons whomsoever, or damage to or loss or destruction of property whatsoever, when such injury, death, damage, loss or destruction grows out of or arises from the moving or disturbance of any other property of the Licensor. Section 10. INDEMNITY. A. As used in this Section, "Licensor" includes other railroad companies using the Licensor's - property at or near the location of the Licensee's installation and their officers, agents, and employees; "Loss" includes loss, damage, claims, demands, actions, causes of action, penalties, costs, and expenses of whatsoever nature, including court costs and attorneys' fees, which may result from: (a)injury to or death of persons whomsoever (including the Licensor's officers, agents, and employees, the Licensee's officers, agents, and employees, as well as any other person); and/or(b)damage to or loss or destruction of property whatsoever(including Licensee's _ property,damage to the roadbed,tracks, equipment, or other property of the Licensor, or property in its care or custody). B. AS A MAJOR INDUCEMENT AND IN CONSIDERATION OF THE LICENSE AND PERMISSION HEREIN GRANTED, TO THE FULLEST EXTENT PERMITTED BY LAW, THE LICENSEE SHALL, AND SHALL CAUSE ITS CONTRACTOR TO, RELEASE, INDEMNIFY, DEFEND AND HOLD HARMLESS THE LICENSOR FROM ANY LOSS OF ANY KIND, NATURE OR DESCRIPTION ARISING OUT OF, RESULTING FROM OR RELATED TO(IN WHOLE OR IN PART): 1. THE PROSECUTION OF ANY WORK CONTEMPLATED BY THIS AGREEMENT INCLUDING THE INSTALLATION, CONSTRUCTION, MAINTENANCE, REPAIR, RENEWAL, MODIFICATION, RECONSTRUCTION, RELOCATION, OR REMOVAL OF THE PIPELINE OR ANY PART THEREOF; 2. ANY RIGHTS OR INTERESTS GRANTED PURSUANT TO THIS LICENSE; 3. THE PRESENCE, OPERATION, OR USE OF THE PIPELINE OR CONTENTS ESCAPING THEREFROM; 4. THE ENVIRONMENTAL STATUS OF THE PROPERTY CAUSED BY OR CONTRIBUTED TO BY LICENSEE; 5. ANY ACT OR OMISSION OF LICENSEE OR LICENSEE'S OFFICERS, AGENTS, INVITEES, EMPLOYEES, OR CONTRACTORS OR ANYONE DIRECTLY OR INDIRECTLY EMPLOYED BY ANY OF THEM, OR ANYONE THEY CONTROL OR EXERCISE CONTROL OVER; OR 6. LICENSEE'S BREACH OF THIS AGREEMENT, EXCEPT WHERE THE LOSS IS CAUSED BY THE SOLE DIRECT AND ACTIVE NEGLIGENCE OF THE LICENSOR, AS DETERMINED IN A FINAL JUDGMENT BY A COURT OF COMPETENT JURISDICTION, IT BEING THE INTENTION OF THE PARTIES THAT THE ABOVE INDEMNITY WILL OTHERWISE APPLY TO LOSSES CAUSED BY OR ARISING FROM, IN WHOLE OR IN PART, LICENSOR'S NEGLIGENCE. C. Upon written notice from Licensor, Licensee agrees to assume the defense of any lawsuit of proceeding brought against any indemnitee by any entity, relating to any matter covered by this License for which Licensee has an obligation to assume liability for and/or save and hold harmless any indemnitee.Licensee shall pay all costs incident to such defense, including,but not limited to, reasonable attorney's fees, investigators' fees, litigation and appeal expenses, settlement payments and amounts paid in satisfaction of judgments. Section 11. REMOVAL OF PIPELINE UPON TERMINATION OF AGREEMENT. Prior to the termination of this Agreement howsoever, the Licensee shall, at Licensee's sole expense, remove the Pipeline from those portions of the property not occupied by the roadbed and track or tracks of the Licensor and shall restore, to the satisfaction of the Licensor, such portions of such property to as good a condition as they were in at the time of the construction of the Pipeline. If the Licensee fails to do the foregoing, the Licensor may, but is not obligated, to perform such work of removal and restoration at the cost and expense of the Licensee. In the event of the removal by the Licensor of the property of the Licensee and of the restoration of the roadbed and property as herein provided, the Licensor shall in no manner be liable to the Licensee for any damage sustained by the r Licensee for or on account thereof, and such removal and restoration shall in no manner prejudice or impair any right of action for damages, or otherwise,that the Licensor may have against the Licensee. Section 12. WAIVER OF BREACH. The waiver by the Licensor of the breach of any condition, covenant or agreement herein contained to be kept, observed and performed by the Licensee shall in no way impair the right of the Licensor to avail itself of any remedy for any subsequent breach thereof. Section 13. TERMINATION. A. If the Licensee does not use the right herein granted or the Pipeline for one (1) year, or if the Licensee continues in default in the performance of any covenant or agreement herein contained for a period of thirty (30) days after written notice from the Licensor to the Licensee specifying such default,the Licensor may, at its option, forthwith immediately terminate this Agreement by " written notice. B. In addition to the provisions of subparagraph (a) above, this Agreement may be terminated by written notice given by either party hereto to the other on any date in such notice stated,not less, + however,than thirty(30)days subsequent to the date upon which such notice shall be given. C. Notice of default and notice of termination may be served personally upon the Licensee or by mailing to the last known address of the Licensee. Termination of this Agreement for any reason shall not affect any of the rights or obligations of the parties hereto which may have accrued, or liabilities,accrued or otherwise,which may have arisen prior thereto. - Section 14. AGREEMENT NOT TO BE ASSIGNED. The Licensee shall not assign this Agreement, in whole or in part, or any rights herein granted, without the written consent of the Licensor, and it is agreed that any transfer or assignment or attempted transfer or assignment of this Agreement or any of the rights herein granted, whether voluntary, by operation of law, or otherwise,without such consent in writing, shall be absolutely void and, at the option of the Licensor, shall terminate this Agreement. Section 15. SUCCESSORS AND ASSIGNS. Subject to the provisions of Section 14 hereof, this Agreement shall be binding upon and inure to the benefit of the parties hereto,their heirs,executors,administrators,successors and assigns. Section 16. SEVERABILITY. Any provision of this Agreement which is determined by a court of competent jurisdiction to be invalid or unenforceable shall be invalid or unenforceable only to the extent of such determination,which shall not invalidate or otherwise render ineffective any other provision of this Agreement. Approved:Insurance Group _ Created:9/23/05 Last Modified:03/29/10 Form Approved,AVP-Law EXHIBIT C Union Pacific Railroad Company Contract Insurance Requirements Licensee shall, at its sole cost and expense, procure and maintain during the life of this Agreement (except as otherwise provided in this Agreement)the following insurance coverage: A. Commercial General Liability insurance. Commercial general liability (CGL) with a limit of not less than $2,000,000 each occurrence and an aggregate limit of not less than $4,000,000. CGL insurance must be written on ISO occurrence form CG 00 01 12 04 (or a substitute form providing equivalent coverage). The policy must also contain the following endorsement, WHICH MUST BE STATED ON THE CERTIFICATE OF INSURANCE: "Contractual Liability Railroads" ISO form CG 24 17 10 01 (or a substitute form providing equivalent coverage) showing "Union Pacific Railroad Company Property" as the Designated Job Site. B. Business Automobile Coverage insurance. Business auto coverage written on ISO form CA 00 01 10 01 (or a substitute form providing equivalent liability coverage)with a limit of not less $2,000,000 for each accident,and coverage must include liability arising out of any auto(including owned,hired, and non-owned autos). The policy must contain the following endorsements, WHICH MUST BE STATED ON THE CERTIFICATE OF INSURANCE: "Coverage For Certain Operations In Connection With Railroads" ISO form CA 20 70 10 01 (or a substitute form providing equivalent coverage) showing "Union Pacific Property"as the Designated Job Site. C. Workers Compensation and Employers Liability insurance. Coverage must include but not be limited to: Licensee's statutory liability under the workers' compensation laws of the state(s) affected by this Agreement. Employers'Liability(Part B)with limits of at least$500,000 each accident, $500,000 disease policy limit $500,000 each employee. ` If Licensee is self-insured, evidence of state approval and excess workers compensation coverage must be provided. Coverage must include liability arising out of the U. S. Longshoremen's and Harbor Workers' Act,the Jones Act,and the Outer Continental Shelf Land Act,if applicable. D. Railroad Protective Liability insurance. Licensee must maintain"Railroad Protective Liability" insurance written on ISO occurrence form CG 00 35 12 04 (or a substitute form providing equivalent _ coverage) on behalf of Railroad only as named insured, with a limit of not less than $2,000,000 per occurrence and an aggregate of$6,000,000. The definition of"JOB LOCATION" and "WORK" on the declaration page of the policy shall refer to this Agreement and shall describe all WORK or OPERATIONS performed under this agreement E. Umbrella or Excess insurance. If Licensee utilizes umbrella or excess policies, and these policies must"follow form"and afford no less coverage than the primary policy. - Other Requirements F. All policy(ies) required above (except worker's compensation and employers liability) must - include Railroad as "Additional Insured"using ISO Additional Insured Endorsements CG 20 26, and CA 20 48 (or substitute forms providing equivalent coverage). The coverage provided to Railroad as additional insured shall, to the extent provided under ISO Additional Insured Endorsement CG 20 26, and CA 20 48 provide coverage for Railroad's negligence whether sole or partial, active or passive, and shall not be limited by Licensee's liability under the indemnity provisions of this Agreement. G. Punitive damages exclusion, if any, must be deleted (and the deletion indicated on the certificate y of insurance),unless (a) insurance coverage may not lawfully be obtained for any punitive damages that may arise under this agreement, or (b) all punitive damages are prohibited by all states in which this agreement will be performed. H. Licensee waives all rights of recovery, and its insurers also waive all rights of subrogation of damages against Railroad and its agents, officers, directors and employees for damages covered by the workers compensation and employers liability or commercial umbrella or excess liability obtained by Licensee required in this agreement,where permitted by law. This waiver must be stated on the certificate ofinsurance. I. All insurance policies must be written by a reputable insurance company acceptable to Railroad or with a current Best's Insurance Guide Rating of A- and Class VII or better, and authorized to do business in the state(s)in which the work is to be performed. - J. The fact that insurance is obtained by Licensee or by Railroad on behalf of Licensee will not be deemed to release or diminish the liability of Licensee, including, without limitation, liability under the - indemnity provisions of this Agreement. Damages recoverable by Railroad from Licensee or any third party will not be limited by the amount of the required insurance coverage. Pipeline Crossing 07/20/08 Y Form Approved,AVP-Law EXHIBIT D SAFETY STANDARDS MINIMUM SAFETY REQUIREMENTS The term"employees" as used herein refer to all employees of Licensee or its contractors,subcontractors, or agents,as well as any subcontractor or agent of any Licensee. I. Clothing A. All employees of Licensee will be suitably dressed to perform their duties safely and in a manner that will not interfere with their vision,hearing,or free use of their hands or feet. Specifically,Licensee's employees must wear: (i) Waist-length shirts with sleeves. (ii) Trousers that cover the entire leg. If flare-legged trousers are worn, the trouser bottoms must be tied to prevent catching. (iii) Footwear that covers their ankles and has a defined heel. Employees working on bridges are required to wear safety-toed footwear that conforms to the American National Standards Institute(ANSI)and FRA footwear requirements. B. Employees shall not wear boots (other than work boots), sandals, canvas-type shoes, or other shoes that have thin soles or heels that are higher than normal. C. Employees must not wear loose or ragged clothing,neckties, finger rings, or other loose - jewelry while operating or working on machinery. II. Personal Protective Equipment Licensee shall require its employee to wear personal protective equipment as specified by Railroad rules,regulations,or recommended or requested by the Railroad Representative. (i) Hard hat that meets the American National Standard (ANSI) Z89.1 — latest revision. Hard hats should be affixed with Licensee's company logo or name. (ii) Eye protection that meets American National Standard (ANSI) for occupational and educational eye and face protection, Z87.1 — latest revision. Additional eye protection must be provided to meet specific job situations such as welding,grinding,etc. (iii) Hearing protection,which affords enough attenuation to give protection from noise levels that will be occurring on the job site. Hearing protection, in the form of plugs or muffs, must be worn when employees are within: ■ 100 feet of a locomotive or roadway/work equipment ■ 15 feet of power operated tools ■ 150 feet of jet blowers or pile drivers ■ 150 feet of retarders in use (when within 10 feet, employees must wear dual ear protection—plugs and muffs) (iv) Other types of personal protective equipment, such as respirators, fall protection equipment, and face shields,must be wom as recommended or requested by the Railroad Representative. III. On Track Safety Licensee and its contractor are responsible for compliance with the Federal Railroad Administration's Roadway Worker Protection regulations—49CFR214, Subpart C and Railroad's On-Track Safety rules. Under 49CFR214, Subpart C, railroad contractors are responsible for the training of their employees on such regulations. In addition to the instructions contained in _ Roadway Worker Protection regulations,all employees must: (i) Maintain a minimum distance of at least twenty-five (25) feet to any track unless the _ Railroad Representative is present to authorize movements. (ii) Wear an orange,reflectorized work wear approved by the Railroad Representative. (iii) Participate in a job briefing that will specify the type of On-Track Safety for the type of work being performed.Licensee must take special note of limits of track authority,which tracks may or may not be fouled, and clearing the track. Licensee will also receive special instructions relating to the work zone around machines and minimum distances between machines while working or traveling. v IV. Equipment A. It is the responsibility of Licensee to ensure that all equipment is in a safe condition to operate. If, in the opinion of the Railroad Representative, any of Licensee's equipment is unsafe for use, Licensee shall remove such equipment from Railroad's property. In addition, Licensee must ensure that the operators of all equipment are properly trained and competent in the safe operation of the equipment. In addition,operators must be: ■ Familiar and comply with Railroad's rules on lockout/tagout of equipment. ■ Trained in and comply with the applicable operating rules if operating any by-rail equipment on-track. • Trained in and comply with the applicable air brake rules if operating any equipment that moves rail cars or any other rail bound equipment. B. All self-propelled equipment must be equipped with a first-aid kit, fire extinguisher, and - audible back-up warning device. C. Unless otherwise authorized by the Railroad Representative, all equipment must be — parked a minimum of twenty-five (25) feet from any track. Before leaving any equipment unattended, the operator must stop the engine and properly secure the equipment against movement. D. Cranes must be equipped with three orange cones that will be used to mark the working area of the crane and the minimum clearances to overhead powerlines. V. General Safety Requirements A. Licensee shall ensure that all waste is properly disposed of in accordance with applicable federal and state regulations. B. Licensee shall ensure that all employees participate in and comply with a job briefing conducted by the Railroad Representative, if applicable. During this briefing, the Railroad Representative will specify safe work procedures, (including On-Track Safety) and the potential hazards of the job. If any employee has any questions or concerns about the work,the employee must voice them during the job briefing. Additional job briefings will be conducted during the work as conditions,work procedures,or personnel change. C. All track work performed by Licensee meets the minimum safety requirements established by the Federal Railroad Administration's Track Safety Standards 49CFR213. D. All employees comply with the following safety procedures when working around any railroad track: (i) Always be on the alert for moving equipment. Employees must always expect movement on any track,at any time,in either direction. (ii) Do not step or walk on the top of the rail, frog, switches, guard rails, or other track components. (iii) In passing around the ends of standing cars, engines, roadway machines or work equipment, leave at least 20 feet between yourself and the end of the equipment. Do not go between pieces of equipment of the opening is less than one car length (50 feet). (iv) Avoid walking or standing on a track unless so authorized by the employee in charge. (v) Before stepping over or crossing tracks,look in both directions first. (vi) Do not sit on, lie under, or cross between cars except as required in the performance of your duties and only when track and equipment have been protected against movement. E. All employees must comply with all federal and state regulations concerning workplace y safety. GC-6.25 Compliance Requirements THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH NSII 30-Inch Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100261 Revised July 1,2011 Tex dwr Development Board ti Texas Water Development Board C Supplemental Contract Conditions and Instructions (TWDB-0552) I For Construction Services for Projects Funded through State Programs TWDB-0552 Page 1 of 19 Rev 02/17 Table of Contents I. INSTRUCTIONS TO APPLICANT..........................................................................................................5 1. Applicability........................................................................................................................................... 5 2. Use of Conditions.................................................................................................................................. 5 3. Modifications to Provisions..................................................................................................................5 4. Good Business Practices....................................................................................................................... 6 5. Other Requirements.............................................................................................................................. 6 6. Advertisements for Bids....................................................................................................................... 6 7. Bid Proposal.......................................................................................................................................... 7 8. Bidding Process.....................................................................................................................................7 9. Release of Funds.................................................................................................................................... 7 II. INSTRUCTIONS TO BIDDERS............................................................................................................... 9 1. Contingent Award of Contract................................................................................................................9 w 2. U.S. Iron and Steel and Manufactured Goods(Does not apply to State Participation or SWIFT Projects)..........................................................................................................................................................9 3. Bid Guarantee.........................................................................................................................................9 4. Award of Contract to Nonresident Bidder..............................................................................................9 III. SUPPLEMENTAL CONTRACT CONDITIONS10 ............................................................................... 1. Supersession......................................................................................................................................... 10 Y 2. Privity of Contract................................................................................................................................ 10 3. Definitions............................................................................................................................................ 10 .w. 4. Laws to be Observed............................................................................................................................ 10 5. Review by Owner and TWDB.............................................................................................................. 10 w 6. Performance and Payment Bonds......................................................................................................... 11 7. Payments Schedule and Cost Breakdown............................................................................................. 11 8. Workers' Compensation Insurance Coverage(as applicable,consistent with Texas Labor Code § 406.096)........................................................................................................................................................ 11 9. U.S. Iron and Steel and Manufactured Goods(Does not apply to State Participation or SWIFT Projects)........................................................................................................................................................ 12 10. Prevailing Wage Rates...................................................................................................................... 12 11. Employment of Local Labor(only applicable to projects funded by EDAP).................................. 13 12. Payments........................................................................................................................................... 14 13. Archaeological Discoveries and Cultural Resources........................................................................ 15 14. Endangered Species.......................................................................................................................... 16 TWDB-0552 Page 2 of 19 Rev 02/17 15. Hazardous Materials......................................................................................................................... 16 16. Changes............................................................................................................................................ 16 17. Operation and Maintenance Manuals and Training. ........................................................................ 17 18. As-built Dimensions and Drawings.................................................................................................. 18 19. Close-Out Procedures....................................................................................................................... 18 N. FORMS AND GUIDANCE LIST........................................................................................................ 19 TWDB-0552 Page 3 of 19 Rev 02/17 Forms and Guidance: The Texas Water Development Board (TWDB) forms and guidance documents noted in this instruction document may be accessed through the TWDB's Financial Assistance web site at: http://www.twdb.texas.gov/financial/instructions/index.asp Search by either the document number or name. { TWDB-0552 Page 4 of 19 Rev 02/17 I. INSTRUCTIONS TO APPLICANT i 1. Applicability i These Supplemental Conditions contain provisions that are worded to comply with certain statutes and regulations which specifically relate to projects receiving state funds only. These supplemental conditions apply to projects funded by the following financial . assistance programs: (a) the Texas Water Development Fund(DFund), (b) State Participation (SP), (c) Rural Water Assistance Fund (RWAF), (d) Economically Distressed Areas Program(EDAP), and (e) State Water Implementation Fund for Texas (SWIFT). Provisions that are applicable to the project's funding source or dollar value of the contract are so noted within these provisions. 2. Use of Conditions The language and conditions listed under Section H. Instructions to Bidders are to be included in the instructions to bidders for construction services. The provisions listed under Section III. Supplemental Contract Conditions shall be included in their entirety with the other general and special conditions that are typically included in the construction contract documents by the design engineer. 3. Modifications to Provisions These provisions shall be included as a stand-alone section in the contract documents. The Applicant and the consulting engineer (Engineer) should carefully study these provisions before incorporating them into the construction contract documents. In particular, Water Districts and other types of districts should be aware of statutes relating to their creation Y and operation which may affect the application of these conditions. The TWDB Project Engineer/Reviewer should be consulted if the Applicant thinks there is a need to modify parts of these provisions. Supplemental Condition #13 (Archeological Discoveries and Cultural Resources) and #14 (Endangered Species) may be superseded or modified by project specific conditions established during the environmental review process. These documents may confer certain duties and responsibilities on the Engineer that are beyond, or short of, what the Applicant intends to delegate. The Applicant should ensure that the contractual agreement with the Engineer provides for the appropriate services. Otherwise the Applicant should revise the wording in these special conditions to agree with actually delegated functions. TWDB-0552 Page 5 of 19 Rev 02/17 4. Good Business Practices There are other contract provisions that the Applicant(Owner) and Engineer should include as a matter of good business practices. It is recommended that provisions addressing the following matters be included in the construction contract. (a) Specifying the time frame for accomplishing the construction of the project, and the consequences of not completing on time, including liquidation damages. (b) Specifying the type, dollar value, and documentation of insurance the contractor is to _ carry. At a minimum the contractor should carry worker's compensation, liability and builder's risk insurance. (c) Identifying the responsibility of the contractor—Responsibility and Warranty of Work. - (d) Price reduction for defective pricing of negotiated costs. (e) Differing site conditions - notice and claims regarding site conditions differing from indicated conditions. n (f) Covenants against contingent fees -prohibit contingent fees for securing business. (g) Gratuities -prohibitions against offering and accepting gratuities. (h) Audit and access to records. (i) Suspension of work- conditions under which the Owner may suspend work. 0) Termination-conditions under which the Owner may terminate the contract. (k) Remedies -procedures for resolving disputes. - S. Other Requirements Y There may be other local government requirements and applicable Federal and State statutes and regulations that are not accommodated by these conditions. It is the Applicant's responsibility to ensure that the project and all contract provisions are consistent with the relevant statutes and regulations. 6. Advertisements for Bids State procurement statutes require advertising a contract for bids for at least two (2) consecutive weeks. By not following this requirement, the project may need to be re- advertised. The official advertisement for bids that is published in newspapers shall include certain information such as,but not limited to, the following: (a) A clear description of what is being procured. (b) How to obtain plans and specifications (P&S) and necessary forms and information. (c) The date and time by which bids are to be submitted(deadline). (d) The address where bids are to be provided. (e) This contract is contingent upon release of funds from the Texas Water Development Board(TWDB). - (f) This contract is subject to the U.S. Iron and Steel and Manufactured Goods requirements of Texas Water Code §17.183 (does not apply to State Participation or SWIFT projects). (g) Acknowledgement of any special requirements such as mandatory pre-bid conference. (h) Right to reject any and all bids. (i) General bond requirements. TWDB-0552 Page 6 of 19 Rev 02/17 7. Bid Proposal The Bid Proposal form should account for the following: (a) If lump sum bid, include a list of the materials used and associated costs. (b) Distinguish eligible and ineligible items. (c) Accommodate trench safety requirements with separate per unit pay item for trench excavation safety protection,Health and Safety Code Chapter 756, Subchapter C. (d) Include space for the Contractor to acknowledge receipt of each Addendum issued during the bidding process. 8. Bidding Process The Plans and Specifications (P&S) should include an explanation of how the bids will be processed. The explanation should include the following components: (a) Whether a pre-bid conference will be held, whether it is optional or mandatory, where and when it will be held. (b) Specify the criteria and process for determining responsiveness and responsibility of the bidder. (c) Specify the method of determining the successful bidder and award (e.g., award to the lowest responsive, responsible bidder, accounting for any multiple parts to bids) and accounting for non-resident bidder reciprocity requirements. _ (d) Allow for withdrawal of a bid due to a material mistake. (e) Identify the time frame that the bids may be held by the Applicant before awarding a contract (e.g.,typically for 60 or 90 days). r (f) Acknowledge right of the Applicant to reject any and all bids. 9. Release of Funds (a) Submittal of Bid Documents to TWDB Project Engineer/Reviewer to allow contingent award of contract: (1) Advertisement and affidavit of advertisement. (2) Bid tabulation. (3) All addenda submitted and approved for the contract. (4) Bid proposal of apparent low bidder (or chosen bidder, with explanation) with bid bond. (5) Site certificate (ED-101). ry (6) Consulting engineer's recommendation to award letter. (7) A description of any bidding irregularities. (8) Construction inspection proposal. (9) Vendor Compliance with Reciprocity of Non-Resident Bidders Form (TWDB-0459). TWDB-0552 Page 7 of 19 Rev 02/17 (b) Following contingent award of the contract, TWDB Project Engineer/Reviewer should receive a bound copy of the executed contract documents (including specifications). This document should include: (1) Executed agreement. (2) Contractor's act of assurance (ED-103). (3) Contractor's act of assurance resolution (ED-104). (4) Payment and Performance bond (must be executed on or after the date of execution of the contract). (5) Contractor's Certificate of Insurance. (6) Sufficiency of funds letter (if the project is not 100% funded with TWDB _ funds). After reviewing and approving the executed bid documents, the TWDB will issue an authorization for the Applicant to issue a notice to proceed. At this time, TWDB staff can begin releasing construction funds, in accordance with program specific requirements. For any questions or proposed modifications to these conditions, please contact your TWDB Project Engineer/Reviewer. TWDB-0552 Page 8 of 19 Rev 02/17 II. INSTRUCTIONS TO BIDDERS The language and conditions listed in this section shall be included in the "Instructions to Bidders' section of the construction contract document. 1. Contingent Award of Contract This contract is contingent upon release of funds from the Texas Water Development Board. Any contract or contracts awarded under this Invitation for Bids is/are expected to be funded in part by a loan or grant from the Texas Water Development Board. Neither the state of Texas, nor any of its departments, agencies, or employees are or will be a party to this Invitation for Bids or any resulting contract. 2. U.S. Iron and Steel and Manufactured Goods (Does not apply to State Participation or SWIFT Projects) Any contract(s) awarded under this Invitation for Bids is/are subject to the U.S. Iron and Steel and Manufactured Goods requirements (Texas Water Code §17.183). Refer to Guidance TWDB-1105 — "Requirements for U.S. Iron and Steel and Manufactured Goods". w 3. Bid Guarantee Each bidder shall furnish a bid guarantee equivalent to five percent of the bid price (Water "- Code §17.183). If a bid bond is provided, the Contractor shall utilize a surety company which is authorized to do business in Texas in accordance with Surety Bonds and Related Instruments, Chapter 3503 of the Insurance Code. 4. Award of Contract to Nonresident Bidder A governmental entity may not award a governmental contract to a nonresident bidder unless the nonresident underbids the lowest bid submitted by a responsible resident bidder by an amount that is not less than the amount by which a resident bidder would be required to underbid the nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located. A non-resident bidder is a Contractor whose corporate offices or principal place of business is outside of the state of Texas (Source: Texas Government Code, Chapter 2252, Subchapter A, Nonresident Bidders, §2252.002). The bidder will complete form TWDB-0459, Vendor Compliance with Reciprocity on Non-Resident Bidders,which must be submitted with the bid. TWDB-0552 Page 9 of 19 Rev 02/17 III. SUPPLEMENTAL CONTRACT CONDITIONS 1. Supersession The Owner and the Contractor agree that the TWDB Supplemental Conditions apply to the - work eligible for Texas Water Development Board assistance to be performed under this contract and these clauses supersede any conflicting provisions of this contract. 2. Privity of Contract Funding for this project is expected to be provided in part by a loan or grant from the Texas Water Development Board. Neither the state of Texas, nor any of its departments, agencies or employees is, or will be, a party to this contract or any lower tier contract. This contract is subject to applicable provisions in 31 TAC Chapter 363 in effect on the date of the assistance award for this project. 3. Definitions (a) The term"Owner"means the local entity contracting for the construction services. (b) The term "TWDB" means the Executive Administrator of the Texas Water Development Board, or other person who may be at the time acting in the capacity or authorized to perform the functions of such Executive Administrator, or the authorized representative thereof. - (c) The term"Engineer"means the Owner's authorized consulting engineer for the project. 4. Laws to be Observed In the execution of the contract, the Contractor must comply with all applicable local, state and federal laws, including but not limited to laws concerned with labor, safety, minimum wages, and the environment. The Contractor shall be familiar with and at all times shall observe and comply with all federal, state, and local laws, ordinances and regulations which in any manner affect the conduct of the work, and shall indemnify and save harmless the Owner, Texas Water Development Board, and their representatives against any claim arising from violation of any such law, ordinance or regulation by the Contractor, their Subcontractor or their employees. 5. Review by Owner and TWDB (a) The Owner, authorized representatives and agents of the Owner, and the TWDB shall, at all times have access to and be permitted to observe and review all work, materials, equipment, payrolls, personnel records, employment conditions, material invoices, and T other relevant data and records pertaining to this contract, provided, however that all instructions and approval with respect to the work will be given to the Contractor only by the Owner through authorized representatives or agents. (b) Any such inspection or review by the TWDB shall not subject the state of Texas, or its representatives,to any action for damages. TWDB-0552 Page 10 of 19 Rev 02/17 _ 6. Performance and Payment Bonds Each Contractor awarded a construction contract must furnish performance and payment bonds: (a) the performance bond shall include without limitation guarantees that work done under the contract will be completed and performed according to approved plans and specifications and in accordance with sound construction principles and practices; (b) the performance and payment bonds shall be in a penal sum of not less than 100 percent of the contract price and remain in effect for one year beyond the date of approval by - the Engineer of the political subdivision; and (c) the Contractor shall utilize a surety company that is authorized to do business in Texas in accordance with Surety Bonds and Related Instruments, Chapter 3503 of the Insurance Code. 7. Payments Schedule and Cost Breakdown (a) The Contractor shall submit for approval immediately after execution of the Agreement, a carefully prepared Progress Schedule, showing the proposed dates of starting and completing each of the various sections of the work, the anticipated monthly payments to become due to the Contractor, and the accumulated percent of progress each month. (b) The following paragraph applies only to contracts awarded on a lump sum contract price: COST BREAKDOWN - The Contractor shall submit to the Owner a detailed breakdown of the estimated cost of all work to be accomplished under the contract, so arranged and itemized as to meet the approval of the Owner or funding agencies. This breakdown shall be submitted promptly after execution of the agreement and before any payment is made to the Contractor for the work performed under the contract. After approval by the Owner the unit prices established in the breakdown shall be used in estimating the amount of partial payments to be made to the Contractor. .. 8. Workers' Compensation Insurance Coverage (as applicable, consistent with Texas Labor Code § 406.096) (a) The Contractor shall certify in writing that they provide workers' compensation insurance coverage for each employee of the Contractor employed on the public project. (b) Each Subcontractor on the public project shall provide such a certificate relating to coverage of the Subcontractor's employees to the general Contractor, who shall provide the Subcontractor's certificate to the governmental entity. (c) A Contractor who has a contract that requires workers' compensation insurance coverage may provide the coverage through a group plan or other method satisfactory to the governing body of the governmental entity. (d) The employment of a maintenance employee by an employer who is not engaging in TWDB-0552 Page 11 of 19 Rev 02/17 building or construction as the employer's primary business does not constitute engaging in building or construction. (e) In this section: (1) "Building or construction" includes: i. erecting or preparing to erect a structure, including a building, bridge, roadway,public utility facility, or related appurtenance; ii, remodeling, extending,repairing, or demolishing a structure; or iii. otherwise improving real property or an appurtenance to real property through similar activities. (2) "Governmental entity" means this state or a political subdivision of this state. The term includes a municipality. 9. U.S. Iron and Steel and Manufactured Goods (Does not apply to State - Participation or SWIFT Projects) In the execution of the contract, the Contractor shall be familiar with and at all times shall observe and comply with all applicable federal, state, and local laws, ordinances and regulations concerned with the use of iron and steel and manufactured goods made in the United States which in any manner affect the conduct of the work, and shall indemnify and _ save harmless the Texas Water Development Board against any claim arising from violation of any such law, ordinance or regulation by the Contractor or by their Subcontractor or their employees Consistent with Texas Water Code Section 17.183, iron and steel products and manufactured goods used in the project shall be produced in the United States, unless: (a) such products or goods are not: (1) available in sufficient quantities; (2) readily available; or - (3) of a satisfactory quality; or (b) the use of such products or goods will increase the total cost of the project by more than 20 percent. 10.Prevailing Wage Rates This contract is subject to Government Code Chapter 2258 concerning payment of Prevailing Wage Rates. The Owner will determine what the general prevailing rates are in accordance with the statute. The applicable provisions include, but are not limited to the + following: §2258.021.Right to be Paid Prevailing Wage Rates (a) A worker employed on a public work by or on behalf of the state or a political subdivision of the state shall be paid: (1) not less than the general prevailing rate of per diem wages for work of a similar character in the locality in which the work is performed; and (2) not less than the general prevailing rate of per diem wages for legal holiday and overtime work. (b) Subsection(a) does not apply to maintenance work. TWDB-0552 Page 12 of 19 Rev 02/17 (c) A worker is employed on a public work for the purposes of this section if the worker is _ employed by a Contractor or Subcontractor in the execution of a contract for the public work with the state, a political subdivision of the state, or any officer or public body of the state or a political subdivision of the state. §2258.023. Prevailing Wage Rates to be Paid by Contractor and Subcontractor; Penalty (a) The Contractor who is awarded a contract by a public body or a Subcontractor of the Contractor shall pay not less than the rates determined under Section 2258.022 to a worker employed by it in the execution of the contract. (b) A Contractor or Subcontractor who violates this section shall pay to the state or a political subdivision of the state on whose behalf the contract is made, $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the wage rates stipulated in the contract. A public body awarding a contract shall specify this penalty in the contract. (c) A Contractor or Subcontractor does not violate this section if a public body awarding a contract does not determine the prevailing wage rates and specify the rates in the contract as provided by Section 2258.022. (d) The public body shall use any money collected under this section to offset the costs incurred in the administration of this chapter. (e) A municipality is entitled to collect a penalty under this section only if the municipality has a population of more than 10,000. §2258. 024. Records (a) A Contractor and Subcontractor shall keep a record showing: (1) the name and occupation of each worker employed by the Contractor or Subcontractor in the construction of the public work; and (2) the actual per diem wages paid to each worker. (b) The record shall be open at all reasonable hours to inspection by the officers and agents of the public body. §2258. 025. Payment Greater Than Prevailing Rate Not Prohibited This chapter does not prohibit the payment to a worker employed on a public work an amount greater than the general prevailing rate of per diem wages. 11.Employment of Local Labor (only applicable to projects funded by EDAP) The Contractor shall, to the maximum feasible extent, employ local labor for construction of the project. The Contractor and every Subcontractor undertaking to do work on the project which is, or reasonably may be done as on-site work, shall employ qualified persons who regularly reside within the political subdivision boundary of the Owner and the economically distressed area where the project is located (Texas Water Code, Section 17.183). TWDB-0552 Page 13 of 19 Rev 02/17 12.Payments (a) Progress Payments: (1) The Contractor shall prepare their requisition for progress payment as of the last day of the month and submit it, with the required number of copies, to the Engineer for review. Except as provided in paragraph (3) of this subsection, the amount of the payment due the Contractor shall be determined by adding to the total value of work completed to date, the value of materials properly stored on the site and deducting: (1) five percent (5%) minimum of the total amount, as a retainage and (2) the amount of all previous payments. The total value of work completed to date shall be based on the actual or estimated quantities of work completed and on the unit prices contained in the agreement (or cost breakdown approved pursuant to section 7b relating to lump sum bids) and adjusted by approved change orders. The value of materials properly stored on the site shall be based upon the estimated quantities of such materials and the invoice prices. Copies of all invoices shall be available for inspection by the Engineer. (2) The Contractor shall be responsible for the care and protection of all materials and work upon which payments have been made until final acceptance of such work and materials by the Owner. Such payments shall not constitute a waiver of the right of the Owner to require the fulfillment of all terms of the Contract and the delivery of all improvements embraced in this contract complete and satisfactory to the Owner in all details. (3) This clause applies to contracts when the Owner is a District or Authority. The retainage shall be ten percent of the amount otherwise due until at least fifty percent of the work has been completed. After the project is fifty percent completed, and if the District or Authority's Board finds that satisfactory progress is being made, then the District may authorize any of the remaining progress payments to be made in full. The District is not obligated to pay interest earned on the first 50% of work completed (Texas Water Code Sec. 49.276(d)). (4) The five percent (5%) retainage of the progress payments due to the Contractor may not be reduced until the building of the project is substantially complete and a reduction in the retainage has been authorized by the TWDB. (b) Withholding Payments. The Owner may withhold from any payment otherwise due the Contractor so much as may be necessary to protect the Owner and if so elects may also withhold any amounts due from the Contractor to any Subcontractors or material dealers, for work performed or material furnished by them. The foregoing provisions shall be construed solely for the benefit of the Owner and will not require the Owner to determine or adjust any claims or disputes between the Contractor and their Subcontractors or Material dealers, or to withhold any monies for their protection unless the Owner elects to do so. The failure or refusal of the Owner to withhold any monies from the Contractor shall in no way impair the obligations of any surety or sureties under any bond or bonds furnished under this contract. (c) Payments Subject to Submission of Certificates. Each payment to the Contractor by the TWDB-0552 Page 14 of 19 Rev 02/17 _ Owner shall be made subject to submission by the Contractor of all written certifications required of the Contractor, their Subcontractors and other general and special conditions elsewhere in this contract. (d) Final Payment. (1) Upon satisfactory completion of the work performed under this contract, as a condition before final payment under this contract or as a termination _ settlement under this contract the Contractor shall execute and deliver to the Owner a release of all claims against the Owner arising under, or by virtue of, this contract, except claims which are specifically exempted by the Contractor to be set forth therein. Unless otherwise provided in this contract,by state law or otherwise expressly agreed to by the parties to this contract, final payment under this contract or settlement upon termination of this contract shall not constitute a waiver of the Owner' s claims against the Contractor or their sureties under this contract or applicable performance and payment bonds. (2) After final inspection and acceptance by the Owner of all work under the Contract, the Contractor shall prepare their requisition for final payment which shall be based upon the carefully measured or computed quantity of each item of work at the applicable unit prices stipulated in the Agreement or cost breakdown (if lump sum), as adjusted by approved change orders. The total amount of the final payment due to the Contractor under this contract shall be the amount computed as described above less all previous payments. (3) The retainage and its interest earnings, if any, shall not be paid to the Contractor until the TWDB has authorized a reduction in, or release of, retainage on the contract work. (4) Withholding of any amount due to the Owner, under general and/or special conditions regarding "Liquidated Damages" shall be deducted from the final payment due the Contractor. 13.Archaeological Discoveries and Cultural Resources No activity which may affect properties listed or properties eligible for listing in the National Register of Historic Places or eligible for designation as a State Archeological Landmark is authorized until the Owner has complied with the provisions of the National Historic Preservation Act and the Antiquities Code of Texas. The Owner has previously coordinated with the appropriate agencies and impacts to known cultural or archeological deposits have been avoided or mitigated. However, the Contractor may encounter unanticipated cultural or archeological deposits during construction. If archeological sites or historic structures which may qualify for designation as a State Archeological Landmark according to the criteria in 13 TAC Chapter 26, or that may be eligible for listing on the National Register of Historic Places in accordance with 36 CFR Part 800, are discovered after construction operations are begun, the Contractor shall immediately cease operations in that particular area and notify the Owner, the TWDB, and the Texas Historical Commission, 1511 N. Colorado St. , P. O. Box 12276, Capitol Station, Austin, Texas 78711-2276. The Contractor shall take reasonable steps to protect TWDB-0552 Page 15 of 19 Rev 02/17 and preserve the discoveries until they have been inspected by the Owner's representative and the TWDB. The Owner will promptly coordinate with the State Historic Preservation Officer and any other appropriate agencies to obtain any necessary approvals or permits to enable the work to continue. The Contractor shall not resume work in the area of the discovery until authorized to do so by the Owner. 14.Endangered Species No activity is authorized that is likely to jeopardize the continued existence of a threatened or endangered species as listed or proposed for listing under the Federal Endangered Species Act (ESA), and/or the State of Texas Parks and Wildlife Code on Endangered Species, or to destroy or adversely modify the habitat of such species. If a threatened or endangered species is encountered during construction, the Contractor - shall immediately cease work in the area of the encounter and notify the Owner, who will immediately implement actions in accordance with the ESA and applicable State statutes. These actions shall include reporting the encounter to the TWDB, the U.S. Fish and Wildlife Service, and the Texas Parks and Wildlife Department, obtaining any necessary approvals or permits to enable the work to continue, or implement other mitigation actions. The Contractor shall not resume construction in the area of the encounter until authorized to do so by the Owner. 15.Hazardous Materials Materials utilized in the project shall be free of any hazardous materials, except as may be — specifically provided for in the specifications. If the Contractor encounters existing material on sites owned or controlled by the Owner or in material sources that are suspected by visual observation or smell to contain hazardous materials, the Contractor shall immediately notify the Engineer and the Owner. The Owner will be responsible for the testing and removal or disposal of hazardous materials on sites owned or controlled by the Owner. The Owner may suspend the work, wholly or in part during the testing, removal or disposal of hazardous materials on sites owned or controlled _ by the Owner. 16.Changes *Provisions identified with an asterisk below are consistent with Local Government Code 271.060. Counties and Municipalities may modify the identified provisions, when applicable, - to conform to Local Government Code 262.031 (Counties)or 252.048 (Municipalities). (a) The Owner may at any time, without notice to any surety, by written order designated or indicated to be a change order, make changes in the work within the general scope of the contract, including but not limited to changes: (1) In the specifications (including drawings and designs); - (2) In the time,method or manner of performance of the work; (3) To decrease or increase the quantity of work to be performed or materials, equipment or supplies to be furnished; TWDB-0552 Page 16 of 19 Rev 02/17 _ (b) *The total price of a contract may not be increased by a change order unless provision has been made for the payment of the added cost by the appropriation of current funds or bond funds for that purpose, by the authorization of the issuance of certificates, or by a combination of those procedures. (c) *A contract with an original contract price of$1 million or more may not be increased by more than 25 percent. If a change order for a contract, with an original contract price of less than $1 million, increases the contract amount to $1 million or more, subsequent change orders may not increase the revised contract amount by more than 25 percent. (d) *A governing body may grant authority to an official or employee responsible for t purchasing or for administering a contract to approve a change order that involves an increase or decrease of$50,000 or less. (e) Changes that involve an increase in price will be supported by documentation of the Y cost components. For projects funded through the EDAP program, or with grant proceeds, TWDB staff may request this information to be provided in a format equivalent to the Cost and Pricing Information form(No. WRD-277). (f) Any change orders involving a change in the project requiring a relocation of project components, sizing, or process may require additional environmental approval. A map and description of the proposed changes should be sent to the TWDB Environmental Reviewer for coordination and approval as soon as possible to avoid any delay. w 17.Operation and Maintenance Manuals and Training ,.. (a) The Contractor shall obtain installation, operation, and maintenance manuals from manufacturers and suppliers for equipment furnished under the contract. The Contractor shall submit three copies of each complete manual to the Engineer within 90 days after approval of shop drawings, product data, and samples, and not later than the date of shipment of each item of equipment to the project site or storage location. (b) The Owner shall require the Engineer to promptly review each manual submitted, noting necessary corrections and revisions. If the Engineer rejects the manual, the Contractor shall correct and resubmit the manual until it is acceptable to the Engineer as being in conformance with the design concept of the project and for compliance with information given in the contract documents. Owner may assess Contractor a charge for reviews of same items in excess of three (3) times. Such procedure shall not be considered cause for delay. (c) Acceptance of manuals by Engineer does not relieve Contractor of any requirements of terms of Contract. (d) The Contractor shall provide the services of trained, qualified technicians to check final equipment installation,to assist as required in placing same in operation, and to instruct operating personnel in the proper manner of performing routine operation and maintenance of the equipment. TWDB-0552 Page 17 of 19 Rev 02/17 (e) Operations and maintenance manuals specified hereinafter are in addition to any operation, maintenance, or installation instructions required by the Contractor to install, - test, and start-up the equipment. (f) Each manual is to be bound in a folder and labeled to identify the contents and project to which it applies. The manual shall contain the following applicable items: (1) A listing of the manufacturer's identification, including order number, model, serial number, and location of parts and service centers. (2) A list of recommended stock of parts, including part number and quantity. (3) Complete replacement parts list. (4) Performance data and rating tables. (5) Specific instructions for installation, operation, adjustment, and maintenance. (6) Exploded view drawings for major equipment items. - (7) Lubrication requirements. (8) Complete equipment wiring diagrams and control schematics with terminal identification. - 18.As-built Dimensions and Drawings (a) Contractor shall make appropriate daily measurements of facilities constructed and keep accurate records of location(horizontal and vertical) of all facilities. (b) Upon completion of each facility, the Contractor shall furnish the Owner with one set of direct prints,marked with red pencil, to show as-built dimensions and locations of all work constructed. As a minimum,the final drawings shall include the following: (1) Horizontal and vertical locations of work. (2) Changes in equipment and dimensions due to substitutions. (3) "Nameplate" data on all installed equipment. (4) Deletions, additions, and changes to scope of work. (5) Any other changes made. 19.Close-Out Procedures To close-out the contract and release final retainage, the following steps must be completed: (a) TWDB Staff must conduct a construction contract final inspection(CCFI). - (b) The following submittals must be received,reviewed, and accepted by TWDB: (1) The final change order, adjustment of quantities, or a statement that all change orders have previously been submitted and there will be no more change orders; (2) The final pay request from the Contractor; (3) An affidavit by the Contractor that all bills have been paid; (4) Certification by the consulting Engineer that the work has been completed and _ was constructed in accordance with the approved plans and specifications and sound engineering principles and construction practices; (5) Acceptance of the project by the Owner in the form of a written resolution or other formal action; - TWDB-0552 Page 18 of 19 Rev 02/17 (6) Notification of the beginning date of the warranty period for the contract; and (7) Confirmation that the Owner has received as-built drawings from the Contractor. (c) TWDB will issue a Certificate of Approval allowing the release of retainage. IV. FORMS AND GUIDANCE LIST The following documents,mentioned throughout this guidance are available on the TWDB website at:hgp://www.twdb.texas.gov/financial/instructions/index.asp Forms The following forms must be included in the bid documents: ➢ TWDB-0459,Vendor Compliance with Reciprocity of Non-Resident Bidders. ➢ Site Certificate (ED-101) ➢ Contractor' s Act of Assurance (ED-103) ➢ Contractor' s Act of Assurance Resolution(ED-104) Guidance Document: ➢ Requirements for U.S. Iron and Steel and Manufactured Goods (TWDB-1105) TWDB-0552 Page 19 of 19 Rev 02/17 � TuasWater � Development Board f .� Davis-Bacon Act (DBA) Guidance for Clean Water & Drinking Water State Revolving Fund Projects "1 DB-0156 10/18/2010 Overview On October 30, 2009, President Obama signed the Fiscal Year (FY) 2010 Interior and Environment Appropriations Bill into law. This law provides appropriations for both the Clean Water State Revolving Fund (CWSRF) and Drinking Water State Revolving Fund (DWSRF) for FY 2010, while adding new requirements to these already existing programs. One new requirement is the application of the Davis-Bacon Act (DBA) to both State Revolving Fund (SRF) 4 programs. 4 On November 30, 2009, the TWDB received a memo from the Environmental Protection Agency (EPA) which declared that state SRF agencies must require all construction activities funded by ISRF programs conform to the prevailing wage requirements of the DBA. This requirement applies to all construction that will be funded by loans that close on or after October 30, 2009, through completion of construction. The Davis-Bacon and Related Acts (DBRA) apply to contractors and subcontractors performing on federally funded or assisted contracts in excess of $2,000 for the construction, alteration, or repair (including painting and decorating) of public buildings or public works. DBRA contractors and subcontractors must pay their laborers and mechanics employed under the contract no less than the locally prevailing wages and fringe benefits for corresponding work on similar projects in the area. The DBA prevailing wage provisions apply to the "Related Acts," under which federal agencies assist construction projects through grants, loans, loan guarantees, and insurance. For prime contracts in excess of $100,000, contractors and subcontractors must also, under the provisions of the Contract Work Hours and Safety Standards Act, as amended, pay laborers and mechanics, including guards and watchmen, at least one and one-half times their regular rate of pay for all hours worked over 40 in a workweek. The overtime provisions of the Fair Labor Standards Act may also apply to DBA-covered contracts. This guidance manual supersedes the previous Davis-Bacon Requirements posted on the TWDB WEB and provided as reference only under Davis-Bacon Recipient Notifications at the end of this manual. 1 DB-0156 10/18/2010 Page Table of Contents Chi Page Number To access the various sections,place cursor over the Chapter or page#,then press Ctrl+Click to follow the link. Compliance Procedures .................................................................................................................4 DBA General Wage Determinations .............................................................................................5 IContact Information.......................................................................................................................6 t Contact Information—DOL Texas Offices ...................................................................................7 Mandatory Davis-Bacon Contract Conditions& Certification .....................................................8 MONTHLY DAVIS BACON ACT CERTIFICATE of COMPLIANCE..........................................16 AdditionalForms.........................................................................................................................17 STATEMENT OF COMPLIANCE CERTIFICATION BY CONTRACTOR FOR SRF..........18 DOLPayroll form WH-347.........................................................................................................19 DOL Labor Standards Interview SF-1445...................................................................................21 DavisBacon Poster, WH-1321....................................................................................................22 I I DB-0156 10/18/2010 Page Compliance Procedures -I In order to be held in compliance and satisfy this new federal requirement, entities will need to do the following: 1. Wage Determinations & Certifications - Wage decisions must be included in the bidding and contract documents. Federal Wage Determinations may be obtained online at http://www.wdol.L,ov/. Once it is determined that DBA wage rates will apply to a construction contract, the recipient's contracting organization must state in the solicitation that DBA prevailing wage rates are applicable and bid packages must include the current DBA general wage determination for the area where construction will occur. A wage determination update issued less than 10 days before bid opening shall be in effect unless there is not a reasonable time to notify all prospective bidders. In these cases the relevant facts should be documented in the contract file. A Monthly Davis Bacon Act Certificate of Compliance Submittal by Recipient must be completed by the Recipient of the SRF funding and submitted with each payment request for SRF Financing. (See Mandatory Davis-Bacon Contract Conditions & Certification for CWSRF & DWSRF Funded Proiects, DB-0152 and Monthly Davis Bacon Act Certificate of Compliance Submittal by Owner(Sub-Recipient) DB-0154). 2. Contractor Payroll Requirements - The contractor(s) is required to pay the prevailing wage rates on a weekly basis to laborers and mechanics in accordance with the requirements of 29 CFR 5.5, which are incorporated into the actual construction contract. Entities may use the Department of Labor (DOL) Payroll Form WH- 347 and weekly Statement of Compliance on Jthe reverse, or their own payroll form with all of the same data elements as the DOL Payroll Form WH-347, and the TWDB's form, Statement of Compliance Certification by Contractor for SRF, DB-0155. The DOL Payroll Form WH-347 can be found at the following link: http://www.dol.gov/whd/proarams/dbra/wh347.htm. (See DOL Payroll Form WH-347) 3. Employee Interviews & Certifications - Periodic, confidential interviews of employees are required to be conducted by recipients to validate the accuracy of certified payrolls for laborers, mechanics, trades, apprentices and trainees. Employee interviews must be conducted within the first two weeks of the initial payroll and within two weeks of the final payroll for the project. The EPA may authorize an exception to these requirements on a case by case basis when extenuating circumstances justify. (See DOL Labor Standards Interview, Form SF-1445 and Monthly Davis Bacon Act Certificate of Compliance Submittal by Recipient, Form DB-0154) 4. Payroll Records - Certified payroll records and labor interviews are required to be retained by the recipient and contractor for three years after completion of the construction project. 5. Wage Rate Poster - Post the required Poster (WH-1321) and applicable wage rates at the construction site. Please see http://www.dol.gov/whd/programs/dbra/whl321.htm. (See I Davis-Bacon Wage Rate Poster, WH-1321) I 6. Recipients must immediately report violations of the Davis-Bacon prevailing wage requirements to the EPA Davis-Bacon Coordinator listed in the assistance agreement and to the appropriate DOL WHD Office listed at ham://www.dol�ov/dol/contact/index.htm//www.dol�ov/dol/contact/index.htm. DB-0156 10/18/2010 Page DBA General Wage Determinations A "wage determination" is the listing of wage and fringe benefit for each classification of laborers and mechanics which the Administrator of the Wage and Hour Division of the U.S. DOL has determined to be prevailing in a given area for a particular type of construction. The DBA Wage Determinations are classified by the nature of the construction projects performed, specifically listed as "schedules": residential, building, highway, and heavy construction. A brief outline of the definitions for each schedule is listed below. • Building Construction. Includes construction of sheltered enclosures with walk-in access for the purpose of housing persons, machinery, equipment or supplies; all construction of such structures; the installation of utilities and of equipment, both above and below grade levels; as well as incidental grading, utilities and paving. Such structures need not be "habitable" to be building construction. Also, the installation of heavy machinery and/or equipment does not generally change the project's character as a building. • Heavy Construction. Includes thoseprojects that are not properly classified as either building, highway,„ or residential.�� Unlike these classifications, heavy construction is not a homogenous classification. Because of this catch-all nature, projects within the heavy classification may sometimes be distinguished on the basis of their particular project characteristics, and separate schedules may be issued for dredging projects, water and sewer line projects, dams, major bridges, and flood control projects. • Highway Construction. Includes construction, alteration or repair of roads, streets, highways, runways, taxiways, alleys, trails, paths, parking areas, and other similar projects not incidental to building or heavy construction. • Residential Construction. Includes the construction, alteration or repair of single-family houses, apartment buildings of no more than four stories in height. This includes all incidental items such as site work, parking areas,utilities, streets, and sidewalks. Entities should review their contractor's wage decisions and confirm they provide an adequate classification of the labor required for the specific construction contract. Most CWSRF and DWSRF projects will fall under the "Heavy” construction type, but entities should ask their consulting engineers if unsure. Some contracts or projects may require more than one general schedule to be included depending on the nature and extent of the work (i.e. a building is constructed in a water treatment facility). This is described in more detail in DOL's All Agency Memo No. 131. See website http://www.dol.gov/whd/J2roQxams/dbra/memorand.htm. In such cases, the contracting agency should designate the work to which each wage determination or part thereof applies per FAR 22.404-2 thru 404-3 (Federal Acquisition Regulations). hgps://www.acquisition.gov/far/current/html/Subpart%2022 4.html#wpl102017. Should overlaps I occur in the wage classification schedules for the contract(s), the owner may consider adopting the 1 higher rate classification. In all cases, the entity is responsible to insure an adequate classification is provided to insure compliance with the law. Where contractors alert the owner that the classification is inadequate, the owner should work with the contractor and the DOL to address any valid concerns. See the I Contact Information below for additional resources. 1 DB-0156 10/16/2010 Pages 14 JContact Information All questions regarding the DBA guidance can be directed to: U.S. Department of Labor Wage and Hour Divisionl-866-4USWAGE (1-866-487-9243), TTY: 1-877-889-5627, Monday-Friday 8 a.m. to 8 p.m. Eastern Time. If you require further information about the DBA and how to apply it to your project,please 1 contact the Texas Water Development Board, Mark Hall, P.E.,Director at(512)463-8489. Additional Resources: 1. For Wage Determinations applicable to construction projects in Texas: h!M://www.wdol.jzov/dba.aspx#3 2. Source for determine the prevailing wage rate for each state and county is on the web page, Selecting DBA Wage Decisions,provides criteria for state and county: hlt2://www.wdol.-aov/archdba.as-px 3. For more information on prevailing wage and wage determinations visit the Prevailing Wage Resource Book: httr)://www.dol.izov/whd/recovgm/pwrb/toc.htm + 4. The United States Department of Labor website: http://www.dol. ov/compliance/laws/comp-dbra.htm The webpage provides an overview, compliance assistance material,poster information, recordkeeping,DOL contact information and more. 5. Davis-Bacon and Related Acts (DBRA)Frequently Asked questions More in-depth information can be accessed at the Department of Labor(DOL)website: http://www.dol.gov/whd/proams/dbra/faas.htm 1 DB-0156 10/18/2010 Page 6 t Contact Information — DOL Texas Offices I Dallas District Office Phone: Curtis L. Poer US Dept. of Labor (817) 861-2150 District Director Wage &Hour Division 1-866-4-USWAGE The Offices @ Brookhollow (1-866-487-9243) 1701 E. Lamar Blvd., Suite 270,Box 22 Arlington,TX 76006-7303 Houston District Office Phone: Robin Mallet US Dept. of Labor (713) 339-5525 District Director Wage &Hour Division 1-8664-USWAGE 8701 S.Gessner Drive, Suite 1164 (1-866487-9243) Houston, TX 77074-2944 McAllen District Office Phone: ^ Eden Ramirez US Dept. of Labor (956) 6824631 District Director Wage & Hour Division 1-8664-USWAGE 320 N. Main Street,Room 238 (1-866487-9243) McAllen, TX 78501 Corpus Christi Area Office Phone: Vacant US Dept. of Labor (361) 888-3152 Asst. District Director Wage & Hour Division 1-8664-USWAGE Wilson Plaza (1-866487-9243) 606 W. Carancahua, Suite 705 Corpus Christi, Texas 78476 San Antonio District Office Phone: Juan Coria I US Dept. of Labor (210) 308-4515 District Director I r Wage &Hour Division 1-866-4-USWAGE Northchase 1 Office Building (1-866487-9243) 10127 Morocco, Suite 140 San Antonio, TX 78216 West Texas Panhandle and Northwest Quadrant: See Albuquerque,NM Albuquerque District Office Phone: Patricia Davidson Mailing Address: (505)248-6100 District Director US Dept. of Labor 1-866-4-USWAGE Wage and Hour Division (1-866-487-9243) P.O. Box 907 Albuquerque,NM 87103-0907 Physical Address: I 500 Gold, SW - Suite 12000 J , Albuquerque,NM 87102 DB-0156 10/18/2010 Page 7 DB-0152 Revised 06/25/10 Texas Water Development Board Mandatory Davis-Bacon Contract Conditions & Certification For CWSRF &DWSRF Projects PLEASE NOTE: This language must be included in all Davis-Bacon covered construction contracts and subcontracts. (29 CFR Part 5.5). (a) The Agency head shall cause or require the contracting officer to insert in full in any contract in excess of$2,000 which is entered into for the actual construction, alteration and/or repair, including painting and decorating, of a public building or public work, or building or work financed in whole or in part from federal funds or in accordance with guarantees of a Federal agency or financed from funds obtained by pledge of any contract of a Federal agency to make a loan, grant or annual contribution(except where a different meaning is expressly indicated), and which is subject to the labor standards provisions of any of the acts listed in Sec. 5.1,the following clauses (or any modifications thereof to meet the particular needs of the agency,Provided, That such modifications are first approved by the Department of Labor): (1) Minimum wages (i)All laborers and mechanics employed or working upon the site of the work(or under the United States Housing Act of 1937 or under the Housing Act of 1949 in the construction or development of the project), will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account(except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act(29 CFR part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2) of the Davis-Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of paragraph(a)(1)(iv) of this section; also,regular contributions made or costs incurred for more than a weekly period(but not less often than quarterly)under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed,without regard to skill, except as provided in Sec. 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided that the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under paragraph (a)(1)(ii) of this section) and the Davis-Bacon poster(WH-1321) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. DB-0156 10/18/2010 Page 8 DB-0152 Revised 06/25/10 (ii) (A)The contracting officer shall require that any class of laborers or mechanics, including helpers,which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The _ contracting officer shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: (1)The work to be performed by the classification requested is not performed by a classification in the wage determination; and (2)The classification is utilized in the area by the construction industry; and (3)The proposed wage rate, including any bona fide fringe benefits,bears a reasonable relationship to the wage rates contained in the wage determination. (B)If the contractor and the laborers and mechanics to be employed in the classification(if known), or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division,Employment Standards Administration,U.S.Department of Labor, Washington,DC 20210. The Administrator, or an authorized representative,will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (C) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate(including the amount designated for fringe benefits, where appropriate),the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer,to the Administrator for determination. The Administrator, or an authorized representative,will issue a determination within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (D) The wage rate (including fringe benefits where appropriate)determined pursuant to paragraphs (a)(1)(ii) (B) or(C) of this section, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. (iii)Whenever the minimum wage rate prescribed in the contract for a class of laborers or ! mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. (iv) If the contractor does not make payments to a trustee or other third person,the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided, That the Secretary of Labor has found,upon the written request of the contractor, that the applicable standards of the Davis-Bacon Act must have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. .. DB-0156 10/18/2010 Page 9 DB-0152 Revised 06/25/10 (2)Withholding The OWNER shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld from the contractor under this contract or any other Federal contract with the same prime contractor, or any other federally- assisted contract subject to Davis-Bacon prevailing wage requirements,which is held by the same prime contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work(or under the United States Housing Act of 1937 or under the Housing Act of 1949 in the construction or development of the project), all or part of the wages required by the contract,the (Agency)may, after written notice to the contractor, sponsor, applicant, or owner,take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. (3)Payrolls and basic records (i)Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work(or under the United States Housing Act of 1937, or under the Housing Act of 1949, in the construction or development of the project). Such records shall contain the name, address, and social security number of each such worker,his or her correct classification, hourly rates of wages paid(including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section 1(b) (2) (B) of the Davis- Bacon Act,daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv)that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1(b)(2)(B) of the Davis-Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable,that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or y mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. (ii)(A)The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to the OWNER if the agency is a party to the contract, _ but if the agency is not such a party,the contractor will submit the payrolls to the applicant, sponsor, or owner, as the case may be, for transmission to the OWNER. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under 29 CFR 5.5(a)(3)(i), except that full social security numbers and home addresses shall not be included on weekly transmittals. Instead the payrolls shall only need to include an individually identifying number for each employee (e.g., the last four digits of the employee's social security number). The required weekly payroll DB-0156 10/18/2010 Page 10 DB-0152 Revised 06/25/10 information may be submitted in any form desired. Optional Form WH-347 is available = for this purpose from the Wage and Hour Division Web site at: httv://www.dol.gov/esa/whd/forins/Wh347instr.htm or its successor site. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. Contractors and subcontractors shall maintain the full social security number and current address of each covered worker, and shall provide them upon request to the applicant, sponsor, or owner, as the case may be, for transmission to the applicant, sponsor, or owner, the contractor, or the Wage and Hour Division of the Department of Labor for purposes of an investigation or audit of compliance with prevailing wage requirements. It is not a violation of this section for a prime contractor to require a subcontractor to provide addresses and social security numbers to the prime contractor for its own records,without weekly submission to the sponsoring government agency(or the applicant, sponsor, or owner). (B)Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: (1)That the payroll for the payroll period contains the information required to be provided under Sec. 5.5 (a)(3)(ii) of Regulations, 29 CFR part 5,the appropriate information is being maintained under Sec. 5.5 (a)(3)(i) of Regulations,29 CFR part 5, and that such information is correct and complete; (2)That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in Regulations, 29 CFR part 3; (3)That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. (C) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH-347 shall satisfy the requirement for submission of the "Statement of Compliance"required by paragraph (a)(3)(ii)(B)of this section. (D) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under section 1001 of title 18 and section - 231 of title 31 of the United States Code. (iii) The contractor or subcontractor shall make the records required under paragraph (a)(3)(i) of this section available for inspection, copying, or transcription by authorized representatives of the OWNER or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, the Federal agency may, after written notice to the contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, DB-0156 10/18/2010 Page 11 DB-0152 Revised 06/25/10 advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. (4)Apprentices and trainees (i)Apprentices. Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor,Employment and Training Administration, Office of Apprenticeship Training,Employer and Labor Services, or with a State Apprenticeship Agency recognized by the Office, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program,but who has been certified by the Office of Apprenticeship Training, Employer and Labor Services or a State Apprenticeship Agency(where appropriate)to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification-of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Office of Apprenticeship Training, Employer and Labor Services, or a State Apprenticeship Agency recognized by the Office, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (ii) Trainees. Except as provided in 29 CFR 5.16,trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and y individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the DB-0156 10/18/2010 Page 12 DB-0152 Revised 06/25/10 trainee program. If the trainee program does not mention fringe benefits,trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate that is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program _ shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (iii)Equal employment opportunity. The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended and 29 CFR part 30. - (5) Compliance with Copeland Act requirements. The contractor shall comply with the requirements of 29 CFR Part 3,which are incorporated by reference in this contract. (6) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses contained in 29 CFR 5.5(a) (1)through(10)and such other clauses as that may by appropriate — instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR 5.5. y (7) Contract termination: debarment. A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12. (8) Compliance with Davis-Bacon and Related Act requirements. All rulings and interpretations of the Davis-Bacon and Related Acts contained in 29 CFR parts 1, 3, and 5 are herein incorporated by reference in this contract. (9)Disputes concerning labor standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor(or any of its subcontractors) and the contracting agency, the U.S. Department of Labor, or the employees or their representatives. (10) Certification of eligibility (i)By entering into this contract, the contractor certifies that neither it(nor he or she)nor any person or firm who has an interest in the contractor's firm is a person or firm ineligible to be DB-0156 10/18/2010 Page 13 DB-0152 Revised 06/25/10 awarded Government contracts by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1). (ii)No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1). �. (iii) The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. v (b) Contract Work Hours and Safety Standards Act. The Agency Head shall cause or require the contracting officer to insert the following clauses set forth in paragraphs (b) (1), (2), (3), and (4) of this section in full in any contract in an amount in excess of$100,000 and subject to the overtime provisions of the Contract Work Hours and Safety Standards Act. These clauses shall be inserted in addition to the clauses required by Sec. 5.5(a) or 4.6 of part 4 of this title. As used in this paragraph,the terms laborers and mechanics include watchmen and guards. (1) Overtime requirements. No contractor or subcontractor contracting for any past of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is Y employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (2)Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph(b) (1) of this section the contractor and any subcontractor responsible therefore shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory,to such District or to such - territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph(b)(1)of this section,in the sum of$10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph(b)(1) of this section. (3)Withholding for unpaid wages and liquidated damages. The OWNER shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to v the Contract Work Hours and Safety Standards Act,which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (b)(2) of this section. (4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph(b) (1)through(4)of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (b)(1)through(4)of this section. DB-0156 10/18/2010 Page 14 DB-0152 Revised 06/25/10 (c) In addition to the clauses contained in paragraph (b),in any contract subject only to the Contract Work Hours and Safety Standards Act and not to any of the other statutes cited in Sec. 5.1, the Agency Head shall cause or require the contracting officer to insert a clause requiring that the contractor or subcontractor shall maintain payrolls and basic payroll records during the course of the work and shall preserve them for a period of three years from the completion of the contract for all laborers and mechanics, including guards and watchmen,working on the contract. Such records shall contain the name and address of each such employee, social security number, correct classifications,hourly rates of wages paid, daily and weekly number of hours worked, deductions made, and actual wages paid. Further, the Agency Head shall cause or require the contracting _ officer to insert in any such contract a clause providing that the records to be maintained under this paragraph shall be made available by the contractor or subcontractor for inspection, copying, or transcription by authorized representatives of the OWNER and the Department of Labor, and the contractor or subcontractor will permit such representatives to interview employees during working hours on the job. The following form, Monthly Davis Bacon Act Certificate of Compliance Submittal by Owner (Sub-Recipient) (DB-0154), must be completed by the project owner/sub-recipient and submitted with each monthly/quarterly outlay report. (Information on outlay reporting may be accessed at: http://www.twdb.state.tx.us/assistance/rinancial/outi DB-0156 10/18/2010 Page 15 DB-0154 Revised 10/14/10 1 MONTHLY DAVIS BACON ACT CERTIFICATE of COMPLIANCE Submittal by Owner (Sub-Recipient) TWDB Project No. 72275 Loan/Grant No. L090003 This executed certificate must be submitted with each Outlay Report requesting payment for labor included with construction contracts. This Certificate applies only for LOANS CLOSED AFTER 10/30/2009. I Roberto C. Sauceda Project Manager of tle City of Fort Wort, Water Dept- hereby certify th t�interviews, periodic reviews of a (Name of entity) representative sample of the weekly payroll data, and contractor weekly payroll certifications such as OMB No. 1215-0149, have been performed to verify that contractors and subcontractors are paying the appropriate wage rate for compliance with the DAVIS BACON ACT, 40 U.S.C. §§3141 et seq. as amended and in conformance with the U.S. Department of Labor regulations at 29 CFR Part 5, (Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction) and 29 CFR Part 3 (Contractors and Subcontractors on Public Work Financed in Whole or in Part by Loans or Grants from the United States). 1 I understand that a false statement herein may subject me to penalties under federal and state laws relating to filing false statements and other relevant statutes. Signature Date y DB-0156 10/18/2010 Page 16 am lob Additional Forms The following forms are suggestions only and may be used as tools low which may aid in complying with the Davis Bacon requirements. rt w+ .r DB-0156 10/18/2010 Page 17 OCA r�-' W y " I O a 4. �o-aAU y w z T o� g• w _O O W 6 � q U z W F O F LL IN b az•� LLn Oz C � G W N U v z W W 0 � 3a z z � 9 a =te LA d ooh La 'LnL. 1 00 'Ili p QNb d a°qy a d F �a w fLp�y•zrA O d O W 'g•«� Q LL O W alp O p F.• v U O ; LL 0 0 0 Ir p O q�qS, W aNi a Q F en m m W � u LL O ° a Z x � GLL iy � F ° W o y W n z V NL I wW Y J z 3 N o z LLI � oG r z = ^ y U iO N .F J� O O Fi w a d ad a 81 rp p a o y b a:3 1 a V e b ami d p a K a w gay 0 Bw aa� ; .aFaa oo ° o off p 0;9p?: •g•�.5 3 a � ao� II v I4. ` 0,11 �. d'g lz w W it m p y .1 p � � jq 4 . W W 3 0 c I S wQ>. off . 0 0o � Wq O c I Vo ° V C� �A co w a, � 9 An b ao�'idog �¢ ,� w b A4 > a 0•° ie " s 3 ocQ m y p a A cdas d °� ' °' a ::.33 .. 0 ° �nP4 co co 0 i 0 ,� o•v a r,, " p $ d a d o w d .e a rn w o w W d p ci, w3Ci `° w I f cFd QQ Y o sC4 W o wq o d o m o ; a� ° Uma y•axa w c I fl a m 'd L s aai •� w ca e0 eC (, a� w d 'g m p ei1 N � a b � � � � •� � b � I.G `a m a 6.�� 0 � ��u�j � �.a � �� o a` v�i90 u AWZUA DOL Payroll form WH-47 h#w_kpps:�svbraryfo_Ao-_ �frm.asp?FrmN_ber--# !k& £| (Its !i m!■! |■ !| -,13 2 $ ,A ! f ) » Q aa 2 ) � !:!, } \ t2 \\!2 | |! ! |! It{ _ §k#| k 0 !t E# ,- } :,l. k� .! 'I§\ if 0 E\ ❑ a§/ !/77 =. Kkt k|� tv\ CL \ # $]� }�\} kL} q\ \ | 22 k}�� �■2 4156 10/18/2010 G@ 19 «.� - ��) !z! ` „a \ !E' | ¢k{ ) \) . K;` ■ ! �- $%f! |_a« - af7a = Z0 ! ;■� _ ) ! 0\ ■2 $! _ � e!&■ § z \)/\ � ol - _ $ LOU � 2 � \ L § \\$ ' ° 7 -V / t ] { ) ! ( .20 ;g$ |« ., 2 c!9 . $ |)#f {!�! )=a E \, § E m �| �|�� { A ) 77; ;0 .-. §■# !f!6 �!8® } t , § Eo 0 a § vis �k�� ■5)\ 0. ®�■ 61 / 2a =k�! E ! /§ 6:2, §�!® {|{i !7]! § ?(2f Z 2 § /0 2 -b \a&� 56!56ƒ LU » }�E - ; ,� 2! \ �fine | ® ! �k�| 5 ,•�f k _ � k k } 13 V.\/j - �iz` !!� � LU kA 0:2 6 t !! ) !!§t $rf! ° tk�£ -0-9 | 20r !;2% {Zk[ ! |�,m !„a ir \ L ) � E # , f| | § �\ ! ƒfi LU k �7o §!ak | I = |o A oa @a)t e|${ ± � 2! }fes } DB-0156 10/1$2m Page 20 DOL Labor Standards Interview SF-1445 -•- http://contacts.gsa.2ov/webforrns.nsf/0/12BF5DOE2DC4484685256CBC0062F375/Sfile/SF%2Ol445.pdf LABOR STANDARDS INTERVIEW CONTRACT NUMBER EMPLOYEE INFOWATION LAS-NAAAE RRST NAME Ail NAME OF?FUME CONTRACTOR STREET ADDRESS NAME DF EMPLOYER CT( STATE ZIP CODE SUPOMSOR'S N"6 LAST NAME FIRST NAME M! WORK CLASSIFICATION WAGE RA-E w, ACTION CHECK BELOW YES NO Do you work over 8 hours per day? Do you work over 40 hours per week? Are you paid at least time and a half for overtime hours? Are you receiving any cash payments for fringe benefits required by the posted wage determination decision? WHA'DEDLCTONS OTHER THAN TAXES AND SOCIAL SECURfr(ARE MADE FROM YOUR DAY' HOW MANY 14OURS,DID YOU WORK ON YOUR LAST'WORK DAY BEFORE TOOLS YOU USE THIS INTERVIEW. DATE OF LA;T'NORK DAY BEFORE HTI:RVIEW(YYMMDD) DATE YOU BEGAN WORK ON-HIS PROJECT{YYMMDD) eek THE ABOVE IS CGMFCT TO THE BEST OF MY KNOWLEDGE EMPLOYEE'S SIGNATURE DATE (YYWA4DD) SIGNATURE -YPED OR PRIN"ED NAME DATE (YYMAIDD) INTERVIEWER as INTERVIEWER'S COMMENTS WORK EMPLOYEE WAS 001613 WHEN INTERVIDVED ACTION(!f axpatamarwn is neededuse cammenra sac5cn) YES NO IS EMPLOYEE PROPERLY CLASSIFIED AND PAID7 ARE WAGE RASES AND POSTERS DISPLAYED? FOR USE BY PAYROLL CHECKER eis IS ABOVE*"AMATKM IN AGREGAGNT WITH PAYROLL DATA? YES El No w i CHECKER LAS T NAME FIRST"1AME VI JOB-ITLE s.G%AT'JRE DATE +'Yv'.WVDD1 s� AUTHORIZED FOR LOCAL REPRODUCTIOk STANDARD FORM 1446 RE': 1:36, Pnwimm editiem not usable P-escrbod by GSA-FAA 48 CrAl 53«21pi DB-0156 10/18/2010 Page 21 Davis Bacon Poster, WH-1321 h=://www.dol.gov/whd/reas/compliance%posters/davis,htm EMPLOYEE RIGHTS UNDER THE DAVIS-BACON ACT FOR LABORERS AND MECHANICS EMPLOYED ON FEDERAL OR FEDERALLY ASSISTED CONSTRUCTION PROJECTS THE UNITED STATES DEPARTMENT OF LABOR WAGE AND HOUR DIVISION PREVAILING You must be paid not less than the wage rate listed in the Davis-Bacon WAGES Wage Decision posted with this Notice for the work you pelform. OVERTIME You must be paid not less than one and one-half times your basic rate of pay for all hours worked over 40 in a work week.There are few exceptions. ENFORCEMENT Contract payments can be withheld to ensure workers receive wages and overtime pay due,and liquidated damages may apply if overtime pay requirements are not met Davis-Bacon contract clauses allow contract termination and debarment of contractors from future federal contracts for up to three years.A contractor who falsifies certified payroll records or induces wage kickbacks may be subject to civil or criminal prosecution,fines and/or imprisonment. APPRENTICES Apprentice rates apply only to apprentices property registered under approved Federal or State apprenticeship programs. PROPER PAY if you do not receive proper pay,or require further information on the applicable wages,contact the Contracting Officer listed below: I or contact the U.S.Department of Labor's Wage and Hour Division. For additional information: 1-866-4-USWAGE11,VJ_11- ��H (1-866-487-9243) TTY 1-877-889-5627 uaae�.oant.rl� V W.WAGEHOUR.DOL.GOV I.S.Department of Labor I Employment Standards Administration I Wage and Hour Division wH 1321 .—d"W 2M) DB-0156 10/18/2010 Page 22 APPENDIX F TWDB CWSRF Tier III FORMS TABLE OF CONTENTS Preaward Compliance Review Report for All Applicants Requesting Federal Financial Assistance(ED-112)............................................................................................................................1 Assurances- Construction Programs(WRD-206).............................................................................3 ApplicationAffidavit(WRD-201).......................................................................................................5 Application Filing and Authorized Representative Resolution (WRD-201A)..................................7 Application Affidavit- Certificate of Secretary(WRD-201 b)............................................................9 Wastewater Project Information (WRD-253a).................................................................................11 Applicant Affirmative Steps Certification and Goals(WRD-215)...................................................13 Affirmative Steps Solicitation Report(WRD-215)...........................................................................15 Prime Contractor Affirmative Steps Certification and Goals(WRD-217)......................................17 SMWBE Self Certification (WRD-218)............................................................................................19 Loan/Grant Participation Summry (SRF-373)................................................................................21 SupplementalContract Conditions (ED-004e)................................................................................23 Resolution Standard Conditions for Tax Exempt Loans (WRD-267).............................................41 CWSRFOutlay Report(SRF-071)...................................................................................................43 Site Certificate(ED-101)...................................................................................................................45 Contractor's Act Of Assurance(ED-103)........................................................................................47 Contractor's Resolution (ED-104)....................................................................................................49 Certification Regarding Debarment,Suspension, and other Responsibility Matters (SRF-404)..51 Bidder's EEOINSF Certifications(WRD-255)................................................................................53 BreakdownOf Bid(ED-102)............................................................................................................55 UtilityProfile(WRD-264).................................................................................................................57 Water Conservation Program Annual Report(WRD 265)..............................................................65 WRD-708C Revised 9/7/2005 Appendix F i WRD-708C Revised 9/7/2005 Appendix F ii United States Environmental Protection Agency ED-112 Washington,DC 20460 Form Approved. 7-9-96 wew OMB No.2090-0014 Preaward Compliance Review Report for All Applicants Expires 4/30/99 Requesting Federal Financial Assistance E®-112 Note:Read Instructions on Reverse Before Completing Form I. A.Applicant (Name, City,State) B.Recipient (Name, City,State) C.Project No. II. Brief Description of project,program or activity. III. Are any civil rights lawsuits or complaints pending against applicant and/or recipient? If"Yes",list those complaints and disposition of each complaint. Yes No IV. Have any civil rights compliance reviews of the applicant and/or recipient been conducted by any Federal agency during the two years prior to this application for activities which would receive EPA assistance? If Yes No "Yes",list those compliance reviews and status of each review. V. Is any other Federal assistance being applied for or is any other Federal financial assistance being applied to any portion of this project,program or activity? If"Yes",list the other Federal Agency(s),describe the associated Yes No work and the dollar amount of assistance. VI. If entire community under the applicant's jurisdiction is not served under the existing facilities/services,or will not be served under the proposed plan,give reasons why. VII. Population Characteristics Number of People 1.A.Population of Entire Service Area B.Minority Population of Entire Service Area } 2.A.Population Currently Being Served B.Minority Population Currently Being Served 3.A.Population to be Served by Project,Program or Activity B.Minority Population to be Served by Project,Program or Activity 4.A.Population to Remain Without Service B.Minority Population to Remain Without Service VIII. Will all new facilities or alterations to existing facilities financed by this grant be designed and constructed to be readily accessible and useable by handicapped persons? If"No",explain how a regulatory exception(40 Yes No CFR 7.70)applies. IX. Give the schedule for future projects,programs or activities(or future plans),by which service will be provided to all beneficiaries within applicant's jurisdiction. If there is no schedule,explain why. A. Signature of Authorized Official B.Title of Authorized Official C.Date For the U.S.Environmental Protection Agency Authorized EPA Official Date Aunroved Disanoroved EPA Form 4700-4(Rev.1/90)Previous actions are obsolete. Printed on Recycled Paper WRD-708C Revised 9/7/2005 Appendix F 1 Instructions ITEMS General IA. "Applicant"means any entity that files an application or unsolicited proposal or otherwise requests EPA Recipients of Federal financial assistance from the U.S, assistance. Environmental Protection Agency must comply with the following statutes. IB. "Recipient"means any entity,other than applicant;which A will actually receive EPA assistance. Title VI of the Civil Right Act of 1964 provides that no person in the United States shall,on the ground of race,color,or national origin, IC. Self-Explanatory. be excluded from participation in,be denied the benefits of,or be subjected to discrimination under any program or activity receiving H. Self-Explanatory. Federal financial assistance. The Act goes on to explain that the title shall not be construed to authorize action with respect to any �• "Civil rights lawsuits"mean any lawsuit or complaint employment practice of any employer,employment agency,or labor alleging discrimination the basis of race,color national organization(except where the primary objective of the Federal origin,sex,age handicap pending against the applicant financial assistance is to provide employment). and/or entity which actually benefits from the grant. For example,if a city is the named applicant but the grant Section 13 of the 1972 Amendments to the Federal Water Pollution will actually benefit the Department of Sewage,civil Control Act provides that person in the United States shall on the rights lawsuit involving both the city and the Department ground of sex,be excluded from participation in,be denied the of Sewage should be listed. benefits of,or be subjected to discrimination under the Federal Water t Pollution Control Act,as amended. Employment discrimination on IV. "Civil right compliance review"mean any review the basis of sex is prohibited in all such programs or activities. assessing the applicant's and/or recipient's compliance with laws prohibiting Section 504 of The Rehabilitation Act of 1973 provides that no otherwise qualified handicapped individual shall solely by reason of V. Self-explanatory handicap be excluded from participation in,be denied the benefit of or be subjected to discrimination under any program or activity VI. The word"Community"refers to the area under the receiving Federal finance assistance. Employment discrimination on applicant's and/or recipient's jurisdiction. The _ the basis of handicap is prohibited in all such programs or activities. "Community within might be a university or laboratory campus,or a community within a large city. If there is a The Age Discrimination Act of 1975 provides that no person on the significant disparity between minority and nonminority basis of age shall be excluded from participation under any program population to receive service,not otherwise satisfactorily or activity receiving Federal financial assistance. Employment explained,the Regional office may require a map which discrimination is prohibited by the Age Discrimination in indicates the minority and nonminority population served Employment Act administered by the Equal Employment by this project,program or activity. Opportunity Commission. VII. This information is required so that reviewers may Tide IX of the Education Amendments of 1972 provides that no determine if a disparity in the proposed provision of person on the basis of sex shall be excluded from participation in,be service will exist in the event the application is approved denied the benefit of,or be subjected to discrimination under any for funding.Give population of recipient's jurisdiction, education program or activity receiving Federal financial assistance. broken out by categories as specified. Employment discrimination on the basis of sex is prohibited in all such education programs or activities. Note: an education program In the event the applicant cannot provide the requested or activity is not limited to only those conducted by formal information because the funds will be distributed over a institution. wide demographic area which is yet to be determined,an explanation may be provided on a separate sheet For The information on this form is required to enable the U.S. example,a State Revolving Fund program may not know Environmental Protection Agency to determine whether applicants which cities and counties will apply for,and receive, SRF and prospective recipients are developing projects,programs and loans. activities on a nondiscriminatory basis as required by the above statutes. VIII. Self-explanatory Submit this form with the original and required copies of IX. "Jurisdiction" means the geographical area over which applications,requests for extensions,requests for increase of funds, applicant has the authority to provide service. etc. Updates of information are all that are required after the initial application submission. X. Self-explanatory. "Burden Disclosure Statement" If any item is not relevant to the project for which assistance is EPA estimates public reporting burden for the preparation of this form to average 30 minutes per response. This estimate includes the time for requested,write"NA"for"Not Applicable." reviewing instructions,gathering and maintaining the data needed and completing and reviewing the form. Send comments regarding the In the event applicant is uncertain about how to answer certain burden estimate,including suggestions for reducing this burden,to Chief, question,EPA program officials should be contacted for Information Policy Branch,PM-233,U.S.Environmental Protection clarification. Agency,401 M Street,S.W.Washington.D.C.20460;and to the Office of Information and Regulatory Affairs.Office of Management and EPA FORM 4700-4(Rev.1/90)Reverse Budget,Washington,D.C.20503. WRD-708C Revised 9/7/2005 Appendix F 2 _ WRD-206 2-2498 Assurances - Construction Programs (WRD-206) Note: Certain of these assurances may not be applicable to your project or program.If you have questions,please contact the Awarding Agency.Further, certain federal assistance awarding agencies may require applicants to certify to additional assurances.If such is the case,you will be notified. As the duly authorized representative of the applicant I certify that the applicant: Has the legal authority to apply for Federal assistance, 9. Will comply with the Lead-Based Paint Poisoning and the institutional,managerial,and financial capability Prevention Act (42 U.S.C. §§ 4801 et seq.) which (including funds sufficient to pay the non-Federal share prohibits the use of lead based paint in construction or of project costs)to ensure proper planning,management rehabilitation of residence structures. Y and completion of the project described in this application. 10. Will comply with all Federal statutes relating to non- discrimination. These include but are not limited to: (a) 2. Will give the awarding agency,the Comptroller General Title VI of the Civil Rights Act of 1964 (P.L. 88-352) - of the United States,and if appropriate,the State,through which prohibits discrimination on the basis of race,color any authorized representative, access to and the right to or national origin; (b) Title DC of the Educational examine all records,books,papers,or documents related Amendments of 1972, as amended (20 U.S.C. §§ 1681- to the assistance; and will establish a proper accounting 1683, and 16851686) which prohibits discrimination on system in accordance with generally accepted accounting the basis of sex;(c)Section 504 of the Rehabilitation Act standards or agency directives. of 1973, as amended (29 U.S.C. § 794) which prohibit discrimination on the basis of handicaps; (d) the Age 3. Will not dispose of, modify the use of, or change the Discrimination Act of 1975, as amended (42 U.S.C. §§ terns of the real property title,or other interest in the site 6101-6107) which prohibits discrimination on the basis and facilities without permission and instructions from of age; (e)the Drug Abuse Office and Treatment Act of the awarding agency. Will record the Federal interest in 1972 (P.L. 93255), as amended, relating to non- the title of real property in accordance with awarding discrimination on the basis of drug abuse; (f) the ' agency directives and will include a covenant in the title Comprehensive Alcohol Abuse and Alcoholism of real property acquired in whole or in part with Federal Prevention, Treatment, and Rehabilitation Act of 1970 assistance funds to assure nondiscrimination during the (P.L. 91616), as amended, relating to nondiscrimination useful life of the project. on the basis of alcohol abuse or alcoholism; (g) §§ 523 and 527 of the Public Health Service Act of 1912 (42 4. Will comply with the requirements of the assistance U.S.C. 290 dd-3 and 290 ee-3), as amended, relating to awarding agency with regard to the drafting,review and confidentiality of alcohol and drug abuse patient record; _ approval of construction plans and specifications. (h)Title VIII of the Civil Rights Act of 1968 (42 U.S.C. § 3601 et seq.), as amended, relating to non- 5. Will provide and maintain competent and adequate discrimination in the sale,rental,or financing of housing; engineering supervision at the construction site to ensure (i)any other non-discrimination provisions in the specific that the complete work conforms with the approved plans statute(s) under which application for Federal assistance and specifications and will Punish progress reports and is being made,and 0)the requirements on any other non- such other information as may be required by the discrimination Statute(s) which may apply to the assistance awarding agency or State. application. r 6. Will initiate and complete the work within the applicable 11. Will comply, or has already complied, with the time flame after receipt of approval of the awarding requirements of Titles II and III of the Uniform agency. Relocation Assistance and Real Property Acquisition ,. Policies Act of 1970 (P.L. 91-646) which provides for 7. Will establish safeguards to prohibit employees from fair and equitable treatment of persons displaced or using their positions for a purpose that constitutes or whose property is acquired as a result of Federal and presents the appearance of personal or organizational federally assisted programs.These requirements apply to - conflict of interest,or personal gain. all interests in real property acquired for project purposes regardless of Federal participation in purchases. 8. Will comply with the Intergovernmental Personnel Act of 1970 (42 U.S.C. §§ 4728-4763) relating to prescribed 12. Will comply with the provisions of the Hatch Act (5 standards for merit systems for programs funded under U.S.C. §§ 1501-1508 and 7324-7328) which limit the one of the nineteen statutes or regulations specified in political activities of employees whose principal Appendix A of OPM's Standards for a Merit System of employment activities are funded in whole or in part with Personnel Administration(5 C.F.R.900,Subpart F). Federal funds. _ WRD-708C Revised 9/7/2005 Appendix F 3 WRD-206 (2-24-98) 13. Will comply, as applicable, with the provisions of the 16. Will comply with the Wild and Scenic Rivers Act of Copeland Act(40 U.S.0§276c and 18 U.S.C.§874),the 1968(16 U.S.C.§§ 1271 et seq.)related to protecting Contract Work Hours and Safety Standards Act(40 U.S. components or potential components of the national wild §§ 327-333) regarding labor standards for federally and scenic rivers system. assisted construction subagreements. 17. Will assist the awarding agency in assuring compliance 14. Will comply with the flood insurance purchase with Section 106 of the National Historic Preservation requirements of Section 102(a) of the Flood Disaster Act of 1966, as amended (16 U.S.C. 470), EO 11593 Protection Act of 1973 (P.L. 930-234 which requires (identification and preservation of historic properties), recipients in a special flood hazard area to participate in and the Archaeological and Historic Preservation Act of the program and to purchase flood insurance if the total 1974(16 U.S.C.469a-1 et seq.). cost of insurable construction and acquisition is$10,000 or more. 18. Will cause to be performed the required financial and compliance audits in accordance with the Single Audit 15. Will comply with environmental standard which may be Act of 1984. prescribed pursuant to the following: (1) institution of environmental quality control measures under the 19. Will comply with all applicable requirements of all other National Environmental Policy Act of 1969(P.L.91-190 Federal laws,Executive Orders,regulations,and policies and Executive Order(EO)11514;(b) governing this program. Environmental Policy Act of 1969 (P.L. 91-190) and Executive Order(EO)11514;(b)notification of violating facilities pursuant to EO 11738; (c) protection of wetlands pursuant to EO 11990; (d) evaluation of flood hazards in floodplains in accordance with EO 11988;(e) assurance of project consistency with the approved State management program developed under the Coastal Zone Management Act of 1972(16 U.S.C. §§ 1451 et seq.);(f) conformity of Federal action to State (Clean Air) Implementation Plans under Section 176(c)of the Clean Air Act of 1955,as amended(42 U.S.C. § 7401 et seq.); (g)protection of underground sources of drinking water under the Safe Drinking Water Act of 1974,as amended, (P.L. 93-523); and (h) protection of endangered species under the Endangered Species Act of 1973, as amended, (P.L.93-205). SIGNATURE OF AUTHORIZED CERTIFYING OFFICIAL TITLE APPLICANT ORGANIZATION DATE SUBMITTED Adapted from Federal standard Form 424D(4-88) WRD-708C Revised 9/7/2005 Appendix F 4 WRD-201 (3/9/05) Application Affidavit (WRD-201) THE STATE OF TEXAS § COUNTY OF[County where applicant is located] § [APPLICANT] § + BEFORE ME,the undersigned,a Notary Public in and for the State of Texas,on this day personally appeared (affiant.affant's title]as the Authorized Representative of the[applicant],who being by me duly sworn, upon oath says that: 1. the decision by the[applicant] [("City/District/Corporation")]to request financial assistance from the Texas Water Development Board("Board")was made in a public meeting held in accordance with the Open Meetings Act (Government Code,§551.001,et seq,)and after providing all such notice as required by such Act as is applicable to the ["City/District/Corporation"]; 2. the information submitted in the application is true and correct according to my best knowledge and belief; 3. the["City/District/Corporation"]has no pending,threatened,or outstanding judgments,orders,fines, penalties,taxes,assessment or other enforcement or compliance issue of any kind or nature by the Environmental Protection Agency,Texas Commission on Environmental Quality,Texas Comptroller,Texas Secretary of State,or any other federal,state or local government,except for the following(if no such outstanding compliance issues,write in "none"): 4. the["City/District/Corporation"]warrants compliance with the representations made in the application in the event that the Board provides the financial assistance;and 5. the["City/District/Corporation"]will comply with all applicable federal laws,rules,and regulations as well as the laws of this state and the rules and regulations of the Board. (signature of affiant) Name: [name of official representative] Title: [official capacity] SWORN TO AND SUBSCRIBED BEFORE ME,by [name of affiant.title and official capacity]-,this (day) day of Mnth , 200 (signature of notarvl Notary Public,State of Texas (NOTARY'S SEAL) WRD-708C Revised 9/7/2005 Appendix F 5 WRD-201 a 3/9/05 Application Filing and Authorized Representative Resolution (WRD- 201 A) A RESOLUTION by the of the requesting financial assistance from the Texas Water Development Board;authorizing the filing of an application for assistance;and making certain findings in connection therewith. BE IT RESOLVED BY THE OF THE SECTION 1: That an application is hereby approved and authorized to be filed with the Texas Water Development Board seeking financial assistance in an amount not to exceed $ to provide for the costs of SECTION 2: That be and is hereby designated the authorized representative of the for purposes of furnishing such information and executing such documents as may be required in connection with the preparation and filing of such application for financial assistance and the rules of the Texas Water Development Board. SECTION 3: That the following firms and individuals are hereby authorized and directed to aid and assist in the preparation and submission of such application and appear on behalf of and represent the before any hearing held by the Texas Water Development Board on such application,to wit: Financial Advisor: Engineer: Bond Counsel: PASSED AND APPROVED,this the_day of ,200_. ATTEST: (Seal) WRD-708C Revised 9/7/2005 Appendix F 7 WRD-201 b 3/9/05 Application Affidavit - Certificate of Secretary (WRD-201 b) THE STATE OF TEXAS COUNTY OF - I,the undersigned,Secretary of the ,Texas,DO HEREBY CERTIFY as follows: 1. That on the_day of 2000,a regular meeting of the was held at a meeting place _ within the City;the duly constituted members of the being as follows: and all of said persons were present at said meeting,except the following: Among other business considered at said meeting,the attached resolution entitled: ~ "A RESOLUTION by the of the requesting financial participation from the Texas Water Development Board;authorizing the filing of an application for financial participation;and making certain findings in connection therewith." was introduced and submitted to the for passage and adoption. After presentation and due consideration of the resolution,and upon a motion made by and seconded by ,the resolution was duly passed and adopted by the by the following vote: voted"For" _voted"Against" _abstained all as shown in the official Minutes of the_for the meeting held on the aforesaid date. 2. That the attached resolution is a true and correct copy of the original on file in the official records of the ;the duly qualified and acting members of the on the date of the aforesaid meeting are those persons shown above and,according to the records of my office,advance notice of the time,place and purpose of said meeting was given to each member of the ;and that said meeting,and deliberation of the aforesaid public business,was open to the public and written notice of said meeting,including the subject of the above entitled resolution,was posted - and given in advance thereof in compliance with the provisions of Chapter 551 of the Texas Government Code. IN WITNESS WHEREOF,I have hereunto signed my name officially and affixed the seal of said_,this the of ,200 - Secretary (SEAL) WRD-708C Revised 9/7/2005 Appendix F 9 WRD-253a 3/8/05 Wastewater Project Information (WRD-253a) A. Project Name B. Project No. C.County C. Program(s) D. Loan Amount F.Loan Term G.Wastewater Project Description:(multiphase project,new,expansion,expansion of collection system,etc.) Attach map of service area affected by Project or other documentation. H.Wastewater Receiving Stream I.TCEQ Permit No. J.Segment No. K.Long.&Lat.of Discharge Location L.Projected Wastewater Flows 1.Design Flow MGD 2. 2-Hour Peak MGD M.Proposed Permit Parameters 1.CBOD5 m /I 4.NH3-N m /I 2.BOD5 m /I 5.DO m /I 3.TSS mg/I 6.Other N.Other Pertinent Planning Information(Describe) 0.Projected Population from application Reference for 20 year period preferably in 5 year Year Year 2010 2015 2020 2025 20_ increments. 2005 Attach justification and list service area Population populations if different from Planning Area. Project Design Year 20_ Design Population P.Current Water Supply Information Surface Water Supply Name Certificate No. Annual Amount Used and Unit Ground Water Supply Aquifer County Well Field Location Annual Amount Used and Unit Q.Proposed Water Supply Information over loan repaymentperiod) Surface Water Supply Name Certificate No. Annual Amount Used and Unit Ground Water Supply Aquifer County Well Field Location Annual Amount Used and Unit R.Consulting Engineer Name S.Telephone No. T. E-mail address U. Applicant Contact Name, Title V.Telephone No. W. E-mail address YM-708C Revised 9/7/2005 Appendix F 11 WRD-708C Revised 9/7/2005 Appendix F 12 WRD-215 Revised 07/21/06 TEXAS WATER DEVELOPMENT BOARD APPLICANT/ENTITY AFFIRMATIVE STEPS CERTIFICATION and GOALS WRD-215 I. PROJECT INFORMATION A. TWDB B. Applicant/Entity C. Loan/Grant D. Program Type Project No. Name Amount (insert-x-for all that apply) Drinking Water SRF (DWSRF) Clean Water SRF (CWSRF) Colonia Wastewater(CWTAP) Other II. GOOD FAITH EFFORT(Applicable to all PRIME Contracts Awarded by the Applicant/Entity) I understand that it is my responsiRaty to compfy with aQ state and federaf regufations and guidance in the utilization of SM4 911inority, Women-owned andsmall Businesses in Graf Areas; in procurement. I certify that I wiif mai a good faith effort"to afford opportunities for SBE,9KO&'ISE and,SMB ;by 1. Including qualified SBE, MBE,WBE and SBRA's on procurement solicitation lists; 2. Soliciting potential SBE, MBE,WBE and SBRA's; 3. Reducing contract size/quantities,when economically feasible,to permit maximum participation by SBE, MBE, WBE and SBRA's; 4. Establishing delivery schedules to encourage participation by SBE, MBE,WBE and SBRA's; 5. Using the services and assistance of the Small Business Administration, Minority Business Development Agency, U.S. Department of Commerce,Texas Marketplace; 6. Requiring all PRIME contractors to follow steps 1-5 of the"good faith effort"in employing SBE, MBE,WBE and SBRA Subcontractors; Signature-Applicant/Entity Representative Title Certification Date III. PROJECT PARTICIPATION ESTIMATES(Demonstrates maximum potential for MBEMBE participation,based on total loan/grant amount) Total Procurement Potential MBE Participation Potential WBE Participation Cost Category Total Goal Extension Goal Extension Construction $ - 34.0% 8.0% $ - Supplies $ - 18.0% $ - 29.0% $ Equipment $ - 13.0% $ - 13.0% $ Services $ - 22.0% $ - 26.0% $ - *Other Issuance Costs $ N/A N/A not sub eci to MWBE oals -. Total Procurement s - (must equal loan! rant amount IV. TWD13 APPROVAL SIGNATURES OPFCA Engineer Approval Date SWMBE Coordinator Approval Date *Other ISSUANCE costs can include: origination fees;bond insurance;land/easement/right-of-way:attorney general fee:Paving agent fee or other non-bid project costs. TEXAS WATER DEVELOPMENT BOARD WRD-216 _ AFFIRMATIVE STEPS SOLICITATION REPORT Revised 07/21/06 WRD-216 I. PROJECT INFORMATION A. TWDB B. Applicant/Entity C. Contract D. Program Type — Project No. Name Amount (insert"X"for all that apply) Drinking Water SRF(DWSRF) Project Description: Clean Water SRF (CWSRF) - Prime Contractor: Colonia Wastewater(CWTAP) Solicitation By: Applicant/Entity Prime Contractor Other TWDB Construction Contract Number: 11. SOLICITATION LIST Column 1 List on this form,or provide a separate list of each business entity solicited for procurement: I Full name,street address,city/state/zip,for each Small, Minority,Woman, Rural Area or Other N Column 2 Enter one of the following procurement or contract categories: S CONSTRUCTION,SUPPLIES;EQUIPMENT; SERVICES T R Column 3 SBE,MBE,WBE,SRBA,or OTHER(NOTEI "OTHER"=Company or firm is Non-SBE,MBE,WBE or U SBRA) C Column 4 Evidence of Good Faith Effort solicitations will include a combination of the following outreach T T methods. Adequate backup documentation must be attached to this form for each method used. I 1. Newspaper Advertisements 5. Internet&Web Postings O 2. Direct Contact by Phone,Fax,Mailouts 6. Trade Association Publications N 3. Meetings or Conferences 7. Other Government Publications + S 4. Minority Media Column 1 Column 2 Column 3 Column 4 Name&Address of Procurement or Type of Solicitation Business Entities Solicited for Procurement Contract Category Business Methods Signature-Authorized Representative Title Date III. TWDB APPROVAL SIGNATURES OPFCA Engineer Approval Date SWMBE Coordinator Approval Date WRD-217 Revised 07/21/06 TEXAS WATER DEVELOPMENT BOARD PRIME CONTRACTOR AFFIRMATIVE STEPS CERTIFICATION and GOALS WRD-217 I. PROJECT INFORMATION A. TWDB B. Applicant/Entity C. Loan/Grant G. Program Type Project No. Amount (insert-x'for all that apply) Drinking Water SRF(DWSRF) Clean Water SRF (CWSRF) D. Contract Number E. Prime Contractor F. Contract Amount Colonia Wastewater(CWTAP) Other II. GOOD FAITH EFFORT (Applicable to all Sub-Agreements Awarded by the Prime Contractor) I un&rstand that it is my responsi6iCty to comp y with alf state and fideral regulations 4nd guidance in the utitrzation of Sm4 Afinomy,'Women-ownedandsmaQBusinesses in leµralAreas,in procurement. 1 artily that I wiffmafj a goodfaith effort,to affordEXCEPTION opportunitiesf-SOE,9MF ' M4ndSM;6y. As the Prime Contractor, 1. Including qualified SBE, MBE,WBE and SBRA's on procurement solicitation lists; I certify that I have reviewed 2. Soliciting potential SBE, MBE,WBE and SBRA's; the contract requirements and 3. Reducing contract size/quantities,when economically feasible,to permit maximum found no available participation by SBE, MBE,WBE and SBRA's; subcontracting opportunities. I also certify that I will fulfill 4. Establishing delivery schedules to encourage participation by SBE, MBE,WBE and 100 percent of the contract SBRA's; requirements with my own 5. Using the services and assistance of the Small Business Administration, Minority Business employees&resources. Development Agency, U.S.Department of Commerce,Texas Marketplace; 6, Submitting documentation to the Texas Water Development Board to verify good faith effort,steps 1-5. Signature-Authorized Representative Title Certification Date III. PROJECT PARTICIPATION ESTIMATES(Demonstrates maximum potential for MBEMBE participation,based on total contract amount) Total Procurement Potential MBE Participation Potential WBE Participation Cost Category Total Goal Extension Goal Extension Construction $ - 34.0% $ 8.0% $ Supplies $ - 18.0% $ - 29.0% $ Equipment $ - 13.0% $ - 13.0% $ - Services $ - 22.0% 26.0% $ - *Other Issuance Costs a N/A N/A not subject to MWBEgoals) Total Procurement $ S 7F $ .,,,ist equal contract amount IV. TWDB APPROVAL SIGNATURES OPFCA Engineer Approval Date SWMBE Coordinator Approval Date 'Other ISSUANCE costs can include: origination fees;bond insurance;land/easement/right-of-way;attorney general fee:Daying anent fee or other non-bid oroiect costs. WRD-218 — TEXAS WATER DEVELOPMENT BOARD Revised 07/21/06 SMWBE SELF-CERTIFICATION For Utilization of Small, Minority, Women-Owned, &Small Businesses in Rural Areas in Procurement WRD-218 I. PROJECT INFORMATION A. TWDB B. Applicant/ C. Contract D. Program Type Project No. Entity Name Amount (insert"x"for all that apply) R Drinking Water SRF (DWSRF) E. Contractor Name and Address Clean Water SRF (CWSRF) Colonia Wastewater(CWTAP) Other II. CERTIFICATION I Agebthat Me a6ove namedis infact. a Small JKinori Womenownedor,�malt Business in a&rafArea, in accordance with the Texas Water Deve(pz=t Boardguidance document 0jg7 qRL_ Small Business Enterprise (SBE) Place"X"in the Minority Business Enterprise(MBE) appropriate categoryWomen-Owned Business Enterprise (WBE) Small Business in a Rural Area (SBRA) Signature-PRIME Contractor Title Date Signature-APPLICANT/ENTITY Representative Title Date 111. NOTARIZATION State of: (Imprint Sean County of: SWORN TO AND SUBSCRIBED before me on: Signature Date Printed Name: My Commission Expires on: IV. TWDB APPROVAL SIGNATURES OPFCA Engineer Approval Date SMWBE Coordinator Approval Date SRF-373 TEXAS WATER DEVELOPMENT BOARD Revised 07/21/06 LOAN/GRANT PARTICIPATION SUMMARY SRF-373 I. PROJECT INFORMATION A. TWDB Project B. Applicant/Entity Name C. Contractor D. Program Type Qnsert-r faraNthat apoy) Number Loan Amount =Drinking Water SRF(DWSRF) Project Description: =Clean Water SRF (CWSRF) Prime Contractor: Colonia Wastewater(CWTAP) Solicitation By: Applicant/EntityPrime Contractor =Other TWDB Construction Contract Number: II. LIST OF ACTUAL CONTRACTS/PROCUREMENTS I Column 1 Enter the full name,street address,city/state/zip for each firm awarded a contract for the project N `� P 1 s Column 2 Enter the procurement category: CONSTRUCTION; SUPPLIES; EQUIPMENT; SERVICES T P 9 rY� R Column 3 Enter the pe of business: SBE; MBE; WBE; SRBA; or OTHER OTHER=Non-SBE,MBE,wBE or SBRA U type ( ) c T Column 4 Enter the exact amount of the awarded contract I 0 Column 5 Enter the exact date the contract was or will be executed N g Column 6 Enter the certification type (i.e. state;federal;NCTRCA;City of Houston;Self-Certification etc.) Column 1 Column 2 Column 3 Column 4 Column 5 Column 6 Name&Address of Contracted Procurement Type of Actual Contract Contract Type of SMWBE Firm/Vendor Category Business Awarded($) Execution Date Certification 1 hereby anify that all of the fines fisted above were contracted to work on the specifud project. I also an fy that I will immediately notify tftt 7ezas'Water (Development Board if any of the fisted small minority,women-owned or ruraffinns are tenninatedfrom the project. Signature-Authorized Representative Title Date III. TWDB APPROVAL SIGNATURES OPFCA Engineer Approval Date SMWBE Coordinator Approval Date ED-004e(8-19-02) Texas Water Development Board Supplemental Contract Conditions (ED-004e) CWSRF Tier 3, & DWSRF _ Instructions on use Applicability These Supplemental Conditions contain provisions that are worded to comply with certain statutes and r regulations which specifically relate to the Clean Water State Revolving Fund(CWSRF)and Drinking Water State Revolving Fund(DWSRF)program projects receiving funds directly made available by the Federal capitalization grants.Provisions which are applicable to the project's funding source or dollar value of the contract are so noted within with the provision. Construction projects which have Colonia Wastewater Treatment Assistance Program(CWTAP)funding do not use these conditions but instead use the EPA Supplemental Conditions and TWDB Special — Conditions ED-004C.Construction projects which are financed by CWSRF Tier 2(projects receiving state funds)instead use TWDB Supplemental Conditions ED-004E. Projects with State Loan funding use Supplemental Conditions ED-004G.Optional provisions that are good business practices are available in -- ED-004H. Application of Conditions The conditions and forms listed under Instructions to Bidders are to be included in the instructions to bidders for construction services. The provisions listed under Construction Contract Supplemental Conditions should be included with the other general and special conditions that are typically included in the construction contract documents by the design engineer. Modifications to Provisions The Applicant may need to modify parts of these provisions to better fit the other provisions of the construction contract. The Applicant and the consulting engineer should carefully study these provisions before incorporating them into the construction contract documents. In particular,Water Districts and other types of districts should be aware of statutes relating to their creation and operation which may affect the application of these conditions. The Recipient(Owner)is to determine and incorporate the affirmative action goals for the project into supplemental condition No. 12. Condition number 15 (Archeological Discoveries and Cultural Resources)and 16(Endangered Species)may be superseded or modified by project specific conditions established during the application process. v These documents may confer certain duties and responsibilities on the consulting engineer that are beyond,or short of,what the Applicant intends to delegate. The Applicant should ensure that the contractual agreement with the engineer provides for the appropriate services. Otherwise the Applicant should revise the wording in these special conditions to agree with actually delegated functions. Good Business Practices There are other contract provisions that the Owner and Designer need to include as a matter of good business practices. It is recommended that provisions addressing the following matters be included in the construction contract. Contract Provisions that satisfy these are available from TWDB upon request. WRD-708C Revised 9/7/2005 Appendix F 23 • Specifying the time frame for accomplishing the Construction of the project, and the consequences of not completing on time,including liquidation damages. r • Specifying the type and dollar value of and documentation of insurance the contractor is to carry. As a minimum the contractor should carry liability and builder's risk insurance • Identifying the responsibility of the contractor-Responsibility and warranty of work. • Price reduction for defective pricing of negotiated costs. • Differing site conditions-notice and claims regarding site conditions differing from indicated conditions. • Covenants against contingent fees -Prohibit contingent fees for securing business. Gratuities-Prohibitions against offering and accepting gratuities • Audit and access records • Suspension of work-Conditions under which owner may suspend work. • Termination -Conditions under which owner may terminate • Remedies-How disputes will be remedied. Other Requirements There may be other local government requirements and applicable Federal and State statutes and regulations which are not accommodated by these conditions.It is the Loan/Grant Recipient's responsibility to ensure that the project and all contract provisions are consistent with the relevant statutes and regulations. Advertisements for Bids The official advertisement for bids that is published in newspapers should include certain information including: • A clear description of what is being procured. • How to obtain P&S,and necessary forms and information. • The date and time by which bids are to be received. (deadline) • The address where bids are to be provided. Acknowledgement of any special requirements such as mandatory pre-bid conference and Affirmative Action requirements. • Right to reject any and all bids. Bid proposal The Bid proposal form should account for the following. • If lump sum bid,account for Property Consumed in Contracts to Improve Real Property; Tax Code 151.056. Distinguish Eligible and Ineligible items. Accommodate Trench Safety requirements with separate per unit pay item for trench excavation safety protection Health and Safety Code Chapter 756. • Include space for Contractor to acknowledge receipt of each Addendum issued during the bidding process. Bidding Process: The Plans and Specifications should include an explanation of how the bids will be processed. The - explanation should include the following components. • Whether a Pre-bid Conference,will be held,whether it is optional or mandatory, and where and when it will be held. • Specify the criteria and process for determining responsiveness and responsibleness of the bidder • Specify the method of determining the successful bidder and award(IE.Award to the lowest responsive responsible bidder, accounting for any multiple parts to bids.) • Allow for withdrawal of a bid due to a material mistake. WRD-708C Revised 9/7/2005 Appendix F 24 • Identify the time frame that the bids may be held by the Owner before awarding a contract. (IE. Typically for 60 or 90 days.) • Acknowledge right of the Owner to reject any and all bids. All proposed modifications to these conditions should be brought to the attention of and discussed with the appropriate TWDB area engineer. The TWDB engineer can also answer any questions regarding these conditions. The questions and proposed modifications can be sent to the following address. Texas Water Development Board Office of Project Finance&Construction Assistance P.O.Box 13231,Capitol Station Austin,Texas 78711-3231 (512)463-7853 FAX(512)475-2086 WRD-708C Revised 9/7/2005 Appendix F 25 Texas Water Development Board SUPPLEMENTAL CONTRACT CONDITIONS For Projects Funded through the Clean Water State Revolving Loan Program (Tier 3) and Drinking Water State Revolving Loan Program WRD-708C Revised 9/7/2005 Appendix F 26 TWDB SUPPLEMENTAL CONDITIONS CWSRF Tier 3, and DWSRF Table of Contents Instructions to Bidders Conditions: 1. Minority and Women-Owned Businesses Enterprise Goals 2. Contingent Award of Contract 3. Equal Employment Opportunity and Affirmative Action ` 4. Debarment and Suspension Certification 5. Bid Guarantee Forms to be submitted with bids (attached) • Bidder's Certifications regarding Equal Employment Opportunity and Non-Segregated Facilities (WRD-255) • MWBE Affirmative Steps Certification and Goals(WRD-217) Construction Contract Supplemental Conditions 4 Conditions: 1. Supersession { 2. Privity of Contract 3. Definitions 4. Laws to be Observed 5. Review by Owner, and TWDB 6. Performance and Payment Bonds 7. Pro er�yments and Payment Schedule 8. Workman's Compensation Insurance Coverage 9. Changes 10. Prevailing_Wa eg Rates 11. Contract Work Hours Requirements (29 CFR 5.1, & 5.6) 12. Equal Employment Opportunity and Affirmative Action (41 CFR 60-1.4, 1.7, 1.8,4.2, and 4.3) 13. Debarment and Suspension (40 CFR 32,Appendix B) 14. Minority and Women-Owned Business Enterprise 15. Archeological Discoveries and Cultural Resources 16. Endangered Species 17. Hazardous Materials 18. Project SigLi 19. Operation and Maintenance Manuals and Training 20. As-built Dimensions and Drawings Forms to be submitted with executed contracts: • Contractor's Act of Assurance (ED-103) • Contractor's Resolution on Authorized Representative(ED-104) • MWBE Affirmative Steps Solicitation Report(WRD-216) • MWBE Self-Certification(WRD-218) Forms to be submitted during construction: • MWBE Certification and Participation Summary(WRD-373) WRD-708C Revised 9/7/2005 Appendix F 27 EPA AND TWDB SUPPLEMENTAL CONDITIONS Instructions to Bidders 1. MINORITY AND WOMEN-OWNED BUINESS ENTERPRISE GOALS-This contract is subject to the EPA established Minority Business Enterprise(MBE)/Women's Business Enterprise(WBE)"fair share"goals: MBE: CONSTRUCTION 10.3%; SUPPLIES 5%; SERVICES 11.5%;EQUIPMENT 5%. WBE: CONSTRUCTION 5.9%; SUPPLIES 7.6%; SERVICES 14.5%;EQUIPMENT 7.6%. TWDB document Guidance for Utilization of Small,Minority and Women Owned Businesses, SRF-52v3 describes the requirements of this program. The prime contractor must submit the PRIME CONTRACTOR AFFIRMATIVE STEPS CERTIFICATION and GOALS (WRD-217)with the bid,to demonstrate the Prime Contractor's understanding and commitment to taking affumative steps. The contractor must provide the Owner with the information required for Loan Grant Participation Summary, TWDB document SRF-373 and provide sufficient documentation(TWDB WRD-216)that a "good faith effort"was made in offering fair opportunity for participation by qualified SMWBE firms. This r information must be submitted prior to the contract award so the information can be approved and presented to the TWDB for funding of this contract. - 2. CONTINGENT AWARD OF CONTRACT This contract is contingent upon release of funds from the Water Development Board. Any contract or contracts awarded under this Invitation for Bids are expected to be funded in part by a loan or grant from the Texas Water Development Board,and a grant from the United States Environmental Protection Agency(U.S.EPA.) Neither the State of Texas,or U.S.EPA nor any of its departments, agencies,or employees are or will be a party to this Invitation for Bids or any resulting contract. 3. EQUAL EMPLOYMENT OPPORTUNITY AND AFFIRMATIVE ACTION-This provision applies only to Clean Water State Revolving Fund Program projects and Drinking Water Financial Assistance Program projects Equal Opportunity in Employment-All qualified applicants will receive consideration for employment without regard to race, color,religion, sex,age,handicap or national origin. Bidders on this work will be required to comply with the President's Executive Order No. 11246,as amended by Executive Order 11375, and as supplemented in Department of Labor regulations 41 CFR Part 60. The Bidder's EEO/NSF Certifications regarding Equal Employment Opportunity and Non-Segregated Facilities(WRD-255)must be submitted with the bid. 4. DEBARMENT AND SUSPENSION CERTIFICATION-This provision applies only to Clean Water State Revolving Fund Program projects and Drinking Water Financial Assistance Program projects which receive funds made directly available by Federal funding. This contract is subject to the provisions the federal Debarment and Suspension requirements of 40 CFR Part 32,including but not limited to Appendix B as follows: Certification Regarding Debarment, Suspension,Ineligibility and Voluntary Exclusion--Lower Tier Covered Transactions Instructions for Certification 4.1.By signing and submitting this proposal,the prospective lower tier participant is providing the certification set out below. WRD-708C Revised 9/7/2005 Appendix F 28 4. 2. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant } knowingly rendered an erroneous certification,in addition to other remedies available to the Federal Government the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. 4.3. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or had become erroneous by reason of changed circumstances. 4.4. The terms covered transaction,debarred,suspended,ineligible,lower tier covered transaction, participant,person,primary covered transaction,principal,proposal,and voluntarily excluded,as used in this clause,have the meaning set out in the Definitions and Coverage sections of rules implementing Executive Yr Order 12549.You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. 4.5. The prospective lower tier participant agrees by submitting this proposal that,should the proposed covered transaction be entered into,it shall not knowingly enter into any lower tier covered transaction with a person who is proposed for debarment under 48 CFR part 9, subpart 9.4,debarred, suspended,declared ineligible,or voluntarily excluded from participation in this covered transaction,unless authorized by the department or agency with which this transaction originated. 4.6. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled"Certification Regarding Debarment, Suspension,Ineligibility and Voluntary Exclusion-Lower Tier Covered Transaction,"without modification,in all lower tier covered transactions and in all solicitations for lower tier covered transactions. 4.7.A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not proposed for debarment under 48 CFR part 9,subpart 9.4, debarred, suspended,ineligible, or voluntarily excluded from covered transactions,unless it knows that the certification is erroneous.A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may,but is not required to, check the List of Parties Excluded from Federal Procurement and Nonprocurement Programs. 4.8.Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause.The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. 4.9.Except for transactions authorized under paragraph 5 of these instructions,if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is proposed for - debarment under 48 CFR part 9,subpart 9.4,suspended,debarred, ineligible,or voluntarily excluded from participation in this transaction,in addition to other remedies available to the Federal Government,the department or agency with which this transaction originated may pursue available remedies,including suspension and/or debarment. Certification Regarding Debarment, Suspension,Ineligibility and Voluntary Exclusion--Lower Tier Covered Transactions (1)The prospective lower tier participant certifies,by submission of this proposal,that neither it nor its principals is presently debarred,suspended,proposed for debarment, declared ineligible, or T voluntarily excluded from participation in this transaction by any Federal department or agency. (2)Where the prospective lower tier participant is unable to certify to any of the statements in this certification,such prospective participant shall attach an explanation to this proposal. 5. BID GUARANTEE Each bidder shall furnish a bid guarantee equivalent to five percent of the bid price. (Water Code 17.183).If -- a bid bond is provided,the contractor shall utilize a surety company which is authorized to do business in Texas in accordance with Art. 7.19-1.Bond of Surety Company;Chapter 7 of the Insurance Code. Forms to be submitted with Bid: WRD-708C Revised 9/7/2005 Appendix F 29 • Bidder's EEO/NSF Certifications regarding Equal Employment Opportunity and Non-Segregated Facilities(WRD-255) • Prime Contractor Affirmative Steps Certification and Goals(WRD-217) Construction Contract Supplemental Conditions Conditions: 1. The SUPERSESSION Owner and the contractor agree that the TWDB Supplemental Conditions apply to that work eligible for Texas Water Development Board assistance to be performed under this contract and these clauses supersede any conflicting provisions of this contract. 2. PRIVITY OF CONTRACT Funding for this project is expected to be provided in part by the Texas Water Development Board. Neither the State of Texas,nor any of its departments,agencies or employees is, or will be,a party to this contract or any lower tier contract. This contract is subject to applicable provisions 31 TAC Chapter 363 in effect on the date of the assistance award for this project. 3. DEFINITIONS (a) The term Owner means the local entity contracting for the construction services. (b)The term"TWDB"means the Executive Administrator of the Texas Water Development Board,or other person who may be at the time acting in the capacity or authorized to perform the functions of such Administrator,or the authorized representative thereof. 4. LAWS TO BE OBSERVED In the execution of the Contract,the Contractor must comply with all applicable Local,State and Federal laws,including but not limited to laws concerned with labor, safety,minimum wages, and the environment. The Contractor shall make himself familiar with and at all times shall observe and comply with all Federal, State,and Local laws,ordinances and regulations which in any manner affect the conduct of the work,and shall indemnify and save harmless the Owner,Texas Water Development Board,and their representatives - against any claim arising from violation of any such law,ordinance or regulation by himself or by his subcontractor or his employees. 5. REVIEW BY OWNER,and TWDB (a) The Owner, authorized representatives and agents of the Owner, and TWDB shall,at all times have access to and be permitted to observe and review all work,materials, equipment,payrolls,personnel records,employment conditions,material invoices, and other relevant data and records pertaining to this Contract,provided,however that all instructions and approval with respect to the work will be given to the Contractor only by the Owner through authorized representatives or agents. (b) Any such inspection or review by the TWDB shall not subject the State of Texas to any action for damages. 6. PERFORMANCE AND PAYMENT BONDS Each contractor awarded a construction contract furnish performance and payment bonds: (a) the performance bond shall include without limitation guarantees that work done under the contract will be completed and performed according to approved plans and specifications and in accordance with sound construction principles and practices; and (b) the performance and payment bonds shall be in a penal sum of not less than 100 percent of the contract price and remain in effect for one year beyond the date of approval by the engineer of the political subdivision. (c)The contractor shall utilize a surety company which is authorized to do business in Texas in accordance with Art.7.19-1.Bond of Surety Company;Chapter 7 of the Insurance Code. WRD-708C Revised 9/7/2005 Appendix F 30 7. PROGRESS PAYMENTS AND PAYMENT SCHEDULE (a) The Contractor shall submit for approval immediately after execution of the Agreement,a carefully prepared Progress Schedule,showing the proposed dates of starting and completing each of the various sections of the work,the anticipated monthly payments to become due the Contractor,and the accumulated percent of progress each month. (b) The following paragraph applies only to contracts awarded on a lump sum contract price: COST BREAKDOWN-The Contractor shall submit to the Owner a detailed breakdown of his estimated cost of all work to be accomplished under the contract,so arranged and itemized as to meet the approval _ of the Owner or funding agencies. This breakdown shall be submitted promptly after execution of the agreement and before any payment is made to the Contractor for the work performed under the Contract. After approval by the Owner the unit prices established in the breakdown shall be used in estimating the amount of partial payments to be made to the Contractor. (c)Progress Payments (1) The Contractor shall prepare his requisition for progress payment as of the last day of the month and submit it,with the required number of copies,to the Engineer for his review. Except as provided in Paragraph(3)of this subsection,the amount of the payment due the Contractor shall be determined by adding to the total value of work completed to date, the value of materials properly stored on the site and deducting(1)five percent(5%) of the total amount,as a retainage and(2)the amount of all previous payments. The total value of work completed to date shall be based on the actual or estimated quantities of work completed and on the unit prices contained in the agreement(or cost breakdown approved pursuant to section 6.b relating to lump sum bids)and adjusted by approved change orders. The value of materials properly stored on the site shall be based upon the estimated quantities of such materials and the invoice prices. Copies of all invoices shall be available for _ inspection by the Engineer. (2) The Contractor shall be responsible for the care and protection of all materials and work upon which payments have been made until final acceptance of such work and materials by the Owner. Such payments shall not constitute a waiver of the right of the Owner to require the fulfillment of all terms of the Contract and the delivery of all improvements embraced in this Contract complete and satisfactory to the Owner in all details. (3) This clause applies to contracts when the Owner is a Municipal Utility District,or Water Control and Improvement District. The retainage shall be ten percent of the amount otherwise due until at least �. fifty percent of the work has been completed.After the project is fifty percent completed,the District may reduce the retainage from ten percent to no less than five percent. (4)The five percent(5%)retainage of the progress payments due to the Contractor may not be reduced + until the building of the project is substantially complete and a reduction in the retainage has been authorized by the TWDB. (5) The following clause applies only to contracts where the total price at the time of execution is $400,000 or greater and the retainage is greater than 5%and the Owner is not legally exempted from the condition(i.e certain types of water districts). The Owner shall deposit the retainage in an interest-bearing account, and the interest earned on such retainage funds shall be paid to the Contractor after completion of the contract and final acceptance y of the project by the Owner. (d) Withholding Payments. The Owner may withhold from any payment otherwise due the Contractor so �. much as may be necessary to protect the Owner and if so elects may also withhold any amounts due from the Contractor to any subcontractors or material dealers,for work performed or material furnished by WRD-708C Revised 9/7/2005 Appendix F 31 them. The foregoing provisions shall be construed solely for the benefit of the Owner and will not require the Owner to determine or adjust any claims or disputes between the Contractor and his subcontractors or Material dealers,or to withhold any moneys for their protection unless the Owner elects to do so. The failure or refusal of the Owner to withhold any moneys from the Contractor shall in no way impair the obligations of any surety or sureties under any bond or bonds furnished under this Contract. (c) Payments Subject to Submission of Certificates.Each payment to the Contractor by the Owner shall be made subject to submission by the Contractor of all written certifications required of him and his subcontractors by Section 3 hereof(relating to labor standards)and other general and special conditions elsewhere in this contract. (e) Final Payment. (1)Upon satisfactory completion of the work performed under this contract,as a condition before final payment under this contract or as a termination settlement under this contract the contractor shall execute and deliver to the Owner a release of all claims against the Owner arising under,or by virtue of,this contract,except claims which are specifically exempted by the contractor to be set forth therein.Unless otherwise provided in this contract,by State law or otherwise expressly agreed to by the parties to this contract,final payment under this contract or settlement upon termination of this contract shall not constitute a waiver of the Owner's claims against the contractor or his sureties under this contract or applicable performance and payment bonds. (2) After final inspection and acceptance by the Owner of all work under the Contract,the Contractor shall prepare his requisition for final payment which shall be based upon the carefully measured or computed quantity of each item of work at the applicable unit prices stipulated in the Agreement or cost breakdown(if lump sum),as adjusted by approved change orders. The total amount of the final payment due the Contractor under this contract shall be the amount computed as described above less all previous payments. (3) The retainage and its interest earnings,if any,shall not be paid to the Contractor until the TWDB has authorized a reduction in,or release of,retainage on the contract work. (4) Withholding of any amount due the Owner,under general and/or special conditions regarding "Liquidated Damages," shall be deducted from the final payment due the Contractor. 8. WORKMAN'S COMPENSATION INSURANCE COVERAGE (a) The contractor shall certify in writing that the contractor provides workers' compensation insurance coverage for each employee of the contractor employed on the public project. (b) Each subcontractor on the public project shall provide such a certificate relating to coverage of the subcontractor's employees to the general contractor, who shall provide the subcontractor's certificate to the governmental entity. (c)A contractor who has a contract that requires workers' compensation insurance coverage may provide the coverage through a group plan or other method satisfactory to the governing body of the governmental entity. (d) The employment of a maintenance employee by an employer who is not engaging in building or construction as the employer's primary business does not constitute engaging in building or construction. (e)In this section: (1) "Building or construction" includes: (A)erecting or preparing to erect a structure,including a building,bridge,roadway,public utility facility, or related appurtenance; - (B)remodeling, extending,repairing,or demolishing a structure; or (C)otherwise improving real property or an appurtenance to real property through similar activities. (2) "Governmental entity" means this state or a political subdivision of this state. The term includes a municipality. VWRD-708C Revised 9/7/2005 Appendix F 32 9. CHANGES (a)The Owner may at any time,without notice to any surety,by written order,make any change in the work - within the general scope of the contract, including but not limited to changes: (1)In the specifications(including drawings and designs); (2)In the time,method or manner of performance of the work; (3)In the Owner-furnished facilities,equipment,materials,services or site,or (4)Directing acceleration in the performance of the work. (5)The original contract price may not be increased under this section by more than 25 percent. The original contract price may not be decreased under this section by more than 25 percent without the consent of the contractor. (Local Government Code 271.060) (b)A change order shall also be any other written order(including direction,instruction,interpretation or .- determination)from the Owner which causes any change,provided the contractor gives the Owner written notice stating the date, circumstances and source of the order and that the contractor regards the order as a change order. _ (c)Except as provided in this clause,no order,statement or conduct of the Owner shall be treated as a change under this clause or entitle the contractor to an equitable adjustment. (d)If any change under this clause causes an increase or decrease in the contractor's cost or the time required to perform any part of the work under this contract,whether or not changed by any order,the Owner shall - make an equitable adjustment and modify the contract in writing.Except for claims based on defective specifications,no claim for any change under paragraph(a)(2)above shall be allowed for any costs incurred more than 20 days before the contractor gives written notice as required in paragraph(a)(2). In the case of defective specifications for which the Owner is responsible,the equitable adjustment shall include any increased cost the contractor reasonably incurred in attempting to comply with those defective specifications. (e)If the contractor intends to assert a claim for an equitable adjustment under this clause,the contractor - must,within 30 days after receipt of a written change order under paragraph(a)(1)or the furnishing of a written notice under paragraph(a)(2),submit a written statement to the Owner setting forth the general nature and monetary extent of such claim The Owner may extend the 30-day period. The contractor may include the statement of claim in the notice under paragraph(2)of this changes clause. (f)No claim by the contractor for an equitable adjustment shall be allowed if made after final payment under this contract. (g)Changes that involve an increase in price will be supported by documentation of the costs components in a format acceptable to the Owner. 10. PREVAILING WAGE RATES This Contract is subject to Government Code Chapter 2258 concerning payment of Prevailing Wage Rates. The Owner will determine what are the general prevailing rates in accordance with the statute. The applicable provisions include,but are not limited to the following: § 2258.021.Right to be Paid Prevailing Wage Rates (a) A worker employed on a public work by or on behalf of the state or a political subdivision of the state shall be paid: (1)not less than the general prevailing rate of per diem wages for work of a similar character in the locality in which the work is performed; and (2)not less than the general prevailing rate of per diem wages for legal holiday and overtime work. (b) Subsection(a)does not apply to maintenance work. (c) A worker is employed on a public work for the purposes of this section if the worker is employed by a contractor or subcontractor in the execution of a contract for the public work with the state, a political subdivision of the state,or any officer or public body of the state or a political subdivision of the state. Added by Acts 1995, 74th Leg., ch. 76, § 5.49(a), eff. Sept. 1, 1995. Amended by Acts 1997, 75th Leg., ch. 165, § 18.01,eff. Sept. 1, 1997. §2258.023. Prevailing Wage Rates to be Paid by Contractor and Subcontractor; Penalty (a) The contractor who is awarded a contract by a public body or a subcontractor of the contractor shall pay not less than the rates determined under Section 2258.022 to a worker employed by it in the execution of the contract. WRD-708C Revised 9/7/2005 Appendix F 33 (b) A contractor or subcontractor who violates this section shall pay to the state or a political subdivision of the state on whose behalf the contract is made, $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the wage rates stipulated in the contract. A public body awarding a contract shall specify this penalty in the contract. (c) A contractor or subcontractor does not violate this section if a public body awarding a contract does not determine the prevailing wage rates and specify the rates in the contract as provided by Section 2258.022. (d) The public body shall use any money collected under this section to offset the costs incurred in the administration of this chapter. (e) A municipality is entitled to collect a penalty under this section only if the municipality has a population of more than 10,000. Added by Acts 1995, 74th Leg.,ch. 76, § 5.49(a),eff. Sept. 1, 1995. § 2258.024.Records (a)A contractor and subcontractor shall keep a record showing: (1) the name and occupation of each worker employed by the contractor or subcontractor in the construction of the public work; and (2)the actual per diem wages paid to each worker. (b) The record shall be open at all reasonable hours to inspection by the officers and agents of the public body. Added by Acts 1995,74th Leg.,ch. 76, § 5.49(a), eff. Sept. 1, 1995. § 2258.025.Payment Greater Than Prevailing Rate Not Prohibited This chapter does not prohibit the payment to a worker employed on a public work an amount greater than the general prevailing rate of per diem wages. Added by Acts 1995,74th Leg.,ch. 76, § 5.49(a), eff. Sept. 1, 1995. 11. CONTRACT WORK HOURS REQUIRMENTS(29 CFR 5.1,&5.6)-This provision only applies to Clean Water State Revolving Fund Program projects and Drinking Water Financial Assistance Program projects which receive funds made directly available by Federal funding. This contract is subject to Title 29 Code of Federal regulations Part 5 concerning Contract Work Hours, including but not limited to the following. Sec. 5.5 Contract provisions and related matters. (a)omitted. (b)Contract Work Hours and Safety Standards Act. The Agency Head shall cause or require the contracting officer to insert the following clauses set forth in paragraphs(b)(1),(2), (3),and(4)of this section in full in any contract in an amount in excess of$100,000 and subject to the overtime provisions of the Contract Work Hours and Safety Standards Act. These clauses shall be inserted in addition to the clauses required by Sec. 5.5(a)or 4.6 of part 4 of this title.As used in this paragraph,the terms laborers and mechanics a include watchmen and guards. (1) Overtime requirements.No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work { in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph(b)(1)of this section the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition,such contractor and subcontractor shall be liable to the United States(in the case of work done under contract for the District of Columbia or a territory,to such District or to such territory),for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph(b)(1)of this section,in the sum of$10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph(b)(1)of this section. (3) Withholding for unpaid wages and liquidated damages. The(write in the name of the Federal agency or the loan or grant Owner)shall upon its own action or upon written request of an WRD-708C Revised 9/7/2005 Appendix F 34 authorized representative of the Department of Labor withhold or cause to be withheld,from any moneys payable on account of work performed by the contractor or subcontractor under any such - contract or any other Federal contract with the same prime contractor,or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act,which is held by the same prime contractor,such sums as may be determined to be necessary to satisfy any liabilities of such _ contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph(b)(2)of this section. (4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph(b)(1)through(4)of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (b)(1)through(4)of this section. (c)In addition to the clauses contained in paragraph(b),in any contract subject only to the Contract Work Hours and Safety Standards Act and not to any of the other statutes cited in Sec. 5.1,the Agency Head shall cause or require the contracting officer to insert a clause requiring that the contractor or subcontractor shall maintain payrolls and basic payroll records during the course of the work and shall preserve them for a period of three years from the completion of the contract for all laborers and mechanics,including guards and watchmen,working on the contract. Such records shall contain the name and address of each such employee,social security number,correct classifications,hourly rates of wages paid,daily and weekly number of hours worked,deductions made,and actual wages paid.Further, the Agency Head shall cause or require the contracting officer to insert in any such contract a clause providing that the records to be maintained under this paragraph shall be made available by the contractor or subcontractor for inspection,copying,or transcription by authorized representatives of the (write the name of agency)and the Department of Labor,and the contractor or subcontractor will permit such representatives to interview employees during working hours on the job. 12. EQUAL EMPLOYMENT OPPORTUNITY AND AFFIRMATIVE ACTION-This provision only applies to Clean Water State Revolving Fund Program projects and Drinking Water Financial Assistance Program projects which receive funds made directly available by Federal funding and the contract agreement is for more than$10,000. During the performance of this contract,the Contractor agrees as follows: (a) The Contractor will not discriminate against any employee or applicant for employment because of race,color,religion, sex, age,handicap,or national origin. The Contractor will take affirmative action to ensure that applicants are employed,and that employees are treated during employment without regard to their race, color,religion,sex,age,handicap, or national origin. Such action shall include,but not be limited to the following:Employment,upgrading,demotion,or transfer; - recruitment or recruitment advertising; layoff or termination;rates of pay or other forms of compensation; and selection for training, including apprenticeship.The Contractor agrees to post in conspicuous places,available to employees and applicants for employment,notices to be provided -� setting forth the provisions of this nondiscrimination clause. (b)The Contractor will,in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive considerations for employment without regard to race, color,religion,sex, age,handicap,or national origin. (c)The Contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding,a notice to be provided advising the said labor union or workers'representatives of the Contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (d)The Contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, the Age Discrimination in Employment Act of 1967,29 U.S.C.A. 621 (1985),Executive Order 12250 WRD-708C Revised 9/7/2005 Appendix F 35 of November 2, 1980,the Rehabilitation Act of 1973,29 U.S.C.A. 701 et seq. (1985),and of the rules,regulations,and relevant orders of the Secretary of Labor. (e)The Contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965,and by rules,regulations,and orders of the Secretary of Labor,or pursuant thereto,and will permit access to his books,records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations,and orders. (f)In the event of the Contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules,regulations,or orders,this contract may be canceled,terminated,or suspended in whole or in part and the Contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965,and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965,or by rule, regulation, or order of the Secretary of Labor,or as otherwise provided by law. (g)The Contractor will include the portion of the sentence immediately preceding paragraph(a)and the provisions of paragraphs(a)through(g)in every subcontract or purchase order unless exempted by rules,regulations,or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions,including sanctions for noncompliance:PROVIDED,HOWEVER,That in the event a Contractor becomes involved in,or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency the Contractor may request the United States to enter into such litigation to protect the interest of the United States. (h)The Contractor will comply with Executive Order 11246 based on its implementation of the Equal Opportunity Clause,specific affirmative action obligations required by the Standard Federal Equal Employment Opportunity Construction Contract Specifications,as set forth in 41 CFR Part 60-4 and its efforts to meet the goals established for the geographical area where the Contract is to be performed. The hours of minority and female employment and training must be substantially uniform throughout the length of the Contract,and in each trade,and the Contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's goals shall be a violation of the Contract,the Executive - Order,and the regulations in 41 CFR Part 60-4. The goals are expressed as percentages of the total hours of employment and training of minority and female utilization the Contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area.Goals are published periodically in the Federal Register in notice form,and such notices may be obtained from any office of federal contract compliance programs office or from federal procurement contracting officers(512)229-5835. The Contractor is expected to make substantially uniform progress toward its goal in each craft during the period specified. Whenever the Contractor,or any subcontractor at any tier,subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of$10,000 the provisions of these specifications and the notice which contains the applicable goals set for minority and female participation and which is set forth in the solicitations from which this contract resulted. 13. DEBARMENT AND SUSPENSION-This provision applies only to Clean Water State Revolving Fund Program projects and Drinking Water Financial Assistance Program projects which receive funds made directly available by Federal funding. WRD-708C Revised 9/7/2005 Appendix F 36 This contract is subject to the Title 40 Code of Federal Regulations Part 32 concerning Debarment and Suspension. The contractor will comply with the assurances provided with the bid that led to this contract. 14. MINORITY AND WOMEN-OWNED BUSINESSES ENTERPRISES-This provision only applies to Clean Water State Revolving Fund Program projects and Drinking Water Financial Assistance Program projects. (a) The Contractor shall, if awarding sub-agreements,to the extent appropriate for the goals listed in the _ instructions to bidders make a good faith effort to use minority and women business when possible as sources of supplies,construction,equipment and services by taking the following steps: (1) Including qualified small,minority,and women's businesses on solicitation lists; (2) Assuring that small,minority,and women's businesses are solicited whenever they are potential sources; (3) Dividing total requirements,when economically feasible, into small tasks or quantities to permit maximum participation of small,minority,and women's businesses; - (4) Establishing delivery schedules,where the requirements of the work permit,which will encourage participation by small,minority,and women's businesses; and (5) Using the services and assistance of the Small Business Administration and the Office of Minority Business Enterprise of the U.S.Department of Commerce,as appropriate. u (b) The Contractor shall submit to the Owner information on utilization of minority and women business enterprises within 30 days of entering into an agreement with a minority or women business enterprise. The information shall include reporting called for in Texas Water Development Board's Guidance for Utilization of Small,Minority& Women-Owned Businesses,SRF-052v3 in procurement. (c) The Contractor shall maintain a documentation file on all efforts to obtain Minority and Women-Owned - Business Participation. 15. ARCHEOLOGICAL DISCOVERIES AND CULTURAL RESOURCES No activity which may affect properties listed or properties eligible for listing in the National Register of Historic Places, or eligible for designation as a State Archeological Landmark is authorized until the Owner has complied with the provisions of the National Historic Preservation Act and the Antiquities Code of Texas. The Owner has previously coordinated with the appropriate agencies and impacts to known cultural or archeological deposits have been avoided or mitigated. However,the Contractor may encounter unanticipated cultural or archeological deposits during construction. Y If archeological sites or historic structures which may qualify for designation as a State Archeological Landmark according to the criteria in 13 TAC 41.6-41.10,or that may be eligible for listing on the National Register of Historic Places in accordance with 36 CFR Part 800,are discovered after construction operations are begun,the Contractor shall immediately cease operations in that particular area and notify the Owner,the TWDB,and the Texas Antiquities Committee,P.O.Box 12276,Capitol Station,Austin,Texas 78711-2276. The Contractor shall take reasonable steps to protect and preserve the discoveries until they have been - inspected by the Owner's representative and the TWDB. The Owner will promptly coordinate with the State Historic Preservation Officer and any other appropriate agencies to obtain any necessary approvals or permits to enable the work to continue. The Contractor shall not resume work in the area of the discovery until authorized to do so by the Owner. 16. ENDANGERED SPECIES No activity is authorized that is likely to jeopardize the continued existence of a threatened or endangered species as listed or proposed for listing under the Federal Endangered Species Act(ESA),and/or the State of WRD-708C Revised 9/7/2005 Appendix F 37 Texas Parks and Wildlife Code on Endangered Species,or to destroy or adversely modify the habitat of such species. If a threatened or endangered species is encountered during construction,the Contractor shall immediately cease work in the area of the encounter and notify the Owner,who will immediately implement actions in accordance with the ESA and applicable State statutes. These actions shall include reporting the encounter to the TWDB,the U. S.Fish and Wildlife Service,and the Texas Parks and Wildlife Department,obtaining any necessary approvals or permits to enable the work to continue,or implement other mitigation actions. The Contractor shall not resume construction in the area of the encounter until authorized to do so by the Owner. 17. HAZARDOUS MATERIALS Materials utilized in the project shall be free of any hazardous materials,except as may be specifically provided for in the specifications. If the Contractor encounters existing material on sites owned or controlled by the Owner or in material sources that are suspected by visual observation or smell to contain hazardous materials,the Contractor shall immediately notify the Engineer and the Owner. The Owner will be responsible for the testing for and Y removal or disposition of hazardous materials on sites owned or controlled by the Owner. The Owner may suspend the work,wholly or in part during the testing,removal or disposition of hazardous materials on sites owned or controlled by the Owner. 18. PROJECT SIGN A project IDENTIFICATION SIGN will be provided to the contractor. The contractor shall erect the sign in v a prominent location at the construction project site or along a major thoroughfare within the community as directed by the Owner. 19. OPERATION AND MAINTENANCE MANUALS AND TRAINING (a) The Contractor shall obtain installation,operation,and maintenance manuals from manufacturers and suppliers for equipment furnished under the contract. The Contractor shall submit three copies of each complete manual to the Engineer within 90 days after approval of shop drawings,product data,and samples,and not later than the date of shipment of each item of equipment to the project site or storage location. (b) The Owner shall require the Engineer to promptly review each manual submitted,noting necessary convections and revisions. If the Engineer rejects the manual,the Contractor shall correct and resubmit the manual until it is acceptable to Engineer as being in conformance with design concept of project and for compliance with information given in the Contract Documents. Owner may assess Contractor a charge for reviews of same items in excess of three(3)times. Such procedure shall not be considered cause for delay. Acceptance of manuals by Engineer does not relieve Contractor of any requirements of terms of Contract. (c) The Contractor shall provide the services of trained, qualified technicians to check final equipment installation,to assist as required in placing same in operation, and to instruct operating personnel in the proper manner of performing routine operation and maintenance of the equipment. (d) Operations and maintenance manuals specified hereinafter are in addition to any operation,maintenance, or installation instructions required by the Contractor to install,test,and start-up the equipment. (e) Each manual to be bound in a folder and labeled to identify the contents and project to which it applies. The manual shall contain the following applicable items: (1) A listing of the manufacturer's identification,including order number,model,serial number,and y location of parts and service centers. (2) A list of recommended stock of parts,including part number and quantity. WRD-708C Revised 9/7/2005 Appendix F 38 (3) Complete replacement parts list. (4) Performance data and rating tables. (5) Specific instructions for installation,operation,adjustment,and maintenance. (6) Exploded view drawings for major equipment items. (7) Lubrication requirements. (8) Complete equipment wiring diagrams and control schematics with terminal identification. 20. AS-BUILT DIMENSIONS AND DRAWINGS (a) Contractor shall make appropriate daily measurements of facilities constructed and keep accurate records of location(horizontal and vertical)of all facilities. (b) Upon completion of each facility,the Contractor shall furnish Owner with one set of direct prints, marked with red pencil,to show as-built dimensions and locations of all work constructed. As a minimum,the final drawings shall include the following: (1) Horizontal and vertical locations of work. (2) Changes in equipment and dimensions due to substitutions. (3) "Nameplate"data on all installed equipment. (4) Deletions,additions, and changes to scope of work. (5) Any other changes made. — Forms to be submitted with executed contracts: • Contractor's Act of Assurance(ED-103) • Contractor's Resolution on Authorized Representative(ED-104) • Affirmative Steps Solicitation Report(WRD-216) • SMWBE Self-Certification(WRD-218) Form to be submitted during construction: Loan/Grant Participation Summary(SRF-373) WRD-708C Revised 9/7/2005 Appendix F 39 - t WRD-708C Revised 9/7/2005 Appendix F 40 WRD-267 7-25-02 ., Resolution Standard Conditions for Tax Exempt Loans (WRD-267) 1. that the bond counsel opinion must include an opinion that the interest on the obligations is excludable from gross income or is exempt from Federal income taxation. Bond counsel may rely on covenants and representations of the issuer in rendering this opinion; 2. that the bond counsel opinion must include an opinion that the obligations are not"private activity bonds." Bond counsel may rely on covenants and representations of the issuer on rendering this opinion; R 3. that the ordinance/resolution authorizing the issuance of the obligations must include that the proceeds of the obligations and the facilities financed with the proceeds of the obligations will not be used in a manner that would cause the obligations to be"private activity bonds"; 4. that the ordinance/resolution authorizing the issuance of the obligations must include that the issuer will comply with the provisions of Section 148 of the Internal Revenue Code of 1986(relating to arbitrage); 5. that the ordinance/resolution authorizing the issuance of the obligations must include that the issuer will make any required rebate to the United States of arbitrage earnings; 6. that the ordinancetresolution authorizing the issuance of the obligations must include that the issuer will take no action which would cause the interest on the obligations to be includable in gross income for Federal income tax purposes; 7. that the transcript must include a No Arbitrage Certificate or similar certificate setting forth the issuer's reasonable expectations regarding the use,expenditure and investment of the proceeds of the obligations; 8. that the transcript must include evidence that the information reporting requirements of Section 149(e)of the Internal Revenue Code of 1986 will be satisfied. This requirement is currently satisfied by filing IRS Form 8038 with the Internal Revenue Service. A completed copy of IRS Form 8038 must be provided to the Development Fund Manager prior to release of funds; 9. that the City/District will not cause or permit the obligations to be treated as"Federally Guaranteed" obligations within the meaning of section 149(b)of the Internal Revenue Code; 10. that this commitment is contingent on a future sale of bonds or on the availability of funds on hand; 11. that the resolution/ordinance authorizing the issuance of obligations will state that obligations can be called for ! early redemption only in inverse order of maturity,and on any date beginning on or after the fust interest payment date which is 10 years from the dated date of the obligations,at a redemption price of par,together with accrued interest to the date fixed for redemption; — 12. that the political subdivision,or an obligated person for whom financial or operating data is presented either individually or in combination with other issuers of the political subdivision's obligations or obligated persons, t will,at a minimum,covenant to comply with requirements for continuing disclosure on an ongoing basis substantially in the manner required by Securities and Exchange Commission(SEC)rule 15c2-12 and determined as if the Board were a Participating Underwriter within the meaning of such rule,such continuing disclosure undertaking being for the benefit of the Board and the beneficial owner of the political subdivision's — obligations,if the Board sells or otherwise transfers such obligations,and the beneficial owners of the Board's bonds if the political subdivision is an obligated person with respect to such bonds under rule 15c2-12; WRD-708C Revised 9/7/2005 Appendix F 41 WRD-708C Revised 9/7/2005 Appendix F 42 SRF-071 05/09/00 CWSRF Outlay Report (SRF-071) Mail To: 1.Type of Report 2.Report Number: Texas Water Development Board P.O.Box 13231 Austin,Texas 78711-3231 ❑ Final ❑ Partial 5.Loan Applicant Name/Address: 3.CWSRF Loan Number: 4.State Loan Commitment Amount: 6.Period Covered: From: To: 7.Classification of Work Performed: 8.Cumulative Eligible Amount to Date By Contract: (Contract A) (Contract B) (Contract C) Total Contractor's Name: A.Legal Costs: B.Administrative Costs = C.Engineering Costs: D.Construction Costs r E.Other Costs: 1. 2. 3. 4. F.Cumulative to Date: G.Amount previously reported: H.Amount reported this request: 1.Percent of Physical Completion: I Certification: I certify that to the best of my knowledge and belief the billed costs hereon are in accordance with the above mentioned loan agreement and all work performed is in accordance with said loan. Signature and tide of Authorized Representative Date Signed Telephone Number WRD-708C Revised 9/7/2005 Appendix F 43 SRF-71 05/09/00 CWSRF OUTLAY REPORT Instructions Item 1 Indicate whether the report is a partial or a final report. If the Outlay Report is a final,the amounts billed should represent the final cost of the project. Item 2 Number the reports consecutively as they are submitted.Reports may be submitted as often as cost are incurred,but no less than monthly. Item 3 Enter the State Revolving Fund number assigned to the loan. Item 4 Enter the amount of the State Revolving Fund loan. Item 5 Enter the applicant's name and the address to whom correspondence may be directed. Item 6 Enter the dates covered by the report. Item 7 The expenditures shown for each line item must be supported with appropriate invoices,and attached to the Outlay Report. Item 8 Enter the contractor's name. If more than one contractor is employed,use column(a),(b), and(c). If four or more contractors are needed to complete the project,use as many of the forms that are required. All cost are to be kept separate of each other. Item 7F Enter the total of line A through E in each column. Item 7G Enter the amounts previously reported in each column. Item 7H Subtract line 7G from 7F and enter the sums under each contract. Item 7I Enter the actual percent of physical completion for each contract. Item M The authorized representative appointed by resolution of decree must authenticate the request. Form SRF-71 must be submitted in duplicate to the Texas Water Development Board. Only one copy of the supporting invoices,contractor's partial pay estimates or other expenditure documentation must be submitted with each Outlay Report. The contractor's pay estimates must be signed by the contractor,consulting engineer and the authorized representative. WRD-708C Revised 9/7/2005 Appendix F 44 ED-101 01/03/00 Site Certificate (ED-101) This is to certify that the _ (Legal Name of Applicant,i.e.,City,District,etc.) has now acquired, taken bona fide options on, or initiated formal condemnation proceedings against all property (sites, easements, rights-of-way, or specific use permits) necessary for construction, operation and maintenance of(water)(wastewater)facilities described as v Contract NO.and Desmiption) in accordance with plans and specifications approved by the Texas Water Development Board. Any deeds or documents required to be recorded to protect the title(s)held by ' (Legal Name of Applicant) have been recorded or filed for record wherever necessary. In the event of conflicts with existing underground utilities, or to preserve unknown cultural or - historic resources,the (Name of Applicant) has the right of eminent domain and will take condemnation action, if necessary, to acquire any sites, easements or rights-of-way which may be required to change the location of any of the facilities described above; and upon acquisition of the rights-of-way and recording of documents, will submit another site certificate to that effect. EXECUTED this day of ,20 (Signature) to Note: This certificate MUST BE EXECUTED BY AN ATTORNEY OR AN ABSTRACTOR qualified to evaluate the Applicant's interest in the site and make such a determination. WRD-708C Revised 9/7/2005 Appendix F 45 WRD-708C Revised 9/7/2005 Appendix F 46 ED-103 01/03/01 Contractor's Act Of Assurance (ED-103) STATE OF TEXAS COUNTY OF ~ BEFORE ME, , a Notary Public duly commissioned and qualified in and for the County of in the State of Texas came and appeared as represented by , the corporation's ,who declares he/she is authorized to represent pursuant to provisions of a resolution - adopted by said corporation on the day of , 20 (a duly certified copy of such resolution is attached to and is hereby made a part of this document). as the representative of declares that assures the Texas Water Development Board that it will construct project at , Texas, - in accordance with sound construction practice,all laws of the State of Texas, and the rules of the Texas Water Development Board. GIVEN UNDER MY HAND and seal of office this day of , 200 A.D. Printed Name My Commission expires - WRD-708C Revised 9/7/2005 Appendix F 47 w w WRD-708C Revised 9/7/2005 Appendix F 48 ED-104 5/019/02 Contractor's Resolution (ED-104) ON ._ AUTHORIZED REPRESENTATIVE Name or Names I hereby certify that it was RESOLVED by a quorum of the directors of the meeting name of corporation on the day of , 20_, that , and , be, and hereby is, authorized to act on behalf of , as its name of corporation representative,in all business transactions conducted in the State of Texas, and; That all above resolution was unanimously ratified by the Board of Directors at said meeting and that the resolution has not been rescinded or amended and is now in full forces and effect; and; In authentication of the adoption of this resolution,I subscribe my name and affix the seal of the corporation this day of ,20_. Secretary (seal) wRD-708C Revised 9/7/2005 Appendix F 49 WRD-708C Revised 9/7/2005 Appendix F 50 SRF-404 (5/13/91) - SRF Number Certification Regarding Debarment, Suspension, and other Responsibility Matters (SRF-404) The prospective participant certifies to the best of its knowledge and belief that it and its principals: (a) Are not presently debarred, suspended,proposed for debarment, declared ineligible, or voluntarily w excluded from covered transactions by any Federal department or agency; (b) Have not within a three year period preceding this proposal been convicted of or had a civil judgement rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local)transaction or contract under a public transaction;violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records,making false statements, or receiving stolen property; (c) Are not presently indicted for or otherwise criminally or civilly charged by a government entity (Federal, State, or local)with commission of any of the offenses enumerated in paragraph (1)(b)of this certification; and - (d) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State, or local)terminated for cause or default. I understand that a false statement on this certification may be grounds for rejection of this proposal or termination of the award. In addition, under 18 USC Sec. 1001, a false statement may result in a fine of up ` to $10,000 or imprisonment for up to 5 years, or both. Typed Name &Title of Authorized Representative Signature of Authorized Representative Date I am unable to certify to the above statements. My explanation is attached. WRD-708C Revised 9/7/2005 Appendix F 51 -� WRD-255 09/12/01 Bidder's EEO/NSF Certifications (WRD-255) Project Name Project Number Contract For T The following certifications must be completed by the bidder for each contract. A. EQUAL EMPLOYMENT OPPROTUNITY: ( ) I have developed and have on file at my each establishment affirmative action programs - pursuant to 41 CFR Part 60-2. ( )I have participated in previous contract(s)or subcontract(s) subject to the equal opportunity -- clause under Executive Orders 11246 and 11375. I have filed all reports due under the requirements contained in 41 CFR 60-1.7. ( ) I have not participated in previous contracts(s) subject to the equal opportunity clause under Executive Orders 11246 and 11375. ( ) I will obtain a similar certification from any proposed subcontractor(s), when appropriate. B. NONSEGREGATED FACILITIES ( ) I certify that I do not and will not maintain any facilities provided for my employees in a segregated manner, or permit my employees to perform their services at any location under my control where segregated facilities are maintained; and that I will obtain a similar certification prior to the award of any federally assisted subcontract exceeding $10,000 which is not exempt from the T equal opportunity clause as required by 41 CFR 60-1.8. I understand that a false statement on this certification may be grounds for rejection of this bid proposal or termination of the contract award. Typed Name&Title of Bidder's Authorized Representative Signature of Bidder's Authorized Representative Date Name&Address of Bidder 53 - WRD-708C Revised 9/7/2005 Appendix F aw in WRD-708C Revised 9/7/2005 Appendix F 54 ED-102 2/18/93 Breakdown Of Bid (ED-102) EXAWLE (The bid breakdown is not limited to the items listed below.) Item Unit No. Description Quantity Unit Price Amount 1. Bond L.S. 2. Move In Costs L.S. 3. Fencing L.S. 4. Road Material and Grading In Place S.Y. 5. Sidewalks S.Y. 6. Excavation C.Y. 7. Backfill ' C.Y. 8. Waterstop L.F. 9. Concrete(by class) C.Y. 10. Reinforcing Steel LBS 11. Miscellaneous and Structural Steel L.S. 12. Grout C.Y. 13. Sludge Bed-Sand C.Y. 14. Concrete Finish S.F. 15. Redwood Bd.Ft. 16. Blower Building Comp.Except Concrete L.S. 17. Lift Station Comp.Except Concrete L.S. 18. Yard Piping,Valves,Fittings,etc. L.S. 18a. All other Piping,Valves,Fittings,etc. L.S. 19. Manholes(group by depth) Each 20. Final Clarifier Equipment T L.S. WRD-708C Revised 9/7/2005 Appendix F 55 - Unit Item No. Description Quantity Price Amount Unit 21. Storm Clarifier Equipment L.S. 22. Aeration Equipment L.S. 23. Blowers and Accessories L.S. 24. All Weirs,Baffles,Gates,and Troughs L.S. 25. Flow Meter,Chlorinator,Scales,and Hoist L.S. 26. Sludge Bed Skimmers L.S. 27. Scum and Sump Pumps L.S. 28. Variable Speed Pumps and Controllers L.S. 29. Motor Control Centers L.S. 30. Comminutor L.S. 31. Metal Storage Building L.S. 31a. Administration Building L.S. 32. Laboratory Equipment Complete L.S. 32a. Laboratory Building L.S. 33. Electrical L.S. f 34. Painting and Cleanup L.S. 35. Landscaping L.S. 36. Incinerator L.S. 37. Vacuum Filter L.S. f 38. Digester L.S. 39. Disinfection Equipment L.S. 40. Site Work L.S. 41. Trenching Safety L.F. TOTAL BASE BID $ WRD-708C Revised 9/7/2005 Appendix F 56 _ WRD-264(2-25-05) TEXAS WATER DEVELOPMENT BOARD Utility Profile (WRD-264) Y The purpose of the Utility Profile is to assist with water conservation plan development and to ensure that important information and data be considered when preparing your water conservation plan and its target and goals. Please complete all questions as completely and objectively as possible. See Water Conservation Plan Guidance Checklist (WRD-022) for information on other water conservation provisions. You may contact the Municipal Water Conservation Unit of the TWDB at 512-936-2391 for assistance. APPLICANT DATA Name of Utility: Address&Zip: Telephone Number: Fax: Form Completed By: Title: - Signature: Date: Name and Phone Number of Person/Department responsible for implementing a water conservation program: Name: Phone: I. CUSTOMER DATA A. Population and Service Area Data 1. Please attach a copy of your Certificate of Convenience and Necessity(CCN) from the TCEQ 2. Service area size (square miles): WRD-708C Revised 9/7/2005 Appendix F 57 _ 3. Current population of service area: 4. Current population served by utility: a: water b: wastewater 5. Population served by water utility 6. Projected population for for the previous five years: service area in the following decades: Year Population Year Population 2010 2020 2030 2040 2050 7. List source(s)/method(s) for the calculation of current and projected population: B. Active Connections 1. Current number of active connections by user type. If not a separate classification, check whether multi-family service is counted as Residential or Commercial Treated water users: Metered Not-metered Total Residential-Single-Family Residential-Multi-Family Commercial Industrial Public Other WRD-708C Revised 9/7/2005 Appendix F 58 2. List the net number of new connections per year for most recent three years: Year Residential—Single-Family -� Residential-Multi-Family Commercial Industrial - Public Other C. High Volume Customers List annual water use for the five highest volume retail and wholesale customers (Please indicate if treated or raw water delivery.) indicate Customer Use (1,000gal.6T.) Treated OR Raw (1) (2) (3) (4) (5) WRD-708C Revised 9/7/2005 Appendix F 59 II. WATER USE DATA FOR SERVICE AREA A. Water Accounting Data 1. Amount of water use for previous five years (in 1,000 gal.): Please indicate: Diverted Water Treated Water Year January February March April May June July August September October November December Total Please indicate how the above figures were determined(e.g., from a master meter located at the point of a diversion from a stream or located at a point where raw water enters the treatment plant, or from water sales). 2. Amount of water(in 1,000 gallons) delivered(sold) as recorded by the following account types (See#1,Appendix A) for the past five years. Year Residential Commercial Industrial Wholesale Other Total Sold WRD-708C Revised 9/7/2005 Appendix F 60 3. List previous five years records 4. List previous five years records for ; for water loss annual peak-to-average daily use ratio (See#2,Appendix A) (See#3,Appendix A) Year Amount(gal.) Year Average MGD Peak MGD Ratio 5. Total per capita water use for previous five years (See#4,Appendix A): Total Diverted(or Per Capita Year Population Treated Less Wholesale (gpcd) Sales (1,000 gal.) 6. Seasonal water use for the previous five years (in gallons per person per day) (See#5,Appendix A): Base Per Summer Per Year PoQulation Capita Use Capita Use B. Projected Water Demands Project water supply requirements for at least the next ten years using population trends,historical water use, and economic growth,etc. Indicate sources of data and how projected water demands were determined. Attach additional sheets if necessary. WRD-708C Revised 9n12005 Appendix F 61 , III. WATER SUPPLY SYSTEM A. Water Supply Sources List all current water supply sources and the amounts available with each: Source Amount Available Surface Water: MGD Groundwater: MGD Contracts: MGD Other: MGD B. Treatment and Distribution System 1. Design daily capacity of system: MGD 2. Storage Capacity: Elevated MGD, Ground MGD 3. If surface water, do you recycle filter backwash to the head of the plant? Yes No . If yes, approximately MGD. 4. Please describe the water system. Include the number of treatment plants,wells, - and storage tanks. If possible, include a sketch of the system layout. WRD-708C Revised 9/7/2005 Appendix F 62 IV. WASTEWATER UTILITY SYSTEM A. Wastewater System Data 1. Design capacity of wastewater treatment plant(s): MGD 2. Is treated effluent used for irrigation on-site , off-site ,plant washdown , or chlorination/dechlorination ? If yes, approximately gallons per month. Could this be substituted for potable water now being used in these areas ? 3. Briefly describe the wastewater system(s) of the area serviced by the water utility. Describe how treated wastewater is disposed of. Where applicable, identify treatment plant(s) with the TCEQ name and number, the operator, owner, and, if - wastewater is discharged, the receiving stream. Please provide a sketch or map which locates the plant(s) and discharge points or disposal sites. B. Wastewater Data for Service Area 1. Percent of water service area served by wastewater system: _% 2. Monthly volume treated for previous three years (in 1,000 gallons): Year January February March April May _ June July August September October November December Total WRD-708C Revised 9/7/2005 Appendix F 63 _ Appendix A Definitions of Utility Profile Terms 1. Residential sales should include water sold to residential(Single and Multi-Family)class customers only. Industrial sales should include water sold to manufacturing and other heavy industry. Commercial sales should include water sold to all retail businesses,offices,hospitals,etc Wholesale sales should include water sold to another utility for a resale to the public for human consumption. 2. Water Loss is the difference between water a utility purchases or produces and the amount of water that it can account for in sales and other known uses for a given period. Water loss can result from: 1. inaccurate or incomplete record keeping; 2.meter error; _. 3.unmetered uses such as firefighting,line flushing,and water for public buildings and water treatment plants; 4. leaks; and 5.water theft and unauthorized use. 3. The peak-day to average-day ratio is calculated by dividing the maximum daily pumpage(in million gallons per day)by the average daily pumpage. Average daily pumpage is the total pumpage for the year(as reported in Section IIA1,p.4)divided by 365 and expressed in million gallons per day. 4. Total use in gallons per capita per day is defined as total average daily amount of water diverted or pumped for treatment for potable use by a public water supply system. The calculation is made by dividing the water diverted or pumped for treatment for potable use by population served. Indirect reuse volumes shall be credited against total diversion volumes for the purpose of calculation gallons per capita per day for targets and goals developed for the water conservation plan. Total water use is calculated by subtracting the wholesale sales from the total water diverted or treated(as reported in Section IIA I). 5. Seasonal water use is the difference between base(winter)daily per capita use and summer daily per capita use. To calculate the base daily per capita use, average the monthly diversions for December, January, and February,and divide this average by 30. Then divide this figure by the population. To calculate the summer daily per capita use,use the months of June,July, and August. WRD-708C Revised 9/7/2005 Appendix F 64 WRD-265 October, 2001 r Water Conservation Program Annual Report (WRD-265) _ For Questions or Information call: Adolph L. Stickelbault 512-936-2391 Municipal Water Conservation Unit adolph.stickelbault@twdb.state.tx.us Texas Water Development Board(TWDB) Rules require that entities that receive financial assistance of more than $500,000 implement a water conservation program for the life of the loan, and report annually for at least 3 years on the progress of implementation. A water conservation plan should contain long-term elements such as ongoing public education activities, universal metering, water accounting and estimated water savings from reuse/recycling activities, leak detection and repair and other conservation activities. The following questions are designed to provide the TWDB this information in a concise and consistent format for all loan recipients. Please fill in the blanks that pertain to your program as completely and objectively as possible. As you complete the report form, please review your utility's water conservation plan to see if you are making progress toward meeting your stated goal(s). Return completed form to: Executive Administrator Texas Water Development Board P.O. Box 13231 Austin, Texas 78711-3231 ATTN: CONSERVATION WRD-708C Revised 9/7/2005 Appendix F 65 LONG-TERM WATER CONSERVATION PROGRAM 1. Education and Information Program (TWDB Rules require a continuing program that at minimum provides conservation information directly to each customer,one other type of annual educational water conservation activity and to provide water conservation literature to new customers when they apply for service) What is the total number of water conservation brochures that your utility mailed to its customers during the last 12 months? How many handouts were distributed to customers by field employees,at the utility office, and other programs and events? Number of water conservation articles published in local newspaper(s) Which months were conservation messages printed on utility/water bills? In addition,the following education activities were conducted during the reporting period (presentations, school programs,exhibits,television,radio,etc.). 2. Water Conservation Retrofit and Plumbing Rebate Programs Have you conducted a plumbing retrofit or rebate program during the last 12 months? Yes No If yes,approximately households received kits/rebates. Please describe your program and - list specific items provided or types of fixtures rebated 3. Conservation—Oriented Rate Structure Have your rates or rate structure changed since your last report? Yes No If yes,please describe the changes and attach a copy of the new rate structure. If you purchase water from a wholesale supplier,is this a"take or pay"contract? Yes No If yes,what is your minimum volume to take? gallons/day. WRD-708C Revised 9/7/2005 Appendix F 66 4. Universal Metering and Meter Repair (TWDB Rules require that your utility undertake measures to determine and control unaccounted for water,universal metering of both customer and public uses,periodic meter testing and repair,and distribution system leak detection and repair) In the first blank fill in total number of meters in your utility for each type or size of meter. During the past 12 months,what was the number of (system-wide): - Production(master)meters (total), tested repaired ,replaced Meters larger than 1 %" (total), tested repaired ,replaced Meters 1 %z"or smaller (total), tested repaired ,replaced 5. Water Audits and Leak Detection a. The total amount of water purchased or produced during the last 12 months was b. The total amount of account(metered)water sold during the last 12 months " c. The total amount of identified and estimated(known&explained)losses -- d.The total amount of lost water(unexplained missing water) - e.What is your water loss percentage(line d.=line a.x 100) How often do you calculate water loss or audit the water in your system? (Times per year) Number of leaks repaired on the system and at service connections Please list the main cause of water loss for water in your system: (examples-leaks, un-metered utility or city uses,problems with master meter, customer meters, record and data problems, etc.): The TWDB offers free technical assistance regarding leak detection and unaccounted for water. To find out more about this free service,please place checkmark on left. WRD-708C Revised 9/7/2005 Appendix F 67 6. Water-Conserving Landscaping Please list any water-conserving landscaping programs,educational activities,or ordinances enacted during the last 12 months. 7. Other Comments List any other water conservation activities your utility is conducting. DROUGHT CONTINGENCY/EMERGENCY WATER DEMAND MANAGEMENT 8. During the past 12 months, did your utility find it necessary to activate its the Drought Contingency/Emergency Demand Management Plan? (Please check one) _Yes No If you answered yes,was the need due to: (Please check all applicable) (1)_water shortage, (2)_high demand, (3)_inability to treat or pump water at required rates, (4)_equipment failure,or(5)_other causes? If you answered yes,what were the starting and ending dates: Start Date (mm/dd/yr) Ending Date (mm/dd/yr) 9. Recycling and Reuse of Water or Wastewater Effluent What types of water recycling or reuse activities are practiced by your utility?Examples: effluent irrigation, recycling filter backwash,or using effluent for chlorination at wastewater plant,etc. 10. The recycling and/or reuse(In Question 9)amounted to approximately gallons per month for months. (Number of months) 11. Approximately how much water did the utility save during the reporting period due to the overall conservation program? [Review your water conservation plan regarding your apcd and/or other goal(s)1 Million gallons. EFFECTIVENESS OF THE PROGRAM (Review the stated goal(s)of your water conservation plan to gauge effectiveness) WRD-708C Revised 9/7/2005 Appendix F 68 12. In your opinion,how you would rank the effectiveness of your utility's conservation program? _ Effective Somewhat effective Less than effective Not effective 13. Does the staff of your utility review the conservation program on a regular basis?_Yes No How often? Year your plan was approved 14. What types of problems did your utility encounter in implementing the water conservation program during the last 12 months? 15. What might your utility do to improve the effectiveness of your program? 16. What might the TWDB do to improve the effectiveness of your program? 17. If known,how much expense has your utility incurred in implementing this program during the reporting period(literature, materials, staff time, etc.)? $ (dollars/year) 18. If known,how much did your program save?$ (dollars/year based on water savings and treatment or purchase of waster costs and any deferred capital costs due to conservation). To ensure we address future correspondence to the proper person, please type or print the following: Name Title Phone Date Email address: For a list of free technical assistance services available from the TWDB,please write or call at 512-463-7955,or check out our website: http://twdb.state.tx.us/assistance/conservation Return completed form to: Executive Administrator Texas Water Development Board P.O.Boz 13231 Austin,TX 78711-13231 ATTN: CONSERVATION WRD-708C Revised 9/7/2005 Appendix F 69 GR-01 60 00 Product Requirements THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Northside II 30-Inch Water Transmission Main STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100261 Revised July 1,2011 mn OF FORT WORTH WATER DEPARTMENT'S UPDATED:01-SI-2017 STANDARD PRODUCTS LIST Approval Spec No. C�Iassslfilcation Manufacturer Model No. National Spec Size Manhole Inserts-Field 0 erations Use 0.1 2/3/16 WASTEWATER 330513 Manhole Insert 3303 13 Manhole Insert Made to Order.Plastic ASTM D 1249 3305 13 Mnh.klmsert MadetcOrder-Ph— _TM D 1248 For 24'dia. seals,lc. Manholes&Bases/Frame 5&QQV_emReqtan lar 33-05-13(Rev 13116) =I Fo-dry 1001 V Manholes&B egTrames-&-Covers/Standard(Round)33-05-13 fpey 2/3/10 — 33 05 13 33 05 13 Manhole kracam and C.— McKid T—Wftlo., _3 24 AM 24'Dir. 330513 Manhole Frocces and Covers Pm.A-Mn­ MH-143N Pow-cal JE, ASTMA536 01/31/06 05 13 30�DIMFI RE32-R8FS 3V Diaw K7, 1�3 ��11 Fact Jordan I..W.ft V1432-2andV1483Dsips AASHTO 1006,04 1""', jt2i& 131/6 1/02/10 330513 L07 SjjEm Corporation M�11651FVW&TIE116502 08/10/11 33 0513 30"DI MH Rio&and Cover 30"Dia lt�A ERGO XL A. 10114113 3 05 13 33 05 13 Mab.l.Plentes and Covers —Pont-A-M— ..130513 Manhole Frana.and Co— 24" 3305 13 Manhole Rannes and Covers 24"Dia, Sernapare Industries Private Ltd. 300-24-23.75 Ring and Cover ASTMA48 24YDi. 07P-3197 1 330513 _UrethareHydrophilicWaterstop 0� 33 05 13 Offisatkintfor4-Di—Dal Hanson Concrete Pro 04C6100 33 0513 ?1.ffi1Gsakfb14'Di­bil_ 250.0Gakat ASTM C-443/C.361 SsMH S113105 33 0513 Manh.laE.L­lW _.g_ I N—haffi.ares 333910 Manh.,.R.Past Concrete jj)dm Conduit CM SPL 141 ASIM C 479 48" wajlcoacmapip�C..;nc ASTM C-443 48" 333910 Mnahls'Precast Concrete ForrarraCAmmerly Word-Hill,Hanson) 04/26100 333910 MRsic c Offset Sea]I.im ASTMC478 48" 333910 Manhole PrPnut Concrete Inc. tR"T1' 08/30/06 333910 Manhole,Precast Concrete ASTM C 478 48"w/32"Paaa 06/09/10 333910 We,Plecaal M'4�f­ US C—Posit,Pipe Ref.— ASTM C-76 4V to 71' 1126" 333913 Fiba,lassmanhle Rid C.-recars-Inc. 09/30 333913 Fib. Manhole Ly.Manfchror, ��TM 1713 X..-naill.are, Now-cuffic area Manholes&Bases/Rehab Systems/Cementitipig HI-14 1 Man] N4/120/.01 EI-14 Manhole Rehab Systena St, Con, Strong Scal MS2A Rah* Flehraetc�� VicYl Nlycstor Repair Prod= N1.use 05/20/96 E144 S.Ceat 12114/01 CRa��for Corrosiort protection TECH Seri.�20230and2 01131106 Conong for Comaim Projection __ Pi e/New/Centrnffally Cast Fiberglass Reinfore 33-31-13 1/8/3 ?/21/97 .333113 Cent.Cast Pibsralass llobasft.`USA�lm 03/22/10 333113 ner Hb. ASTMD3262/D3?S4 Llnk=_eq Polymer Pipe Araitach USA EI-9 pe�-forcedp.] arcoaoset�P�c AftPh USA Mexer Polyerate Pipe _�STM C33,A276.F477 8-1.W2,�Qa V ASTM C-76 BI-04 Co..P' Reinforced ASTM C 76 RI-04 ASTM C76 C=,R�S Reinforced Concrete Pipe&Pro& I fc. ASTM C76 PiRes/New/Ductile Iron 33-11-10(1/8/13) 331110 DuctUe Irm Pipe Grano Pipe Prdazt�,C. .�filc 1..Pipe Amencan Dactile Iron Pipe Co. A­Fastit�Pipc CIS, 3'ffim24" 1..Pipe AWWAC150,CI51 4'%1`111" 33 1110 Mowers C�t)�=Pipe Co. AWWAC150,C151 Prepared 3/24/2015 Page I - - - r - - - - - - - - - - - - - - - CITY OF rnnT WORTH WATER DEPARTMENT'S UPDATED:01-31-2017 STANDARD PRODUCTS LIST Model No. National Spec Size 12/02/11 �Rl4p'vcp—pipo Pipelilejamanearm Royal Building PToducts Royid seal Pvc Pr—Pipe TA—�00 4"th.12' to E(Pip BurEtna/Sliplininiz)33-31-23(1/8/13) 33-31-20 IPVCS—pip --TM 1-duurie� 13-11 ASTM D 3034,D 1784 4`1 F �.dpj.�.a ounian SDR-26 and SDR-35 llyllm 33-31-20 FVCS—Pi2e ASTM D 3034 8%,T 05106103 33-31-20_PVC Solid Wall Pipe CuTpoiation ASTM 18031F794 18't.-48" Pi eg/Ne bed e-Profile Large Diamete E100-2 !PVCS—N,Ribbed Ulb.-Ribq�� ASTMF679 18",.4g 1111P.1 le Sewe,Pi e'Double Wall Ad—aad Dritu,,SY�—(ADS) S-Tit�HP Double Wall —d) — 05116111 st.1 --1 I---qe�� SaaiTita 12 Triple Wall_Pipe ASTMF2764 30ft to 60" ab/CIPP 33-31-12 01/18/13) Ultalitiew erPVCAH.Pi 1871 1967 —044/-22/87 stunileat Steel casins Spa,ar Ad—d Ptd—and Syatenia,in., stamleae stacis—��"Model—Ssil Pipeline seal and Coatings/Epm 33-39-60(01/08/13) 4810 P—eioh­k - Up to 4811"�1 Dointilefintipipeottly Fe GA livinand.,Ine. Empire An and Vanuatu Valm Model 935 �MlCu�-b�..AiR,I—Valve Multi ex man= I., I Unfipm An end V2ounno Val—,Model No,AS, 1/2',V&2 Pi -- RI-07 t*v Da�tiloln,am� - 1.Pi eV Union Utilities Di— mahod',Joint 05114198 21-24 — Ei-07 Duatile"..JounReatioulta One Bolt Tn.. one B.It Reatialned Joint Pitting 02/29/12 AWWAClll/Cll6/Cl53 W05104 EI-07 Mhaniul Joint Retain,Gl-A� ��galug Senea 2000(fm PVC Pipe) AWWAClll/Cll6/Cl53 C,a 11, 10112110 EI-24 Intoijor Reablined Joint S B Tafotial Pnuluot� Bulldog Systeni(Dimond Lok 21 k----91� lil/C153 4",W son Pi2,Prod-.M In, PVC Suagnp Sanioe 4000 CITY OF FORT WORTH WATER DEPARTMENTS UPDATED:01-31.2017 STANDARD PRODUCTS LIST Approval Spec No. Classsification Manufacturer Model No. National Spec Size BOLTS.NLTl S.AND GASKETS 33-11-05(01(08113) PioesNalves&Fittings/Resilient Seated Gate Valve* 3-12-20(05/13/151 Resilient Wed ed Gmc Vale w/ao Gears American Flow ComrolSeries 2500 Dra' S 94-20247 36" 12/13/02 Resilient Wed Gate Valve American Flow Control Series 2530 and Series 2536 AW WA C515 3D"and 36" 08131199 ,R si&mt Wedge Gate Valve American Flow Control Series 2520&2524 LSD.9420255) AW WA C515 _ 20"and 24" 05/18199 R siltent Wed a Gate Valve A---Flow ControlSeries 2516(SD 9420247) AWWA C5I5 16" 10/24/00 Et-26 R silient W W e Gate Valve American Flow Cootrdl 08/05!04 Series 2500(Ductile Iron W AW A C515 4'to 12"_ (Resilient Wedge Gate Va1vc American Flow Control !_ 42"and 48"AFC 2300 AWWA C515 42"and 48" 05/23/91 EI-26 Resilient Wed Gate Valve American AVK Com an American AVK Resilient sealed GV AWWA C509 4"as 12" 01/74102 El 26 Resilient Wed Get.Valve American AVK Com an 20"and smaller E1-26 Resilient Seated Gate Valve Kennedy 4"-12" ' EI-26 Resibe d Seated Gate Valve M&H t ...... E1-26 Resilient Seated Gaze Valve Mneller Co, 4"-12.4" 12" 11/08199 _Resilient Wed a Gale Valve Mueller Co. Series 42361 SD 6647 AWWA C333 16" 01/23!03 Resilient Wed e Gate Valu. Mueller Co. Series A2360 for 18"-24"SD 6709 AWWA C515 24"and smaller 05/13!05 Resilient We a Gate Valve Mueller Co. Mueller 30"&36"C-515 AW WA 0515 30"and 36" 01131/06 Resilient Wed e Gate Valve Mueller Co. Muell.r 43"&48"C•515 AWWA CS15 42"and 48" 0128188 E1.26 ',Resilient We Data Valve Clow Valve Co. AW WA C509 4"-12" 10(04/94 Resilient W ed e Gate Valve Clow Valve Co. ]6"RS GV SD D-20995 AWWA C509 IS" li(D8/99 EI-26 '',RessilitatWed e Gate Valve Clow Valve Co. cl—RWVaIvu SDD-21652 AWWA6I5 24"aredsmatler 11/29/04 Resilient W ed e Gate Valve Clow Valve Co. Ctow 30"&36"0.515 AW WA C515 30"and 36" ote 3 11130(12 RenflientIV e Cate Valve Clow Valve Co. Clow Valve Model 2638 AWWA C515 24"xd 48" ate 3 05(08/91 EL26 ',Rest7tw[Seated Gate Valve Srockllam Valves&Fittings AWA a eD9,nt4s[b2e-Hurn,ASfM,� 4"-12" " Et-26 Resilient Seated Gate Valve U,S.Pi and Foun Co. Metroseat 250,r mrev.anta SPL iC/4 3"xo 16" 1026116 33-12-20 ,Resilient Seated Gate Valve EI Jordan Iron Works filflowMasmr Gate Valve&Bares I PipesNalyes&Fittings/Rubber Seated Butterfly Valve 33-12-21(07/10/14 EI-30 Rubber Seated Butte Valve Pratt Co. AW WA C-504 24° ` E1-30 Rubber Seated$anti Valve Mueller Co. AW WA C-504 24 and smaller 1/11199 EI-30 Rubber Seated Valvo Demtik Valves Co. AVMA C-Sill 24"and lar a 06/12/03 B1-30 Valmatic American Btmerfl Valve Valmatic Valve and Manufactmin crop. Valmatic American Buttrof Valve, AW WAC-504 U to S4"diameter _04!06107 EI,30 Rubber Seated Butte Valve M&H Valve M&HStyle 4500&1450 AWWAC-504 24"to 48" Sampling Station ..._. 3(12/96 - Wmer lin Station Water Pius $20 Water Smn 1' Station D Barrel Fire H drants 33-12 40 1/15114 10101187 b-i-12Barrel Fire H drant Amerism-par' Valve Nos.90-19608,94-8560 AWWA G502 03131/88 E-i-12 Barrel FveH dram American Darlin Valve ShoPDrewingNo.9418791 AWWA G502 09/30/87 E-1-12 D Basel FveH chant _ _ Clow Corporation No.D-19895 AWWA C-502 01112N3 '.. E-1-12 D Barrel FneH dram American AVK Co Mode12700 AW WAC-502 08124!88 E-1-12 'Dr�arrelFheH dtant Clow ce omtio Drawit D20435,D20436 B20506 AWWA C-02 fi-1-12 Bsael FireH t 171'Kam Vafv. S 0984/87 E-I-12 D Barrel PveH dram Sho Iha No.D-80783FW AW WA C-502 wu M&H Valve Com an ShopDrawn No 13476 �AWWAWA G502 10/14/87 B-I-12 Dry Bound Fine H dram Shop Drawings No.6461 MueFer Com an 4-423 Centtmon I AW WA C-502 01115188 E3-12 D Barrel irelLydosert Shop Drawing FH-12 rr Mueller Com A-423 aCenturion 200 AWWA C-502 10(09187 E-I-12 D Barrel Fine H dant L*.S.Pi c ffi Fo Sh Drawn No.960250 AW WA C-502 09/16187 E-1-12 Barrel FheH dent! WstJ.,d Co ShopDtawin No.SK740803 AWWA C-502 08/12116 33-12-40 BamlFineH t EJ(East Jordan lent Works WatcrMaster SCD250 rater A urtenances 33-12-10 0 1 13 0828/12 '',DoubleS Saddlc Smith Blair #317 N 1.Coated Double Saddle - - 07/23/12 33-12-10 ',Double Stre Service Saddle Mueller Com an DR2$Dduble S$Stra DI Saddle AW WA C800 1" 1027(87 Curb Std Ball Meter Valves McDonald S Dn blc SMT ffi 610MT 10(27187 Curb St. Ball Meter Valves 3/4"and I" _ McDonald 4603B,4604B 6100M,6100TM and 6101.M 1./",add 2" 01126/00 Coated Ta in Saddle with Double SS Stra s 7CM Industries Inc. 8406 Double Bawd 3S Saddle 0/521112 33-12-25 Ta Sleeve(Coaled Steel JCM Indostriea,lac. 412 T 1-2 Ta s on to 12" 05/10111 Ta Sleeve Stainless Steel a in Sleevx ES$ AWWA C-223 U to 36 w112"Gut Powe.seal 3490AS(Flet e)&3490MJ to o and 16" 0229lI2 33-12-23 T Sleeve Coated Steel Romac FTS 240 AW WA C-223 U to 42"w24"Out 02/29/32 33-12.25 _Ta in Sleeve Stainless Steel Romac SST Smmless Steel AW WA C-Z3 U to 24" /2411 Out 02/29112 33-12-25 Ta Sleeve Stn is Steel Rumac SST IE Stainless Steel 05/10/11 Joint Pa 'Clam AWWA C-223 Up to 30"w1212"Out Powersest 'r C Plastic Meter Boz w/Co osite Lid1 m 30" _ DFW Plastics Inc.IDFW37C-123232 Bell Joint•IEPAFFTW ' Plastic Meter Box w/Comosue Lid DFW Plastics Too, DFW39C-12-1EPAFFTW 08(30/06 Plastic Meter Box w/Com osite Lid DFW Plastic Inc. DFW65C-14•1EPAFFTW Concrete Meter Box Sass&Has CMB37-Bi21118LID-9 Class"A Concrete Meter Box - Bas&Has Conaem Meter Box CMB-18•Dua1127 LID-9 _ $ass& s CM865-B65 1527 LID-9 Pole lane Encasement 33d 1-10 108!13 j 05/12/05 -EI-t3 '..Po lane Eneasment Flexsol Pae Ful!nEv[e 'es AWWA C105 gm7 LI,D 05/12/05 E1-13 ',Pot a lene Enozsmem Mountain$fates Plastics.$P)and AEP1nd. Standard Hardware AW WA C105 8m0 LLD 05112/05 EI-13 Pol ties leve Encasmam AEP Indusaies Bullstron b Cowtown Bolt&Gasket AWWA C105 - 8[ml LLB 02/05l93 EI01-5 Detector Cbeek Meta, Ames Com Model 1000 Detemor Check Valve AW WA C550 05705/04 I, Ma¢netie DriveVertical Turbine Hersy - 4'-10" —1' MWotie Drive Ver¢cal AW WA C701 CI 1 314"-6" -- - -_."-_— -. - NOTES * rom Oligliag Standard Products List _ Q� ''..Above 48"A rvoed on case b case basis c3>� '30-inch and lar uuaB-Pass � ,Product A vee to 36"However,0905 PVC Pi a is oN vee m 24" c ort o mer aparmxent s ar nuts 4 as titin eve o in mu m-rze elsu wtt rrnew o acts w c meet a art o azar S acifications fors ecific d p apatlment s tan pets eauons ort ub sty 1114 i ctdn pm)eots, en tic P P products,are included as art of the Coartructidn Contract Documents,Ne requi—ts fthe Technical Specification will evemde the Fort Worth Wer.Depatnecters Standard Specifications and the Fort Worth WaterDepariment's Standard Products list said approval ofthe specific products will be basad on the reol"Tanems of the Technical Spec cation whether or nor theecific product marts the Fort Worth Water De D artmem's Standard Products Lis[. sP parlment's Standard Specifications orison the Fort Worth Water Prepared 312412015 Page 3