Loading...
HomeMy WebLinkAboutContract 38263CITY SECRETARY - CONTRACT NO. SPECIFICATIONS AND CONTRACT DOCUMENTS FOR THE CONSTRUCTION OF KRA No. 061018044 CITY OF FORT WORTH WHOLESALE WATER METERING STATION REHABILITATIONS FOR FOREST HILL, TROPHY CLUB, HURST No.1 and HURST No. 2 WATER PROJECT NO. P264-600140077080 00 40.1. 0B 02-20-09 A08:46 IN Prepared for Fort Worth Water Department October 2008 � � Kimley-Horn M and Associates, Inc. II ORIGINAL .- 0,0%. *:• :#9 BOBBY L. SAMUEi. 111� �.',...•100156....,' ..� .•: IV l()- I .-v M&C Review Page 1 of 1 ! 9 "' DATE: 2/17/2009 REFERENCE NO.: **C-23349 LOG NAME: 60METER STATION CORRECT CODE: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: Approve the Correction of M&C C-23281 to Change the Name of AUI Constructors, Inc., to AUI Contractors, Inc. FoRTWORTll Ir— ITI� i#'. d--.T-bY,%%//.C/.fill3dcY-'Fw!"l/ ...vet '4'iT/P/.HdG' '5y'Y��%O a --411 i? 3— RECOMMENDATION: It is recommended that the City Council approve the correction of M&C C-23281 to correctly change the contractor's name from AUI Constructors, Inc., to AUI Contractors, Inc. DISCUSSION: On January 13, 2009, (M&C C-23281) the City Council authorized the execution of a contract with AUI Constructors, Inc., for the construction of Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2. After approval of M&C C-23281, staff became aware that the contractor's legal name for doing business in the State of Texas is AUI Contractors, Inc. FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that this action will have no material effect on City funds. TO Fund/Account/Centers Submitted for City Manager's Office by: Originating Department Head: Additional Information Contact: ATTACHMENTS M&C C-23281 AUI - Construction FROM Fund/Account/Centers Fernando Costa (6122) S. Frank Crumb (8207) Farida S. Goderya (8214) http://apps.cfwnet.org/council_packet/mc—review.asp?ID=l 1 170&councildate=2/17/2009 02/17/2009 M&C Review Pagel of 2 COUNCIL ACTION: Approved on 1/13/2009 DATE: 1/13/2009 REFERENCE NO.: C-23281 LOG NAME: 60METER STATION CODE: C TYPE: NON -CONSENT PUBLIC NO HEARING: SUBJECT: Authorize a Contract with AUI Constructors, Inc., in the Amount of $1,173,000.00 for the Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 .. RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute a contract with AU Constructors, Inc., in the amount of $1,173,000.00 for the Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2. DISCUSSION: On July 10, 2007, (M&C C-22234) the City Council authorized the execution of a contract with Kimley Horn and Associates for the design rehabilitation of these four water metering stations (Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2) and associated site work. In order to obtain accurate water usage measurements for these wholesale customers, it is necessary to replace the existing water meter stations with more accurate and updated metering installations. This project is for the construction of Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2. This project was advertised for bid in the Fort Worth Star -Telegram on October 2, 2008, and October 9, 2008. On, November 20, 2008, the following bids were received. BIDDER CONTRACT BID CONTRACT TIME AUI Constructors, Inc. $1,173,000.00 150 CALENDAR DAYS Steve Dake Construction $1,261,000.00 In addition to the contract cost, $35,190.00 is provided for project contingencies and $25,810.00 is provided for staff support and inspection. AUI Constructors, Inc., is in compliance with the City's M/WBE Ordinance by committing to 18 percent M/WBE participation. The City's goal on this project is 18 percent. The four sites for this project are located outside City Limits, Mapsco 92Q, 52Z and 10H. __ FISCAL INFORMATION/CERTIFICATION: Ed The Financial Management Services Director certifies that funds are available in the current capital budget, as appropriated, of the Water Capital Projects Fund. TO Fund/Account/Centers FROM Fund/Account/Centers P265 541200 600250077080 $1,208,190.00 P265 511010 600250077080 $10,000.00 P265 511010 600250077085 $15,810.00 Submitted for City Manager's Office by: Fernando Costa (6122) http://apps.cfwnet.org/council_packetlmc review.asp?ID=10924&councildate=111312O09 01/14/2009 M&C Review Page 2 of 2 Originating Department Head: S. Frank Crumb (8207) Additional Information Contact: Farida Goderya (8214) w ATTACHMENTS Wholesale Water Metering Station Map.pdf http://apps.cfwnet.org/council_packet/mc review.asp?ID=10924&councildate=l/l3/2009 01/14/ 1 TABLE OF CONTENTS Notice to Bidders PART I1 Special Instructions to Bidders A Proposal (completed forms to be submitted with Bid) B Minority and Women Business Enterprises Specifications B General Conditions C Supplementary Conditions to Part C Special Conditions Technical Specifications Division 1— General Requirements 01035 Control of Work 01200 Project Meetings 01300 Submittals 01315 Progress Schedule and Reports ,�. 01500 Construction Facilities and Controls 01700 Contract Closeout 01720 Project Record Documents 01730 Operating and Maintenance Data 01740 Warranties and Bonds Division 2 — Site Work 02100 Site Preparation 02200 Earth Excavation, Backfill, Fill and Grading 02221 Trenching, Backfilling, and Compaction 02270 Sedimentation and Erosion Control 02615 Ductile Iron Pipe and Fittings 02641 Resilient Seated Gate Valve 02642 AWWA Butterfly Valve 02643 Air Release/Vacuum Valve 02644 Expansion Joints and Couplings 02831 Chain Link Fencing (Forest Hill) 02832 Wood Fencing (Trophy Club) 02936 Seeding of Disturbed Areas Division 9 —Finishes 09900 Painting C1 511 E Division 11-Equipment 11296 Flow Control Valve and Actuator • Division 16 —Electrical 16010 Electrical General Provisions 16110 Raceways .. 16120 Wire and Cable 16191 Dry Type Transformers 16199 Miscellaneous 16210 Electric Utility Service 16410 Underground 16450 Grounding Systems 16910 Instrumentation Certificate of Insurance F Contractor Compliance with Worker's Compensation Law F Vendor Compliance to State Law Maintenance, Payment and Performance Bonds Contract F F G PART A MW City of Fort Worth Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 NOTICE TO BIDDERS Sealed proposals for the following: Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 Water Project Number P264-600140077080 will be received at the office of the Purchasing Manager, located on the lower level, Municipal Building, 2 1000 Throckmorton Street, Fort Worth, Texas 76102, until 1:30 P.M., , 20 Thursday, November 20, 2008. Bids will be publicly opened and read aloud in the City Council Chambers at 2:00 P.M, November 6, 2008. Plans and Specifications for this project may be obtained, beginning Tuesday, October 14, 2008, from Kimley-Horn Associates, Inc., (817) 335-6511, 801 Cherry Street, Suite 950, Unit 11, Fort Worth, Texas 76102. Plans and Specifications may be examined without charge at their office or purchased for a non- refundable charge of: Set of 22"x34" Plans and Specifications: $60.00 General Contract Documents and General Specifications for Water Department projects, dated January 1, 1978, with the latest revisions, also compromise a part of the Contract Documents for this project and may be obtained by paying a non-refundable fee of $50.00 for each set, at the Planning and Engineering Division Office of the Fort Worth Water Department, Municipal Office Building, 1000 Throckmorton Street, Fort Worth, Texas, 76102. All bidders submitting bids are required to be pre -qualified in accordance with the requirements of the special instructions to bidders. The City reserves the right to reject any and/or all bids and waive any and/or all formalities. No bid may be withdrawn until the expiration of ninety (90) days from the date the bids are received. For additional information, contact Mr. Bobby L. Samuel, III, P.E., Kimley-Horn Associates, Inc. at (817) 335-6511 or by email: bobby.samuel@kimley-horn.com. Advertising Dates: October 9, 2008 October 16, 2008 Part A_add02.doc A-1 City of Fort Worth Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 m m Part A.doc (THIS PAGE LEFT BLANK INTENTIONALLY) A-2 City of Fort Worth Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 SPECIAL INSTRUCTIONS TO BIDDERS 1. PREQUALIFICATION REQUIREMENTS: .. All contractors submitting bids are required to be pre -qualified by the Fort Worth Water Department prior to submitting bids. The prequalification process will establish a bid limit based on technical evaluation and financial analysis of the contractor. It is the bidder's responsibility to submit the following documentation: a current financial statement, an acceptable experience record, an acceptable equipment schedule and any other documents the Department may deem necessary, to the Director of the Water Department, or his designated representative, at least fourteen (14) calendar days prior to the date of bid opening. Any additional documents requested by the Department shall be submitted to the Director ofthe Water Department, or his designated representative, at least seven (7) calendar days prior to the date of the opening bids. a) The financial statement required shall have been prepared by an independent certified public accountant or independent public accountant holding a valid permit issued by an appropriate State licensing agency and shall have been so prepared as to reflect the financial status of the submitting company. This statement must be current and not more than one (1) year old. In the case that a bidding date falls within the time a new statement is being prepared, the previous statement shall be updated by proper verification. b) For an experience record to be considered to be acceptable for a given project, it must reflect the experience of the firm seeking qualification in the work of both the same nature and technical level as that of the project for which bids are to be received. c) The prospective bidder shall list the equipment that the Contractor has available for the project and list the equipment that Contractor will rent as may be required to complete the project on which the Contractor submits a bid. In the event the Bidder on this contract is a Joint Venture, financial statements from each joint venturer shall be submitted for prequalification, as well as the experience record and list of equipment of each joint venturer. The financial statements required shall have been prepared by an independent certified public accountant or independent public accountant holding a valid license issued by an appropriate State licensing agency and shall have been so prepared as to reflect the financial status of the each joint venturer. The statements must be current and not more than one (1) year old. In the case that a bidding date falls within the time a new statement is being prepared, the previous statement shall be updated by proper verification. It is not required that each joint venturer shall have the necessary experience and equipment, rather that combined, the joint venture has the required experience and equipment. Upon request, the joint venture agreement shall be submitted for review. The Fort Worth Water Department will review each pre -qualification submittal. From the financial statement, the maximum bid limit will be based on amount of liquid assets times 10. The following conditions will apply: Part A.doc r a) The Director of the Water Department shall be the sole judge as to the acceptability for financial, experience and other qualifications to bid on any Fort Worth Water Department project. b) Bids received in excess of the bid limit shall be considered non -responsive and will be rejected as such. c) The City, in its sole discretion, may reject a bid for failure to demonstrate acceptable performance, experience and/or expertise. d) Any proposals submitted by a non pre -qualified bidder shall be returned unopened, and if inadvertently opened, shall not be considered. A-3 Fil City of Fort Worth Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. I and Hurst No. 2 so e) The City will attempt to notify prospective bidders whose qualifications (financial or experience) are not deemed to be appropriate to the nature and/or magnitude of the project on which bids are to be received. Failure to notify shall not be a wavier of any necessary pre -qualifications. on For additional information, contact Farida Goderya, Fort Worth Water Department at (817) 392-8214 (Fax (817) 392-2585). Pre -qualification submittal should be sent to: Ms. Farida Goderya, PH.D., P.E. Fort Worth Water Department 1000 Throckmorton Street Fort Worth, TX 76102-6311 2. EXAMINATION OF CONTRACT DOCUMENTS AND SITE: 2.1 Before submitting his Bid, each Bidder must (a) examine the Contract Documents thoroughly, (b) visit the site to familiarize himself with local conditions that may in any manner affect performance of the work, (c) familiarize himself with federal, state and local laws, ordinances, rules and regulations affecting performance of the work, and (d) carefully correlate his observations with the requirements of the Contract Documents. 2.2 Reference is made to the Supplementary Conditions for the identification of those surveys and investigation reports of subsurface or latent physical conditions at the site or otherwise affecting performance of the work which have been relied upon by Engineer in preparing the Drawings and Specifications. The data is furnished for information only and neither the Owner nor Engineer guarantees the accuracy of the data. Before submitting his Bid, each Bidder will, at his own expense, make such additional surveys and investigations as he may deem necessary to determine his bid price for performance of the work within the terms of the Contract Documents. The Bidder acknowledges by the submission of his bid that he is solely responsible for trench excavation safety as prescribed by the Occupational Safety and Health Administration and HB662 and HB665as amended by the 72nd Session of the Texas legislature and amended by the 73'd Session of the Texas Legislature with HB 1569. 2.3 The submission of a Bid will constitute an incontrovertible representation by the Bidder that he has complied with every requirement of this Article 4. 3. BID FORM (PROPOSAL) 3.1 Bidders shall use the Bid (Proposal) forms included in the documents for each contract Bid. Supplemental data to be furnished shall be included in same sealed envelope with Proposal. a. 3.2 Bid (Proposal) Forms must be completed in ink. The Bid price of each item on the form must be stated in words, if specifically requested, and/or numerals; in case of a conflict, words will take precedence. 3.3 Bids by corporation must be executed in the corporate name by the president or a vice-president (or •+ other corporate officer accompanied by evidence of authority to sign) and the corporate seal shall be affixed and attested by the secretary or an assistant secretary. The corporate address and state of incorporation shall be shown below the signature. 3.4 Bids by partnerships must be executed in the partnership name and signed by a partner, his title must appear under his signature and the official address of the partnership must be shown below the signature. 3.5 All names must be printed below the signature. Part A.doc A-4 City of Fort Worth Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 3.6 The Bid shall contain an acknowledgement of receipt of all Addenda (the number of which shall be filled in on the Bid Form), 4. SUBMISSION OF BIDS. Bids shall be submitted at the time and place indicated in the Invitation for Bids and shall be included in an opaque sealed envelope, marked with the Project title and name and address of the Bidder and accompanied by the Bid Security and other required documents. Bidders shall not separate, detach or remove any portion, segment or sheets from the contract document at any time. Bidders must complete the proposal section(s) and submit the complete specifications book or face rejection of the bid as non -responsive. Revised .bid forms issued by addenda shall be stapled to the original bid form in the specifications book prior to submission. It is recommended that the bidder make a copy of the forms included in the Minority and Women Business Enterprise section for submittal within the time -line stated below or the bidder may request a copy of said forms from the City Project Manager named in this ' solicitation. 5. MODIFICATIONS AND WITHDRAWAL OF BIDS. Bids may be modified or withdrawn by an appropriate document duly executed (in the manner that Bid must be executed) and delivered to the place where Bids are to be submitted at any time prior to the opening of Bids. Bids may not be withdrawn after opening of Bids for the period set forth in the Notice to Bidders. 6. OPENING OF BIDS. Bids will be opened as indicated in the Invitation for Bids. Bids received after such time will not be considered, and will be returned unopened. 7. BIDS TO REMAIN OPEN. All Bids shall remain open for the period of time set forth in the Invitation for Bids, but Owner may, in his sole discretion, release any Bid and return the Bid Security prior to that date. Part A,doc A-5 N„ City of Fort Worth Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 8. AWARD OF CONTRACT. 8.1 Owner reserves the right to reject any and all Bids and waive any and all formalities, and the right to disregard all nonconforming or conditional Bids or counter proposals. 8.2 In evaluating Bids, Owner will consider the qualifications of the Bidders, whether or not the Bids comply with the prescribed requirements, and alternates and unit prices if requested in the Bid forms. He may consider the qualifications and experience of Subcontractors and other persons and •� organizations (including those who are to furnish the principal items of material or equipment) proposed for those portions of the work as to which the identity of Subcontractors and other persons and organizations must be submitted as specified in the Supplementary Conditions or Specifications. He may conduct such investigations as he deems necessary to establish the responsibility, qualifications and financial ability of the Bidders, proposed Subcontractors and other persons and organizations to do the work in accordance with the Contract Documents to Owner's satisfaction within the prescribed time. Owner reserves the right to reject the Bid of any Bidder who does not meet any such evaluation to Owner's satisfaction. 8.3 If a contract is to be awarded, it will be awarded to the lowest responsible Bidder whose evaluation by Owner indicates to the Owner that the award will be in the best interests of the Project. 8.4 It is expected that the Owner's evaluation of bids and award of contract will be made as set forth in the Invitation for Bids. The successful bidder will be notified by a Notice of Award which may be a letter �. or telegram. Time of completion is very important and failure to meet completion schedule will subject the Contractor to liquidated damages as provided in the Supplementary Conditions section of the Contract. 9. EXECUTION OF CONTRACT. 9.1 The accepted Bidder, within ten (10) days after formal notice of award, shall execute the formal Contract Agreement and required Bonds on the forms prepared and submitted by the Owner. 9.2 The Owner will issue a Notice to Proceed authorizing the Contractor to commence work. 10. BID SECURITY. A cashier's check, or an acceptable bidder's bond, payable to the City of Fort Worth, in the amount of not less than five (5%) percent of the largest possible total of the bid submitted must accompany the bid, and is subject to forfeiture in the event the successful bidder fails to execute the Contract Documents within ten (10) days after the contract has been awarded. To be an acceptable surety on the bond, (1) the name of the surety company shall be included on the current U.S. Treasury list of acceptable sureties, or (2) the surety company must have capital and surplus equal to ten times the limit on the bond. The surety must be licensed to do business in the State of Texas. The amount of the bond shall not exceed the amount shown on the U.S. Treasury list or one -tenth (1/10) the total capital and surplus. 11. BONDS. A performance bond, a payment bond, and a maintenance bond each for one hundred (100%) percent of the contract price will be required. Reference C3-3.7. 12. WAGE RATES. Not less that the prevailing wage rates established by the City of Fort Worth, Texas, and as set forth in the Contract Documents, must be paid on this project. 13. AMBIGUITY: In the case of ambiguity or lack of clearness in stating prices in the Proposal, the City reserves the right to adopt the most advantageous construction thereof to the City or to reject the Proposal. 14. BIDDER LICENSE: Prior to the award of contract to an out-of-state bidder, the bidder shall be licensed to do business in the State of Texas. For licensing procedures, contact the Texas Secretary of State Offices (Telephone Number 1-512-463-5555 or 1-900-263-0060) 15, NONRESIDENT BIDDERS: Pursuant to Article 601g, Texas Revised Civil Statues, the City of Fort Worth will not award this contract to a nonresident bidder unless the nonresident's bid is lower than the Part A.doc A-6 a. City of Fort Worth Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 lowest bid submitted by a Texas resident bidder by the same amount that a Texas resident would be No required to underbid a nonresident bidder to obtain a comparable contract in the state in which the nonresident principal place of business is located. "Nonresident bidder" means a bidder whose principal place of business is not in this state, but excludes a contract whose ultimate parent company or majority owner has a place of business in the State of Texas. This provision does not apply if this contract involves federal funds. The appropriate blanks of the Proposal must be filled out by all nonresident bidders in order for the bid to meet specifications. The failure of a nonresident contractor to do so will automatically disqualify that bidder. 16. AGE: In accordance with the policy of the Executive Branch of the Federal Government, Contractor covenants that neither it nor any of its officer, members, agents, employees, program participants or .. subcontractors, while engaged in performing this contract, shall, in connection with the employment, advancement or discharge of employees or in connection with the terms, conditions or privileges of their employment, discriminate against persons because of their age except on the basis of a bona fide occupational qualification, retirement plan or statutory requirement. Contractor further covenants that neither it nor its officers, members, agents, employees, subcontractors, program participants, or persons acting on their behalf, shall specify, in solicitation to advertisement for employees to work on this contract, a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification, retirement plan or statutory requirements. -. Contractor warrants it will fully comply with the policy and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractors against the City arising out of the Contractor's and/or its subcontractors' alleged failure to comply wit the above referenced Policy concerning age discrimination in the performance of the contract. 17. DISABILITY: In accordance with provision of the American with Disabilities Act of 1990 (ADA), Contractor warrants that it and any and all of its subcontractors will not unlawfully discriminate on; the basis of disability in the provision of services to the general public, nor in the availability, terms and/or conditions of employment for applicants for employment with, or employees of the Contractor or any of its subcontractors. Contract warrants it will fully comply with ADA's provision and any other applicable Federal, State, and local laws concerning disability and will defend, indemnify and hold harmless against any claims or allegations asserted by third parties or subcontractors against the City arising out of the Contractor's and/or its subcontractor's alleged failure to comply with the above referenced Policy concerning disability discrimination in the performance of this contract. 18. MINORITY AND WOMEN BUSINESS ENTERPRISES: In accord with City of Fort Worth Ordinance No. 15530, the City of Fort Worth has goals for the participation of minority business enterprises and women business enterprises, in City contracts. A copy of the Ordnance can be obtained from the Office of the City Secretary. The bidder shall submit the MBE/WBE UTILIZATION FORM, SUBCONTRACTOR/SUPPLIER UTILIZATION FORM, PRIME CONTRACTOR WAIVER FORM, and/or the GOOD FAITH EFFORT FORM ("with Documentation') and/or the JOINT VENTURE FORM as appropriate. The Documentation must be received by the managing department no later than 5:00 p.m., five (5) City business days after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the managing department to whom delivery was made. Such receipt shall be evidence that the documentation was received by the City. Failure to comply shall render the bid non- responsive. Upon request, Contractor agrees to provide the Owner complete and accurate information regarding actual _ work performed by a Minority Business Enterprise (MBE) and/or Women Business Enterprise (WBE) on a contract and payment thereof. Contractor further agrees to permit any audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an MBE and/or Part A.doc A-7 City of Fort Worth Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 WBE. The misrepresentation of facts (other than a negligent misrepresentation) and/or the commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate federal, state or local laws or ordinances relating to false statements. Further, any such misrepresentation (other than a negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less than three (3) years. 19. ADDENDA: Bidders wanting further information, interpretation or clarification of the contract documents -� must make their request in writing to the Fort Worth Water Department Engineering Services, at least 96 hours prior to bid opening. Answers to all such requests will be bound and made a part of the Contract Documents, or should the bidder be in doubt as to their meaning, the bidder should at once notify the Fort Worth Water Department Engineering Services, in order that a written addendum may be sent to all bidders. Any addenda issued will be mailed or be delivered to each prospective bidder. The bid proposal as submitted by the bidder must be so constructed as to include any addenda issued by the Fort Worth Water Department, prior to 24 hours of the opening of bids with appropriate recognition of addenda so noted in •• the bid proposal. Bidders are responsible for obtaining all addenda to the contract documents and acknowledging receipt of the addenda by initialing the appropriate spaces on the proposal form. Bids that do not acknowledge receipt of all addenda may be rejected as being non -responsive. Information regarding the status of addenda may be obtained by contacting the Water Department or Design Engineer. 20. PRE -BID CONFERENCE: There will be no pre -bid conference held for this project. Part A.doc END OF SECTION A-8 ..r PART B PROPOSAL TO: Purchasing Manager 1000 Throckmorton St Fort Worth, Texas 76102 FOR: Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 Project No. P264-600140077080 .. Pursuant to the foregoing Notice to Bidders, the undersigned Bidder, having thoroughly examined the Contract Documents, including the plans, special contract documents, and General Contract Documents and General Specifications for Water Department Projects, the site of the project and understanding the amount of work to be done, and the prevailing conditions, hereby proposes to do all the work and furnish all labor, equipment and materials necessary to fully complete all the work as provided in the Plans and Contract Documents and subject to the inspection and approval of the Director of the City of Fort Worth Water Department; and binds himself upon acceptance of this Proposal to execute a contract and furnish an approved Performance Bond, Payment Bond, Maintenance Bond, and such other bonds, if any, as may be required by the Contract Documents for the performing and completing of the said work. Contractor proposes to do this work within the time stated and for the following sums, to -wit: SECTION A (FOREST HILL METER STATION) ITEM Al — Forest Hill Meter Vault Construction Lump Sum to complete construction of the Forest Hill wholesale water meter vault including, but not limited to mobilization, concrete vault, excavation and backfill, trench safety, interior piping, appurtenances, turbine _ water meter assembly, pressure transmitter assembly, motor actuated butterfly valve, ventilator, access hatches, access ladder, sump pumps, sampling station, testing, materials and services required in accordance with the Contract Documents, plans and specifications for the project. (Words and Figures) One Hundred Forty -Five Thousand Dollars $ 145,000.00 ITEM A2 — Forest Hill Yard Piping and Appurtenances Lump Sum to complete construction of all yard piping and appurtenances including, but not limited to ductile iron piping (various sizes), polyethylene encasement, embedment and backfill, trench safety, gate valves, fire hydrant assembly, backflow prevention concrete vault, excavation and backfill, double detector check assembly, vent, access hatches, access ladder, miscellaneous pvc drain lines, fiberglass wetwell, relocation of existing sump pump equipment, abandonment of existing piping and appurtenances, testing and materials in accordance with the Contract Documents, plans and specifications for the project. Any items not included in this bid item are considered subsidiary to ITEM Al — Forest Hill Meter Vault Construction. (Words and Figures) One Hundred Thirteen Thousand Dollars $ 113,000.00 B - 1 (Addendum No. 1) ITEM A3 — Forest Hill Electrical and Telemetry Lump Sum to complete construction of all electrical and telemetry items including, but not limited to temporary power, ONCOR electrical service entrance and coordination of permanent Fort Worth service, abandonment of existing equipment and conduit connections, raceways, wiring, enclosures, lighting and fixtures, metering transducers, limit switches, grounding system, antennas, tower, HSQ RTU with turbine input modules and touch read, miscellaneous supplier adders, commissioning and startup in accordance with the Contract Documents, plans and specifications for the project. Any items not included as part of this bid item are considered subsidiary to ITEM A 1 — Forest Hill Meter Vault Construction. (Words and Figures) One Hundred Eighty Eight Thousand Dollars $ 188,000.00 ITEM A4 — Forest Hill Fencing and Site Work Lump Sum to complete construction of all fencing and site work including, but not limited to temporary water pollution control, chain link fencing, 15-foot double access gate, miscellaneous site grading, concrete driveway and subgrade, flexible base, site clean-up and materials in accordance with the Contract Documents, plans and specifications for the project. Any items not included as part of this bid item are considered subsidiary to ITEM A 1 — Forest Hill Meter Vault Construction. (Words and Figures) Twenty -Six Thousand .. Dollars $ 26,000.00 ITEM A5 — Forest Hill Transfer of Service Lump Sum to complete transfer of wholesale water service from existing water meter vault to proposed _ water meter vault including, but not limited to coordination with City of Fort Worth and Customer City in accordance with the Contract Documents, plans and specifications for the project. Any items not included as part of this bid item are considered subsidiary to ITEM A I — Forest Hill Meter Vault Construction. (Words and Figures) Twenty -Three Thousand Dollars $ 23,000.00 B - 2 (Addendum No. 1) SECTION B (TROPHY CLUB METER STATION) M ITEM B1 — Trophy Club Meter Vault Construction Lump Sum to complete construction of the Trophy Club wholesale water meter vault including, but not limited to mobilization, concrete vault, excavation and backfill, trench safety, interior piping, appurtenances, turbine water meter assembly, pressure transmitter assembly, motor actuated butterfly valve, ventilator, access hatches, access ladder, sump pumps, sampling station, testing, materials and services required in accordance with the Contract Documents, plans and specifications for the project. (Words and Figures) One Hundred Fifty -Nine Thousand Dollars $ 159,000.00 ITEM B2 — Trophy Club Yard Piping and Appurtenances Lump Sum to complete construction of all yard piping and appurtenances including, but not limited to ductile iron piping (various sizes), polyethylene encasement, embedment and backfill, trench safety, gate valves, fire hydrant assembly, abandonment of existing piping and appurtenances, testing and materials in accordance with the Contract Documents, plans and specifications for the project. Any items not included in this bid item are considered subsidiary to ITEM B 1 — Trophy Club Meter Vault Construction. (Words and Figures) Sixty -Five Thousand ITEM B3 — Trophy Club Electrical and Telemetry Dollars $ 65,000.00 Lump Sum to complete construction of all electrical and telemetry items including, but not limited to temporary power, ONCOR electrical service entrance and coordination of permanent Fort Worth service, abandonment of existing equipment and conduit connections, raceways, wiring, enclosures, lighting and fixtures, metering transducers, limit switches, grounding system, antennas, tower, HSQ RTU with turbine input modules and touch read, miscellaneous supplier adders, commissioning and startup in accordance with y the Contract Documents, plans and specifications for the project. Any items not included as part of this bid item are considered subsidiary to ITEM B 1 — Trophy Club Meter Vault Construction. (Words and Figures) Two Hundred Six Thousand Dollars $ 206,000.00 B - 3 (Addendum No. 1) ITEM B4 — Trophy Club Fencing and Site Work Lump Sum to complete construction of all fencing and site work including, but not limited to temporary water pollution control, wood fencing, 15-foot double access gate, miscellaneous site grading, concrete curb ' and gutter, flexible base, site clean-up and materials in accordance with the Contract Documents, plans and specifications for the project. Any items not included as part of this bid item are considered subsidiary to ITEM B 1 — Trophy Club Meter Vault Construction. (Words and Figures) M Eleven Thousand Dollars $ 11,000.00 ITEM B5 — Trophy Club Transfer of Service Lump Sum to complete transfer of wholesale water service from existing water meter vault to proposed water meter vault including, but not limited to coordination with City of Fort Worth and Customer City in accordance with the Contract Documents, plans and specifications for the project. Any items not included as part of this bid item are considered subsidiary to ITEM B1 — Trophy Club Meter Vault Construction. (Words and Figures) Twenty -One Thousand Dollars $ 21,000.00 ITEM B6 — ONCOR Electric Facilities Extension Allowance Lump Sum Allowance for ONCOR Electric Delivery Company to install additional electric facilities to provide electric service for approximately 4.4 kW at the Trophy Club meter site. The Contactor is responsible for contacting Joanne Short at (817) 858-2569 (joanne.short(i4oncor.com) immediately upon notice of contract award to coordinate installation and payment for extension of electric facilities (Note: ONCOR regional contacts may vary. Contractor is responsible for ONCOR contact verification at the time of project award). Any items not included as part of this bid item are considered subsidiary to ITEM B 1 — Trophy Club Meter Vault Construction. (Words and Figures) Thirteen Thousand Dollars $ 13,000.00 B - 4 (Addendum No. 1) SECTION C (HURST NO. 1 METER STATION) so ITEM C1 — Hurst No. 1 Meter Vault Improvements Lump Sum to complete construction of improvements to the existing Hurst No. 1 wholesale water meter vault including, but not limited to mobilization, isolation of existing vault, removal of existing equipment, turbine water meter assembly, pressure transmitter assembly, interior piping, appurtenances, pipe supports, testing, materials and services required in accordance with the Contract Documents, plans and specifications for the project. (Words and Figures) Fifty -Three Thousand Dollars $ 53,000.00 ITEM C2 — Hurst No. 1 Electrical Improvements Lump Sum to complete construction of all electrical improvements including, but not limited to temporary power (if needed), abandonment of existing equipment identified, conduit connections, raceways, wiring, enclosures, metering transducers, HSQ RTU with turbine input modules and touch read, miscellaneous supplier adders, commissioning and startup in accordance with the Contract Documents, plans and specifications for the project. Any items not included as part of this bid item are considered subsidiary to ITEM C 1 — Hurst No. 1 Meter Vault Improvements. (Words and Figures) Fifty -Nine Thousand Dollars $ 59,000.00 SECTION D (HURST NO.2 METER STATION) ITEM D1— Hurst No. 2 Meter Vault Improvements Lump Sum to complete construction of improvements to the existing Hurst No. 1 wholesale water meter vault including, but not limited to mobilization, isolation of existing vault, removal of existing equipment, turbine water meter assembly, pressure transmitter assembly, interior piping, appurtenances, pipe supports, testing, materials and services required in accordance with the Contract Documents, plans and specifications for the project. (Words and Figures) Thirty -Two Thousand Dollars $ 32,000.00 B - 5 (Addendum No. 1) ITEM D2 — Hurst No. 2 Electrical Improvements r Lump Sum to complete construction of all electrical improvements including, but not limited to temporary power (if needed), abandonment of existing equipment identified, conduit connections, raceways, wiring, enclosures, metering transducers, HSQ RTU with turbine input modules and touch read, miscellaneous supplier adders, commissioning and startup in accordance with the Contract Documents, plans and specifications for the project. Any items not included as part of this bid item are considered subsidiary to ITEM D1 — Hurst No. 2 Meter Vault Improvements. (Words and Figures) Fifty -Nine Thousand Dollars $ 59,000.00 SUMMARY OF BIDS SECTION A (FOREST HILL METER STATION) $ 495,000.00 SECTION B (TROPHY CLUB METER STATION) $ 475,000.00 SECTION C (HURST NO. 1 METER STATION) $ 112,000.00 SECTION D (HURST NO.2 METER STATION) $ 91,000.00 M TOTAL (SECTION A + B + C + D) $ 1,173,000.00 Determination of the lowest responsible bidder will be based on the lowest total base bid, at the sole discretion of the owner. 4W B - 6 (Addendum No. 1) No PROPOSAL Within ten (10) days of notification by City, the undersigned will execute the formal contract and deliver an approved Surety Bond and such other bonds as required by the Contract Documents, for the faithful performance of this Contract. The attached bid security in an amount equal to 5% of the bid is to become the property of the City of Fort Worth, Texas, in the event the contract and bond or bonds are not executed and delivered within the time above set forth as liquidated damages for the delay and additional work caused thereby. The undersigned bidder verified that he has obtained at least one set of the General Contract Documents and .. General Specifications for Water Department Projects dated January 1, 1978, and that he has read and thoroughly understands all the requirements and conditions of those General Documents, and the specific Contract Documents and appurtenant plans. a The undersigned assures that its employees and applicants for employment and those of any labor organization, subcontractors, or employment agency in either furnishing of referring employee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance No. 7278 as amended by the City Ordinance No. 7400. The bidder agrees to begin construction within 10 calendar days after issue of the work order, and to complete the contract within 180 calendar days, and to meet the substantial completion requirements (150 calendar days) specified in Paragraph D-15 of the Special Conditions (Part D), as set forth in the written work order to be furnished by the Owner. The work order will be issued no later than 90 days after the award of the contract. A. The principal place of business of our company is in the State of Non-resident bidders in the State of , our principal place of business, are required to be percent lower than resident bidders by state law. A copy of the statute is attached. Non-resident bidders in the State of , our principal place of business, are not required to underbid resident bidders. The principal place of business of our company or our parent company or majority owner is in the B. e State of Texas. W Receipt is acknowledged of the following addenda: Addendum No. 1 (initials) BDA w Addendum No. 2 (initials) BDA Addendum No. 3 (initials) BDA Addendum No. 4 (initials) (SEAL) if Bidder is Corporation Date: November 20, 2008 Respectfully submitted, AlConActors. Ia9. By: LAIf l�V Name: B. oug Alumbau h Title: President Address: 4775 North Freeway Fort Worth, Texas 76106 Telephone: (817) 926-4377 B - 7 (Addendum No. 1) 14r 11%17 2008 10:11 FAS 8173355076 KIRLEY-HORN [aa(12 so W ADDENDUM NO. 1 CITY OF FORT WORTH "OLESALE WATER METERING STATION REHABILITATIONS FORIFOREST HILL, TROPHY CLUB, HURST NO. 1 AND HURST NO.2 Water Department Project No. P264-600140077080 Addendum No. 1. Issue Date: November 4, 2008 Bid Receipt Date: November 6, 2008 This addendum forms part of the contract documents referenced above and modifies the original Contract Documents. Acknowledge receipt of this addendum by signing and attaching it to the Contract Documents (inside). Note receipt of'the Addendum in the Bid Proposal and on the outer envelope of your T bid. �+ PART B — PROROSAL ■w • ProposalForm - Pages 8-1 thru B-7 REMOVE the bid proposal form included in the contract documents in its entirety and REPLACE with the revised bid proposal form attached. [Note addition of ITEM B6 — ONCOR Electric Facilities Extension Allowance) PART" E — TECHNICAL SPECIFICATIONS • Specification 16910, Instrumentation PART-2 — PRODUCTS, Section 2.02 RTUISCADA PANEL REMOVE the existing paragraph description in its entirety and REPLACE with the following: "Fort; Worth RTU shall be as shown in the drawings and provided to the contractor by I4SQ. The radio and antenna cable and accessories for the panel shall be included with the HSQ panel. CONSTRUCTION PLANS • Sheet Cf.08, Detail 1/Cl-08 — Include 12" Flanged Coupling Adapter, Smith Blair Series 913 or approved equal within backflow prevention vault between proposed isolation gate valve and vault ,.., wall. • Sheet C1.16, Detail 3/C1.16 & 4/C1.16 — Include 12" Flanged Coupling Adapter, Smith Blair Series 913 or approved equal, between the proposed 16"xl2" reducer and flanged spool piece as referenced in the proposed equipment list. Contractor shall modify the proposed 30"xI 6''' reducer y to non-standard lay length fitting, as needed for the installation of the coupling. ADDENDUM NO. 1, Page 1 P* V 11 17 .008 10:11 FAA 8173355070 KIMLET-HOR1' 10003 M , All other provisions of the contract documents, plans and specifications shall remain unchanged. Failure to return a signed copy of the addendum with the Proposal may be grounds for rendering the bid non- responsive. A signed copy of this addendum shall be placed into the Proposal at the time of bid submittal_ Water Department Farida S. Goderya, Ph.D., P.E. ~ Project Manager �. Addendum Prepared by: Kimley-Horn and Associates, Inc. 80I Cherry Streef, Unit 11, Suite 950 Fort Worth, Texas 76102 (817)335-65I1 By: -V- B_ Company: Note: See Addendum No. 1 Attachments dent ADDENDUM NO. 1, Page 2 As ADDENDUM NO. 1 CITY OF FORT WORTH WHOLESALE WATER METERING STATION REHABILITATIONS FOR FOREST HILL, TROPHY CLUB, HURST NO. 1 AND HURST NO. 2 Water Department Project No. P264-600140077080 Addendum No. 1. Issue Date: November 4, 2008 Bid Receipt Date: November 6, 2008 ATTACHMENTS PROPOSAL TO: Purchasing Manager 1000 Throckmorton St Fort Worth, Texas 76102 FOR: Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 Project No. P264-600140077080 Pursuant to the foregoing Notice to Bidders, the undersigned Bidder, having thoroughly examined the Contract Documents, including the plans, special contract documents, and General Contract Documents and General Specifications for Water Department Projects, the site of the project and understanding the amount of work to be done, and the prevailing conditions, hereby proposes to do all the work and furnish all labor, equipment and materials necessary to fully complete all the work as provided in the Plans and Contract Documents and subject to the inspection and approval of the Director of the City of Fort Worth Water Department; and binds himself upon acceptance of this Proposal to execute a contract and furnish an approved Performance Bond, Payment Bond, Maintenance Bond, and such other bonds, if any, as may be required by the Contract Documents for the performing and completing of the said work. Contractor R proposes to do this work within the time stated and for the following sums, to -wit: SECTION A (FOREST HILL METER STATION) ITEM Al — Forest Hill Meter Vault Construction Lump Sum to complete construction of the Forest Hill wholesale water meter vault including, but not limited to mobilization, concrete vault, excavation and backfill, trench safety, interior piping, appurtenances, turbine -- water meter assembly, pressure transmitter assembly, motor actuated butterfly valve, ventilator, access hatches, access ladder, sump pumps, sampling station, testing, materials and services required in accordance with the Contract Documents, plans and specifications for the project. (Words and Figures) Dollars $ ITEM A2 — Forest Hill Yard Piping and Appurtenances Lump Sum to complete construction of all yard piping and appurtenances including, but not limited to ductile iron piping (various sizes), polyethylene encasement, embedment and backfill, trench safety, gate valves, fire hydrant assembly, backflow prevention concrete vault, excavation and backfill, double detector check assembly, vent, access hatches, access ladder, miscellaneous pvc drain lines, fiberglass wetwell, relocation of existing sump pump equipment, abandonment of existing piping and appurtenances, testing and materials in accordance with the Contract Documents, plans and specifications for the project. Any items not included in this bid item are considered subsidiary to ITEM A I — Forest Hill Meter Vault Construction. (Words and Figures) Dollars $ ITEM A3 — Forest Hill Electrical and Telemetry Lump Sum to complete construction of all electrical and telemetry items including, but not limited to temporary power, ONCOR electrical service entrance and coordination of permanent Fort Worth service, abandonment of existing equipment and conduit connections, raceways, wiring, enclosures, lighting and fixtures, metering transducers, limit switches, grounding system, antennas, tower, HSQ RTU with turbine input modules and touch read, miscellaneous supplier adders, commissioning and startup in accordance with the Contract Documents, plans and specifications for the project. Any items not included as part of this bid item are considered subsidiary to ITEM Al — Forest Hill Meter Vault Construction. (Words and Figures) Dollars $ ITEM A4 — Forest Hill Fencing and Site Work Lump Sum to complete construction of all fencing and site work including, but not limited to temporary water pollution control, chain link fencing, 15-foot double access gate, miscellaneous site grading, concrete driveway and subgrade, flexible base, site clean-up and materials in accordance with the Contract Documents, plans and specifications for the project. Any items not included as part of this bid item are considered subsidiary to ITEM A I — Forest Hill Meter Vault Construction. (Words and Figures) Dollars ITEM A5 — Forest Hill Transfer of Service Lump Sum to complete transfer of wholesale water service from existing water meter vault to proposed water meter vault including, but not limited to coordination with City of Fort Worth and Customer City in accordance with the Contract Documents, plans and specifications for the project. Any items not included as part of this bid item are considered subsidiary to ITEM A I — Forest Hill Meter Vault Construction. (Words and Figures) 4W Dollars $ ,w - SECTION B (TROPHY CLUB METER STATION) ITEM B1 — Trophy Club Meter Vault Construction Lump Sum to complete construction of the Trophy Club wholesale water meter vault including, but not limited to mobilization, concrete vault, excavation and backfill, trench safety, interior piping, appurtenances, turbine water meter assembly, pressure transmitter assembly, motor actuated butterfly valve, ventilator, access hatches, access ladder, sump pumps, sampling station, testing, materials and services required in accordance with the Contract Documents, plans and specifications for the project. (Words and Figures) i Dollars $ ITEM B2 — Trophy Club Yard Piping and Appurtenances Lump Sum to complete construction of all yard piping and appurtenances including, but not limited to ductile iron piping (various sizes), polyethylene encasement, embedment and backfill, trench safety, gate valves, fire hydrant assembly, abandonment of existing piping and appurtenances, testing and materials in accordance with the Contract Documents, plans and specifications for the project. Any items not included in this bid item are considered subsidiary to ITEM BI — Trophy Club Meter Vault Construction. (Words and Figures) Dollars $ ITEM B3 — Trophy Club Electrical and Telemetry Lump Sum to complete construction of all electrical and telemetry items including, but not limited to .r temporary power, ONCOR electrical service entrance and coordination of permanent Fort Worth service, abandonment of existing equipment and conduit connections, raceways, wiring, enclosures, lighting and fixtures, metering transducers, limit switches, grounding system, antennas, tower, HSQ RTU with turbine input modules and touch read, miscellaneous supplier adders, commissioning and startup in accordance with the Contract Documents, plans and specifications for the project. Any items not included as part of this bid item are considered subsidiary to ITEM BI — Trophy Club Meter Vault Construction. i (Words and Figures) Dollars MM ITEM B4 —Trophy Club Fencing and Site Work Lump Sum to complete construction of all fencing and site work including, but not limited to temporary water pollution control, wood fencing, 15-foot double access gate, miscellaneous site grading, concrete curb and gutter, flexible base, site clean-up and materials in accordance with the Contract Documents, plans and specifications for the project. Any items not included as part of this bid item are considered subsidiary to ITEM BI — Trophy Club Meter Vault Construction. (Words and Figures) Dollars $ ITEM B5 — Trophy Club Transfer of Service Lump Sum to complete transfer of wholesale water service from existing water meter vault to proposed water meter vault including, but not limited to coordination with City of Fort Worth and Customer City in •• accordance with the Contract Documents, plans and specifications for the project. Any items not included as part of this bid item are considered subsidiary to ITEM BI — Trophy Club Meter Vault Construction. (Words and Figures) qW Dollars $ ITEM B6 — ONCOR Electric Facilities Extension Allowance Lump Sum Allowance for ONCOR Electric Delivery Company to install additional electric facilities to provide electric service for approximately 4.4 kW at the Trophy Club meter site. The Contactor is responsible for contacting Joanne Short at (817) 858-2569 (ioanne.short@.oncor.com) immediately upon notice of contract award to coordinate installation and payment for extension of electric facilities (Note: ONCOR regional contacts may vary. Contractor is responsible for ONCOR contact verification at the time of project award). Any items not included as part of this bid item are considered subsidiary to ITEM B 1 — Trophy Club Meter Vault Construction. (Words and Figures) Thirteen Thousand Dollars $ 13,000.00 so , W ■ SECTION C (HURST NO. 1 METER STATION) ITEM C1— Hurst No. 1 Meter Vault Improvements Lump Sum to complete construction of improvements to the existing Hurst No. I wholesale water meter vault including, but not limited to mobilization, isolation of existing vault, removal of existing equipment, turbine water meter assembly, pressure transmitter assembly, interior piping, appurtenances, pipe supports, testing, materials and services required in accordance with the Contract Documents, plans and specifications for the project. (Words and Figures) Md Dollars $ ITEM C2 — Hurst No. 1 Electrical Improvements Lump Sum to complete construction of all electrical improvements including, but not limited to temporary power (if needed), abandonment of existing equipment identified, conduit connections, raceways, wiring, enclosures, metering transducers, HSQ RTU with turbine input modules and touch read, miscellaneous supplier adders, commissioning and startup in accordance with the Contract Documents, plans and specifications for the project. Any items not included as part of this bid item are considered subsidiary to ITEM CI — Hurst No. I Meter Vault Improvements. (Words and Figures) Im Dollars $ SECTION D (HURST NO.2 METER STATION) ITEM D1 — Hurst No. 2 Meter Vault Improvements Lump Sum to complete construction of improvements to the existing Hurst No. I wholesale water meter vault including, but not limited to mobilization, isolation of existing vault, removal of existing equipment, turbine water meter assembly, pressure transmitter assembly, interior piping, appurtenances, pipe supports, testing, materials and services required in accordance with the Contract Documents, plans and specifications for the project. (Words and Figures) Dollars $ r. ITEM D2 — Hurst No. 2 Electrical Improvements Lump Sum to complete construction of all electrical improvements including, but not limited to temporary power (if needed), abandonment of existing equipment identified, conduit connections, raceways, wiring, enclosures, metering transducers, HSQ RTU with turbine input modules and touch read, miscellaneous supplier adders, commissioning and startup in accordance with the Contract Documents, plans and specifications for the project. Any items not included as part of this bid item are considered subsidiary to ITEM DI — Hurst No. 2 Meter Vault Improvements. (Words and Figures) Dollars SUMMARY OF BIDS SECTION A (FOREST HILL METER STATION) SECTION B (TROPHY CLUB METER STATION) SECTION C (HURST NO. 1 METER STATION) SECTION D (HURST NO.2 METER STATION) TOTAL (SECTION A + B + C + D) 0 P Determination of the lowest responsible bidder will be based on the lowest total base bid, at the sole discretion of the owner. mpb PROPOSAL Within ten (10) days of notification by City, the undersigned will execute the formal contract and deliver an approved Surety Bond and such other bonds as required by the Contract Documents, for the faithful performance of this Contract. The attached bid security in an amount equal to 5% of the bid is to become the property of the City of Fort Worth, Texas, in the event the contract and bond or bonds are not executed and delivered within the time above set forth as liquidated damages for the delay and additional work caused thereby. The undersigned bidder verified that he has obtained at least one set of the General Contract Documents and General Specifications for Water Department Projects dated January 1, 1978, and that he has read and thoroughly understands all the requirements and conditions of those General Documents, and the specific Contract Documents and appurtenant plans. The undersigned assures that its employees and applicants for employment and those of any labor organization, subcontractors, or employment agency in either furnishing of referring employee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance No. 7278 as amended by the City Ordinance No. 7400. M. The bidder agrees to begin construction within 10 calendar days after issue of the work order, and to complete the contract within 180 calendar days, and to meet the substantial completion requirements (150 calendar days) specified in Paragraph D-15 of the Special Conditions (Part D), as set forth in the written work order to be furnished by the Owner. The work order will be issued no later than 90 days after the award of the contract. A. The principal place of business of our company is in the State of Non-resident bidders in the State of , our principal place of business, are required to be percent lower than resident bidders by state law. A copy of the statute is attached. Non-resident bidders in the State of , our principal place of business, are not required to underbid resident bidders. B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. Receipt is acknowledged of the following addenda: _ Addendum No. 1 (initials) Addendum No. 2 (initials) Addendum No. 3 (initials) Addendum No. 4 (initials) (SEAL) if Bidder is Corporation Date: F� Respectfully submitted, By: Name: Title: Address: Telephone: I no 11-17.-2008 10:13 FAX 8173355070 KIMLEY-HORN r ADDENDUM NO.2 CITY OF FORT WORTH WHOLESALE WATER METERING STATION REHABILITATIONS FOR FOREST HILL, TROPHY CLUB, HURST NO, l AND HURST NO. 2 Water Department Project No. P264-60014OD77080 Addendum No. 2 Issue Dote: November 5, 2009 Bid Receipt Date (Revised per Addendum No_ 2): November 20, 2003 This addendum ['orris part of the contract documents referenced above and modifies the original Contract Documents. Acbtowledge receipt of this addendum by signing and attaching it to the Contract Documents (inside). Note receipt of the addendum in the Bid Proposal and on the outer envelope of your Lid. _ PART A — NOTICE TO BIDDER • Notice to Bidders— Page A-1 REMOVE the Notice to Bidders (Page A-1) included in the contract documents in its entirety and EREPLACL with the revised Notice to Bidders (Page A-1) attached. [Note revised Bid Opening Date] All other provisions of the contract documents, plans and specifications shall remain unchanged. Failure to return a signed copy of the addendum with the Proposal may be grounds for rendering the bid non- responsive. A signed copy of this addendum shall be placed into the Proposal at the time of bid submittal. Water Department Farida S. Goderya, Ph.D., P.E. .� Project Manager Addendum Prepared by: Rimley-Horn and Associates, Inc. 801 Cherry Street, Unit 1), Suite 950 Tort Worth, Texas 76102 (S 17) 335-6511 .r By. Company: " Note: See Addendum No. 2 Attachments sident ADDENDUM NO. 2, Page 1 w ADDENDUM NO.2 CITY OF FORT WORTH WHOLESALE WATER METERING STATION REHABILITATIONS FOR FOREST HILL, TROPHY CLUB, HURST NO. 1 AND HURST NO.2 Water Department Project No. P264-600140077080 Addendum No. 1. Issue Date: November 4, 2008 Bid Receipt Date (Revised per Addendum No. 2): November 20, 2008 ATTACHMENTS City of Fort Worth Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. I and Hurst No. 2 NOTICE TO BIDDERS Sealed proposals for the following: Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 Water Project Number P264-600140077080 will be received at the office of the Purchasing Manager, located on the lower level, Municipal Building, 1000 Throckmorton Street, Fort Worth, Texas 76102, until 1:30 P.M., Thursday, November 20, 2008. Bids will be publicly opened and read aloud in the City Council Chambers at 2:00 P.M, November 20, 2008. Plans and Specifications for this project may be obtained, beginning Tuesday, October 14, 2008, from Kimley-Horn Associates, Inc., (817) 335-6511, 801 Cherry Street, Suite 950, Unit 11, Fort Worth, Texas 76102. Plans and Specifications may be examined without charge at their office or purchased for a non- refundable charge of: Set of 22"x34" Plans and Specifications:$60.00 General Contract Documents and General Specifications for Water Department projects, dated January 1, 1978, with the latest revisions, also compromise a part of the Contract Documents for this project and may be obtained by paying a non-refundable fee of $50.00 for each set, at the Planning and Engineering Division Office of the Fort Worth Water Department, Municipal Office Building, 1000 Throckmorton Street, Fort Worth, Texas, 76102. All bidders submitting bids are required to be pre -qualified in accordance with the requirements of the special instructions to bidders. _ The City reserves the right to reject any and/or all bids and waive any and/or all formalities. No bid may be withdrawn until the expiration of ninety (90) days from the date the bids are received. For additional information, contact Mr. Bobby L. Samuel, III, P.E., Kimley-Horn Associates, Inc. at (817) 335-6511 or by email: bobby.samuel kimley-horn.com. Advertising Dates: October 9, 2008 October 16, 2008 Addend um2_Attachment_Part A(PageA-1).doc A -I ADDENDUM NO.3 CITY OF FORT WORTH WHOLESALE WATER METERING STATION REHABILITATIONS FOR FOREST HILL, TROPHY CLUB, BURST NO. 1 AND BURST NO.2 Water Department Project No. P264-600140077080 Addendum No. 3 Issue Date: November 17, 2008 Bid Receipt Date (Revised per Addendum No. 2): November 20, 2008 This addendum forms part of the contract documents referenced above and modifies the original Contract Documents. Acknowledge receipt of this addendum by signing and attaching it to the Contract Documents (inside). Note receipt of the Addendum in the Bid Proposal and on the outer envelope of your bid. PART B — MINORITY AND WOMEN BUSINESS ENTERPRISES SPECIFICATIONS • M/WBE — Attachment 1 (Special Instructions for Bidders) REMOVE the M/WBE Attachment I(Special Instructions to Bidders) included in the contract documents in its entirety and REPLACE with the revised M/WBE Attachment 1 (Special Instruction to Bidders) attached. ., JNote revised M/WBE Project Goal from 33% to 18%) All other provisions of the contract documents, plans and specifications shall remain unchanged. Failure to return a signed copy of the addendum with the Proposal may be grounds for rendering the bid non- responsive. A signed copy of this addendum shall be placed into the Proposal at the time of bid submittal. Addendum Prepared by: Kimley-Hom and Associates, Inc. 801 Cherry Street, Unit 11, Suite 950 Fort Worth, Texas 76102 (817)335-6511 no Note: See Addendum No. 3 Attachments M Water Department Farida S. Goderya, Ph.D., P.E. Project Manager RECEIPT ACKNOWLEDGED: B. Dug humbaug , P sident Company: AU Contractors Inc. ADDENDUM NO. 3, Page I ADDENDUM NO. 3 CITY OF FORT WORTH WHOLESALE WATER METERING STATION REHABILITATIONS FOR FOREST HILL, TROPHY CLUB, HURST NO. I AND HURST NO.2 Water Department Project No. P264-600140077080 Addendum No. 3 Issue Date: November 17, 2008 Bid Receipt Date (Revised per Addendum No. 2): November 20, 2008 ATTACHMENTS FORT WORTH City of Fort Worth Minority and Women Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR BIDDERS APPLICATION OF POLICY If the total dollar value of the contract is $26,000 or more, the M/WBE goal is applicable. If the total dollar value of the contract is less than $25,000, the M/WBE goal is not applicable. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority and Women Business Enterprises (MfWBE) in the procurement of all goods and services to the City on a contractual basis. All requirements and regulations stated in the City's current Minority and Women Business Enterprise Ordinance apply to this bid. MMBE PROJECT GOALS The City's M/WBE goal on this project is 18 % of the total bid (Base bid applies to Parks and Community Services). COMPLIANCE TO BID SPECIFICATIONS On City contracts of $25,000 or more, bidders are required to comply with the intent of the City's MA BE Ordinance by either of the following: 1. Meet or exceed the above stated M/WBE goal, or 2. Good Faith Effort documentation, or; 3. Waiver documentation, or; 4. Joint Venture. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Managing Department, within the following times allocated, in order for the entire bid to be considered responsive to the specifications. if' per t�tIIWBIr does f in ersptAie aPPro riate `e #ly f iy n. x ►ptf Si. _ be evidence ttii3t the City retie ved,tl ad t a _. _ r rr+ra't3. riot be a+rcep 1. Subcontractor Utilization Form, if goal is received by 5:00 p.m., five (5) City business days after the bid met or exceeded: opening date, exclusive of the bid opening date. 2. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form, if participation is less than opening date, exclusive of the bid opening date. statedgoal: 3. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form, if no M/WBE participation: opening date, exclusive of the bid opening date. 4. Prime Contractor Waiver Form, if you will received by 5:00 p.m., five (5) City business days after the bid perform all subcontracting/supplier work: opening date, exclusive of the bid opening date. 5. Joint Venture Form, if.utilize a joint venture received by 5:00 p.m., five (5) City business days after the bid to met or exceed goal. opening date, exclusive of the bid opening date. FAILURE TO COMPLY WITH THE CITY'S M/WBE ORDINANCE, WILL RESULT IN THE BID BEING CONSIDERED NON -RESPONSIVE TO SPECIFICATIONS questions, please contact the M/WBE Office at (817) 392-6104. Rev. 11 /11 /05 FORT WORTH r 3 Md City of Fort Worth Minority and Women Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR BIDDERS APPLICATION OF POLICY If the total dollar value of the contract is $25,000 or more, the M/WBE goal is applicable. If the total dollar value of the contract is less than $25,000, the MfWBE goal is not applicable. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority and Women Business Enterprises (M/WBE) in the procurement of all goods and services to the City on a contractual basis. All requirements and regulations stated in the City's current Minority and Women Business Enterprise Ordinance apply to this bid. MIWBE PROJECT GOALS The City's M/WBE goal on this project is 33 18 % of the total bid (Base bid applies to Parks and Community Services). COMPLIANCE TO BID SPECIFICATIONS On City contracts of $25,000 or more, bidders are required to comply with the intent of the City's M/WBE Ordinance by either of the following: 1. Meet or exceed the above stated M/WBE goal, or 2. Good Faith Effort documentation, or; 3. Waiver documentation, or; 4. Joint Venture. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Managing Department, within the fol for the entire bid to be considered responsive to the specifications Trfffer steal #xara times allocated, in order 1. Subcontractor Utilization Form, if goal is received by 5:00 p.m., five (5) City business days after the bid I met or exceeded: opening date, exclusive of the bid opening date. 2. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form, if participation is less than opening date, exclusive of the bid opening date. stated goal: 3. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form, if no M/WBE participation: opening date, exclusive of the bid opening date. 4. Prime Contractor Waiver Form, if you will received by 5:00 p.m., five (5) City business days after the bid perform all subcontracting/supplier work: opening date, exclusive of the bid opening date. 5. Joint Venture Form, if utilize a joint venture received by 5:00 p.m., five (5) City business days after the bid to met or exceed goal. opening date, exclusive of the bid opening date. FAILURE TO COMPLY WITH THE CITY'S M/WBE ORDINANCE, WILL RESULT IN THE BID BEING CONSIDERED NON -RESPONSIVE TO SPECIFICATIONS Any questions, please contact the MIWBE Office at (817) 392-6104. Rev. 11/11/05 RECEIVED w w FORT WORT NOY 2 6 z" City of Fort Worth Water Department Subcontractors/Suppliers Utilization Form PRIME -COMPANY NAME; AUI Contractors, Inc. Fort Worth Wholesale Metering Stations 18 % 18.1 ATTACHMENT to Page 1 of a M!W/DBE y4 NON-MNV/DBE �elwe�� BID DATE Nov. 20, 2008 Identify all subcontractors/suppliers you will use on this project M/WBEs listed toward meeting the project goal must be located In the nine (9) county marketplace or currently doing business in the marketplace at the time of bid. Marketplace Is the geographic area of Tarrant, Parker, .Johnson, Collin, Dallas, Denton, Ellis, Kaufman and Rockwall countles. .-Idd ti 'eac Ci' r: leiie'.1'�= Fe •.Is 'f :level: o t_:...... b;� .�.,-�� o..�.< �: x rid.. . f'�su�coitraciliig;be(q�:;�Fie•�p'rime. ;coitiact�r•;i:e:;�a:•direci::: ..:.:. '. •: ':::-. •:... .a kgp.Y ^:.:; �: .: 3"::• :'9ci '� . - is�9 ' .. .,eS' '• ,•+aymeri#:fra''fhe: prime icontrctoi_to�'a,su ntrctor;iS :Cons[eCe1:,�iief,a;payriler(tby;s;;,Qulaco�i}L�.aci�r tot: ra4O . Y,. •.� a .`{1r.: . f•^ia'{i? ,;:.iy S7}. .�.. �i.,r ':fir •i ii .:.•till 1: :;• (,.:. :':. ':�,. vt • ..a�:. \ +: ` :! ,.i•al,:;.?.;'l':.1� ^:1 . 1l.' :�j.�. �.�;.: ::1 ::•': t.'- .: is �.': D •ii.. ::••.S.':•.+:i' ..Iv t..�••: !r':C.. _S ic: . �•7.:J1:� • r.tY �•it5supp(fer.:�s cansii�ered -tiers ';•.: `� • ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located or doing business at the time of bid opening within the Marketplace, that have been determined to be bonafide minority or women businesses by the North Central Texas Regional Certification Agency (NCTRCA), or the Texas Department of Transportation (TX DOT), highway division. Disadvantaged Business Enterprise (DBE) Is synonymous with MinorityANomen Business Enterprise (MIWBE). If.::kiaulijr' services: are utilized` }"�r#rrie; u+r31t `Kgjv("fin°credia` :as `lori('h as 'the..`M/WBiw�lis%d oven's: arid' Ak. _ :4:::r_`t l+ .r N, ti4.� + ,:.•1�i ._`iP•V; ..7:7 .t s.2:?C; r .r ;, ! `n. 3.?. - rh.•,.l F-..,.r1 `o ratef3lat`leas# oiSe ftliy'[icertseid;arid�ci,�a#1,oiiaT::tiiicf(o:_ e,:used;or':teciintract;.;:ThafVilV176Eay;ase'. ,1 y:.\ .o' "_•: :(.. s. 7:•.l",Y '.��r. _,: •\: z a r• tr[icks'roriiAariiother:;MNVBE��rri;:iraliic)(r#g11!!Ui(BEownerroj�'efators.!;at�ci.`•rec�fivejfiill'.NC/V11Bi*^crealt,jFfie; . r.. < - - t �. '- �• S' i :'t ;t4�. ar v:•.'�Y'ra.. .•.1 ..,.;ra � .. �s.pE.•ry'dr•.•e. b. 7' � y, a•.•c ..5.. t: •"' i •t .h •.:• 't+c..v. �. '1u1/11V86�: ��leasaJ'trucKs<�i-Qrn:'MMMo �1�7�/V$Es;�ti�lucji � '�;�o' sf�opea#ors; �buE•will:;:ot�ly;'receiv,,e, cfedit'for-�,�re� .1 � \�:��I;..]i..2t'�i .F{�iT iT+��...„;-. ;i rV�. .11!•': s�•._.4wr.::C�-�{�5..'.\(K':i:•�9.H: Kf :,\r.�... �1:A�. lr:.. .1t.�..' _- .I�:'t :.\• :.i.": �:.'. �#sus?aid:°commis's�orisearned',� 3�tig`iJI1.V,1/BE;as�ou#Imedan� ��:°':`•'''�:<�' 3�"��^'�: �`=• - the• easesa r`eetYient: .,tip;; :1:.., .�:�..�;�;, titll Rev. 6130/03 ATTACHMENT I FORT�WORTH Page 2 of 4 �i Primes are required to identify LLL- subcontractorstsupplers, regardless of status; I.e., Minority. Women and non-M/WBEs. Please list MWBE iirms first, use adddlonal sheets if necessary, Certification (check one) <<dv n SUBCONTRACTORISUPPLIER T Detail Detail H T Company Name Address I e M W C X M Subcontracting Work Supplies Purchased Dollar Amount TelephonelFax r B B R 0 '.B B E T�< A Eagle Aggregate Trans. 401 North I35 Suite 113 1 X Aggregates $6,000 Denton, TX 76207 940-383-0096 P 940-383-0097 F owtown Redi Mix Inc. PO Box 162327 Fort Worth, TX 76161 1 X Redi-Mix Concret $16,000 817-759-1919 P 817-759-1716 F LKT & Associates 3346 County Road 275 Melissa, TX 75454 1 X Piping, Fittings $182,000 214-544-0440 P & Valves 214-544-3684 F R.E-. Campbell Company 502 Pinemont Houston, TX 77018 1 X Canopies $8,760 13-957-8721 P 13-957-0956 F Hanson Pressure Pipe 1003 N MacArthur Blvd rand Prairie, TX 75050 972-266-7555 P 1 X 21" Welded $7,600 972-266-7540 F Connection Park Environmental 7015 Fairbanks Houston, TX 77040 1 X 12" Backflow $36,400 713-937-7602 P Preventor 713-937-4254 F ncv..AOW VJ ATTACHMENT1A Page 3 of 4 Primes are required to identify ALL_ subcontractorslsuppRers, regardless of status; i.e., Minority, Women and non-M/WBEs. Please fist MNYSE firms ilrst, use additional sheets If necessary. Certification `N (check o one) n: SUBCONTRACTOPJSUPPLIER T Detail Detail T Company Name Address l a Aq w C X '. M Subcontracting Work Supplies Purchased Dollar Amount Telephone/Fax r B B T T D ; B E E C T E. A Barnsco, Inc. PO Box 541087 Dallas, TX 75354 214-352-9091 P 1 X Rebar $15,780 214-366-1317 F Wheco Electric 8501 Jacksboro Hwy Fort Worth, TX 76135 817-244-6660 P 1 X Electrical & $382,105 817-560-3263 F SCADA GCE Contracting 101 Treeview Court Fort Worth, TX 76126 814-443-3990 P 1 X Painting & $12,400 817-443-3983 F Waterproofing Fort Worth Fence 8101 N water Town Rd. Fort Worth, TX 76179 817-232-5678 P 1 X Fencing $5,300 817-232-5599 F rcev, or=w r M qO r Total Dollar Amount of M/WBE Subcontractors/Suppliers 1 $ 212,760 Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers 1 $ 423,185 TOTAL. DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS l $ 635,945 ATTACHMENT to Page 4 of 4 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 M/W/DBE(s) arrangements submitted with the bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The bidder agrees to allow the transmission of Interviews with owners, principals, officers, employees and applicable subcontractors/suppiiers/contractors participating on the contract that will substantiate the actual work performed by the MiW/DBE(s) on this contract, by an authorized officer or employee of the City. Any intentional andlor 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 and create a material breach of contract may result in a determination of an Irresponsible Offeror and barred from participating in City work for a period of time not less than on�/(1) year. President AUI Contractors, Inc. Company Name 4775 North Freeway Address Fort Worth, TX 76106 Cltylsbtemp B. Doug Alumbaugh Printed 3lgn9Wm Jeff Grigsby, Chief Civil Estimator Contact NamWTWe (if different) 817-926-43777 Telephone andlor Fax jgrigsby@auigc.com 9-mall Address 11/26/08 Date ROY. 5130103 FORT WORTH Rev. 6130/03 City of Fort Worth Prime Contractor Waiver Form PRIME COMPANY NAME: Check applicable block to describe rime PROJECT NAME: M/W/DBE NON-M/W/DBE BID DATE City's M/WBE Project Goal: 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 bbsAh answers are yes. -Failure; to complete :this form in its entirety and be received by the flllanapmd Department on or beii`& 5 06 p m ve (51 City business' days after tiid openim exclufiiue of the bid opening date,`, will result m the bid • beiing=: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 project, this is your normal business practice and 2rovide an o erational profile of your business. NO 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 bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including M/WBE(s) on this contract, the payment therefore and any proposed changes to the original M/WBE(s) arrangements submitted with this bid. The bidder 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 M/WBEs 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 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 (it different) Company Name Address City/Stateop Phone Number Fax Number Email Address Date i Rev. 05/30/03 F--o RT WORTH City of Fort Worth Good Faith Effort Form Check applicable block to describe rime M/W/DBE NON-MNV/DBE BID DATE City's M/WBE Project Goal: I PROJECT NUMBER if you have failed to secure AMBE particlpation, and you have subcontracting and/or supplier opportunities or if your' DBE participation sless`than the City's project goal, you must complete this.fonn.: .. If the bidder's method of compliance with the M/WBE goal is based upon demonstration of a "good faith effort", the bidder will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 1 thru 6 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation the facts or intentional discrimination by the bidder. Failure to. complete this form, in its entirety with supporting d .cumentatlon and :received by the Managing: Department on or before i3a)0 p rti. five'(5) City business days after bid opening, exclusive of bid opening ,date, wilt result`in he:bid-,being co 6'red non..-res onsive to bids ecifications. p p 1.) Please list each and every subcontracting and/or supplier opportunityl for the completion of this project, regardless of whether it is to be provided by a M/WBE or non-MIWBE. ,(_DO NOT LIST NAMES OF FIRMS) On Combined Projects, list each subcontracting and or supplier opportunity through the F tier. (use ac cutfonat sheets, it necessary) List of Subcontracting Opportunities List of Supplier Opportunities Rev. 05/30/03 2.) Obtain a current (not more than three (3) months old from the bid open date) list of MIWBE subcontractors and/or suppliers from the City's MIWBE Office. Yes Date of Listing / I No 3.) Did you solicit bids from MIWBE 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 MIWBE mail listing to include name of firm and address and a dated copy of letter mailed.) No 4.) Did you solicit bids from MIWBE 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 MIWBE firm, person contacted, phone number and date and time of contact.) No NOTE A facsimile may be use to comply with either 3'or 4, but.may not be used for both If a fadtl"k is used, attach the fax:: confirmation, which is to provide MMSE name, date;" time; fax number and documentation'faxed: NOTE If the list':of M/WBEs fora paitictilaf subcontracting/supplier opportunity is ten' (10) or less; the bidder must contact the-:entlrq h6t to. be In :compliance with questions 3 and 4. If the Ilst of M/.WBEs for a particular subcontracting/supplier opportunity is ten (10) or more,"the bidder must contact at least'two- thirds (2/8),of the h44` 'ithlwiuich area of:opportunity, but .not less than ten to; be in gpmpiiance;m th questions 3' and 4: 6.) Did you provide plans and specifications to potential M/WBEs or information regarding the location of plans and specifications in order to assist the MIWBEs? Yes No 6.) Submit documentation if M/WBE quotes were rejected. The documentation submitted should be in the forms of an affidavit, include a detailed explanation of why the MIWBE was rejected and any - supporting documentation the bidder wishes to be considered by the City. In the event of a bona fide dispute concerning quotes, the bidder will provide for confidential In -camera access to and inspection of any relevant documentation by City personnel. !Please use additional sheets. if necessarv. and attach.) Company Name Telephone Contact Person Scope of Work Reason for Rejection Rev. 05/30/03 ADDITIONAL INFORMATION: Please provide additional information you feel will further explain your good and honest efforts to obtain M/WBE participation on this project. The bidder 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 bidder 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 and creates a material breach of contract 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. The undersigned certifies that the information provided and the M/WBE(s) listed was/were contacted in good faith. It is understood that any M/WBE(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 Title Company Name Address City/State/Zip Printed Signature Contact Name and Title (if different) Phone Number Email Address Date Fax Number Rev. 5/30/03 FORT�WORTH CITY OF FORT WORTH Joint Venture Eligibility Form All questions must be answered, use "NA if applicable. Name of City project: A joint venture form must be completed on ragh project RFPBid/Purchasing Number: 1. Joint venture information: Joint Venture Name: Joint Venture Address: (I. f 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 join f venture M/WBE firm name: T Non-M/WBE firm name: Business Address: Business Address: City, State, Zip: City, State, Zip: Telephone Facsimile E-mail Telephone Facsimile Cellular Cellular Certification Status: E-mail address Name of Certifying Agency: �r��y",rz���� 2. aco a otworK periorined i)y the .point venture: Describe the scope of work of the M/WBE: I Describe the scope of work of the non-M/WBE: Rev. 5/30/03 3. What is the percentage of NI/WBE 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 malting 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 M/WBE 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 M/WBE Ordinance. Im Rev. 5/30/03 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 M/WBE firm Name of non-M/WBE 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) PART C wo PART C - GENERAL CONDITIONS TABLE OF CONTENTS NOVEMBER 1, 1987 TABLE OF CONTENTS C1-1 DEFMTIONS C1-1 (1) C1-1.1 Definition of Terms C1-1 (1) C 1-1.2 Contract Documents Cl-1 (2) C1-1.3 Notice to Bidders Cl-1 (2) C1-1.4 Proposal C1-1 (2) C1-1.5 Bidder C1-1 (2) C 1-1.6 General Conditions Cl-1 (2) C1-1.7 Special Conditions C1-1 (2) C1-1.8 Specifications Cl-1 (2) C1-1.9 Bonds C1-1 (2) C1-1.10 Contract C1-1 (3) C1-1.11 Plans C1-1 (3) C1-1.12 City C1-1 (3) C1-1.13 City Council Cl-1 (3) C1-1.14 Mayor C1-1 (3) C1-1.15 City Manager C1-1 (3) C1-1.16 City Attorney C1-1 (3) C1-1.17 Director of Public Works C1-1 (3) C1-1.18 Director, City Water Department Cl-1 (3) C1-1.19 Engineer C1-1 (3) C1-1.20 Contractor C1-1 (3) C1-1.21 Sureties C1-1 (4) C1-1.22 The Work or Project Cl-1 (4) C1-1.23 Working Day C1-1 (4) C1-1.24 Calendar Days C1-1 (4) C 1-1.25 Legal Holidays Cl-1 (4) C 1-1.26 Abbreviations Cl-1 (4) C1-1.27 Change Order C1-1 (5) C1-1.28 Paved Streets and Alleys Cl-1 (5) C1-1.29 Unpaved Streets or Alleys C1-1 (6) C1-1.30 City Street C1-1 (6) C1-1.31 Roadway C1-1 (6) C1-1.32 Gravel Street C1-1 (6) C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL C2-2.1 Proposal Form C2-2 (1) C2-2.2 Interpretation of Quantities C2-2 (1) C2-2.3 Examination of Contract Documents and Site of Project C2-2 (2) C2-2.4 Submitting of Proposal C2-2 (2) C2-2.5 Rejection of Proposals C2-2 (3) (1) C2-2.6 Bid Security C2-2 (3) C2-2.7 Delivery of Proposal C2-2 (3) C2-2.8 Withdrawing Proposals C2-2 (3) C2-2.9 Telegraphic Modifications of Proposals C2-2 (3) C2-2.10 Public Opening of Proposal C2-2 (4) C2-2.11 Irregular Proposals C2-2 (4) C2-2.12 Disqualification of Bidders C2-2 (4) C3-3 AWARD AND EXECUTION OF DOCUMENTS: C3-3.1 Consideration of Proposals C3-3 (1) C3-3.2 Minority Business Enterprise/Women Business C3-3 (1) Enterprise Compliance C3-3.3 Equal Employment Provisions C3-3 (1) C3-3.4 Withdrawal of Proposals C3-3 (1) C3-3.5 Award of Contract C3-3 (2) C3-3.6 Return of Proposal Securities C3-3 (2) C3-3.7 Bonds C3-3 (2) C3-3.8 Execution of Contract C3-3 (3) C3-3.9 Failure to Execute Contract C3-3 (3) C-3-3.10 Beginning Work C3-3 (4) C3-3.11, Insurance C3-3 (4) C3-3.12 Contractor's Obligations C3-3 (6) C3-3.13 Weekly Payrolls C3-3 (6) C3-3.14 Contractor's Contract Administration C3-3 (6) C3-3.15 Venue C3-3 (7) C4-4 SCOPE OF WORK C4-4.1 Intent of Contract Documents C4-4 (1) C4-4.2 Special Provisions C4-4 (1) C4-4.3 Increased or Decreased Quantities C4-4 (1) C4-4.4 Alteration of Contract Documents C4-4 (2) C4-4.5 Extra Work C4-4 (2) C4-4.6 Schedule of Operation C4-4 (3) C4-4.7 Progress Schedules for Water and Sewer Plant Facilities C4-4 (4) C5-5 CONTROL OF WORK AND MATERIALS C5-5.1 Authority of Engineer C5-5 (1) C5-5.2 Conformity with Plans C5-5 (1) C5-5.3 Coordination of Contract Documents C5-5 (1) C5-5.4 Cooperation of Contractor C5-5 (2) C5-5.5 Emergency and/or Rectification Work C5-5 (2) C5-5.6 Field Office C5-5 (3) C5-5.7 Construction Stakes C5-5 (3) C5-5.8 Authority and Duties of City Inspector C5-5 (3) (2) om C5-5.9 Inspection C5-5 (4) C5-5.10 Removal of Defective and Unauthorized Work C5-5 (4) C5-5.11 Substitute Materials or Equipment C5-5 (4) C5-5.12 Samples and Tests of Materials C5-5 (5) C5-5.13 Storage of Materials C5-5 (5) C5-5.14 Existing Structures and Utilities C5-5 (5) C5-5.15 Interruption of Service C5-5 (6) C5-5.16 Mutual Responsibility of Contractors C5-5 (7) C5-5.17 Clean -Up C5-5 (7) C5-5.18 Final Inspection C5-5 (8) C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY C6-6.1 Laws to be Observed C6-6 (1) C6-6.2 Permits and Licenses C6-6 (1) C6-6.3 Patented Devices, Materials, and Processes C6-6 (1) C6-6.4 Sanitary Provisions C6-6 (1) C6-6.5 Public Safety and Convenience C6-6 (2) C6-6.6 Privileges f Contractor in Streets, Alleys, C6-6 (3) and Right -of -Way C6-6.7 Railway Crossings C6-6 (3) C6-6.8 Barricades, Warnings and Flagmen C6-6 (3) C6-6.9 Use of Explosives, Drop Weight, Etc. C6-6 (4) C6-6.10 Work Within Easements C6-6 (5) C6.6.11 Independent Contractor C6-6 (6) C6-6.12 Contractor's Responsibility for Damage Claims C6-6 (6) C6-6.13 Contractor's Claim for Damages C6-6 (8) C6-6.14 Adjustment or Relocation of Public Utilities, Etc. C6-6 (8) C6-6.15 Temporary Sewer and Drain Connections C6-6 (8) C6-6.16 Arrangement and Charges for Water Furnished by the City C6-6 (9) C6-6.17 Use of a Section or Portion of the Work C6-6 (9) C6-6.18 Contractor's Responsibility for the Work C6-6 (9) C6-6.19 No Waiver of Legal Rights C6-6 (9) C6-6.20 Personal Liability of Public Officials C6-6 (10) C6-6.21 State Sales Tax C6-6 (10) C7-7 PROSECUTION AND PROGRESS C7-7.1 Subletting C7-7 (1) C7-7.2 Assignment of Contract C7-7 (1) C7-7.3 Prosecution of The Work C7-7 (1) C7-7.4 Limitation of Operations C7-7 (2) C7-7.5 Character of Workmen and Equipment C7-7 (2) C7-7.6 Work Schedule C7-7 (3) C7-7.7 Time of Commencement and Completion C7-7 (3) C7-7.8 Extension of Time Completion C7-7 (3) C7-7.9 Delays C7-7 (4) (3) C7-7.10 Time of Completion C7-7 (4) C7-7.11 Suspension by Court Order C7-7 (5) C7-7.12 Temporary Suspension C7-7 (5) C7-7.13 Termination of Contract due to National Emergency C7-7 (6) C7-7.14 Suspension or Abandonment of the Work C7-7 (6) and Annulment of the Contract: C7-7.15 Fulfillment of Contract C7-7 (8) C7-7.16 Termination for Convenience of the Owner C7-7 (8) C7-7.17 Safety Methods and Practices C7-7 (11) C8-8 MEASUREMENT AND PAYMENT C8-8.1 Measurement Of Quantities C8-8 (1) C8-8.2 Unit Prices C8-8 (1) C8-8.3 Lump Sum C8-8 (1) C8-8.4 Scope of Payment C8-8 (1) C8-8.5 Partial Estimates and Retainage C8-8 (2) C8-8.6 Withholding Payment C8-8 (3) C8-8.7 Final Acceptance C8-8 (3) C8-8.8 Final Payment C8-8 (3) C8-8.9 Adequacy of Design C8-8 (4) C8-8.10 General Guaranty C8-8 (4) C8-8.11 Subsidiary Work C8-8 (4) C8-8.12 Miscellaneous Placement of Material C8-8 (4) C8-8.13 Record Documents C8-8 (4) (4) PART C - GENERAL CONDITIONS C1-1 DEFINITIONS SECTION C1-1 DEFINITIONS C1-1.1 DEFINITIONS OF TERMS: Whenever in these Contract Documents the no following terms or pronouns in place of them are used, the intent and meaning shall be understood and interpreted as follows: C1-1.2 CONTRACT DOCUMENTS: The Contract Documents are in all of the written and drawn documents, such as specifications, bonds, addenda, plans, etc., which govern the terms and performance of the contract. These are contained on the General Contract Documents and the Special Contract Documents. a. GENERAL CONTRACT DOCUMENTS: The General Contract „ Documents govern all Water Department Projects and Include the following Items PART A - NOTICE TO BIDDERS (Sample) White PART B - PROPOSAL (Sample) White PART C - GENERAL CONDITIONS (CITY) Canary Yellow (Developer) Brown PART D - SPECIAL CONDITIONS Green PART E - SPECIFICATIONS El -White E2-Golden Rod E2A-White PERMITS/EASEMENTS Blue PART F - BONDS (Sample) White PART G - CONTRACT (Sample) White +� b. SPECIAL CONTRACT DOCUMENTS: The Special Contract Documents are prepared for each specific project as a supplement to the General Contract Documents and include the following items: PART A - NOTICE TO BIDDERS (Advertisement) same as above PART B -PROPOSAL (Bid) PART C - GENERAL CONDITIONS PART D - SPECIAL CONDITIONS PART E - SPECIFICATIONS PERMITS/EASEM[ENTS PARTF-BONDS PART G - CONTRACT PART H - PLANS (Usually bound separately) C1-1.3 NOTICE TO BIDDERS: All of the legal publications either actually published in public advertising mediums or furnished direct to interested parties pertaining to the work contemplated under the Contract Documents constitutes the notice to bidders. C1-1.4 PROPOSAL: The completed written and signed offer or tender of a bidder to perform the work which the Owner desires to have done, together with' the bid security, constitutes the Proposal, which becomes binding upon the Bidder when it is officially received by the Owner, has been publicly opened and read and not rejected by the Owner. C 1-1.5 BIDDER: Any person, persons, firm, partnership, company, association, corporation, acting directly or through a duly authorized representative, submitting a proposal for performing the work contemplated under the Contract Documents, constitutes a bidder. C1-1.6 GENERAL CONDITIONS: The General Conditions are the usual construction and contract requirements which govern the performance of the work so that it will be carried on in accordance with the customary procedure, the local statutes, and requirements of the City of Fort Worth's charter and promulgated ordinances. Whenever there may be a conflict between the General Conditions and the Special Conditions, the latter shall take precedence. . C1-1.7 SPECIAL CONDITIONS: Special conditions are the specific requirements which are necessary for the particular project covered by the Contract Documents and not specifically covered in the General Conditions. When considered with the General Conditions and other elements of the Contract Documents they provide the information which the Contractor and Owner should have in order to gain a thorough knowledge of the project. C1-1.8 SPECIFICATIONS: The Specifications is that section or part of the Contract Documents which set forth in detail the requirements which must be met by all materials, construction, workmanship, equipment and services in order to render a completed an useful project. Whenever reference is made to standard specifications, regulations, requirements, statutes, etc., such referred to documents shall become a part of the Contract Documents just as though they were embodied therein. C1-1.9 BONDS: The bond or bonds are the written guarantee or security furnished by the Contractor for prompt and faithful performance of the contract and include the following: a. Performance Bond (see paragraph C3-3.7) b. Payment Bond (see paragraph C3-3.7) C. Maintenance Bond (see paragraph C3-3.7) d. Proposal or Bid Security (see Special Instructions to Bidders, Part A and C2-2.6) No hm .. .. MW C1-1 (2) C1-1.10 CONTRACT: The Contract is a formal signed agreement between the owner and the Contractor covering the mutual understanding of the two contracting parties about the project to be completed under the Contract Documents. 'm C1-1.11 PLANS: The plans are the drawings or reproductions therefrom made by the Owner's representative showing in detail the location, dimension and position of the _ various elements of the project, including such profiles, typical cross -sections, layout diagrams, working drawings, preliminary drawings and such supplemental drawings as the Owner may issue to clarify other drawings or for the purpose of showing changes in the work hereinafter authorized by the Owner. The plans are usually bound separately from the other parts of the Contract Documents, but they are part of the Contract Documents just as though they were bound therein. C 1-1.12 CITY: The City of Fort Worth, Texas, a municipal corporation, authorized and chartered under the Texas State Statutes, acting by and through its governing body or its City Manager, each of which is required by charter to perform specific duties. Responsibility for final enforcement of the Contracts involving the City of Fort Worth is by Charter vested in the City Manager. The terms City and Owner are synonymous. C1-1.13 CITY COUNCIL: The duly elected and qualified governing body of the City of Fort Worth, Texas. C1-1.14 MAYOR: The officially elected Mayor, or in his absence, the Mayor Pro tern of the City of Fort Worth, Texas. C 1-1.15 CITY MANAGER: The officially appointed and authorized City Manager of the City of Fort Worth, Texas, or his duly authorized representative. C 1-1.16 CITY ATTORNEY: The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. C1-1.17 DIRECTOR OF PUBLIC WORKS: The officially appointed official of the City of Fort Worth, Texas, referred to in the charter as the City Engineer, or his duly *� authorized representative. C1-1 18 DIRECTOR CITY WATER DEPARTMENT: The officially appointed Director of the City Water Department of the City of Fort Worth, Texas, or his duly authorized representative, assistant, or agents. •- C 1-1.19 ENGINEER: The Director of Public Works, the Director of the Fort Worth City Water Department, or their duly authorized assistants, agents, engineers, inspectors, or superintendents, acting within the scope of the particular duties entrusted to them. C1-1.20 CONTRACTOR: The person, person's, partnership, company, firm, association, or corporation, entering into a contract with the Owner for the execution of work, acting directly or through a duly authorized representative. A sub -contractor is a person, firm, C1-1 (3) corporation, supplying labor and materials or only labor, for the work at the site of the project. C1-1.21 SURETIES: The Corporate bodies which are bound by such bonds as are required with and for the Contractor. The sureties engaged are to be fully responsible for the entire and satisfactory fulfillment of the Contract and for any and all requirements as set forth in the Contract Documents and approved changes therein. C1-1.22 THE WORK OR PROJECT: The completed work contemplated in and covered by the Contract Documents, including but not limited to the furnishing of all labor, materials, tools, equipment, and incidentals necessary to produce a completed and serviceable project. C1-1.23 WORKING DAY: A working day is defined as a calendar day, not including Saturdays, Sundays, and legal holidays, in which weather or other conditions not under the control of the Contractor permit the performance of the principal unit of work for a period of not less than seven (7) hours between 7:00 a.m. and 6:00 p.m., with exceptions as permitted in paragraph C7-7.6 C1-1.24 CALENDAR DAYS: A calendar day is any day of the week or month, no days being excepted. C1-1.25: LEGAL HOLIDAYS: Legal holidays shall be observed as prescribed by the City Council of the City of Fort Worth for observance by City employees as follows: r 1. New Year's day January 1 2. M.L. King, Jr. Birthday Third Monday in January 3. Memorial Day Last Monday in May 4. Independence Day July 4 5. Labor Day First Monday in September _ 6. Thanksgiving Day Fourth Thursday in November 7. Thanksgiving Friday Forth Friday in November 8. Christmas Day December 25 .f 9. Such other days in lieu of holidays as the City Council may determine .r When one of the above named holidays or a special ' holiday is declared by the City Council, falls on a Saturday, the holiday shall be observed on the preceding Friday, or if it falls on Sunday, it shall be observed on the following Monday, by those employees nor working on working day operations. Employees working calendar day operations will consider the calendar as the holiday. C1-1.26 ABBREVIATIONS: Whenever the abbreviations defined herein appear in the Contract Documents, the intent and meaning shall be as follows: AASHT - American Association of State MGD - Million Gallons C1-1 (4) M O Highway Transportation Officials per Day ASCE - American Society of Civil CFS - Cubic Foot per Engineers Second IAW - In Accordance With Min. - Minimum ASTM - American Society of Testing Mono. - Monolithic Materials % - Percentum AWWA - American Water Works R - Radius Association I.D. - Inside Diameter ASA - American Standards Association O.D. - Outside Diameter HI - Hydraulic Institute Elev. - Elevation Asph. - Asphalt F - Fahrenheit Ave. - Avenue C - Centigrade Blvd. - Boulevard In. - Inch CI - Cast Iron Ft. - Foot CL - Center Line St. - Street GI - Galvanized Iron CY - Cubic Yard Lin. - Linear or Lineal Yd. - Yard lb. - Pound SY - Square yard .. MH - Manhole L.F. - Linear Foot Max. - Maximum D.I. - Ductile Iron C1-1.27 CHANGE ORDER: A "Change Order" is a written supplemental agreement between the Owner and the Contractor covering some added or deducted item or feature which may be found necessary and which was not specifically included in the scope of the project on which bids were submitted. Increase in unit quantities stated in the proposal are not the subject matter of a Change Order unless the increase or decrease is more than 25% of the amount of the particular item or items in the original proposal. All "Change Orders" shall be prepared by the City from information as necessary +� furnished by the Contractor. C1-1.28 PAVED STREETS AND ALLEYS: A paved street or alley shall be defined as a street or alley having one of the following types of wearing surfaces applied over the natural unimproved surface: 1. Any type of asphaltic concrete with or without separate base material. 2. Any type of asphalt surface treatment, not including an oiled surface, with or without separate base material. 3. Brick, with or without separate base material. 4. Concrete, with or without separate base material. 5. Any combination of the above. C1-1.29 UNPAVED STREETS OR ALLEYS: An unpaved street, alley, roadway or other surface is any area except those defined for "Paved Streets and Alleys." C1-1 (5) C1-1.30 CITY STREET: A city street is defined as that area between the right-of-way No lines as the street is dedicated. C1-1.31 ROADWAY: The roadway is defined as the area between parallel lines two MW (2') back of the curb lines or four (`4) feet back of the average edge of pavement where no curb exists. moo C1-1.32 GRAVEL STREET: A gravel street is an unimproved street to which has been added one or more applications of gravel or similar material other than the natural material found on the street surface before any improvement was made. .e r r MW ow AW aw C1-1 (6) SECTION C - GENERAL CONDITIONS C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL SECTION C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL C2-2.1 PROPOSAL FORM: The Owner will furnish bidders with Proposal form, which will contain an itemized list of the items of work to be done or materials to be funished and upon which bid prices are requested. The Proposal form will state the Bidder's general understanding of the project to be completed, provide a space for furnishing the amount of bid security, and state the basis for entering into a formal contract. The Owner — will furnish forms for the Bidder's `Experience Record," "Equipment Schedule," and "Financial Statement," all of which must be properly executed and filed with the Director of the City Water Department one week prior to the hour for opening of bids. The financial statement required shall have been prepared by an independent certified public accountant or an independent public accountant holding a valid permit issued by an appropriate state licensing agency, and shall have been so prepared as to reflect the current financial status. This statement must be current and no more than one (1) year old. In the case that bidding date falls within the time a new statement is being prepared, the previous statement shall be updated by proper verification. Liquid assets in the amount of ten (10) percent of the estimated project cost will be required. For an experience record to be considered to be acceptable for a given project, it must reflect the experience of the firm seeking qualification in work of both the same nature and magnitude as that of the project for which bids are to be received, and such experience must have been completed not more than five (5) years prior to the date on which Bids are to be received. The Director of the Water Department shall be sole judge .. as to the acceptability of experience for qualification to bid on any Fort Worth Water Department project. The prospective bidder shall schedule the equipment he has available for the project and state that he will rent such additional equipment as may be required to complete the project on which he submits a bid. C2-2.2 INTERPRETATION OF QUANTITIES: The quantities of work and materials to be furnished as may be listed in the proposal forms or other parts of the Contract Documents will be considered as approximate only and will be used for the purpose of comparing bids on a uniform basis. Payment will be made to the Contractor for only the actual quantities of work performed or materials furnished in strict accordance with the Contract Documents and Plans. The quantities of work to be performed and materials to be furnished may be increased or decreased as hereinafter provided, without in any way invalidating the unit prices bid or any other requirements of the Contract Documents. C2-2(1) C2-2.3 EXAMINATION OF CONTRACT DOCUMENTS AND SITE OF PROJECT: Bidders are advised that the Contract Documents on file with the Owner shall constitute all of the information which the Owner will furnish. All additional information and data which the Owner will supply after promulgation of the formal contract documents shall be issued in the form of written addenda and shall become part of the Contract Documents just as though such addenda were actually written into the original Contract Documents. ` Bidders are required, prior to filing of proposal, to read and become familiar with the _ Contract Documents, to visit the site of the project and examine carefully all local conditions, to inform themselves by their own independent research and investigations, tests, boring, and by such other means as may be necessary to gain a complete knowledge of the conditions which will be encountered during construction of the project. They must judge for themselves the difficulties of the work and all attending circumstances affecting the cost of doing the work or the time required for its completion, and obtain all information required to make an intelligent proposal. No information given by the Owner or any representative of the Owner other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the Owner. Bidders _ shall rely exclusively and solely upon their own estimates, investigation, research, tests, explorations, and other data which are necessary for full and complete information upon which the proposal is to be based. It is mutually agreed that the submission of a proposal is prima -facie evidence that the bidder has made the investigation, examinations and tests herein required. Claims for additional compensation due to variations between conditions actually encountered in construction and as indicated in the Contract Documents will not be allowed. The logs of Soil Borings, if any, on the plans are for general information only and may not be correct. Neither the Owner nor the Engineer guarantee that the data shown is representative of conditions which actually exist. C2-2.4 SUBMITTING OF PROPOSAL: The Bidder shall submit his Proposal on the form furnished by the Owner. All blank spaces applicable to the project contained in the form shall be correctly filled in and the Bidder shall state the prices, written in ink in both words and numerals, for which he proposes to do work contemplated or furnish the materials required. All such prices shall be written legibly. In case of discrepancy between price written in words and the price written in numerals, the price most advantageous to the City shall govern. If a proposal is submitted by an individual, his or her name must be signed by him (her) or his (her) duly authorized agent. If a proposal is submitted by a firm, association, or partnership, the name and address of each member of the firm, association, or partnership, or by person duly authorized. If a proposal is submitted by a company or corporation, the company or corporation name and business address must be given, and the proposal signed by an official or duly authorized agent. The corporate seal must be affixed. Power •• C2-2(2) of Attorney authorizing agents or others to sign proposal must be properly certified and must be in writing and submitted with the proposal. C2-2.5 REJECTION OF PROPOSALS: Proposals may be rejected if they show any alteration of words or figures, additions not called for, conditional or uncalled for alternate bids, erasures, or irregularities of any kind, or contain unbalanced value of any items. Proposal tendered or delivered after the official time designated for receipt of proposal shall be returned to the Bidder unopened. C2-2.6 BID SECURITY: No proposal will be considered unless it is accompanied by a "Proposal Security" of the character and the amount indicated in the "Notice to Bidders" and the "Proposal." The Bid Security is required by the Owner as evidence of good faith on the part of the Bidder, and by way of a guaranty that if awarded the contract, the Bidder will within the required time execute a formal contract and fiunish the required performance and other bonds. The bid security of the three lowest bidders will be retained until the contract is awarded or other disposition is made thereof. The bid security of all other bidders may be returned promptly after the canvass of bids. C2-2.7 DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered, accompanied by its proper Bid Security, to the City Manager or his representative in the official place of business as set forth in the "Notice to Bidders." It is the Bidder's sole responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered. The Bidder must have the proposal actually delivered. Each proposal shall be in a sealed envelope plainly marker with the word "PROPOSAL," and the name or description of the project as designated in the "Notice to Bidders." The envelope shall be addressed to the City Manager, City Hall, Fort Worth, Texas. C2-2.8 WITHDRAWING PROPOSALS: Proposals actually filed with the City Manager cannot be withdrawn prior to the time set for opening proposals. A request for non -consideration must be made in writing, addressed to the City Manager, and filed with him prior to the time set for opening of proposals. After all proposals not requested for -- non -consideration are opened and publicly read aloud, the proposals for which non - consideration requests have been properly filed may, at the option of the Owner, be returned unopened. C2-2.9 TELEGRAHIC MODIFICATIONS OF PROPOSALS: Any Bidder may modify his proposal by telegraphic communication at any time prior to the time set for opening proposals, provided such telegraphic communication is received by the City Manager prior to the said proposal opening time, and provided further, that the City Manager is satisfied that a written and duly authenticated confirmation of such telegraphic communication over the signature of the bidder was mailed prior to the proposal opening time. If such confirmation is not received within forty-eight (48) hours after the proposal opening time, no Ruther consideration will be given to the proposal. C2-2(3) C2-2.10 PUBLIC OPENING OF PROPOSAL: Proposals which have been properly filed and for which no "Non -consideration Request" has been received will be publicly opened and read aloud by the City Manager or his authorized representative at the time and place indicated in the "Notice to Bidders." All proposals which have been opened and read will remain on file with the Owner until the contract has been awarded. Bidders or their authorized representatives are invited to be present for the opening of bids. C2-2.11 IRREGULAR PROPOSALS: Proposals shall be considered as "Irregular" if they show any omissions, alterations of form, additions, or conditions not called for, unauthorized alternate bids, or irregularities of any kind. However, the Owner reserves the right to waive any all irregularities and to make the award of the contract to the best interest of the City. Tendering a proposal after the closing hour is an irregularity which can not be waived. C2-2.12 DISQUALIFICATION OF BIDDERS: Bidders may be disqualified and their proposals not considered for any of, but not limited to, the following reasons: a) Reasons for believing that collusion exists among bidders. b) Reasonable grounds for believing that any bidder is interested in more than one proposal for work contemplated. c) The bidder being interested in any litigation against the Owner or where the Owner may have a claim against or be engaged in litigation against the bidder. d) The bidder being in arrears on any existing contract or having defaulted on a previous contract. e) The bidder having performed a prior contract in an unsatisfactory manner. f) Lack of competency as revealed by financial statement, experience statement, equipment schedule, and such inquiries as the Owner may see fit to make. g) Uncompleted work which, in the judgment of the Owner, will prevent or hinder the prompt completion of additional work if awarded. h) The bidder not filing with the Owner, one week in advance of the hour of the opening of proposals the following: 1. Financial Statement showing the financial condition of the bidder as specified in Part "A" - Special Instructions 2. A current experience record showing especially the projects of a nature similar to the one under consideration, which have been successfully completed by the Bidder. 3. An equipment schedule showing the equipment the bidder has available for use on the project. The Bid Proposal of the bidder who, in the judgment of the Engineer, is disqualified under the requirements stated herein, shall be set aside and not opened. C2-2(4) u PART C - GENERAL CONDITIONS C3-3 AWARD AND EXECUTION OF DOCUMENTS u SECTION C3-3 AWARD AND EXECUTION OF DOCUMENTS: 11V C3-3.1 CONSIDERATION OF PROPOSALS: After proposals have been opened and read aloud, the proposals will be tabulated on the basis of the quoted prices, the quantities shown in the proposal, and the application of such formulas or other methods of bringing items to a common basis as may be established in the Contract Documents. -� The total obtained by taking the sum of the products of the unit prices quoted and the estimated quantities plus any lump sum items and such other quoted amounts as may enter into the cost of the completed project will be considered as the amount of the bid. Until the ward of the contract is made by the Owner, the right will be reserved to reject any or all proposals and waive technicalities, to re -advertise for new proposals, or to proceed with the work in any manner as may be considered for the best interest of the Owner. C3-3.2 MINORITY BUSINESS ENTERPRISE/WOMEN-OWNED BUSINESS ENTERPRISE COMPLIANCE: Contractor agrees to provide to Owner, upon request, complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE) and/or a Woman -owned Business Enterprise (WBE) on the contract and the payment therefor. Contractor further agrees, upon request by the Owner, to allow and audit and/or an examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MWE or WBE. Any material misrepresentation of any nature will be grounds for termination of the contract and for initiating any action under appropriate federal, state or local laws and ordinances relating to false statements; further, any such misrepresentation may be grounds for disqualification of Contractor at Owner's discretion for bidding on future Contracts with the Owner for a period of time of not less than six (6) months. C3-3.3 EQUAL EMPLOYMENT PROVISIONS: The Contractor shall comply with Current City Ordinances prohibiting discrimination in employment practices. The Contractor shall post the required notice to that effect on the project site, and at his request, will be provided assistance by the City of Fort Worth's Equal Employment Officer who will refer any qualified applicant he may have on file in his office to the Contractor. Appropriate notices may be acquired from the Equal Employment Officer. C3-3.4 WITHDRAWAL OF PROPOSALS: After a proposal has been read by the Owner, it cannot be withdrawn by the Bidder within forty-five (45) days after the date on which the proposals were opened. C3-3 (1) C 3-3.5 AWARD OF CONTRACT: The Owner reserves the right to withhold final — action on the proposals for a reasonable time, not to exceed forty-five (45) days after the date of opening proposals, and in no event will an award be made until after investigations have been made as to the responsibility of the proposed awardee. The award of the contract, if award is made, will be to the lowest and best responsive bidder. The award of the contract shall not become effective until the Owner has notified the Contractor in writing of such award. C3-3.6 RETURN OF PROPOSAL SECURITIES: As soon as proposed price totals _ have been determined for comparison of bids, the Owner may, at its discretion, return the proposal security which accompanied the proposals which, in its judgment, would not be considered for the award. All other proposal securities, usually those of the three lowest bidders, will be retained by the Owner until the required contract has been executed and bond furnished or the Owner has otherwise disposed of the bids, after which they will be returned by the City Secretary. �. C3-3.7 BONDS: With the execution and delivery of the Contract Documents, the Contractor shall furnish to, and file with the owner in the amounts herein required, the _ following bonds: a. PERFORMANCE BOND: A good and sufficient performance bond in the amount of not less than 100 percent of the amount of the contract, as evidenced by the proposal tabulation or otherwise, guaranteeing the full and faithful execution of the work and performance of the contract, and for the protection of the Owner and all other persons against damage by reason of negligence of the Contractor, or improper execution of the work or use of inferior materials. This performance bond shall guarantee the payment for all labor, materials, equipment, supplies, and services used in the construction of the work, and shall remain in full force and effect until provisions as above stipulated are accomplished and final payment is made on the project by the City. b. MAINTENANCE BOND: A good and sufficient maintenance bond, in the amount of not less than 100 percent of the amount of the contract, as evidenced by the proposal tabulation or otherwise, guaranteeing the prompt, full and faithful performance of the general guaranty which is set forth in paragraph C8-8.10. C. PAYMENT BOND: A good and sufficient payment bond, in the amount of not less than 100 percent of the amount of the contract, as evidenced by the proposal tabulation or otherwise, guaranteeing the MW prompt, full and faithful payment of all claimants as defined in Article CM (2) IN 5160, Revised Civil Statutes of Texas, 1925, as amended by House Bill 344, Acts 56 h Legislature, Regular Session, 1959, effective April 27, 1959, and/or the latest version thereof, supplying labor and materials in the _ prosecution of the work provided for in the contract being constructed under these specifications. Payment Bond shall remain in force until all payments as above stipulated are made. d. OTHER BONDS: Such other bonds as may be required by these Contract Documents shall be furnished by the Contractor. No sureties will be accepted by the Owner which are at the time in default or delinquent on any bonds or which are interested in any litigation against the Owner. All bonds shall - be made on the forms furnished by the Owner and shall be executed by an approved surety company doing business in the City of Fort Worth, Texas, and which is acceptable to the Owner. In order to be acceptable, the name of the surety shall be included on the current U.S. Treasury list of acceptable sureties, and the amount of bond written by any one acceptable company shall not exceed the amount shown on the Treasury list for that company. Each bond shall be properly executed by both the Contractor and Surety Company. Should any surety on the contract be determined unsatisfactory at any time by the Owner, notice will be given the Contractor to that effect and the Contractor shall immediately provide a new surety satisfactory to the Owner. No payment will be made under the contract until the new surety or sureties, as required, have qualified and have been accepted by the Owner. The contract shall not be operative nor will any payments be due or paid until approval of the bonds by the Owner. C3-3.8 EXECUTION OF CONTRACT: Within ten (10) days after the Owner has appropriate resolution, or otherwise, awarded the contract, the Contractor shall execute and file with the Owner, the Contract and such bonds as may be required in the Contract Documents. .. No Contract shall be binding upon the Owner until it has been attested by the City Secretary, approved as to form and legality by the City Attorney, and executed for the Owner by either the Mayor or City Manager. C3-3.9 FAILURE TO EXECUTE CONTRACT: The failure of the Awardee to execute the required bond or bonds or to sign the required contract within ten (10) days after the contract is awarded shall be considered by the owner as an abandonment of his proposal, and the owner may annual the Award. By reason of the uncertainty of the market prices of material and labor, and it being impracticable and difficult to accurately determine the amount of damages occurring to the owner by reason of said awardee's failure to execute said bonds and contract within ten (10) days, the proposal security accompanying the proposal shall be the agreed amount of damages which the Owner will C3-3 (3) .. suffer by reason of such failure on the part of the Awardee and shall thereupon immediately by forfeited to the Owner. The filing of a proposal will be considered as acceptance of this provision by the Bidder. C-3-3.10 BEGINNING WORK: The Contractor shall not commence work until authorized in writing to do so by the Owner. Should the Contractor fail to commence work at the site of the project within the time stipulated in the written authorization usually termed "Work Order" or "Proceed Order", it is agreed that the Surety Company low will, within ten (10) days after the commencement date set forth in such written authorization, commence the physical execution of the contract. C3-3.11INSURANCE: The Contractor shall not commence work under this contract until he has obtained all insurance required under the Contract Documents, and such insurance has been approved by the Owner. The prime Contractor shall be responsible for delivering to the Owner the sub -contractor's certificate of insurance for approval. The prime Contractor shall indicate on the certificate of insurance included in the documents for execution whether or not his insurance covers sub -contractors. It is the intention of the Owner that the insurance coverage required herein shall include the coverage of all sub -contractors. a. COMPENSATION INSURANCE: The Contractor shall maintain, during the life of this contract, Worker's Compensation Insurance on all of his employees to be engaged in work on the project under this contract, and for all sub -contractors. In case any class of employees engaged in hazardous work on the project under this contract is not protected under the Worker's Compensation Statute, the Contractor shall provide adequate employer's general liability insurance for the protection of such of his employees not so protected. b. COMPREHENSIVE GENERAL LIABUTY INSURANCE: The Contractor Shall procure and shall maintain during the life of this contract, Comprehensive General Liability Insurance (Public Liability and Property Damage Insurance) in the amount not less than $500,000 covering each occurrence on account of bodily injury, including death, and in an amount not less than $500,000 covering each occurrence on account of property .. damage with $2,000,000 umbrella policy coverage. C. ADDITIONAL LIABILITY: The Contractor shall furnish insurance as a separate policies or by additional endorsement to one of the above -mentioned policies, and in the amount as set forth for public liability and property damage, the following insurance: 1. Contingent Liability (covers General Contractor's Liability for acts so of sub -contractors). CM (4) 2. Blasting, prior to any blasting being done. 3. Collapse of buildings or structures adjacent to excavation (if excavation are performed adjacent to same). MW 4. Damage to underground utilities for $500,000. 5. Builder's risk (where above -ground structures are involved). 6. Contractual Liability (covers all indemnification requirements of Contract). d. AUTOMOBILE INSURANCE - BODILY INJURY AND PROPERTY DAMAGE: The Contractor shall procure and maintain during the life of �- this Contract, Comprehensive Automobile Liability Insurance in an amount not less than $250,000 for injuries including accidental death to any one person and subject to the same limit for each person an amount not less than $500,000 on account of one accident, and automobile property damage insurance in an amount not less than $100,000. e. SCOPE OF INSURANCE AND SPECIAL HAZARD: The insurance required under the above paragraphs shall provide adequate protection for _ the Contractor and his sub -contractors, respectively, against damage claims which may arise from operations under this contract, whether such operations be by the insured or by anyone directly or indirectly employed by him, and also against any of the following special hazards which may be encountered in the performance of the Contract. Mr f. PROOF OF CARRIAGE OF INSURANCE: The Contractor shall furnish the owner with satisfactory proof of coverage by insurance required in these Contract Documents in the amounts and by carriers satisfactory to the Owner. (Sample attached.) All insurance requirements made upon the _ Contractor shall apply to the sub -contractors, should the Prime Contractor's insurance not cover the sub -contractor's work operations. g. LOCAL AGENT FOR INSURANCE AND BONDING: The insurance and bonding companies with whom the Contractor's insurance and C3-3 (5) performance, payment, maintenance and all such other bonds are written, shall be represented by an agent or agents having an office located within the city limits of the City of Fort Worth. Tarrant County, Texas. Each such agent shall be a duly qualified, one upon whom authority and power to act on behalf of the insurance and/or bonding company to negotiate and settle with the City of Fort Worth, or any other claimant, and claims that the City of Fort Worth or other claimant or any property owner who has been damaged, may have against the Contractor, insurance, and/or bonding company. If the local insurance representative is not so empowered by the insurance or bonding companies, then such authority must be vested in a local agent or claims officer residing in the Metroplex, the Fort Worth - Dallas area. The name of the agent, or agents shall be set forth on all such bonds and certificates of insurance. C3-3.12 CONTRACTOR'S OBLIGATIONS: Under the Contract, the Contractor shall pay for all materials, labor and services when due. C3-3.13 WEEKLY PAYROLLS: A certified copy of each payroll covering payment of wages to all persons engaged in work on the project at the site of the project shall be furnished to the Owner's representative within seven (7) days after the close of each payroll period. A copy or copies of the applicable minimum wage rates as set forth in the .. Contract Documents shall be kept posted in a conspicuous place at the site of the project at all times during the course of the Contract. Copies of the wage rates will be furnished the Contractor, by the Owner; however, posting and protection of the wage rates shall be the responsibility of the Contractor. C3-3.14 CONTRACTOR'S CONTRACT ADMINISTRATION: Any Contractor, —• whether a person, persons, partnership, company, firm, association, corporation or other who is approved to do business with and enters into a contract with the City for construction of water and/or sanitary sewer facilities, will have or shall establish a fully operational business office within the Fort Worth -Dallas metropolitan area. The Contractor shall charge, delegate, or assign this office (or he may delegate his Project Superintendent) with full authority to transact all business actions required in the performance of the Contract. This local authority shall be made responsible to act for the Contractor in all matters made responsible to act for the Contractor in all matters _ pertaining to the work governed by the Contract whether it be administrative or other wise and as such shall be empowered, thus delegated and directed, to settle all material, labor or other expenditure, all claims against work or any other mater associated such as maintaining adequate and appropriate insurance or security coverage for the project. Such local authority for the administration of the work under the Contract shall be maintained until all business transactions executed as part of the Contract are complete. Should the Contractor's principal base of operations be other than in the Fort Worth - Dallas metropolitan area, notification of the Contractor's assignment of local authority shall be made in writing to the Engineer in advance of any work on the project, all C3-3 (6) appropriately signed and sealed, as applicable, by the Contractor's responsible offices with the understanding that this written assignment of authority to the local representative shall become part of the project Contract as though bound directly into the project documents. The intent of these requirements is that all matters associated with the Contractor's administration, whether it be oriented in furthering the work, or other, be governed direct by local authority. This same requirement is imposed on insurance and surety coverage. Should the Contractor's local representative fail to perform to the satisfaction of the Engineer, the Engineer, at his sole discretion, may demand that such local representative be replaced and the Engineer may, at his sole discretion, stop all work until a new local authority satisfactory to the Engineer is assigned. No credit of working time will be allowed for periods in which work stoppages are in effect for this reason. C3-3.15 VENUE: Venue of any action hereinunder shall be exclusively in Tarrant County, Texas. CM (7) _ PART C - GENERAL CONDITIONS C44 SCOPE OF WORK SECTION C4-4 SCOPE OF WORK C4-4.1 INTENT OF CONTRACT DOCUMENTS: It is the definite intention of these Contract Documents to provide for a complete, useful project which the Contractor undertakes to construct or furnish, all in full compliance with the requirements and intent of the Contract Documents. It is definitely understood that the Contractor shall do all work as provided for in the Contract Documents, shall do all extra or special work as may be considered by the Owner as necessary to complete the project in a satisfactory and acceptable manner. The Contractor shall, unless otherwise specifically stated in these Contract Documents, furnish all labor, tools, materials, machinery, equipment, special services, and incidentals necessary to the prosecution and completion of the project. C442 SPECIAL PROVISIONS: Should any work or conditions which are not thoroughly and satisfactorily stipulated or covered by General or Special Conditions of these Contract Documents be anticipated, or should there be any additional proposed work which is not covered by these Contract Documents, the "Special Provisions" covering all such work will be prepared by the Owner previous to the time of receiving bids or proposals for any such work and fiunished to the Bidder in the form of Addenda. All such "Special Provisions" shall be considered to be part of the Contract Documents just as though they were originally written therein. C44.3 INCREASED OR DECREASED QUANTITIES: The Owner reserves the right to alter the quantities of the work to be performed or to extend or shorten the improvements at any time when and as found to be necessary, and the Contractor shall perform the work as altered, increased or decreased at the unit prices. Such increased or decreased quantity shall not be more than twenty-five (25) percent of the contemplated quantity of such item or items. When such changes increase or decrease the original quantity of any item or items of work to be done or materials to be furnished by the 25 percent or more, then either parry to the contract shall upon written request to the other - party be entitled to a revised consideration upon that portion of the work above or below the 25 percent of the original quantity stated in the proposal; such revised consideration to be determined by special agreement or as hereinafter provided for `Extra Work." No allowance will be made for any changes in anticipated profits not shall such changes be considered as waiving or invalidating any conditions or provisions of the Contract Documents. Variations in quantities of sanitary sewer pipes in depth categories, shall be interpreted herein as applying to overall quantities of sanitary sewer pipe in each pipe size, but not to the various depth categories. MW C4-4 (1) C4-4.4 ALTERATION OF CONTRACT DOCUMENTS: By Change order, the owner reserves the right to make such changes in the Contract Documents and in the character or quantities of the work as may be necessary or desirable to insure completion in the most satisfactory manner, provided such changes do not materially alter the original Contract Documents or change the general nature of the project as a whole. Such changes shall not be considered as waiving or invalidating any condition or provision of the Contract Documents. C4-4.5 EXTRA WORK: Additional work made necessary by changes and alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents, shall be defined as "Extra Work" and shall be performed by the Contractor in accordance with these Contract Documents or approved additions thereto; provided however, that before any extra work is begun a "Change order" shall be executed or written order issued by the Owner to do the work for payments or credits as shall be determined by one or more combination of the following methods: a. Unit bid price previously approved. b. An agreed lump sum. C. The actual reasonable cost of .(I) labor, (2) rental of equipment used on the " extra work for the time so used at Associated General Contractors of America current equipment rental rates, (3) materials entering permanently into the project, and (4) actual cost of insurance, bonds, and social security as determined by the Owner, plus a fixed fee to be agreed upon but not to exceed 10 percent of the actual cost of such extra work. The fixed fee is not to include any additional profit to the Contractor for .� rental of equipment owner by him and used for extra work. The fee shall be full and complete compensation to cover the cost of superintendence, _ overhead, other profit, general and all other expense not included in (1), (2), (3), and (4) above. The Contractor shall keep accurate cost records on the form and in the method suggested by the Owner and shall give the Owner access to all accounts, bills, vouchers, and records relating to the Extra Work. No "Change Order" shall become effective until it has been approved and signed by each of the Contracting Parties. No claim for Extra Work of any kind will be allowed unless ordered in writing by the Owner. In case any orders or instructions, either oral or written, appear to the Contractor to involve Extra Work for which he should receive compensation, he shall make written request to the Engineer for written orders authorizing such Extra Work, prior to beginning such work. C4-4 (2) Should a difference arise as to what does or dose not constitute Extra Work, or as to the payment thereof, and the Engineer 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 as provided under method (Item Q. Claims for extra work will not be paid unless the Contractor shall file his claim with the Owner within five (5) days before the time or m w-first-estimate after such work _ is done and unless the claim is supported by satisfactory vouchers and certified payrolls covering all labor and materials expended upon said Extra Work. The Contractor shall furnish the Owner such installation records of all deviations from the original Contract Documents as may be necessary to enable the Owner to prepare for permanent record a corrected set of plans showing the actual installation. 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. C44.6 SCHEDULE OF OPERATION: Before commencing any work under this contract, the Contractor shall submit to the Owner and receive the Owner's approval thereof, a "Schedule of Operations," showing by a straight line method the date of commencing and finishing each of the major elements of the Contract. There shall be also shown the estimated monthly cost of work for which estimates are to be expected. There shall be presented also a composite graph showing the anticipated progress of construction with the time being plotted horizontally and percentage of completion plotted vertically. The progress charts shall be prepared on 8-1/2" x 11" sheets and at least five black or blue line prints shall be furnished to the Owner. C4-4.7 PROGRESS SCHEDULES FOR WATER AND SEWER PLANT FACILITIES: Within ten (10) days prior to submission of the first monthly progress payment, the Contractor shall prepare and submit to the owner for approval six copies of the schedule in which the Contractor proposes to carry on activities (including procurement of materials, plans, and equipment) and the contemplated dates for completing the same. The schedule shall be in the form of a time schedule Critical Path Method (CPM) network diagram. As the work progresses, the Contractor shall enter on the diagram the actual progress at the end of each partial payment period or at such intervals as directed by the Engineer. The Contractor shall also revise the schedule to reflect any adjustments in contract time approved by the Engineer. Three copies of the updated schedule shall be delivered at such intervals as directed by the Engineer. As a minimum, the construction schedule shall incorporate all work elements and activities indicated in the proposal and in the technical specifications. C4-4 .(3) Prior to the final drafting of the detailed construction schedule, the Contractor shall review the draft schedule with the Engineer to ensure the Contractor's understanding of the contract requirements. The following guidelines shall be adhered to in preparing the construction schedule: a. Milestone dates and final project completion dates shall be developed to conform to the time constraints, sequencing requirements and completion time. b. The construction progress shall be divided into activities with time durations of approximately fourteen days (14) days and construction values not to exceed $50,000. Fabrication, delivery and submittal activities are exceptions to this guideline. C. Durations shall be in calendar days and normal holidays and weather -' conditions over the duration of the contract shall be accounted for within the duration of each activity. d. One critical path shall be shown on the construction schedule. e. Float time is defined as the amount of time between the earliest start date and the latest start date of a chain of activities of the CPM construction schedule. Float time is not for the exclusive use or benefit of either the Contractor or the Owner. f. Thirty days shall be used for submittal review unless otherwise specified. The construction schedule shall as a minimum, be divided into general categories as indicated in the Proposal and Technical Specifications and each general category shall be _ broken down into activities in enough detail to achieve activities of .approximately fourteen (14) days duration. For each general category, the construction schedule shall identify all trades or subcontracts whose work is represented by activities that follow the guidelines of this Section. For each of the trades or subcontracts, the construction schedule shall indicate the following procurements, construction and preacceptance activities and events in their logical sequence for equipment and materials. 1. Preparation and, transmittal of submittals 2. Submittal review periods. 3. Shop fabrication and delivery. C4-4 (4) 4. Erection or installation. 5. Transmittal of manufacturer's operation and maintenance instructions. 6. Installed equipment and materials testing. _. 7. Owner's operator instruction (if applicable). 8. Final inspection. 9. Operational testing. If, in the opinion of the Owner, work accomplished falls behind that scheduled, the Contractor. shall take such action as necessary to improve his progress. In addition, the Owner may require the Contractor to submit a revised schedule demonstrating his program and proposed plan to make up lag in scheduled progress and to insure completion of the work within the contract time. If the owner finds the proposed plan not acceptable, he may require the Contractor to increase the work force, the construction plant and equipment, the number of work shifts or overtime operations without additional cost to the Owner. Failure of the Contractor to comply with these requirements shall be considered grounds for determination by the Owner that the Contractor is failing to prosecute the work with .. diligence as will insure its completion within the time specified. C4-4 (5) _ PART C - GENERAL CONDITIONS C5-5 CONTROL OF WORK AND MATERIALS SECTION C5-5 CONTROL OF WORK AND MATERIALS C5-5.1 AUTHORITY OF ENGINEER: The work shall be performed to the satisfaction of the Engineer and in strict compliance with the Contract Documents. The Engineer shall decide all questions which arise as to the quality and acceptability of the materials furnished, work performed, rate of progress of the work, overall sequence of the construction, interpretation of the Contract Documents, acceptable fulfillment of the Contract, compensation, mutual rights between Contractor and Owner under these Contract Documents, supervision of the work, resumption of operations, and all other questions or disputes which may arise. Engineer will not be responsible for Contractor's means, methods, techniques, sequence or procedures of construction, or the safety precaution and programs incident thereto, and he will not be responsible for Contractor's failure to perform the work in accordance with the contract documents. The Engineer shall determine the amount and quality of the work completed and materials furnished, and his decisions and estimates shall be final. His estimates in such event shall be a condition to the right of the Contractor to receive money due him under the Contract. The Owner shall have executive authority to enforce and make effective such necessary decisions and orders as the Contractor fails to carry out promptly. In the event of any dispute between the Engineer and Contractor over the decision of the Engineer on any such matters, the Engineer must, within a reasonable time, upon written request of the Contractor, render and deliver to both the owner and Contractor, a written decision on the matter in controversy. C5-5.2 CONFORMITY WITH PLANS: The finished project in all cases shall conform with lines, grades, cross -sections, finish, and dimensions shown on the plans or any other requirements other wise described in the Contract Documents. Any deviation from the approved Contract Documents required by the Engineer during construction will in all cases be determined by the Engineer and authorized by the Owner by Change Order. C5-5.3 COORDINATION OF CONTRACT DOCUMENTS: The Contract Documents are made up of several sections, which, taken together, are intended to describe and provide for a complete and useful project, and any requirements appearing in one of the sections is as binding as though it occurred in all sections. In case of discrepancies, figured dimension shall govern over scaled dimensions, plans shall govern over specifications, special conditions shall govern over general conditions and standard specification, and quantities shown on the plans shall govern over those shown in the proposal. The Contractor shall not take advantage of any apparent error or omission in C5-5 (1) the Contract Documents, and the owner shall be permitted to make such corrections or -' interpretations as may be deemed necessary for fulfillment of the intent of the Contract Documents. In the event the Contractor discovers an apparent error or discrepancy, he shall immediately call this condition to the attention of the Engineer. In the event of a conflict in drawings, specifications, or other portions of the Contract Documents which were not reported prior to the award of Contract, the Contractor shall be deemed to have quoted the most expensive resolution of the conflict. - C5-5.4 COOPERATION OF CONTRACTOR: The Contractor will be furnished with three sets of Contract Documents and shall have available on the site of the project at all times, one set of such Contract Documents. The Contractor shall give to the work the constant attention necessary to facilitate the progress thereof and shall cooperate with the Engineer, his inspector, and other Contractors in every possible way. The Contractor shall at all times have competent personnel available to the project site for proper performance of the work. The Contractor shall provide and maintain at all times at the site of the project a competent, English-speaking superintendent and an assistant who are fully authorized to act as the Contractor's agent on the work. Such superintendent and his assistant shall be capable of reading and understanding the Contract Documents and shall receive and fulfill instructions from the Owner, the Engineer, or his authorized representatives. Pursuant to this responsibility of the Contractor, the Contractor shall designate in writing to the project superintendent, to act as the Contractor's agent on the work. Such assistant project superintendent shall be a resident of Tarrant County, Texas, and shall be subject to call, as is the project superintendent, at any time of the day or night on any day of the week on which the Engineer determines that circumstances require the presence on the project site of a representative of the Contractor to adequately provide for the safety or convenience of the traveling public or the owners of property across which the project extends or the safety of the property contiguous to the project routing. The Contractor shall provide all facilities to enable the Engineer and his inspector to examine and inspect the workmanship and materials entering into the work. C5-5.5 EMERGENCY AND/OR RECTIFICATION WORK: When, in the opinion _ of the Owner or Engineer, a condition of emergency exists related to any part of the work, the Contractor, or the Contractor through his designated representative, shall respond with dispatch to a verbal request made by the Owner or Engineer to alleviate the _ emergency condition. Such a response shall occur day or night, whether the project is scheduled on a calendar -day or a working -day basis. Should the Contractor fail to respond to a request from the Engineer to rectify any discrepancies, omissions, or correction necessary to conform with the requirements of the project specifications or plans, the Engineer shall give the Contractor written notice that suchwork or changes are'to be performed. The written notice shall direct attention to the C5-5 (2) _ 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 shoe 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 the Contractor on the project. C5-5.6 FIELD OFFICE: The Contractor shall provide, at no extra compensation, an adequate field office for use of the Engineer, if specifically called for. The field office shall be not less than 10 x 14 feet in floor area, substantially constructed, well heated, air conditioned, lighted, and weather proof, so that documents will not be damaged by the elements. C5-53 CONTRUCTION STAKES: The City, through its Engineer, will furnish the Contractor with all lines, grades, and measurements necessary to the proper prosecution and control of the work contracted under these Contract Documents, and lines, grades and measurements will be established by means of stakes or other customary method of marking as may be found consistent with good practice. These stakes or markings shall be set sufficiently in advance of construction operations to avoid delay. Such stakes or markings as may be established for Contractor's use or .. guidance shall be preserved by the Contractor until he is authorized by the Engineer to remove them. Whenever, in the opinion of the Engineer, any stakes or markings have been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost of replacing such stakes or marks plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. C5-5.8 AUTHORITY AND DUTIES OF CITY INSPECTOR: City Inspectors will be authorized to inspect all work done and to be done and all materials furnished. Such inspection may extend to all or any part of the work, and the preparation or manufacturing of the materials to be used or equipment to be installed. A City Inspector may be stationed on the work to report to the Engineer as to the progress of the work and the manner in which it is being performed, to report any evidence that the materials being furnished or the work being performed by the Contractor fails to fulfill the requirements of the Contract Documents, and to call the attention of the Contractor to any such failure or other infringements. Such inspection or lack of inspection will not relieve the Contractor from any obligation to perform the work in accordance with the requirements of the Contract Documents. In case of any dispute arising between the Contractor and the City Inspector as to the materials or equipment furnished or the manner of performing the work, the City Inspector will have the authority to reject materials or equipment, and/or to suspend work until the question at issue can be referred to and decided by the Engineer. The City Inspector will not, however, be authorized to revoke, alter, enlarge, or release any requirement of these Contract Documents, nor to approve or accept any portion or section of the work, nor to issue any instructions contrary tot he requirement s of the Contract Documents. The City Inspector will in no case act as superintendent or C5-5 (3) foreman or perform any other duties for the Contractor, or interfere with the management or operation of the work. He will not accept from the Contractor any compensation in any form for performing any duties. The Contractor shall regard and obey the directions and instructions of the City Inspector or Engineer when the same are consistent with the obligations of the Contract Documents of the Contract Documents, provided, however, should the Contractor object to any orders or instructions or the City Inspector, the Contractor may within six days make written appeal to the Engineer for his decision on the matter in Controversy. C5-5.9 INSPECTION: The Contractor .shall furnish the Engineer with every reasonable facility for ascertaining whether or not the work as performed is in accordance with the requirements of the Contract Documents. If the Engineer so requests, the Contractor shall, at any time before acceptance of the work, remove or uncover such portion of the finished work as may be directed. After examination, the Contractor shall restore said portions of the work to the standard required by the Contract Documents. Should the work exposed.or examined prove acceptable, the uncovering or removing and replacing of the covering or making good of the parts removed shall be paid for as extra work, but should Work so exposed or examined prove to be unacceptable, the uncovering or removing and replacing of all adjacent defective or damaged parts shall be at the Contractor's expense. No work shall be done or materials used without suitable supervision or inspection. — C5-5.10 REMOVAL OF EDEFCTIVE AND UNAUTHORIZED WORK: All work, materials, or equipment which has been rejected shall be remedied or removed and y replaced in an acceptable manner by the Contractor at this expense. Work done beyond the lines and grades given or as shown on the plans, except as herein specially provided, or any Extra Work done without written authority, will be considered as unauthorized and done at the expense of the Contractor and will not be paid for by the Owner. Work so done may be ordered removed at the Contractor's expense. Upon the failure on the part of the Contractor to comply with any order of the Engineer made under the provisions of ` this paragraph, the Engineer will 'have the authority to cause defective work to be remedied or removed and replaced and unauthorized work to be removed, and the cost thereof may be deducted from any money due or to become due tot he Contractor. Failure to require the removal of any defective or unauthorized work shall not constitute acceptance of such work. C5-5.11 SUBSTITUTE MATERIALS OR EQUIPMENT: If the Specifications, law, ordinance, codes or regulations permit Contractor to furnish or use a substitute that is equal to any material or equipment specified, and if Contractor wishes'to furnish or use w a proposed substitute, he shall, prior to the preconstruction conference, make written application to ENGINEER for approval of such substitute certifying in writing that the _ proposed substitute will perform adequately the function called for by the general design, be similar and of equal substance to that specified and be suited to the same use and capable of performing the same function as that specified ; and identifying all variations _ of the proposed substitute from that specified and indicating available maintenance C5-5 (4) service. No substitute shall be ordered or installed without written approval of Engineer who will be the judge of the equality and may require Contractor to furnish such other data about the proposed substitute as he considers pertinent. No substitute shall be _ ordered or installed without such performance guarantee and bonds as Owner may require which shall be furnished at Contractor's expense. Contractor shall indemnify and hold harmless Owner and Engineer and anyone directly or indirectly employees by either of them from and against the claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. C5-5.12 SAMPLES AND TESTS OF MATERIALS: Where, in the opinion of the Engineer, or as called for in the Contract Documents, tests of materials or equipment are necessary, such tests will be made at the expense of and paid for direct to the testing .. agency by the Owner unless other wise specifically provided. The failure of the Owner to make any tests of materials shall in no way relieve the contractor of his responsibility of furnishing materials and equipment fully conforming to, the requirements of the Contract Documents. Tests and sampling of materials, unless otherwise specified, will be made in accordance with the latest methods prescribed by the American Society for Testing Materials or specific requirements of the Owner. The Contractor shall provide such facilities as the Engineer may require for collecting and forwarding samples and shall not, without specific written permission of the Engineer, use materials represented by the samples until tests have been made and the materials approved for use. The Contractor will furnish adequate samples without charge to the Owner. In case of concrete, the aggregates, design minimum, and the mixing and transporting equipment shall be approved by the Engineer before any concrete is placed, and the Contractor shall be responsible for replacing any concrete which does not meet the requirements of the Contract Documents. Tests shall be made at least 9 days prior to the placing of concrete, using samples from the same aggregate, cement, and mortar which are to be used later in the concrete. Should the source of supply change, new tests shall be made prior to the use of new materials. C5-5.13 STORAGE OF MATERIALS: All materials which are to be used in the construction contract shall be stored so as to insure the preservation of quality and fitness .. of the work. When directed by the Engineer, they shall be placed on wooden platforms or other hard, clean durable surfaces and not on the ground, and shall be placed under cover when directed. Stored materials shall be placed and located so as to facilitate prompt inspection. C5-5.14 EXISTING STRUCTURES AND UTILITIES: The location and dimensions shown on the plans relative to the existing utilities are based on the best information available. Omission from, the inclusion of utility locations on the Plans is not to be considered as nonexistence of, or a definite location of, existing underground utilities. The location of many gas mains, water mains, conduits, sewer lines and service lines for all utilities, etc., is unknown to the Owner, and the Owner assumes no responsibility for failure to show any or all such structures and utilities on the plans or to show them in their exact location. It is mutually agreed that such failure will not be considered C5-5 (5) sufficient basis for claims for additional compensation for Extra Work or for increasing the pay quantities in any manner whatsoever, unless an obstruction encountered is such as to necessitate changes in' the lines and grades of considerable magnitude or requires the building of special works, provision of which is not made in these Contract Documents, in which case the provision in these Contract Documents for Extra Work shall apply. It shall be the Contractor's responsibility to verify locations of the adjacent and/or conflicting utilities sufficiently in advance of construction in order that he may negotiate such local adjustments as necessary in the construction process to provide adequate clearances. The Contractor shall take all necessary precautions in order to protect all existing utilities, structures, and service lines. Verification of existing utilities, structures, and service lines shall include notification of all utility companies at least forty-eight (48) hours in advance of construction including exploratory excavation if necessary. All verification of utilities and their adjustment shall be considered subsidiary work. C5-5.15 INTERRUPTION OF SERVICE: a. Normal Prosecution: In the normal prosecution of work where the interruption of service is necessary, the Contractor, at least 24 hours in advance, shall be required to: I. Notify the Water Department's Distribution Division as to location, time, and schedule of service interruption. 2. Notify each customer personally through responsible personnel as to the time and schedule of the interruption of their service, or 3. In the event that personal notification - of a customer cannot be made, a prepared'tag form shall be attached to the customer's door knob. The tag shall be durable in composition, and in large bold letters shall say: M C5-5 (6) "NOTICE" Due to Utility Improvement in your neighborhood, your (water) (sewer) service will be interrupted on between the hours of and This inconvenience will be as short as possible. Thank You, Contractor Address Phone b. Emergency In the event that an unforeseen service interruption occurs, notice shall be as above, but immediate. C5-5.16 MUTUAL RESPONSIBILITY OF CONTRACTORS: If, through act or _ neglect on the part of the Contractor, or any other Contractor or any sub -contractor shall suffer loss or damage of the work, the Contractor agrees to settle with such other Contractor or sub -contractor by agreement or arbitration. If such other Contractor or sub- - contractor shall assert any claim against the owner on account of damage alleged to have been sustained, the owner will notify the Contractor, who shall indemnify and save harmless the owner against any such claim. C5-5.17 CLEAN-UP: Clean-up of surplus and/or waste materials accumulated on the job site during the prosecution of the work under these Contract Documents shall be accomplished in keeping with a daily routine established to the satisfaction of the Engineer. Twenty-four (24) hours after written notice is given the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the Engineer, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the Engineer deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice, 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. Upon the completion of the project as a whole as covered by these Contract Documents, and before final acceptance and final payment will be made, the Contractor shall clean and remove from the site of the project all surplus and discarded materials, temporary structures, and debris of every kind. He shall leave the site of all work in a neat and orderly condition equal to that which originally existed. Surplus and waste materials removed from the site of the work shall be disposed of at locations satisfactory to the Engineer. The Contractor shall thoroughly clean all equipment and materials installed by him and shall deliver over such materials and equipment in a bright, clean, polished and new appearing condition. No extra compensation will be made to the Contractor for any clean-up required on the project. C5-5 (7) C5-5.18 FINAL INSPECTION: Whenever the work provided for in and contemplated under the Contract Documents has been satisfactorily completed and final clean-up performed, the Engineer will notify the proper officials of the Owner and request that a Final Inspection be made. Such inspection will be made within 10 days after such notification. After such final inspection, if the work and materials and equipment are found satisfactory, the Contractor will be notified in writing of the acceptance of the same after the proper resolution has been passed by the City Council. No time charge will be made against the Contractor between said date of notification of the Engineer and the date of final inspection of the work. C5-5 (8) _ PART C - GENERAL CONDITIONS C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY SECTION C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY C6-6.1 LAWS TO BE OBSERVED: The Contractor shall at all times observe and comply with all Federal and State Laws and City ordinances and regulations which in any way affect the conduct of the work or his operations, and shall observe and comply with all orders, laws, ordinances and regulations which exist or which may be enacted later by bodies having jurisdiction or authority for such enactment. No plea or misunderstanding or ignorance thereof will be considered. The Contractor and his Sureties shall indemnify - and save harmless the City and all of its officers, agents, and employees against any and all claims or liability arising from or based on the violation of any such law, ordinance, regulation, or order, whether it be by himself or his employees. C6-6.2 PERMITS AND LICENSES: The Contractor shall procure all permits and licenses, pay all charges, costs and fees, and give all notices necessary and incident to the due and lawful prosecution of the work. C6-6.3 PATENTED DEVICES MATERIALS AND PROCESSES: If the Contractor is required or desires to use any design, device, material, or process covered by letter, patent, or copyright, he shall provide for such use by suitable legal agreement with the _ patentee or owner of such patent, letter, or copyrighted design. It is mutually agreed and understood that without exception the contract price shall include all royalties or cost arising from patents, trademarks, and copyrights in any way involved in the work. The Contractor and his sureties shall indemnify and save harmless the Owner from any and all claims for infringement by reason of the use of any such trade -mark or copyright in connection with the work agreed to be performed under these Contract Documents, and shall indemnify the Owner for any cost, expense, or damage which it may be obliged to pay by reason of such infringement at any time during the prosecution of the work or after completion of the work, provided, however, that the Owner will assume the responsibility to defend any and all suits brought for the infringement of any patent claimed to be infringed upon the design, type of construction or material or equipment specified in the Contract Documents furnished the Contractor by the Owner, and to hold the Contractor harmless on account of such suits. C6-6.4 SANITARY PROVISIONS: The Contractor shall establish and enforce among his employees such regulations in regard to cleanliness and disposal of garbage and waste as will tend to prevent the inception and spread of infectious or contagious diseases and to effectively prevent the creation of a nuisance about the work on any property either public or private, and such regulations as are required by Law shall be put into immediate force and effect by the Contractor. The necessary sanitary conveniences for use of laborers on the work, properly secluded from public observation, shall be ` constructed and maintained by the Contractor and their use shall be strictly enforced by C6-6(1) the Contractor. All such facilities shall be kept in a clean and sanitary condition, free from objectionable odors so as not to cause a nuisance. All sanitary laws and regulations of the State of Texas and the City shall be strictly complied with. C6-6.5 PUBLIC SAFETY AND CONVENIENCE: Materials or equipment stored about the work shall be placed and used, and the work shall at all times be so conducted, as to cause no greater obstruction or inconvenience to the public than is considered to be absolutely necessary by the Engineer. The Contractor is required to maintain at all times all phases of his work in such a manner as not to impair the safety or convenience of the public, including, but not limited to, safe and convenient ingress and egress to the property contiguous tot he work area. The Contractor shall make adequate provisions to render reasonable ingress and egress for normal vehicular traffic, except during actual trenching or pipe installation operations, at all driveway crossings. Such provisions may include bridging, placement or crushed stone or gravel or such other means of providing proper ingress and egress for the property served by the driveway as the Engineer may approve as appropriate. Such other means may include the diversion of driveway traffic, with specific approval by the Engineer, If diversion of traffic is approved by the Engineer at any location, the Contractor may make arrangements satisfactory to the Engineer for the diversion of traffic, and shall, at his expense, provide all materials and perform all work necessary for the construction and maintenance of roadways and bridges for such diversion of traffic. Sidewalks must not be obstructed except by special permission of the Engineer. The materials excavated and the construction materials such as pipe used in construction of the work shall be placed so as not to endanger the work or prevent free access to all fire hydrants, fire alarm boxes, police call boxes, water valves, gas valves, or manholes in the vicinity. The Owner reserves the right to remedy any neglect on the part of the Contractor as regards to public convenience and safety which may come to its attention, after twenty-four hours notice in writing to the Contractor, save in cases of emergency when it shall have the right to remedy any neglect without notice, and in either case, the cost of such work or materials furnished by the Owner or by the City shall be deducted from the monies due or to become due to the Contractor. The Contractor, after approval of the Engineer, shall notify the Fire Department Headquarters, Traffic Engineer, and Police Department, when any street or alley is requested to be closed or obstructed or any fire hydrant is to be made inaccessible, and when so directed by the Engineer, shall keep any street, streets, or highways in condition for unobstructed use by fire apparatus. The Contractor shall promptly notify the Fire Department Headquarters when all such obstructed streets, alleys, or hydrants are placed back in service. Where the Contractor is required to construct temporary bridges or make other arrangements for crossing over ditches or streams, his responsibility for accidents in connection with such crossings shall include the roadway approaches as well as the structures of such crossings. C6-6(2) The Contractor shall at all times conduct his operation and use of construction machinery so as not to damage or destroy trees and scrubs located in close proximity to or on the site of the work. Wherever any such damage may be done, the Contractor shall immediately satisfy all claims of property owners, and no payment will be made by the Owner in settlement of such claims. The Contractor shall file with the Engineer a written statement showing all such claims adjusted. C6-6.6 PRIVILEGES OF CONTRACTOR IN STREETS ALLEYS AND RIGHT-OF-WAY: For the performance of the contract, the Contractor will be permitted to use and occupy such portions of the public streets and alleys, or other public places or other rights -of -way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be specifically authorized in writing by the Engineer. A reasonable amount of tools, materials, and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction -� operations. Excavated and waste materials shall be piled or staked in such a way as not to interfere with the use of spaces that may be designated to be left free and unobstructed and so as not to inconvenience occupants of adjacent property. If the street is occupied by railroad tracks, the work shall be carried on in such manner as not to interfere with the operation of trains, loading or unloading of cars, etc. Other contractors of the Owner may, for all purposes required by the contract, enter upon the work and premises used by the Contractor and shall be provided all reasonable facilities and assistance for the completion of adjoining work. Any additional grounds desired by the Contractor for his use shall be provided by him at his own cost and expense. C6-6.7 RAILWAY CROSSINGS: When the work encroaches upon any right-of-way of any railroad, the City will secure the necessary easement for the work. Where the railroad tracks are to be crossed, the Contractor shall observe all the regulations and instructions of the railroad company as to the methods of performing the work and take ,,. all precautions for the safety of property and the public. Negotiations with the railway companies for the permits shall be done by and through the City. The Contractor shall give the City Notice not less than five days prior to the time of his intentions to begin work on that portion of the project which is related to the railway properties. The Contractor will not be given extra compensation for such railway crossings unless specifically set forth in the Contract Documents. C6-6.8 BARRICADES WARNINGS AND WATCHMEN: Where the work is carried on in or adjacent to any street, alley, or public place, the Contractor shall at his own expense furnish, erect, and maintain such barricades, fences, lights, and danger signals, shall provide such watchman, and shall take all such other precautionary measures for the protection of persons or property and of the work as are necessary. Barricades and fences shall be painted in a color that will be visible at night. From sunset to sunrise the Contractor shall furnish and maintain at least one easily visible burning light at each barricade. A sufficient number of barricades shall be erected and maintained to keep pedestrians away from, and vehicles from being driven on or into, any work under C6-6(3) construction or being maintained. The Contractor shall furnish watchmen and keep them at their respective assignments in sufficient numbers to protect the work and prevent accident or damage. All installations and procedures shall be consistent with provisions set forth in the "1980 Texas Manual on Uniform Traffic Control Devices for Streets and Highways" issued under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways", — codified as Article 6701d Veron's Civil Statues, pertinent section being Section Nos. 27, 29, 30 and 31. The Contractor will not remove any regulatory sign, instructional sign, street name sign, or other sign which has been erected by the City. If it is determined that a sign must be removed to permit required construction, the Contractor shall contact the Transportation and Public Works Department, Signs and Markings Division (phone number 871-8075), to remove the sign. In case of regulatory signs, the Contractor must replace the permanent _ sign with a temporary sign meeting the requirements of the above referred manual and such temporary sign must be installed prior to the removal of the permanent sign. If the temporary sign is not installed correctly or if it does not meet the required specifications, the permanent sign shall be left in place until the temporary sign requirements are met. When construction work is completed to the extent that the permanent sign can be re- installed, the Contractor shall again contact the Signs and Markings Division to re -install .. the permanent sign and shall leave his temporary sign in place until such re -installation is completed. The Contractor will be held responsible foe all damage to the work or the public due to failure .of barricades, signs, fences, lights, or watchmen to protect them. Whenever evidence is found of such damage to the work the Engineer may order the damaged portion immediately removed and replaced by the Contractor at the Contractor's own expense. The Contractor's responsibility for the maintenance of barricades, signs, fences and lights, and for providing watchmen shall not cease until the project shall have been — completed and accepted by the Owner. No compensation, except as specifically provided in these Contract Documents, will be paid to the Contractor for the Work and materials involved in the constructing, providing, and maintaining of barricades, signs, fences, and lights or salaries of watchmen, for the subsequent removal and disposal of such barricades, signs, or for any other incidentals necessary for the proper protection, safety, and convenience of the public during the contract period, as this work is considered to be subsidiary to the several items for which unit or lump sum prices are requested in the Proposal. C6-6.9 USE OF E30LOSIVES DROP WEIGHT ETC.: Should the Contractor elect to use explosives, drop weight, etc., in the prosecution of the work, the utmost care shall be exercised at all times so as not to endanger life or property. The Contractor shall notify the proper representative of any public service corporation, any company, individual, or utility, and the Owner, not less than twenty-four hours in advance of the use C6-6(4) of any activity which might damage or endanger their or his property along or adjacent to the work. _ Where the use of explosives is to be permitted on the project, as specified in the Special Conditions Documents, or the use of explosives is requested, the Contractor shall submit notice to the Engineer in writing twenty-four hours prior to commencing and shall furnish evidence that he has insurance coverage to protect against any damages and/or injuries arising out of such use of explosives. C6-6.10 WORK WITHIN EASEMENTS: Where the work passes over, through, or into private property, the Owner will provide such right-of-way or easement privileges, as the City may deem necessary for the prosecution of the work. Any additional rights -of - way or work area considered necessary by the Contractor shall be provided by him at his expense. Such additional rights -of -way or work area shall be acquired for the benefit of the City. The City shall be notified in writing as to the rights so acquired before work begins in the affected area. The Contractor shall not enter upon private property for any purpose without having previously obtained permission from the owner of such property. The Contractor will not be allowed to store equipment or material on private property unless and until the specified approval of the property owner has been secured in writing by the Contractor and a copy furnished to the Engineer. Unless specifically provided otherwise, the Contractor shall clear all rights -of -way or easements of obstructions which must be removed to make possible proper prosecution of the work as a part of the project construction operations. The Contractor shall be responsible for the preservation of and shall use every precaution to prevent damage to, all tress, shrubbery, plants, lawns, fences, culverts, curbing, and all other types of structures or improvements, to all water, sewer, and gas lines, to all conduits, overhead pole lines, or appurtenances thereof, including the construction of temporary fences and to all other public or private property adjacent to the work. The Contractor shall notify the proper representatives of the owners or occupants of the public or private lands of interest in lands which might be affected by the work. Such notice shall be made at least 48 hours in advance of the beginning of the work. Notices shall be applicable to both public and private utility companies or any corporation, company, individual, or other, either as owners or occupants, whose land or interest in land might be affected by the work. The Contractor shall be responsible for all damage or injury to property of any character resulting from any act, omission, neglect, or misconduct in the manner or method or execution of the work, or at any time due to defective work, material, or equipment. When and where any direct or indirect or injury is done to public or private property on account of any act, omission, neglect, or misconduct in the execution of the work, or in consequence of non -execution thereof on the part of the Contractor, he shall restore or have restored as his cost and expense such property to a condition at least equal to that existing before such damage or injury was done, by repairing, rebuilding, or otherwise C6-6(5) replacing and restoring as may be directed by the Owner, or he shall make good such damages or injury in a manner acceptable to the owner of the property and the Engineer. All fences encountered and removed during construction of this project shall be restored to the original or a better than original condition upon completion of this project. When wire fencing, either wire mesh or barbed wire is to be crossed, the Contractor shall set cross brace posts on either side of the permanent easement before the fence is cut. Should additional fence cuts be necessary, the Contractor shall provide cross -braced posts at the point of the proposed cut in addition to the cross braced posts provided at the permanent easements limits, before the fence is cut. Temporary fencing shall be erected in place of the fencing removed whenever the work is not in progress and when the site is vacated overnight, and/or at all times to prevent livestock from entering the construction area. The cost for fence removal, temporary closures and replacement shall be subsidiary to the various items bid in the project proposal. Therefore, no separate payment shall be allowed for any service associated with this work. In case of failure on the part of the Contractor to restore such property or to make good such damage or injury, the Owner may, upon 48 hour written notice under ordinary circumstances, and without notice when a nuisance or hazardous condition results, _ proceed to repair, rebuild, or otherwise restore such property as may be determined by the Owner to be necessary, and the cost thereby will be deducted from any monies due to or to become due to the Contractor under this contract. - C6.6.11 MDEPENDENT CONTRACTOR: It is understood and agreed by the parties hereto that the Contractor shall perform all work and services hereunder as an independent contractor, and not as an officer, agent, servant, or employee of the Owner. Contractor shall have exclusive control of and exclusive right to control the details of all work and services performed hereunder, and all persons performing the same, and shall — be solely responsible for the acts and omissions of its officers, agents, servants, employees, contractor, subcontractors, licensees and invitees. The doctrine of respondeat superior shall not apply as between Owner and Contractor, its officers, agents, employees, contractors and subcontractors, and nothing herein shall be construed as creating a partnership or joint enterprise between Owner and Contractor. C6-6.12 CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS: Contractor covenants and agrees to, and does hereby indemnify, hold harmless and defend Owner, its officers, agents, servants, and employees from and against any and all claims or suits for property damage or loss and/or personal injury, including death, to any and all persons, of whatsoever kind or character, whether real or asserted, arising out of or in connection _ with, directly or indirectly, the work and services to be performed hereunder by the Contractor, its officers, agents, employees, contractors, subcontractors, licensees or invitees, whether or not caused, in whole or in apart, by alleged negligence on the part of officers, agents, employees, contractors, subcontractors, licensees or invitees of the C6-6(6) Owner; and said Contractor does hereby covenant and agree to assume all liability and responsibility of Owner, its officers, agents, servants, and employees for property damage or loss, and/or personal injuries, including death, to any and all person of whatsoever kind or character, whether real or asserted, arising out of or in connection with, directly or indirectly, the work and services to be performed hereunder by the Contractor, its officers, agents, employees, contractors, subcontractors, licensees or invitees, whether or not caused, in whole or in apart, by alleged negligence of officers, agents, employees, contractors, subcontractors, licensees or invitees of the Owner. Contractor likewise covenants and agrees to, and does hereby, indemnify and hold harmless Owner from and .• against any and all injuries, loss or damages to property of the Owner during the performance of any of the terms and conditions of this Contract, whether arising out of or in connection with or resulting from, in whole or in apart, any and all alleged acts of omission of officers, agents, employees, contractors, subcontractors, licensees, or invitees of the Owner. In the event a written claim for damages against the contractor or its subcontractors remains unsettled at the time all work on the project has been completed to the satisfaction of the Director of the Water Department, as evidenced by a final inspection, final payment to the Contractor shall not be recommended to the Director of the Water Department for a period of 30 days after the date of such final inspection, unless the Contractor shall submit written evidence satisfactory to the Director that the claim has been settled and a release has been obtained from the claimant involved. If the claims concerned remains unsettled as of the expiration of the above 30-day period, the Contractor may be deemed to be entitled to a semi-final payment for work completed, such semi-final payment to be in the amount equal to the total dollar amount then due less the dollar value of any written claims pending against the Contractor arising out of performance of such work, and such semi-final payment may then be recommended by the Director. The Director shall not recommend final payment to a Contractor against whom such a claim for damages is outstanding for a period of six months following the date of the acceptance of the work performed unless the Contractor submits evidence in writing satisfactory tot he Director that: — 1. The claim has been settled and a release has been obtained from the claimant involved, or 2. Good faith efforts have been made to settle such outstanding claims, and such good faith efforts have failed. " If condition (1) above is met at any time within the six month period, the Director shall recommend that the final payment to the Contractor be made. If condition (2) above is met at any time within the six month period, the Director may recommend that final payment to the Contractor be made. At the expiration of the six month period, the C6-6(7) Director may recommend that final payment be made if all other work has been performed and all other obligations of the Contractor have been met to the satisfaction of the Director. The Director may, if he deems it appropriate, refuse to accept bids on other Water Department Contract work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. C6-6.13 CONTRACTOR'S CLAIM FOR DAMAGES: Should the Contractor claim compensation foe any alleged damage by reason of the acts or omissions of the Owner, he shall within three days after the actual sustaining of such alleged damage, make a written statement to the Engineer, setting out in detail the nature of the alleged damage, and on or before the 25m day of the month succeeding that in which ant such damage is claimed to have been sustained, the Contractor shall file with the Engineer an itemized statement of the details and the amount of such alleged damage and, upon request, shall give the _ Engineer access to all books of account, receipts, vouchers, bills of lading, and other books or papers containing any evidence as to the amount of such alleged damage. Unless such statements shall be filed as hereinabove required, the Contractor's claim for compensation shall be waived, and he shall not be entitled to payment on account of such damages. C6-6.14 ADJUSTMENT OR RELOCATION OF PUBLIC UTILITIES ETC.: In case it is necessary to change, move, or alter in any manner the property of a public utility or others, the said property shall not be moved or interfered with until orders thereupon have been issued by the Engineer. The right is reserved to the owners of public utilities to enter the geographical limits of the Contract for the purpose of making such changes or repairs to the property that may be necessary by the performance of this Contract. C6-6.15 TEMPORARY SEWER AND DRAIN CONNECTIONS: When existing sewer lines have to be taken up or removed, the Contractor shall, at his own expense and cost, provide and maintain temporary outlets and connections for all private or public drains and sewers. The Contractor shall also take care of all sewage and drainage which will be received from these drains and sewers, and for this purpose he shall provide and maintain, at his own cost and expense, adequate pumping facilities and temporary outlets or divisions. The Contractor, at his own cost and expense, shall construct such troughs, pipes, or other structures necessary, and be prepared at all times to dispose of drainage and sewage _ received from these temporary connections until such times as the permanent connections are built and are in service. The existing sewers and connections shall be kept in service and maintained under the Contract, except when specified or ordered to be abandoned by _ the Engineer. All water, sewage, and other waste shall be disposed of in a satisfactory manner so that no nuisance is created and so that the work under construction will be adequately protected. C6-6(S) C6-6.16 ARRANGEMENT AND CHARGES FOR WATER FURNISHED BY THE CITY: When the Contractor desires to use City water in connection with any construction work, he shall make complete and satisfactory arrangements with the Fort Worth City Water Department for so doing. City water furnished to the Contractor shall be delivered to the Contractor from a connection on an existing City main. All piping required beyond the point of delivery shall be installed by the Contractor at his own expense. The Contractor's responsibility in the use of all existing fire hydrant and/or valves is detailed in Section E2-1.2 USE OF FIRE HYDRANTS AND VALVES in these General Contract Documents. When meters are used to measure the water, the charges, if any, for water will be made at the regular established rates. When meters are not used, the charges, if any, will be as -• prescribed by the City ordinance, or where no ordinances applies, payment shall be made on estimates and rates established by the Director of the Fort Worth Water Department. C 6-6.17 USE OF A SECTION OR PORTION OF THE WORK: Whenever, in the opinion of the Engineer, any section or portion of the work or any structure is in suitable condition, it may be put into use upon the written notice of the Engineer, and such usage shall not be held to be in any way an acceptance of said work or structure or any part thereof or as a waiver of any of the provisions of these Contract Documents. All _ necessary repairs and removals of any section of the work so put into use, due to defective materials or workmanship, equipment, or deficient operations on the part of the Contractor, shall be performed by the Contractor at his expense. C6-6.18 CONTRACTOR'S RESPONSIBILITY FOR THE WORK: Until written acceptance by the Owner as provided for in these Contract Documents, the work shall be ,.. under the charge and care of the Contractor, and he shall take every necessary precaution to prevent injury or damage to the work or any part thereof by action of the elements or from any cause whatsoever, whether arising from the execution or nonexecution of the work. The Contractor shall rebuild, repair, restore, and make good at his own expense all injuries or damage to any portion of the work occasioned by any of the hereinabove causes. C6-6.19 NO WAIVER OF LEGAL RIGHTS: Inspection by the Engineer or any order by the Owner by payment of money or any payment for or acceptance of any work, or any extension of time, or any possession taken by the City shall not operate as a waiver of any provision of the Contract Documents. Any waiver of any breach or Contract shall not be held to be a waiver of any other or subsequent breach. The Owner reserves the right to correct any error that may be discovered in any estimate that may have been paid and to adjust the same to meet the requirements of the Contract Documents. MM C6-6(9) C6-6.20 PERSONAL LIABILITY OF PUBLIC OFFICIALS: In carrying out the provisions of these Contract Documents or in exercising any power of authority granted thereunder, there shall be no liability upon the authorized representative of the Owner, either personally or other wise as they are agents and representatives of the City. C6-6.21 STATE SALES TAX: On a contract awarded by the City of Fort Worth, and — organization which qualifies for exemption pursuant the provisions of Article 20.04 (I) of the Texas Limited Sales, Excise, and Use Tax Act, 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 State Comptroller's rulings pertaining to the Texas Limited Sales, Excise, and _ Use Tax Act. On a contract awarded by a developer for the construction of a publicly -owner improvement in a street right-of-way or other easement which has been dedicated to the public and the City of Fort Worth, an organization which qualifies for exemption pursuant the provisions of Article 20.04 (H) 'of the Texas Limited Sales, Excise, and Use .. Tax Act, the Contractor can probably be exempted in the same manner stated above. Texas Limited Sales, Excise, and Use Tax Act permits and information can be obtained .. from: Comptroller of Public Accounts Sales Tax Division Capitol Station Austin, TX C6-6(10) M _ PART C - GENERAL CONDITIONS C7-7 PROSECUTION AND PROGRESS SECTION C7-7 PROSECUTION AND PROGRESS: ., C7-7.1 SUBLETTING: The Contractor shall perform with his own organization, and with the assistance of workmen under his immediate superintendence, work of a value of not less than fifty (50%) percent of the value embraced on the contract. If the Contractor sublets any part of the work to be done under these Contract Documents, he will not under any circumstances be relieved of the responsibility and obligation assumed under these Contract Documents. All transactions of the Engineer will be with the Contractor. Subcontractors will be considered only in the capacity of employees or workmen of the Contractor and shall be subject tot he same requirements as to character and competency. The Owner will not recognize any subcontractor on the work. The Contractor shall at all times, when the work is in operation, be represented either in person or by a superintendent or other designated representatives. C7-7.2 ASSIGNMENT OF CONTRACT: The Contractor shall not assign, transfer, sublet, or otherwise dispose of the contract or his rights, title, or interest in or to the same or any part thereof without the previous consent of the Owner expressed by resolution of the City Council and concurred in by the Sureties. If the Contractor does, without such previous consent, assign, transfer, sublet, convey, or otherwise dispose of the contract or his right, title, or interest therein or any part thereof, to any person or persons, partnership, company, firm, or corporation, or does by bankruptcy, voluntary or involuntary, or by assignment under the insolvency laws of any states, attempt to dispose of the contract may, at the option of the Owner be revoked and annulled, unless the Sureties shall successfully complete said contract, and in the event of any such revocation or annulment, any monies due or to become due under or by virtue of said contract shall be retained by the Owner as liquidated damages for the reason that it would be impracticable and extremely difficult to fix the actual damages. C7-7.3 PROSECUTION OF THE WORK: Prior to beginning any construction operations, the Contractor shall submit to the Engineer in five or more copies, if requested by the Engineer, a progress schedule preferably in chart or diagram form, or a brief outlining in detail and step by step the manner of prosecuting the work and ordering materials and equipment which he expects to follow in order to complete the project in the scheduled time. There shall be submitted a table of estimated amounts to be earned by the Contractor during each monthly estimate period. The Contractor shall commence the work to be performed under this contract within the time limit stated in these Contract Documents and shall conduct the work in a continuous manner and with sufficient equipment, materials, and labor as is necessary to insure its completion within the time limit. C7-7(1) The sequence requested of all construction operations shall be at all times as specified in the Special Contract Documents. Any Deviation from such sequencing shall be submitted to the Engineer for his approval. Contractor shall not proceed with any deviation until he has received written approval from the Engineer. Such specification or approval by the Engineer shall not relieve the Contractor from full responsibility of the complete performance of the Contract. The contract time may be changed only as set forth in Section C7-7.8 EXTENSION OF THE OF COMPLETION of this Agreement, and a progress schedule shall not constitute a change in the contract time. r. C7-7.4 LIMITATION OF OPERATIONS: The working operations shall at all times be conducted by the Contractor so as to create a minimum amount of inconvenience to the public. At any time when, in the judgment of the Engineer, the Contractor has obstructed or closed or is carrying on operations in a portion of a street or public way greater than is necessary for proper execution of the work, the Engineer may require the Contractor to finish the section on which operations are in progress before the work is .. commenced on any additional section or street. C7-7.5 CHARACTER OF WORKMEN AND EQUIPMENT: Local labor shall be -. used by the Contractor when it is available. The Contractor may bring from outside the City of Fort Worth his key men and his superintendent. All other workmen, including equipment operators, may be imported only after the local supply is exhausted. The Contractor shall employ only such superintendents, foremen, and workmen who are careful, competent, and fully qualified to perform the duties and tasks assigned to them, and the Engineer may demand and secure the summary dismissal of any person or persons employed by the Contractor in or about or on the work who, in the opinion of the Owner, shall misconduct himself or to be found to be incompetent, disrespectful, intemperate, dishonest, or otherwise objectionable or neglectful in the proper performance of his or their duties, or who neglect or refuses to comply with or carry out the direction of the owner, and such person or persons shall not be employed again thereon without written consent of the Engineer. All workmen shall have sufficient skill, ability, and experience to properly perform the IM work assigned to them and operate any equipment necessary to properly carry out the performance of the assigned duties. The Contractor shall furnish and maintain on the work all such equipment as is considered to be necessary for the prosecution of the work in an acceptable manner and at a satisfactory rate of progress. All equipment, tools, and machinery used for handling _ materials and executing any part of the work shall be subject to the approval of the Engineer and shall be maintained in a satisfactory, safe and efficient working condition. Equipment on any portion of the work shall be such that no injury to the work. Workmen or adjacent property will result from its use. C7-7(2) C7-7.6 WORK SCHEDULE: Elapsed working days shall be computed starting with the first day of the work completed as defined in C1-1.23 "WORKING DAYS" or the date stipulated in the "WORK ORDER" for beginning work, whichever comes first. Nothing in these Contract Documents shall be construed as prohibiting the Contractor .. from working on Saturday, Sunday or Legal Holidays, providing that the following requirements are met: a. A request to work on a specific Saturday, Sunday or Legal Holiday must be made to the Engineer no later that the preceding Thursday. b. Any work to be done on the project on such a specific Saturday, Sunday or Legal Holiday must be, in the opinion of the Engineer, essential to the timely completion of the project. The Engineer's decision shall be final in response to such a request for approval to work on a specific Saturday, Sunday or Legal Holiday, and no extra compensation shall be allowed to the Contractor for any work performed on such a specific Saturday, Sunday or Legal Holiday. Calendar Days shall be defined in C 1-1.24 and the Contractor may work as he so desires. C7-7.7 TIME OF COMMENCEMENT AND COMPLETION: The Contractor shall commence the. working operations within the time specified in the Contract Documents and set forth in the Work Order. Failure to do so shall be considered by the owner as abandonment of the Contract by the Contractor and the Owner may proceed as he sees fit. The Contractor shall maintain a rate of progress such as will insure that the whole work will be performed and the premises cleaned up in accordance with the Contract Documents and within the time established in such documents and such extension of time as may be properly authorized. C7-7.8 EXTENSION OF TIME COMPLETION: The Contractor's request for an extension of time of completion shall be considered only when the request for such extension is submitted in writing to the Engineer within seven days from and after the time alleged cause of delay shall occurred. Should an extension of the time of completion be requested such request will be forwarded to the City Council for approval. In adjusting the contract time for completion of work, consideration will be given to unforeseen causes beyond the control of and without the fault or negligence of the Contractor, fire, flood, tornadoes, epidemics, quarantine restrictions, strikes, embargoes, or delays of sub -contractors due to such causes. C7-7(3) When the date of completion is based on a calendar day bid, a request for extension of time because of inclement weather will not be considered. A request for extension of time due to inability to obtain supplies and materials will be considered only when a review of the Contractor's purchase order dates and other pertinent data as requested by the — Engineer indicates that the Contractor has made a bonafide attempt to secure delivery on schedule. This shall include efforts to obtain the supplies and materials from alternate sources in case the first source cannot make delivery. If satisfactory execution and completion of the contract should require work and materials in greater amounts or quantities than those set forth in the approved Contract Documents, then the contract time mat be increased by Change Order. C7-7.9 DELAYS: 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. When such extra compensation is claimed, a written statement thereof shall be presented by the Contractor to the Engineer and if by the Engineer found correct, shall be approved and referred by the Engineer to the City Council for final approval or disapproval; and the action thereon by the City Council shall be final and binding. If delay is caused by specific orders given by the Engineer to stop work, or by the performance of extra work, or by the failure of the City to provide material or necessary instructions for carrying on the work, then such delay will entitle the Contractor to an equivalent extension of time, his application for shall, however, be subject to the approval of the City Council: and no such extension of time shall release the Contractor •• or the surety on his performance bond from all his obligations hereunder which shall remain in full force until the discharge of the contract. Y C7-7.10 TIlyIE OF COMPLETION: The time of completion is an essential element of the Contract. Each bidder shall indicate in the appropriate place on the last page of the proposal, the number of working days or calendar days that he will require to — fully complete this contract or the time of completion will be specified by the City in the proposal section of the Contract Documents. The number of days indicated shall be a realistic estimate of the time required to complete the work covered by the specific contract being bid upon. The amount of time so stated 04 by the successful bidder or the City will become the time of completion specified in the Contract Documents. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, or increased time granted by the Owner, or as automatically increased by additional work or materials ordered after the contract is signed, the sum per day given in the following schedule, unless otherwise specified in other parts of the Contract Documents, will be deducted from the monies due the Contractor, not as a penalty, but as liquidated damages suffered by the Owner. C7-7(4) AMOUNT OF CONTRACT AMOUNT OF LIQUIDATED DAMAGES PER DAY Less than $ 5,000 inclusive $ 35.00 $ 5,001 to $ 15,000 inclusive $ 45.00 $ 15,001 to $ 25,000 inclusive $ 63.00 $ 25,001 to $ 50,000 inclusive $ 105.00 $ 50,001 to $ 100,000 inclusive $ 154.00 $ 100,001 to $ 500,000 inclusive $ 210.00 $ 500,001 to $ 1,000,000 inclusive $ 315.00 $ 1,000,001 to $ 2,000,000 inclusive $ 420.00 $ 2,000,000 and over $ 630.00 The parties hereto understand and agree that any harm to the City caused by the Contractor's delay in completing the work hereunder in the time specified by the Contract Documents would be incapable or very difficult to calculate due to lack of accurate information, and that the "Amount of Liquidated Damages Per Day", as set out above, is a reasonable forecast of just compensation due the City for harm caused by any delay. C7-7.11 SUSPENSION BY COURT ORDER: The Contractor shall suspend operations on such part or parts of the work ordered by any court, and will not be entitled to additional compensation by virtue of such court order. Neither will he be liable to the City in the vent the work is suspended by a Court Order. Neither will the Owner be liable to the Contractor by virtue of any Court Order or action for which the Owner is not solely responsible. C7-7.12 TEMPORARY SUSPENSION: The Owner shall have the right to suspend the work operation wholly or in part for such period or periods of time as he may deem necessary due to unsuitable weather conditions or any other unsuitable conditions which in the opinion of the Owner or Engineer cause further prosecution of the work to be ••• unsatisfactory or detrimental to the interest of the project. During temporary suspension of the work covered by this contract, for any reason, the Owner will make no extra payment for stand-by time of construction equipment and/or construction crews. If it should become necessary to suspend work for an indefinite period, the Contractor shall store all materials in such 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. 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 as set forth in Paragraph C7-7.8 EXTENSION OF TBETDAE OF COMPLETION, and should it be C7-7(5) determined by mutual consent of the Contractor and the Engineer that a solution to allow construction to proceed is not available within a reasonable period of time, then the 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 Engineer 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. No reimbursement shall be allowed if the equipment is moved to another construction project for the City of Fort Worth. The Contractor shall not suspend work without written notice from the Engineer and shall proceed with the work operations promptly when notified by the Engineer to so resume operations. C7-7.13 TERMINATION OF CONTRACT DUE TO NATIONAL EMERGENCY: Whenever, because of National Emergency, so declared by the president of the United States or other lawful authority, it becomes impossible for the Contractor to obtain all of the necessary labor, materials, and equipment for the prosecution of the work with .. reasonable continuity for a period of two months, the Contractor shall within seven days notify the City in writing, giving a detailed statement of the efforts which have been made and listing all necessary items of labor, materials, and equipment not obtainable. If, after investigations, the owner finds that such conditions existing and that the inability of the Contractor to proceed is not attributable in whole or in part to the fault or neglect of the Contractor, than if the Owner cannot after reasonable effort assist the Contractor in procuring and making available the necessary labor, materials, and equipment within thirty days, the Contractor my request the owner to terminate the contract and the owner may comply with the request, and the termination shall be conditioned and based upon a final settlement mutually acceptable to both the Owner and the Contractor and final payment shall be made in accordance with the terms of the agreed settlement, which shall include. But not be limited to the payment for all work executed but not anticipated profits on work which has not been performed. C7-7.14 SUSPENSION OR ABANDONMENT OF THE WORK AND ANNULMENT OF THE CONTRACT: The work operations on all or any portion or section of the work under Contract shall be suspended immediately on written order of the Engineer or the Contract may be declared canceled by the City Council for any good and sufficient .. cause. The following, by way of example, but not of limitation, may be considered grounds for suspension or cancellation: a. Failure of the Contractor to commence work operations within the time specified in the Work Order issued by the Owner. b. Substantial evidence that progress of the work operations by the Contractor is insufficient to complete the work within the specified time. C7-7(6) EN _ C. Failure of the Contractor to provide and maintain sufficient labor and equipment to properly execute the working operations. d. Substantial evidence that the Contractor has abandoned the work. e. Substantial evidence that the Contractor has become insolvent or bankrupt, ,. or otherwise financially unable to carry on the work satisfactorily. f. Failure on the part of the Contractor to observe any, requirements of the Contract Documents or to comply with any orders given by the Engineer or Owner provided for in these Contract Documents. g. Failure of the Contractor promptly to make good any defect in materials or workmanship, or any defects of any nature the correction of which has been directed in writing by the Engineer or the Owner. h. Substantial evidence of collusion for the purpose of illegally procuring a contract or perpetrating fraud on the City in the construction of work under contract. i. A 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. j. If the Contractor shall for any cause whatsoever not carry on the working operation in an acceptable manner. k. If the Contractor commences legal action against the Owner. .. A Copy of the suspension order or action of the City Council shall be served on the Contractor's Sureties. When work is suspended for any cause or causes, or when the contract is canceled, the Contractor shall discontinue the work or such part thereof as the owner shall designate, whereupon the Sureties may, at their option, assume the contract or that portion thereof which the Owner has ordered the Contractor to discontinue, and may perform the same or may, with written consent of the owner, sublet the work or that portion of the work as taken over, provided however, that the Sureties shall exercise their option, if at all, within two weeks after the written notice to discontinue the work has been served upon the Contractor and upon the Sureties or their authorized agents. The Sureties, in such event shall assume the Contractor's place in all respects, and shall be paid by the Owner for all work performed by them in accordance with the terms of the Contract Documents. All monies remaining due the Contractor at the time of this default shall thereupon become due and payable to the Sureties as the work progresses, subject to all of the terms of the Contract Documents. C7-7(7) In case the Sureties do not; within the hereinabove specified time, exercise their right and option to assume the contract responsibilities, or that portion thereof which the ' Owner has ordered the Contractor to discontinue, then the 'Owner shall have the power to complete, by contract or otherwise, as it may determine, the work herein described or such work thereof as it may deem necessary, and the Contractor hereto agrees that the Owner shall have the right to take possession of and use any materials, plants, tools, equipment, supplies, and property of any kind provided by the Contractor for the purpose of carrying on the work and to procure other tools, equipment, materials, labor and property for the completion of the work, and to charge to the account of the Contractor of said contract expense for labor, materials, tools, equipment, and all expenses incidental thereto. The expense so charged shall be deducted by the owner from such monies as may be due or may become due at any time thereafter to the Contractor under and by virtue of the Contract or any part thereof. The Owner shall not be required to obtain the lowest bid for the work completing the contract, but the expense to be deducted shall be the actual cost of the owner of such work In case such expenses shall exceed the amount which would have been payable under the Contract if the same had been completed by the Contract, then the Contractor and his Sureties shall pay the amount of such excess to the City on notice from the Owner of the excess due. When any particular part of the work is being carried on by the Owner by contract or otherwise under the provisions of this section, the Contractor shall continue the remainder of the work in conformity with the terms of the Contract Documents and in such a manner as to not hinder or interfere with the performance of the work by the Owner. — C7-7.15 FULFILLMENT OF CONTRACT: The Contract will be considered as having been fulfilled, save as provided in any bond or bonds or by law, when all the work and all sections or parts of the project covered by the Contract Documents have been finished and completed, the final inspection made by the Engineer, and the final acceptance and final payment made by the Owner. C7-7.16 TERMINATION FOR CONVENIENCE OF THE OWNER: The performance of the work under this contract may be terminated by the Owner in whole, or from time to time in part, in accordance with this section, whenever the Owner shall determine that such termination is in the best interest of the Owner. A. NOTICE OF TERMINATION: 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 Owner. 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 C7-7(8) _ claim, demand or suit shall be required of the Owner regarding such discretionary action B. CONTRACTOR ACTION: After receipt of a notice of termination, and except as otherwise directed by the Engineer, the Contractor shall: .10 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 Owner and deliver in the manner, at the times, and to the extent, if any, directed by the Engineer: 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 Owner. 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 Engineer 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. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the Engineer 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 C7-7(9) w which has been directed or authorized by Engineer, Not later than 15 days " thereafter, the owner shall accept title to such items provided, that the list submitted shall be subject to verification by the Engineer 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. C. TERMINATION CLAIM: Within 60 days after the notice of termination, the Contractor shall submit his termination claim to the in Engineer in the form and with the certification prescribed by the Engineer. Unless -one or more extensions in writing are granted by the Owner upon request of the Contractor, made in writing within such 60-day period or .o authorized extension thereof, any and all such'claims shall be conclusively deemed waived. D. AMOUNTS: Subject 'to the provisions of Item C7-7.1(C), the Contractor and the Owner may agree upon the whole or any part of the amount or amounts to be paid to the Contractor by reason of the total or .. partial termination of the work pursuant hereto; provided, that such agreed amount or amounts shall never exceed the total contract price reduced by the amount of payments otherwise made and as further reduced by the •• contract price work not terminated. The contract shall be amended accordingly, and the Contractor shall be paid the agreed amount. No amount shall be due for lost or anticipated profits> Nothing in C7-7.16(E) — hereafter, prescribing the amount to be paid to the Contractor by reason of the termination of work pursuant to this section, shall be deemed to limit, restrict or otherwise determine or affect the amount or amounts which may be agreed upon to be paid to the Contractor pursuant to this paragraph. E. FAILURE TO AGREE: In the event of the failure of the Contractor and the Owner to agree as provided in C7-7.16(D) upon the whole amount to be paid to the Contractor by reason of the termination of the work pursuant to this section, the Owner 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. No amount shall be due for lost or anticipated profits. F. DEDUCTIONS: In arriving at the amount due the Contractor under _ this section there shall be deducted; all unliquidated advance or other payments on account .� theretofore made to the Contractor, applicable to the terminated portion of this contract; C7-7(10) 2. any claim which the Owner may have against the Contractor in connection with this contract; and 3. the agreed price for, or the proceeds of the sale of, any materials, supplies or other things kept by the Contractor or sold, pursuant to the provisions of this clause, and not otherwise recovered by or credited to the Owner. G. ADJUSTMENT: If the termination hereunder be partial, prior to the W settlement of the terminated portion of this contract, the Contractor may file with the Engineer a request in writing for an equitable adjustment of the price or prices specified in the contract relating to the continued portion of the contract (the portion not terminated by notice of termination), such equitable adjustment as may be agreed upon shall be made in such price or prices; noting contained herein, however, shall limit the right of the owner and the Contractor to agree upon the amount or amounts to be paid tot he Contractor for the completion of the continued portion of the contract when said contract does not contain an established contract price for such continued portion. H. NO LIMITATION OF RIGHTS: Noting contained in this section shall limit or alter the rights which the Owner may have for termination of this contract under C7-7.14 hereof entitled "SUSPENSION OR ABANDONMENT OF THE WORK AND ANNULMENT OF CONTRACT" or any other right which the Owner may have for default or breach of contract by Contractor. r C7-7.17 SAFETY METHODS AND PRACTICES: The Contractor shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the work at all times and shall assume all responsibilities for their enforcement. w wo The Contractor shall comply with federal, state, and local laws, ordinances, and regulations so as to protect person and property from injury, including death, or damage in connection with the work. C7-7(11) PART C - GENERAL CONDITIONS C8-8 MEASUREMENT AND PAYMENT SECTION C8-8 MEASUREMENT AND PAYMENT C8-8.1 MEASUREMENT OF QUANTITIES: The determination of quantities of work performed by the Contractor and authorized by the Contract Documents acceptably completed under the terms of the Contract Documents shall be made by the Engineer, based on measurements made by the Engineer. These measurements will be made according to the United States Standard Measurements used in common practice, and will be the actual length, area, solid contents, numbers, and weights of the materials and item installed. C8-8.2 UNIT PRICES: When in the Proposal a "Unit Price" is set forth, the said "Unit Price" shall include the furnishing by the Contractor of all labor, tools, materials, machinery, equipment, appliances and appurtenances necessary for the construction of and the completion in a manner acceptable to the Engineer of all work to be done under these Contract Documents. The "Unit Price" shall include all permanent and temporary protection of overhead, ` surface, and underground structures, cleanup, finishing costs, overhead expense, bond, insurance, patent fees, royalties, risk due to the elements and other clauses, delays, profits, injuries, damages claims, taxes, and all other items not specifically mentioned that may be required to fully construct each item of the work complete in place and in a satisfactory condition for operation. C8-8.3 LUMP SUM: When in the Proposal a "Lump Sum" is set forth, the said "Lump Sum" shall represent the total cost for the Contractor to furnish all labor, tools, materials, machinery, equipment, appurtenances, and all subsidiary work necessary for the construction and completion of all the work to provide a complete and functional item as detailed in the Special Contract Documents and/or Plans. C8-8.4 SCOPE OF PAYMENT: The Contractor shall receive and accept the compensation as herein provided, in full payment for furnishing all labor, tools, materials, and incidentals for performing all work contemplated and embraced under these Contract Documents, for all loss and damage arising out of the nature of the work or from the action of the elements, for any unforeseen defects or obstructions which may arise or be encountered during the prosecution which may arise or be encountered during the prosecution of the work at any time before its final acceptance by the Owner, (except as provided in paragraph C5-5.14) for all risks of whatever description connected with the prosecution of the work, for all expenses incurred by or in consequence of the suspension or discontinuance of such prosecution of the working operations as herein specified, or any and all infringements of patents, trademarks, copyrights, or other legal reservations, C8-8(1) and for completing the work in an acceptable manner according' to the terms of the - Contract Documents. The payment of any current or partial estimate prior to the final acceptance of the work by the Owner shall in no way constitute an acknowledgment of the acceptance of the work, materials, or equipment, nor in any way prejudice or affect the obligations of the Contractor to repair, correct, renew, or replace at his own and proper expense any defects ` or imperfections in the construction or in the strength or quality of the material used or equipment or machinery furnished in or about the construction of the work under contract and its appurtenances, or any damage due or attributed to such defects, which defects, imperfections, or damage shall have been discovered on or before the final inspection and acceptance of the work or during the one year guaranty period after the final acceptance. The Owner shall be the sole judge of such defects, imperfections, or damage, and the Contractor shall be liable to the Owner for failure to correct the same as provided herein. C8-8.5 'PARTIAL ESTIMATES AND RETAINAGE: Between the 1st and the 5" day of each month, the Contractor shall submit to the Engineer a statement showing an estimate of the value of the work done during the previous month, or estimate period _ under the Contract Documents. Not later than the 10" day of the month, the Engineer shall verify such estimate, and if it is found to be acceptable and the value of the work performed since the last partial payment was made exceeds one hundred dollars ($100.00) inn amount, 90% of such estimated sum will be paid to the Contractor if the total contract amount is less than $400,000.00, or 95% of such estimated sum will be paid to the Contractor if the total contract amount is $400,000.00 or greater, within twenty-five (25) days after the regular estimate period. The City will have the option of preparing estimates on forms furnished by the City. The partial estimates may include acceptable nonperishable materials delivered to the work which are to be incorporated into the work as a permanent part thereof, but which at the time of the estimate have not been installed (such payment will be allowed on a basis of 85% of the net invoice value thereof). The Contractor shall furnish the Engineer such information as he may request to aid him as a - guide in the verification or the preparation of partial estimates. It is understood that partial estimates from month to month will be approximate only, all partial monthly estimates and payment will be subject to correction in the estimate rendered following the discovery of an error in any previous estimate, and such estimate shall not, in any respect, be taken as an admission of the Owner of the amount of work done or of its quantity of sufficiency, or as an acceptance of the work done or the release of the Contractor of any of his responsibilities under the Contract Documents. The City reserves the right to withhold the payment of any monthly estimate if the Contractor fails to perform the work strictly in accordance with the specifications or provisions *of this Contract. C8-8(2) bw C8-8.6 WITHHOLDING PAYMENT: Payment on any estimate or estimates may be held in abeyance if the performance of the construction operations is not in accordance with the requirements of the Contract Documents. C8-8.7 FINAL ACCEPTANCE: Whenever the improvements provided for by the Contract Documents shall have been completed and all requirements of the Contract Documents shall have been fulfilled on the part of the Contractor, the Contractor shall notify the Engineer in writing that the improvements are ready for final inspection. The Engineer shall notify the appropriate officials of the Owner, will within a reasonable time make such final inspection, and if the work is satisfactory, in an acceptable condition, and has been completed in accordance with the terms of the Contract Documents and all approved modifications thereof, the Engineer will initiate the processing of the final estimate and recommend final acceptance of the project and final payment thereof as outlines in paragraph C8-8.8 below. C8-8.8 FINAL PAYMENT: Whenever all the improvements provided for by the Contract Documents and all approved modifications thereof shall have been completed and all requirements of the Contract Documents have been fulfilled on the part of the Contractor, a final estimate showing the value of the work will be prepared by the Engineer as soon as the necessary measurements, computations, and checks can be made. All prior estimates upon which payment has been made are subject to necessary corrections or revisions in the final payment. The amount of the final estimate, less previous payments and any sums that have been deducted or retained under the provisions of the Contract Documents, will be paid to the Contractor within 60 days after the final acceptance by the Owner on a proper resolution of the City Council, provided the Contractor has furnished to the owner satisfactory evidence of compliance as follows: Prior to submission of the final estimate for payment, the Contractor shall execute an affidavit as furnished by the City, certifying that; A. all persons, firms, associations, corporations, or other organizations MU famishing labor and/or materials have been paid in full, B. that the wage scale established by the City Council in the City of Fort Worth has been paid, and C. that there are no claims pending for personal injury and/or property damages. The acceptance by the Contractor of the last or final payment as aforesaid shall operate as and shall release the owner from all claims or liabilities under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of said City relating to or connected with the Contract. C8-8(3) The making of the final payment by the Owner shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. C8-8.9 ADEQUACY OF DESIGN: It is understood that the Owner believes it has employed competent engineers and designers to prepare the Contract Documents and all modifications of the approved Contract Documents. It is, therefore, agreed that the Owner shall be responsible for the adequacy of its own design features, sufficiency of the Contract Documents, the safety of the structure, and the practicability of the operations 'of the completed project, provided the Contractor -has complied with the requirements of the said Contract Documents, all approved modifications thereof, and additions and alterations thereof approved in writing by the Owner. The burden of proof of such compliance shall be upon the Contractor to show that he has complied with the Contract Documents, approved modifications thereof, and all alterations thereof. C8-8.10 GENERAL GUARANTY: Neither the final certificate of payment nor any provision in the. Contract Documents nor partial or entire occupancy or use of the premises by the Owner shall constitute an acceptance of the work not done in accordance with the Contract Documents or relieve the Contractor of liability in respect to any express warranties or responsibility for faulty materials or workmanship. The Contractor shall remedy any defects or damages in the work and pay for any damage to the other _ work resulting therefrom which shall appear within a period of one year from the date of final acceptance of the work unless a longer period is specified and shall furnish a good and sufficient maintenance bond in the amount of 100 percent of the amount of the contract which shall assure the performance of the general guaranty as above outlined. The Owner will give notice of observed defects with reasonable promptness. C8-8.11 SUBSIDIARY WORK: Any and all work specifically governed by documentary requirements for the project, such as conditions imposed by the Plans, the General Contract Documents or these Special Contract Documents, in which no specific —" item for bid has been provided for in the Proposal, shall be considered as a subsidiary item of work, the cost of which shall be included in the price bid in the Proposal, for each bid item. Surface restoration, rock excavation and cleanup are general items of work " which fall in the category of subsidiary work. C8-8.12 MISCELLANEOUS PLACEMENT OF MATERIAL: Material may be 'r allocated under various bid items in the Proposal to establish unit prices for miscellaneous placement of material. These materials shall be used only when directed by the Engineer, depending on field conditions. Payment for miscellaneous placement of material will be made for only that amount of material used, measured to the nearest one - tenth unit. Payment for miscellaneous placement of material shall be in accordance with _ the General Contract Documents regardless of the actual amount used for the Project. C8-8.13 RECORD DOCUMENTS: The Contractor shall keep on record a copy of all specifications, plans, addenda, modifications, shop drawings and samples at the C8-8(4) no aw site, in good order and annotated to show all changes made during the construction process. These shall be delivered to the Engineer upon completion of the work. C8-8(5) PART Cl PART C 1 SUPPLEMENTARY CONDITIONS TO PART C — GENERAL CONDITIONS A. GENERAL - These Supplementary Conditions amend or supplement the General Conditions of the Contract and other provisions of the Contract Documents as indicated below. Provisions which are not so amended or supplemented remain in full force and affect. B. CONTRACT DOCUMENTS: In Section C1-1.2 CONTRACT DOCUMENTS, delete Paragraph C1-1.2b SPECIAL CONTRACT DOCUMENTS and add the following: SPECIAL CONTRACT DOCUMENTS: The Special Contract Documents are prepared for .. each specific project as a supplement to the General Contract Documents and include the following items: — PART A - NOTICE TO BIDDERS (Advertisement) White SPECIAL INSTRUCTION TO BIDDERS White PART B - PROPOSAL (Bid) White .. M/WBE BID SPECIFICATIONS Golden Rod PART C - GENERAL CONDITIONS Canary Yellow PART C1 - SUPPLEMENTARY CONDITIONS Green PART D - SPECIAL CONDITIONS Green PART E - TECHNICAL SPECIFICATIONS White PERMITS/EASEMENTS White PART F - BONDS AND INSURANCE White - PART G - CONTRACT White PART H - PLANS/FIGURES (may be bound separately) White — C. DIRECTOR OF TRANSPORTATION AND PUBLIC WORKS: Delete entire Paragraph C 1- 1.17, and replace with the following: C1-1.17 DIRECTOR OF TRANSPORTATION AND PUBLIC WORKS: The officially appointed Director of the Transportation and Public Works Department of the City of Fort Worth, or his duly authorized representative, assistant, or agents. D. DIRECTOR OF ENGINEERING: Add the following paragraph after C1-1.17 and before C1- 1.18: C1-1.17A DIRECTOR OF ENGINEERING: The officially appointed Director of the Department of Engineering of the City of Fort Worth, referred to in the charter as the City Engineer, or his duly authorized representative assistant, or agents. Part Cl C1-1 ow E. ENGINEER: Delete entire Paragraph C1-1.19, and replace with the following: The Director of the Fort Worth Department of Engineer, the Director of Fort Worth .. Transportation and Public Works Department, the Director of the Fort Worth Water Department, or their duly authorized assistants, agents, engineers, inspectors, or superintendents, acting within the scope of the particular duties entrusted to them. F. EXAMINATION OF CONTRACT DOCUMENTS AND SITE OF PROJECT: In Section C2- 2.3, Paragraph 2, add the following to last sentence: "except for changes in the site conditions .. caused by factors outside of the control of the Contractor which occur after the Contractor's inspection and prior to installation." G. Part C - General Conditions, Section C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL, Page C2-2 (4) exchange paragraphs C2-2.7, C2-2.8 and C2-2.9 with the following: C2-2.7 DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered, accompanied by its proper Bid Security, to the Purchasing Manager or his representative at the official location and stated time set forth in the "Notice to Bidders." It is the Bidder's sole responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered. The Bidders must have the proposal actually delivered. Each proposal shall be in a sealed envelope plainly marked with the word "PROPOSAL," and the name or description of the project as designated in the "Notice to Bidders." The envelope shall be addressed to the Purchasing Manager, City of Fort Worth Purchasing Division, P.O. Box 17027, Fort Worth, Texas 76102. C2-2.8 WIT DRAWING PROPOSALS: Proposals actually filed with the Purchasing Manager cannot be withdrawn prior to the time set for opening proposals. A request for non -consideration .. of a proposal must be made in writing, addressed to the City Manager, and filed with him prior to the time set for the opening of proposals. After all proposals not requested for non -consideration are opened and publicly read aloud, the proposals for which non -consideration requests have .. been properly filed may, at the option of the Owner, be returned unopened. C2-2.9 TELEGRAPHIC MODIFICATION OF PROPOSALS: Any bidder may modify his .r proposal by telegraphic communication at any time prior to the time set for opening proposals, provided such telegraphic communication is received by the Purchasing Manager prior to the said proposal opening time, and provided further, that the City Manager is satisfied that a written _ and duly authenticated confirmation of such telegraphic communication over the signature of the bidder was mailed prior to the proposal opening time. If such confirmation is not received within forty-eight (48) hours after the proposal opening time, no further consideration will be given to the proposal Part Cl C1-2 .. H. MINORITY/WOMEN BUSINESS ENTERPRISE COMPLIANCE: Reference Part C (General Conditions), Section C3-3.2 Entitled "MINORITY BUSINESS ENTERPRISE/WOMEN-OWNED BUSINESS ENTERPRISE COMPLIANCE" shall be deleted in its entirety and replaced with the following: Upon request, Contractor agrees to provide to Owner complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE) and/or a Woman Business Enterprise (WBE) on the contract and payment therefore. Contractor further agrees to permit an audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of facts (other than a negligent misrepresentation) and/or the commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate federal, state or local laws or ordinances relating to false statements; further, any such misrepresentation (other than negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less than thee (3) years. I. C3-3.5 AWARD OF CONTRACT is modified to read as follows: "The Owner reserves the right to withhold final action on the proposals for a reasonable time, not to exceed the period state for the duration of the Bid Security stated in the Notice to Bidders or 90 days, whichever is shorter." J. C3-3.7 BONDS (CITY LET PROJECTS): Reference Part C, General Conditions, dated November 1, 1987; (City let projects) make the following revisions: 1. Page C3-3(3); the paragraph after paragraph C3-3.7d Other Bonds should be revised to read: In order for a surety to be acceptable to the City, the surety must (1) hold a certificate of authority from the United States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. 2. Pg. C3-3(5) Paragraph C3-3.11 INSURANCE delete subparagraph "a. COMPENSATION INSURANCE". s 3. Pg. C3-3(6), Paragraph C3-3.11 INSURANCE delete subparagraph "g. LOCAL AGENT FOR INSURANCE AND BONDING". s s Part Cl C1-3 WE K. INSURANCE. Change the following portions of C3-3.11 Insurance as shown below: INSURANCE FOR SUBCONTRACTORS: At the end of the first paragraph of Section ` C3-3.11, after "and for all subcontractors", insert the following sentence: "The General Contractor may require all subcontractors to be insured and submit documentation ensuring that the requirements of C3-3.11 are met for all subcontractors. Failure of the OWNER to request required documentation shall not constitute a waiver of the insurance requirements specified herein. The Contractor' liability shall not be limited to the specified mounts of insurance required herein." 2. INSURANCE LIMITS. In Section C3-3.11, after the word "occurrence", add "/aggregate". 3. COMPENSATION INSURANCE. Add the following to the end of Paragraph C3-3.1 la: "Worker's compensation insurance covering employees in the project site shall be endorsed with a waiver of subrogation providing rights of recovery in favor of the OWNER" 4. COMMERCIAL GENERAL LIABILITY INSURANCE: In Paragraph C3-3.1 lb: Replace the word "Comprehensive" with "Commercial" Add the following to Paragraph C3-3.11 b: "Certificates of insurance shall state that Insurance is on an "occurrence basis." Certificate shall also contain a statement that no exclusions by endorsement have been made to the Commercial General Liability Policy". " 5. COMMERCIAL GENERAL LIABILITY (CGL) POLICY: Amend Paragraph C3-3.11c, Additional Liability by adding the following: a. Add the following to Section 6 CONTRATURAL LIABILITY: "The City, its offices, employees and servants shall be endorsed as additional insured on Contractor's •• insurance policies excepting employer's liability insurance coverage under Contractor's worker's compensation insurance policy. Contractor's insurance policies shall be endorsed to provide that such insurance is primary protection and any self - funded or commercial coverage maintained by the OWNER shall not be called upon to contribute to loss recovery." b. Add the following paragraph: "When required by the Contract documents, Environmental Impairment Liability Coverage must be provided in the limits of $1,000,000 per occurrence and $2,000,000 .. annual aggregate. The Environmental Impairment Liability (EIL) must contain coverage for sudden and accidental contamination or pollution, liability for gradual emissions, and clean-up costs. The EIL coverage shall include two year completed operations coverage on a per Project basis. A separate insurance policy may be needed to fulfill this requirement. EIL for damages incurred in the course of transporting sludge shall be covered under the contractor's insurance policy(s)." PanC1 C1-4 MW 6. AUTOMOBILE INSURANCE LIMITS: Revise Paragraph C3-3.1 ld so that the insurance limit are as follows: Bodily Injury $250,000 each person Bodily Injury $500,000 aggregate Property Damage $100,000 aggregate 7. PROOF OF CARRIAGE OF INSURANCE: revise paragraph C3-3.11 f by inserting the following after the first sentence: "Other than Worker's Compensation Insurance, in lieu of specified insurance, the City may consider alternative coverage or risk treatment -• measures through insurance pools or risk retention groups. The City must approve in writing any alternative coverage." 8. LOCAL AGENT FOR INSURANCE AND BONDING. For Paragraph C3-3.1 I g, delete entire paragraph beginning "Local Agent for Insurance Bonding". 9. DEDUCTABLE LIMITS: Add the following Paragraph C3-3.1 l.g: "DEDUCTIBLE LIMITS. The deductible limits or self -funded retention limits, on each policy must not exceed $10,000 per occurrence unless otherwise approved by the City." 10. INSURANCE COMPANY: Add the following Paragraph C3-3.1 Lh: "INSURANCE COMPANY: The insurance company with whom the Contractor's insurance is written shall be authorized to do business in the State of Texas and shall have a current A.M. Best Rating of "A:VII" or equivalent measure of financial strength and solvency." 11. NOTIFICATION: Add the following Paragraph C3-3.1 Li: "NOTIFICATION: During the lifetime of this contract, the Contractor shall notify the ENGINEER in writing, of any known loss occurrence that could give rise to a liability -� claim or lawsuit or which could result in a property loss." 12. CANCELLATION: Add the following Paragraph C3-3.11 j: "CANCELLATION: Insurance shall be endorsed to provide the City with a minimum of thirty days notice of cancellation, non -renewal and/or material change in insurance policy terms or coverage. A minimum 10-day notice shall be acceptable in the event of non- payment of insurance premium to insurance company." I� 13. ADDITIONAL INSURANCE REQUIREMENTS: -� Part CI a. The City, its officers, employees and servants shall be endorsed as an additional insured on Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's workers' compensation insurance policy. b. Certificates of insurance shall be delivered to the City of Fort Worth, contract administrator in the respective department as specified in the bid documents, 1000 Throckmorton Street, Fort Worth, TX 76102, prior to commencement of work on the C1-5 contracted project. b. Any failure on part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements specified herein. r c. Each insurance policy shall be endorsed to provide the City a minimum thirty days notice of cancellation, non -renewal, and/or material change in policy terms or coverage. A ten days notice shall be acceptable in the event of non-payment of premium. e. Insurers must be authorized to do business in the State of Texas and have a current A.M. Best rating of A: VII or equivalent measure of financial strength and solvency. f. Deductible limits, or self -funded retention limits, on each policy must not exceed $10,000.00 per occurrence unless otherwise approved by the City. g. Other than worker's compensation insurance, in lieu of traditional insurance, City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups. The City must approve in writing any alternative coverage. h. Workers' compensation insurance policy(s) covering employees employed on the project shall be endorsed with a waiver of subrogation providing rights of recovery in favor of the City. i. City shall not be responsible for the direct payment of insurance premium costs for contractor's insurance. j. Contractor's insurance policies shall each be endorsed to provide that such insurance is primary protection and any self -funded or commercial coverage maintained by City shall not be called upon to contribute to loss recovery: k. In the course of the project, Contractor shall report, in a timely manner, to City's officially designated contract administrator any known loss occurrence which could give rise to a liability claim or lawsuit or which could result in a property loss. 1. Contractor's liability shall not be limited to the specified amounts of insurance m. Upon the request of City, Contractor shall provide complete copies of all insurance policies required by these contract documents. 10. CITY RESPONSIBILITIES: Add the following paragraph to the end of Section C3-3.11: "CITY RESPONSIBILITIES: The City shall not be responsible for direct payment of insurance premium costs for Contractor's Insurance." 15. ADDITIONAL INSURED All insurance policies for this project except Worker's Compensation shall be written with the City of Fort Worth and Kimley-Horn and Associates, Inc. listed as additional insured." Parr C1 C1-6 .. .. .. ow .. L. WAGE RATES: Section C3-3.13 of the General Conditions is deleted and replaced with the following: (a) The contractor shall comply with all requirements of Chapter 2258, Texas Government Code, 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, Texas Government Code. Such prevailing wage rates are included in these contract documents. (b) The contractor 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. These records shall be open at all reasonable hours for inspection by the City. The provisions of Section C-1, L. Right to Audit (Rev. 9/30/02) pertain to this inspection. (c) The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) and (b) above. (d) With each partial payment estimate or payroll period, whichever is less, an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. M. INCREASED OR DECREASED QUANTITIES: Part C - General Conditions, Section C44 SCOPE OF WORK, Page C 4-4 (1), revise paragraph C44.3 INCREASED OR DECREASED QUANTITIES to read as follows: The Owner reserves the right to alter the quantities of the work to be performed or to extend or shorten the improvements at any time when and as found to be necessary, and the Contractor shall perform the work as altered, increased or decreased at the unit prices as established in the contract documents. No allowance will be made for any changes in lost or anticipated profits nor .. shall such changes be considered as waiving or invalidating any conditions or provisions of the Contract Documents. Variations in quantities of sanitary sewer pipes in depth categories shall be interpreted herein as applying to the overall quantities of sanitary sewer pipe in each pipe size but not to the various depth categories. N. LIMITATION OF INCIDENTAL CHARGES (Reference C445c): The Contractor agrees that should any change in the work of extra work be ordered, the following applicable percentage shall be added to Material and Labor Costs to cover overhead and profit: 1. Allowance to the Contractor for overhead and profit for extra work performed by the Contractor's own forces shall not exceed 15%. -- Part C1 C1-7 2. Allowance to the Contractor for overhead and profit for extra work performed by a subcontractor and supervised by the Contractor shall not exceed 10%. Contractor shall be reimbursed for direct field overhead when the change requires an extension of the Contract period. Contractor shall not be reimbursed for indirect overhead or indirect costs related to changes to this contract O. TESTING COSTS: Section 5-5.12, revise the first sentence to read as follows: "Where, as called for in the Contract Documents, tests of materials or equipment are necessary, such tests will be made at the expense of and paid for by the Contractor unless otherwise specifically provided for in the Technical Specifications." P. LAWS TO BE OBSERVED: Section C6-6.1, delete "or which may be enacted later". After the word "exist" add "at the time of the Contract or may be hereafter exist during the performance of the Contract." Q. BUILDING PERMITS: Paragraph C6-6.2 Insert the following at the end of the paragraph; "Contractors are responsible for obtaining construction permits from the governing agencies. Contractor shall schedule all code inspections with the Code Inspection Department in accordance with the permit requirements and submit copy of updated schedule to the Engineer .. weekly. Plumbing, electrical and mechanical building permits are issued without charge. Water and sewer access fees will be paid by the Water Department. Any other permit fees are the responsibility of the Contractor." R. BARRICADES, WARNINGS AND FLAGMEN: In Paragraph C6-6.8, replace the word "watchmen" wherever in appears with the word "flagmen". In the first paragraph, lines five (5) and six (6), replace "take all such other precautionary measures" with "take all reasonable necessary measures." S. CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS: Delete entire Paragraph C6- 6.12, and replace with the following: "C6-6.12 CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS: Contractor covenants and agrees to indemnify the City' Engineer and Architect, and their personnel at the project site for the Contractor's sole negligence. In addition, the Contractor covenants and agrees to indemnify, hold harmless and defend at its own expense, the Owner, its officers, agents, servants, and employees, from and against all claims or suits for property loss, property damage, personal injury, including death, arising out of, or alleged to arise of, the work and services to be performed hereunder by the Contractor, its officers, agents, employees subcontractors, licensees or invitees, whether or not any such iniury, damage or death is caused, in whole or in part, by the ne"licence of the Owner, its officers, agents, servants, or .. employees. Contractor likewise covenants and agrees to indemnify and hold harmless Owner from and against any and all injuries to the Owner's officers, agents, servants, and employees, loss or destruction of property of the Owner arising form the performance of any of the terms and conditions of this Contract, whether or not any such injury or damage is caused, in whole or in Part Ct C 1-8 Part, by the negligence or alleged negligence of the Owner, its officers, agents, servants, or emuloyees. In the event the Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until the Contractor either (a) submits to the Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides the Owner with a letter from the Contractor's liability -� insurance carrier that the claim has been referred to the insurance carrier. The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract." .. T. STATE SALES TAX 1. Delete Paragraph C6-6.21 STATE SALES TAX in its entirety. 2. This contract is issued by an organization which qualifies for exemption pursuant to the provisions of Article 20.04 (F) of the Texas Limited Sales, Excise, and Use Tax Act. All equipment and materials not consumed by or incorporated into the project construction are subject to State Sales Tax under House Bill 11, enacted August 15, 1991. All such taxes shall be included in the various amounts on the Proposal Form. The successful Bidder shall be required to submit a breakdown between costs of labor, consumable material and other construction costs and costs of material incorporated into the project construction prior to execution of this contract. 3. At the time of execution of the Contract Documents by the Contractor, the Contractor shall complete the "Statement of Materials and Other Charges" which identifies the project costs anticipated in the Project into "Materials Incorporated into the Project" and "All Other Charges". The Contract shall be a "Separated Contract". s 4. The City of Fort Worth will issue appropriate Certificates of Resale to the Contractor. —• 5. All Change Orders to the Contract will separate charges for materials and labor and will contain the following statement: .. "For purposes of complying with Texas Tax Code, the Contractor agrees that the charges for material incorporated into the project in excess of the estimated quantity provided for herein will be no less than the invoice price for such material to the Contractor." U. C8-8.4 SCOPE OF PAYMENT: Delete C8-8.4, Scope of Payment at page C8-8(1) is deleted in its entirety and replaced with the following: The Contractor shall receive and accept the compensation as herein provided, in full payment for furnishing all labor, tools, materials, and incidentals for performing all work contemplated and embraced under these Contract Documents, for all loss and damage arising out of the nature of the work or from the action of the elements, for any unforeseen defects or obstructions which may arise or be encountered during the prosecution which may arise or be encountered during the prosecution of the work at any time before its final acceptance by the Owner, (except as provided in paragraph C5-5.14) for all risks of whatever description connected with the prosecution of the work, for all expenses incurred by or in consequence of the suspension or discontinuance of such •• PadCl C1-9 prosecution of the working operations as herein specified, or any and all infringements of .. patents, trademarks, copyrights, or other legal reservations, and for completing the work in an acceptable manner according to the terms of the Contract Documents. The payment of any current or partial estimate prior to the final acceptance of the work by the Owner shall in no way constitute an acknowledgment of the acceptance of the work, materials, or equipment, nor in any way prejudice or affect the obligations of the Contractor to repair, correct, .. renew, or replace at his own and proper expense any defects or imperfections in the construction or in the strength or quality of the material used or equipment or machinery furnished in or about the construction of the work under contract and its appurtenances, or any damage due or attributed to such defects, which defects, imperfections, or damage shall have been discovered on or before the final inspection and acceptance of the work or during the two (2) year guaranty period after the final acceptance. The Owner shall be the sole judge of such defects, imperfections, or damage, and the Contractor shall be liable to the Owner for failure to correct I� the same as provided herein. V. C8-8.5 PARTIAL ESTIMATES AND RETAINAGE: Page C8-8 (2), should be deleted in its entirety and replaced with the following: Partial pay estimates shall be submitted by the Contractor or prepared by.the City on the 5th day and 20th day of each month that the work is in progress. The estimate shall be proceeded by the .. City on the 1 Oth day and 25th day respectively. Estimates will be paid within 25 days following the end of the estimate period, less the appropriate retainage as set out below. Partial pay estimates may include acceptable nonperishable materials delivered to the work place which are to be incorporated into the work as a permanent part thereof, but which at the time of the pay estimate have not been so installed. If such materials are included within a pay estimate, payment shall be based upon 85% of the net voice value thereof. The Contractor will furnish the Engineer such information as may be reasonably requested to aid in the verification or the preparation of the pay estimate. For contracts of less than $400,000 at the time of execution, retainage shall be ten per cent (10%). For contracts of $400,000 or more at the time of execution, retainage shall be five percent (5%). Contractor shall pay subcontractors in accord with the subcontract agreement within five (5) _ business days after receipt by Contractor of the payment by City. Contractor's failure to make the required payments to subcontractors will authorize the City to withhold future payments from the Contractor until compliance with this paragraph is accomplished. It is understood that the partial pay estimates will be approximate only, and all partial pay estimates and payment of same will be subject to correction in the estimate rendered following the discovery of the mistake in any previous estimate. Partial payment by Owner for the amount of work done or of its quality or sufficiency or acceptance of the work done; shall not release the Contractor of any of its responsibilities under the Contract Documents. .. The .City reserves the right to withhold the payment of any partial estimate if the Contractor fails to perform the work in strict accordance with the specifications or other provisions of this contract. .. Pare CI ^ C1-10 W. C8-8.10 GENERAL GUARANTY: Delete C8-8.10, General Guaranty at page C8-8(4) is deleted in its entirety and replaced with the following: Neither the final certificate of payment nor any provision in the Contract Documents, nor partial or entire occupancy or use of the premises by the Owner shall constitute an acceptance of work not done in accordance with the Contract Documents or relieve the Contractor of liability in respect to any express warranties or responsibility for faulty materials or workmanship. 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 in the amount of 100 percent of the amount of the contract which shall assure the performance of the general guaranty as above outlined. The Owner will give notice of observed defects with reasonable promptness. Any reference to any shorter period of time of warranty contained elsewhere within the specifications shall be resolved in favor of this specifications, it being the City's intent that the Contractor guarantee its work for a period of two (2) years following the date of acceptance of the project. In the Special Instructions to Bidders, TPW contracts place the following in lieu of the existing paragraph 2. X. RIGHT TO AUDIT: Part C - General Conditions, Section C8-8 MEASUREMENT AND PAYMENT, Page C8-8 (5), add the following: C8-8.14 RIGHT TO AUDIT: a. 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 normal 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 section. 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 the subcontract, 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 normal working hours to all subcontractor facilities, and shall be provided adequate and appropriate work space, in order to conduct audits in compliance with the provisions of this article. City shall give subcontractor reasonable advance notice of intended audits. -- Part Cl C. Contractor and subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse the Contractor for the cost of copies as follows: 1. 50 copies and under - 10 cents per page 2. More than 50 copies - 85 cents for the first page plus fifteen cents for each page thereafter. Y. SCHEDULE OF COSTS: Add the following to Section C8-8: C8-8.15 SCHEDULE COSTS: Following the completion of all work on the Project and prior to submittal of a request for final payment, the Contractor shall provide a Schedule of Costs to City for approval which lists all equipment systems, structures, building electrical and HVAC systems, overhead and project related costs. The items will be grouped into categories using the Owner's list of category codes which will be provided by the Owner at the Preconstruction Conference. The Schedule of Costs will be used by the City as input to the Capital Assets System, and will not be considered in preparation of modifications to the Contract. Costs associated with .the .. preparation and processing of this schedule of costs shall be subsidiary to the price bid. The Contractor will also provide a projected payment schedule tied to the project schedule and .. the schedule of values which projects the monthly payments through the end of the Project. The Payment schedule must be submitted along with the first request for payment. This information is necessary to arrange financing of the Project by the City. END OF SECTION .. No am Um am Um PadC1 C1-12 PART D City of Fort Worth — Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No, 1 and Hurst No. 2 PART D SPECIAL CONDITIONS This Part D — Special Conditions is complimentary to Part C — General Conditions and Part C1 — Supplementary Conditions to Part C of the Contract. Anything contained in this Part D that is additive to any —' provision in Part C — General Conditions and part C1 Supplementary Conditions to Part C of the Contract are to be read together. Any conflict between Part C — General Conditions and Part Cl — Supplementary Conditions of the Contract and this Part D, Part D shall control. FOR: Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No.'2 _. Project Number P264-600140077080 D-1 GENERAL The order or precedence in case of conflicts or discrepancies between various parts ofthe Contract Documents subject to the ruling of the Engineer shall generally, but not necessarily, follow the guidelines listed below: 1. Plans 2. Contract Documents 3. Special Conditions The following Special Conditions shall be applicable to this project and shall govern over any conflicts with the General Contract Documents under the provisions stated above. The Contractor shall be responsible for defects in this project due to faulty materials and workmanship, or both, for a period of two (2) years from date of final acceptance of this project by the City of Fort Worth and will be required to replace at his expense any part or all of this project which becomes defective due to these causes. Subject to modifications as herein contained, the Fort Worth Water Department's General Contract Documents and General Specifications, with latest revisions, are made a part of the General Contract Documents for this project. The Plans, these Special Contract Documents and the rules, regulations, requirements, instructions, drawings or details referred to by manufacturers name, or identification include therein as specifying, referring or implying product control, performance, quality, or other shall be binding upon the contractor, The _ specifications and drawings shall be considered cooperative; therefore, work or material called for by one and not shown or mentioned in the other shall be accomplished or furnished in a faithful manner as though required by all. Any Contractor performing any work on Fort Worth water or sanitary sewer facilities must be pre -qualified with the Water Department to perform such work in accordance with procedures described in the current Fort Worth Water Department General Specifications, which general specifications shall govern performance of all such work. This contract and project, where applicable, may also be governed by the two following published specifications, except as modified by these Special Provisions: 1. STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION -CITY .. OF FORT WORTH Part D I Special Conditions.doc D-1 City of Fort Worth Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No, 1 and Hurst No. 2 2. STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION - NORTH CENTRAL TEXAS Any conflict between these contract documents and the above 2 publications shall be resolved in favor of these .. contract documents. A copy of either of these specifications may be purchased at the office of the Transportation and Public Works Director, 1000 Throckmorton Street, 2nd Floor, Municipal Building, Fort Worth, Texas 76102. The specifications applicable to each pay item are indicated by the call -out for the pay item by the designer. If not shown, then applicable published specifications in either of these documents may be followed at the discretion of the Contractor. General Provisions shall be those of the Fort Worth document rather than Division 1 of the North Central Texas document. Bidders shall not separate, detach or remove any portion, segment or sheets from the contract document at any time. Failure to bid or fully execute contract without retaining contract documents intact may be grounds for designating bids as "non -responsive" and rejecting bids or voiding contract as appropriate as determined by the City Engineer. D-2 LOCATION AND DESCRIPTION OF PROJECT The work of this project consists of the rehabilitation of four (4) existing wholesale water metering stations. The Forest Hill site is located on Cardinal Ridge Road at the intersection with Horton Road. The Trophy Club site is located along Municipal Drive near the intersection with Trophy Club Road. The Hurst Site No. 1 is located along SH 10 (W. Hurst Blvd) west of the intersection with Precinct Line Road. The Hurst Site No. 2 is located along SH 10 (W. Hurst Blvd) at the intersection of Hurstview Drive, behind the Kelly Moore Paint Facility. D-3 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW A. Definitions: 1. . Certification of coverage ("certificate"). A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. 2. Duration of the project -includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity. 3. Persons providing services on the project ("subcontractor" in §406.096)- includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other services related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Part D 1 Special Conditions.doc D-2 City of Fort Worth Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No, 1 and Hurst No. 2 Labor Code, Section 401.011(44) or all employees of the Contractor providing services on the project, for the duration of the project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being warded the contract. D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The Contractor shall obtain from each person providing services on a project, and provide the governmental entity: ... 1. A certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and 2. No later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. F. The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G. The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the contractor knew or should have known„ of any change that materially affects the provision of coverage of any person providing services on the project. H. The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Worker's Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. I. The contractor shall contractually require each person with whom it contracts to provide services on a project, to: 1. Provide coverage, based on proper reporting on classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; 2. Provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; 3. Provide the Contractor, prior to the end of the coverage,period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; 4. Obtain from each other person with whom it contracts, and provide to the Contractor: a.) A certificate of coverage, prior to the other person beginning work on the project; and Part D 1 Special Conditions.doc D-3 City of Fort Worth Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No, 1 and Hurst No. 2 b.) A new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project. 5. Retain all required certificates of coverage on file for the duration of the project and for one year thereafter. M 6. Notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and .. 7. Contractually require each person with whom it contracts, to perform as required by paragraphs (1)- (7), with the certificates of coverage to be provided to the person for whom they are providing services. S. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor .. is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the contractor to administrative, criminal, civil penalties or other civil actions. 9. The contractor's failure to comply with any of these provisions is a breach of contract by the contractor _ which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. J. The contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person may verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other Texas Worker's Compensation Commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text, without any additional words or changes: •• "REQUIRED WORKER'S COMPENSATION COVERAGE The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." Call the Texas Worker's Compensation Commission at (512)440-3789 to receive information on the legal _ requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage". Part D 1 Special Conditions.doc D-4 City of Fort Worth Wholesale Water Metering Station Rehabilitations for Forest Hill. Trophy Club, Hurst No. I and Hurst No. 2 D-4 PROJECT DESIGNATION SIGNS A project sign is required for this. project. It shall be in accordance with the attached Figure 30 (dated 9-18-96) presented at the end of the Special Conditions. The Fort Worth symbol shall be modified to reflect the City's current symbol. The signs may be mounted on skids or posts. The Engineer shall approve the exact locations and methods of mounting. In addition to the 4' x 8' project signs, project signs shall be attached to barricades used where manhole rehabilitation or replacement is being conducted. Signs suspended from barricading shall be placed in such a way that signs do not interfere with reflective paint or coloring on the barricades. Barricade signs shall be in accordance with Figure 30, except that they shall be 1'-0" by 2'-0" in size. The information box shall have the following information: Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 Project Number P264-600140077080 For Questions on this Project Call: (817) 392-8214 M-F 7:30 am to 4:30 p.m. or (817) 392-4474 Nights and Weekends Any and -all cost for the required materials, labor, and equipment necessary for the furnishing of Project Signs shall be considered as a subsidiary cost of the project and no additional compensation will be allowed. D-5 WAGE RATES The labor classifications and minimum wage rates set forth herein have been predetermined by the City Council of the City of Fort Worth, Texas, in accordance with statutory requirements, as being the prevailing classifications and rates that shall govern on all work performed by the Contractor or any subcontractor on the site of the project covered by these Contract Documents. In no event shall less than the following rates be paid (see attached wage rates). When two or more wage rate scales are shown and wage rates shown in specific classifications are in conflict, the higher wage will be used. D-6 EXISTING UTILITIES AND IMPROVEMENTS The plans show the locations of all known surface and subsurface structures. However, the Owner assumes no responsibility for failure to show any or all of these structures on the Plans,, or to show them in their exact location. It is mutually agreed that such failure shall not be considered sufficient basis for claims for additional compensation for extra work or for increasing the pay quantities in any manner whatsoever. The Contractor shall be responsible for verifying the locations of and protecting all existing utilities, service lines, or other property exposed by his construction operations. Contractor shall make all necessary provisions for the support, protection, relocation, and/or temporary relocation of all utility poles, gas lines, telephone cables, utility services, water mains, sanitary sewer lines, electrical cables, drainage pipes, and all other utilities and structures both above and below ground during construction. The Contractor is liable for all damages done to such existing facilities as a result of his operations and any and all cost incurred for the protection and/or temporary relocation. of such facilities are deemed subsidiary work and the cost of same and shall be included in the cost bid per linear foot of pipe installed. NO ADDITIONAL COMPENSATION WILL BE �. ALLOWED. Part D 1 Special Conditions.doc D-5 City of Fort Worth Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No, 1 and Hurst No. 2 Where existing utilities or service lines are cut, broken or damaged the Contractor shall replace or repair the utilities or service lines with the same type of original material and construction, or better, unless otherwise shown or noted on the plans, at his own cost and expense. The Contractor shall immediately notify the Owner of the damaged utility or service line. He shall cooperate with the Owners of all utilities to locate existing underground facilities and notify the Engineer of any conflicts in grades and alignment. Any and all permanent structures such as parking lot surface, fencing, and like structures on either public or private property shall be replaced at no cost to the City by material of equal value and quality as that damaged. In case it is necessary to change or move the property of any owner of a public utility, such property shall not be moved or interfered with until ordered to do so by the Engineer. The right is reserved to the owner of public .. utilities to enter upon the limits of the project for the purpose of making such changes or repairs of their property that may be made necessary by performance of this contract. The utility lines and conduits shown on the plans are for information only and are not guaranteed by the City of the Engineer to be accurate as to extent, location, and depth; they are shown on the plans as the best information available at the time of design, from the owners of the utilities involved and from evidences found on the ground. D-7 EXPLORATORY EXCAVATIONS In addition to those areas as may be designated on the Drawings, it shall be the Contractor's responsibility to excavate and locate existing utilities which may affect construction of the facilities. All exploratory excavations shall occur far enough in advance to permit any necessary relocation to be made with minimum delay. All costs incurred by the Contractor in making exploratory excavations shall be considered to be included in the total price bid for the project. D-8 SUBSTITUTIONS r_ The specifications for materials set out the minimum standard of quality, which the City believes necessary to procure a satisfactory project. No substitutions will be permitted until the Contractor has received written permission of the Engineer to make a substitution for the material, which has been specified. Where the term "or equal", or "or approved equal" is used, it is understood that if a material, product, or piece of equipment bearing the name so used is furnished, it will be approvable, as the particular trade name was used for the purpose of establishing a standard of quality acceptable to the City. If a product of any other name is proposed for use, the Engineer's approval thereof must be obtained before the Contractor procures the proposed substitute. Where the term "or equal", or "or approved equal" is not used in the specifications, this does not necessarily exclude alternative items or material or equipment which may accomplish the intended purpose. However, the Contractor shall have the full responsibility of proving that the proposed substitution is, in fact, equal, and the Engineer, as the representative of the City, shall be the sole judge of the acceptability of substitutions. The provisions of this sub -section as related to "substitutions" shall be applicable to all sections of these specifications. D-9 DISPOSAL OF SPOIL/FILL MATERIAL Prior to the disposing of any spoil/fill material, the Contractor shall advise the Director of Engineering Department, acting as the City of Fort Worth's Flood Plain Administrator ("Administrator"), of the location of all sites where the Contractor intends to dispose of such material. Contractor shall not dispose of such material until the proposed sites have been determined by the Administrator to meet the requirements of the Flood Plain Ordinances of the City of Fort Worth (Ordinance No. 10056). All disposal sites must be approved by the Administrator to ensure that filling is not occurring within a floodplain without a permit. Part D 1 Special Conditions.doc D-6 r_ City of Fort Worth Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No, I and Hurst No. 2 _ A floodplain permit can be issued upon approval of necessary Engineering studies. No fill permit is required if disposal sites are not in a floodplain. Approval of the Contractor's disposal sites shall be evidenced by a letter signed by the Administrator stating that the site is not in a known flood plain or by a Flood Plain Fill Permit authorizing fill within the flood plain. Any expenses associated with obtaining the fill permit, including any necessary Engineering studies, shall be at the Contractor's expense. In the event that the Contractor disposes of spoil/fill material at a site without a fill permit or a letter from the administrator approving the disposal site, upon notification by the Director, of Engineering Department, Contractor shall, remove the spoil/fill material at its expense and dispose of such materials in accordance with the Ordinances of the City and this section. D-10 TEMPORARY SOIL EROSION SEDIMENT AND WATER POLLUTION CONTROL A. DESCRIPTION: This item shall consist of temporary soil erosion sediment and water pollution control ._ measures deemed necessary by the Engineer for the duration of the contract. These control measures shall at no time be used as a substitute for the permanent control measures unless otherwise directed by the Engineer and they shall not include measures taken by the CONTRACTOR to control conditions created by his construction operations. The temporary measures shall include dikes, dams, berms, sediment basins, fiber mats, jute netting, temporary seeding, straw mulch, asphalt mulch, plastic liners, rubble liners, baled -hay retards, dikes, slope drains and other devices. B. CONSTRUCTION REQUIREMENTS: The Engineer has the authority to define erodible earth and the authority to limit the surface area of erodible -earth material exposed by preparing right-of-way, clearing and grubbing, the surface area of erodible -earth material exposed by excavation, borrow and to direct the CONTRACTOR to provide temporary pollution -control measures to prevent contamination of adjacent streams, other water courses, lakes, ponds or other areas of water impoundment. Such work may involve the construction of temporary berms, dikes, dams, sediment basins, slope drains and use of temporary mulches, mats, seeding, or other control devices or methods directed by the Engineer as necessary to control soil erosion. Temporary pollution -control measures shall be used to prevent or correct erosion that may develop during construction prior to installation of permanent pollution control features, but are not associated with permanent control features on the project. The Engineer will limit the area of preparing right-of-way, clearing and grubbing, excavation and borrow to be proportional to the CONTRACTOR'S capability and progress in keeping the finish grading, mulching, seeding, and other such permanent pollution -control measures current in accordance with the accepted schedule. Should seasonal conditions make such limitations unrealistic, temporary soil -erosion -control measures shall be performed as directed by the Engineer. 1. Waste or disposal areas and construction roads shall be located and constructed in a manner that will minimize the amount of sediment entering streams. 2. Frequent fordings of live streams will not be permitted; therefore, temporary bridges or other structures shall be used wherever an appreciable number of stream crossings are necessary. Unless otherwise approved in writing by the Engineer, mechanized equipment shall not be operated in live streams. 3. When work areas or material sources are located in or adjacent to live streams, such areas shall be separated from the stream by a dike or other barrier to keep sediment from entering a flowing stream. Care shall be taken during the construction and removal of such barriers to minimize the muddying of a stream. 4. All waterways shall be cleared as soon as practicable of false work, piling, debris or other obstructions placed during construction operations that are not a part of the finished work. Part D 1 Special Conditions.doc D-i City of Fort Worth Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No, I and Hurst No. 2 5. The Contractor shall take sufficient precautions to prevent pollution of streams, lakes and reservoirs with fuels, oils, bitumen, calcium chloride or other harmful materials. He shall conduct and schedule his operations so as to avoid or minimize siltation of streams, lakes and reservoirs and to avoid interference with movement of migratory fish. C. MEASUREMENT AND PAYMENT: All work, materials and equipment necessary to provide temporary erosion control shall be paid as lump sum price as detailed in the drawings and specifications. D-11 UTILITIES The Contractor shall at his expense provide all utility services, including water, electricity, gas, telephone, etc., as may be required by him and during the construction and testing period. The City may be able to make provisions for connections to the existing utilities provided- that adequate service is available at appropriate points within the plant site; however, the Contractor shall make all necessary arrangements, furnish materials, and perform all labor and services for connections and metering. D-12 SUBSIDIARY WORK Any and all work specifically governed by documentary requirements for the project, such as conditions imposed by Plans, the General Contract Documents or these Special Contract Documents, in which no specific item for bid has been provided for in the proposal, shall be considered as a subsidiary item of work, the cost of which shall be included in the price bid in the Proposal for each bid item. Surface restoration and cleanup are general items of work which fall in the category of subsidiary work. D-13 RIGHT OF ACCESS M Wd Representatives of the Texas Commission on Environmental Quality (TCEQ), Occupational Safety and Health Administration (OSHA), and City Code Inspectors shall have access to the project wherever and whenever it is in preparation or progress, and the Contractor shall provide proper facilities for such access. .. D-14 OSHA STANDARDS .r ,J All work performed under this contract shall meet the requirements of the Occupational Safety and Health Administration (OSHA). It is the responsibility of the Contractor to become familiar with the provisions of regulations published by the OSHA in the Federal Register and to perform all of the responsibilities thereunder. It is the Contractor's responsibility to see that the project is constructed in accordance with OSHA regulations and to indemnify and save harmless the City from any penalties resulting form the Contractor's failure to so perform. D-15 TIME OF COMPLETION The Owner desires that all work under this contract be completed, in total, within 180 Calendar Days. Substantial Completion of the project shall be defined as completion of all structures, pipelines, and equipment having been installed, tested, and commissioned with approval by the Owner and Engineer, allowing operation of the metering stations. Substantial Completion shall be met within 150 calendar days from notice to proceed. Part D I Special Conditions.doc D-8 _ City of Fort Worth Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No, I and Hurst No. 2 The time period between Substantial Completion and Final Completion shall be scheduled for completing ancillary items which have no impact on the operation of the elevated storage tank, such as finish grading and paving and establishment of vegetation. In the event the Contractor fails to meet the Substantial Completion date of the Project, the Owner may withhold money permanently from the Contractor's total compensation at the rate identified in Section C7- "' 7.10 of the General Conditions as Liquidated Damages until Substantial Completion is met. In the event the Contractor fails to complete the Project in total within the time set forth above, the Owner may withhold at the rate identified in Section C7-7.10 of the General Conditions as Liquidated Damages, including added expenses for engineering services, inspection, loss of revenue, etc., in connection with the Project. D-16 INTERPRETATION OF PHRASES Wherever the words "Directed", "Required", "Permitted", "Designated", "Considered Necessary", "Prescribed", or words of like import are used on the Plans or in the Specifications, it shall be understood that they are intended as Specifications, it shall be understood that they are intended as prerogative of the Owner and/or the Engineer; and, similarly, the words, "Approval', "Acceptable", "Satisfactory", or words - of like import, shall mean approval, etc., by the Owner and/or Engineer. .. Wherever in the Specifications or in the Plans for the work the terms or description of various qualities relative to finish, workmanship, or other qualities of similar kind cannot, because of their nature, be specifically and briefly described and are customarily described in general terms, the Owner and/or Engineer shall be final judge as to whether or not the workmanship so described is being performed in accordance with the intent of the Plans and Specifications the work shall be completed in accordance with his interpretation of the meaning of such words, terms, or clauses. D-17 TERMINATION It is understood and agreed that this contract may be terminated by the City without obligation to the Contractor, in whole or from time to time in part, whenever such termination is determined by the City to be in the best interests of the City. Termination may be effected by delivering to the Contractor or his designated representative a notice of termination, specifying to what extent performance of the work under the contract is being terminated and the effective date of termination. After receipt of notice of termination Contractor shall: 1. Stop work specified in the notice on the date and to the extent specified in the notice of termination. 2. Place no further order or subcontract except as necessary to complete work already underway. 3. Terminate all orders and contracts to the extent that they relate to the performance of the work terminated by the Notice of Termination. Part D I Special Conditions.doc D-9 City of Fort Worth Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No, 1 and Hurst No. 2 D-18 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION Prior to the final inspection being conducted for the project, the contractor shall contact the city inspector in writing when the entire project or a designated portion of the project is substantially complete. The Resident Project Representative, along with appropriate City staff and the City's consultant, shall make an inspection of the substantially completed work and prepare and submit to the contractor a list of items needing to be completed or corrected. The contractor shall take immediate steps to rectify the listed deficiencies and notify the owner in writing when all the items have been completed or corrected. Payment for substantial completion inspection, as well as final inspection, shall be subsidiary to the project price. Contractor shall still be required to address all other deficiencies, which are discovered at the time of final inspection. Final inspection shall be in conformance with general condition item "C5-5.18 Final Inspection" of PART C - GENERAL CONDITIONS. D-19 FINAL ACCEPTANCE M After construction work is satisfactorily completed, the Owner shall make a final inspection of the project. The Owner will advise the Contractor if the project has been satisfactorily completed in accordance with the Plans and Specifications and issue a written statement of final acceptance in.accordance with Section C8-8.7 FINAL ACCEPTANCE OF THE GENERAL CONDITIONS. After final acceptance, the Contractor shall provide a two-year guaranty in accordance C8-8.10 GENERAL GUARANTY, of the •. Supplementary Conditions to the General Conditions, commencing the date of final acceptance. D-20 (NOT USED) .. D-21 INTERPRETATION OF REQUIREMENTS ' t� a. Interpretation: Any, question as to interpretation of drawings and specifications or any questions arising after examination of premises must be referred to the Engineer in writing. No interpretation nor instructions given verbally by any persons will be considered valid. b. Lack of Understanding: Lack of understanding of Drawings and Specifications or failure to secure information concerning all conditions will not justify any claims, and extra compensation will not be made simply because of lack of such knowledge. D-22 HAZARDOUS AND TOXIC MATERIALS Insofar as permitted by law, the Owner shall indemnify and hold harmless the Contractor from and against any and all liabilities, losses, cost, damages and expenses, arising out of use of the materials at the Owners site which are not under the direct control of the Contractor, including, but not limited to, any and all liability resulting form personal injury, including death, property liability, at any time, however caused, due to the presence or release of, or exposure, whether to the person or property injured or otherwise, to any hazardous or toxic substance, provided, however, that the City liability shall be limited to that established in Article 6252-19, Texas Revised Code 'and other applicable State statutes and Constitutional provisions. D-23 AGE In accordance with the policy ("Policy") of the Executive Branch of the Federal Government, Contractor covenants that neither it nor any of its officers, members, agents, employees, program participants or Part D 1 Special Conditions.doc D-10 City of Fort Worth .� Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No, 1 and Hurst No. 2 subcontractors, while engaged in performing this contract, shall, in connection with the employment, advancement or discharge of employees or in connection with the terms, conditions or privileges of their employment, discriminate against persons because of their age except on the basis of a bona fide occupational qualification, retirement plan or statutory requirement. Contractor further covenants that neither it nor its officers, members, agents, employees, subcontractors, program participants, or persons acting on their behalf, shall specify, irk solicitations or advertisements for employees to work on this contract, a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification, retirement plan or statutory requirement. Contractor warrants it will fully comply with the policy and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractors against City arising out of .. Contractor's and/or its subcontractor's alleged failure to comply with the above referenced Policy concerning age discrimination in the performance of this agreement. D-24 DISABILITY In accordance with the provisions of the Americans With Disabilities Act of 1990 ("ADA"), Contractor warrants that if any and all of its subcontractors will not unlawfully discriminate on the basis of disability in the provision of services to the general public, nor in the availability, terms and/or conditions of employment for applicants for employment with, or employees of Contractor or, any of its subcontractors. Contractor warrants it will fully comply with ADA's provision and any other applicable federal, state and local laws concerning disability and will defend, indemnify and hold City harmless against any claims or allegations asserted by third parties or subcontractors against City arising out of Contractor's and/or its subcontractor's alleged failure to comply with the above -referenced law concerning disability discrimination in the performance of this agreement. D-25 (NOT USED) D-26 (NOT USED) .. D-27 INSURANCE Property insurance upon the entire work, including materials not in place at the site to the full insurable value thereof, is required. All Risk Builder's Risk Insurance shall include the interests of the Owner, the Contractor, Subcontractor and Sub -subcontractors in the work and shall include, but not be limited to, the perils of fire, lightning, flood, collapse, windstorm, hail, explosion, riot, civil commotion, smoke, aircraft, _ land vehicles, vandalism and malicious mischief. The Builder's Risk Insurance shall be endorsed to permit occupancy prior to completion of construction and prior to acceptance by the Owner. A copy of the Builder's Risk Policy shall be filed with the Owner and shall include a thirty (30) day notice of cancellation of policy provision. D-28 TRENCH SAFETY SYSTEM The Contractor shall be solely responsible for all his trench safety activities as set forth in Paragraph C6-6 of the General Conditions. The Contractor shall indemnify the Owner and the Engineer from any claim related to trench safety. Insurance coverage shall comply with these requirements. The prospective bidders (and Contractor) shall make such explorations, analyses and other investigations as they deem necessary to inform themselves of the actual conditions to be encountered in performing the Part D 1 Special Conditions.doc D-11 City of Fort Worth Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No, 1 and Hurst No. 2 work required by the Contract Documents, including, but not limited to, information necessary to develop a trench safety program to comply with all requirements of OSHA, federal, state, and local laws, rules and regulations. Compliance with these laws, rules and regulations, including, but not limited to, HB 662 and HB 665 as adopted by the 72nd Session of the Texas Legislature, shall rest solely with the Contractor. .. D-29 PUMPING AND DEWATERING OPERATIONS .r Work to be performed may require draining, pumping and dewatering, and certain cleaning operations necessary to complete the work as specified and as indicated on the drawings. It is the intent of these specifications that such draining, pumping and dewatering, and cleaning operations shall be the obligation of the Contractor. The existing structures, piping, and valves may leak and the Owner does not guarantee a dry site. The Contractor shall provide all necessary pumping, as required by the excavation work specification, to remove all surface water, groundwater, leakage, and water from other sources from excavations. Payment for Dewatering is considered subsidiary and no extra payment for these services will be allowed. D-30 (NOT USED) D-31 PROJECT SUPERINTENDENTS The Contractor shall keep a competent resident superintendent at the project site at all times during the progress of the work. A resume listing the qualifications and experience record of the proposed resident superintendent, as well as references from similar projects shall be submitted to the Owner, prior to the award of contract. This resident superintendent, if found to be acceptable, shall not be removed except under extraordinary circumstances. Qualifications of a proposed replacement shall be submitted when a, .. request is made for the replacement of the superintendent and shall be approved by the Owner prior to withdrawing the Superintendent. During the construction of the project, the resident superintendent shall demonstrate an ability to properly ow execute the work outlined in the contract documents in a timely manner and shall consistently produce work of an acceptable quality and in accordance with the contract documents. If the Owner shall have a reasonable objection to the performance of the resident superintendent, the Contractor shall replace the — resident superintendent upon written notice from the Owner. The resident superintendent shall be replaced with a superintendent acceptable to the Owner. No extension of time will be allowed for delays caused by the replacement of a resident representative. aw The Contractor shall submit resumes for the Electrical and Instrumentation superintendents listing qualifications and experience records prior to the awardof contract for approval by the Owner. All .. requirements for assignment and replacement of resident superintendents shall apply equally to Electrical and Instrumentation Superintendents. D-32 (NOT USED) D-33 CONTRACTOR'S OFFICE ow The Contractor is not required to maintain a Field Office shall be in accordance with Specification Section 01500. rr D-34 (NOT USED dw Part D 1 Special Conditions.doc D-12 City of Fort Worth ... Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No, I and Hurst No. 2 D-35 SANITARY FACILITIES FOR WORKMEN As set forth in the General Conditions, Section C6-6.4, the Contractor shall provide all necessary sanitary conveniences for the use of workmen at the project site. The Contractor shall also provide adequate drinking water facilities. The Contractor and his subcontractors and workmen shall not use the existing plant sanitary facilities. D-36 PAYMENT FOR MOBILIZATION OR DEMOBILIZATION Payments for mobilization and/or demobilization shall be considered to be subsidiary to the lump sum prices bid for each of the meter station sites. No extra payments will be made for mobilization, re - mobilization, or demobilization. .� D-37 SEQUENCE OF CONSTRUCTION Prior to the start of any work on the project, Contractor shall meet with the Engineer and develop a construction schedule and sequence of operation. The construction schedule shall be prepared in accordance with the Construction Plans and Section 01315. D-38 CONSTRUCTION LAYOUT The Owner will provide at the site of the work horizontal control in the form of grid reference points and vertical control in the form of bench marks. From the controls established by the Owner, the Contractor shall be responsible for the complete layout of the work and for establishing lines and elevations as needed during construction. The Contractor shall furnish, at his own expense, labor, including the services of competent personnel, equipment, including accurate surveying instruments, stakes, templates, platforms, tools, and materials as may be required for laying out any and all parts of the work. The Engineer will be available for assistance in an advisory capacity. D-39 WARRANTY CERTIFICATES The Manufacturer shall warrant that all equipment furnished by it hereunder complies in all respects with ,. the design and specification of this contract and contains no defect of material or workmanship. In the event of failure of any part or parts of the equipment during the two years of service following final acceptance, due to defects of design, materials, or workmanship, the affected part or parts shall be replaced promptly upon notice by the Contractor. All replacement parts shall be furnished, delivered and installed at the expense of the Manufacturer. All warranty certificates or manufacturer's guarantees, for equipment purchased by the Contractor shall be issued in the name of the City of Fort Worth. The Contractor shall combine all warranty certificates into a single, 3-ring binder and provide the binder to the Owner at completion of the project. The binder shall include a table of contents with labeled, tabbed sections for each piece of equipment. D-40 LIMITS OF EXTRA COMPENSATION FOR DELAYS 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. When such extra compensation is claimed, a written statement thereof shall be presented by the Contractor to the Engineer and if by him found correct shall be approved and referred by him to the City Council for final approval or disapproval; and the action thereon by the City Council shall be final and binding. If delay is caused by specific orders given by the Engineer Part D 1 Special Conditions.doc D-13 City of Fort Worth Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No, 1 and Hurst No. 2 to stop work, or by the performance of extra work, or by the failure of the City to provide material or necessary instructions for carrying on the work, then such delay will entitle the Contractor to an equivalent extension of time, his application for which shall, however, be subject t6the approval of the City Council; and no such extension of time shall release the Contractor or the surety on his Performance Bond from all his obligations hereunder which shall remain in full force until the discharge of the Contract. D-41 PROGRESS PHOTOGRAPHS The Contractor shall take photographs of the project alignment prior to construction, monthly during the construction of the project, and after completion of the project. Photographs shall be taken with a quality digital camera with date back capability, with lenses ranging form wide angle to 135mm. Photographs shall be taken at locations designated by the Engineer. Two glossy color 3" x 5" prints shall be provided for each photograph taken. Each print shall be marked on the reverse side to indicate project name, date and time, location, direction of exposure, and a description of what is being photographed. Prints shall be clear and sharp with proper exposure. If prints of adequate quality are not produced from exposures, additional photographs shall be taken immediately. Floppy disks with each of the digital photographs stored shall also be provided. The Contractor shall provide no less than twelve (12) photographs of the site prior to construction. Starting one month after the date of the preconstruction photographs, and continuing as long as the work is in progress, twenty-four (24) monthly photographs shall be taken to accurately record the work that has progressed during that period. Photographs are to be submitted with the monthly Partial Pay Request in plastic binders. Contractor shall also produce a preconstruction videotape of the site, including all areas in the vicinity of and to be affected by construction. This videotape shall be provided to the Owner. D42 SUBMITTALS The Contractor shall be responsible for the accuracy and completeness of the information contained in each submittal and shall insure that the values, material, equipment, or method of work shall be as described in the submittal. All submittals must be stamped by the Contractor, indicating that they have been checked by the Contractor for compliance with Contract Documents and approved by the Contractor, or contain certifications as required by the Contract Documents. Submittals that do not have the stamp applied or include the required certifications will be returned to the Contractor without processing. The Contractor shall ensure that there is no conflict with other submittals and notify the Engineer of each case where the proposed change may affect the work of another Contractor or Owner. The Contractor shall ensure coordination of submittals among the related crafts and Subcontractors. Submittals will not be accepted from Subcontractors or suppliers. The Contractor shall assign a number to each submission provided to the Engineer to allow each submittal to be tracked while processing through the review procedures. Submittals shall be accompanied by the Submittal Transmittal Form provided by the Engineer. A separate form shall be used for each specific item, class of material, equipment, and items specified in separate discrete sections, etc., for which a submittal is required. Submittals for various items shall be made with a single form when the items taken together constitute a manufacturer's package, or are so functionally related that they should be checked as a unit. Assignment of numbers shall be by means of a letter prefix, a sequence number, and letter suffix to r r r r r r .r r Part D 1 Special Conditions.doc D-14 r City of Fort Worth Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No, 1 and Hurst No. 2 indicate resubmittals. Refer to Section 01300 for detailed submittal requirements. Applicable Prefixes are: CO - Change Order CMR - Contractor's Modification Request CTR - Certified Test Report E1R - Equipment Installation Report .- FO - Field Order MIS - Miscellaneous Submittals NBC - Notifications by Contractor OM - Operation and Maintenance Manual PCM - Proposed Contract Modifications PE - Periodical Estimate for Partial Payment RFI - Request For Information PP - Progress Photographs RD - Record Drawing SD - Shop Drawing SCH . - Schedule of Progress .. The sequence number shall be issued in chronological order for each type of submittal. Resubmittals shall be followed by a letter of the alphabet to indicate the number of times a submittal has been sent to the Engineer for processing. As an example, a submittal with the. number RD-025 indicates that he submittal is the 25th item of Record Data submitted. Correct assignment of numbers is essential as different submittal types are processed in different ways. Some submittals received do not require that any response be given for the material. Contractor shall maintain a log of submissions to allow the processing of Contractor's submittals to be monitored. Logs will be reviewed periodically to determine that all submittals are received and processed. Submittal numbers are to be clearly noted on each page or sheet of the submittal. In addition, each submittal shall have a cross-referenced identification number relating to the specification that the submittal applies. The identification number shall be per Section 01300. Submittals shall be marked to show clearly the applicable sections of the specification and sheet number of drawings. D-43 RECORD DRAWINGS " a. General: During prosecution of the work, the Contractor shall maintain a complete set of drawings upon which all deviations and changes shall be legibly recorded with actual works done. Deviations and changes shall be marked in red on a 22"04" (full scale) set of drawings. b. Delivery: Record Drawings shall be delivered to the Engineer in good condition upon completion and acceptance of the work and before final. payment is made. c. Requirements: Record Drawings shall be required for all work performed as a part of this project. Part D 1 Special Conditions.doc D-15 No City of Fort Worth Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No, 1 and Hurst No. 2 D-44 SHOP DRAWINGS Equipment and material covered in PART E - SPECIFICATIONS shall have Shop Drawings and Operation and Maintenance Manuals submitted in accordance with Sections 01300 and 01730; regardless -. if reference is or is not made to Sections 01300 or 01730 within the section of the specification under which the equipment or material is purchased. D-45 REQUEST FOR INFORMATION When necessary, the Contractor shall request additional information, clarification or interpretation of the contract documents or when the Contractor believes there is a conflict between contract documents or when the Contractor believes there is a conflict between the drawings and specifications, he shall identify the conflict and request clarification using the Request for Information (RFI) form provided by the Engineer. Sufficient information shall be attached to permit a written response without further — information. The Engineer will log each request and will review the request. If review of the project information �- request indicates that a change to the contract documents is required, the Engineer will issue a Proposed Contract Modification as described in Paragraph D-46. D-46 CONTRACTOR MODIFICATION REQUEST / PROPOSED CONTRACT MODIFICATION Any change in the contract documents that is requested will be initiated by the Contractor issuing a Contractor's Modification Request or by Engineer issuing a Proposed Contract Modifications on the form provided by the Engineer. Proposals will be reviewed by the Owner and if found acceptable will be W incorporated in a Change Order in accordance with Section C4 of the GENERAL CONDITIONS, or by Field Order in accordance with Paragraph D-50 of the SPECIAL CONDITIONS. The Contractor's Modification Request shall fully identify and describe the deviations and associated costs, and state the reason the change is requested. Any savings in cost related to the substitution is to be stated in the request for consideration. D-47 RECORD DATA Record Data shall be submitted to provide information as to the general character, style and manufacturer .. of the equipment to allow the Owner to adequately identify the materials or equipment incorporated into the project. Record Data shall be provided for all equipment'and materials of, construction. Record Data are not required for items which Shop Drawings and/or Operations and Maintenance manuals are required. Record Data shall be complete to indicate where the material was incorporated into the project, provide schedules of materials and their use, colors, model numbers and other information which would allow this material to be replaced at some future date. Record Data will be received by the Engineer and logged for transmittal to the Owner. Record Data will riot be reviewed for comment and no response will be made to the Contractor. i D-48 EQUIPMENT INSTALLATION REPORT A written report shall be submitted by the equipment supplier performing the installation check for equipment as required. This report shall certify that 1) the equipment has been properly installed and lubricated, 2) is in accurate alignment, 3) is free from any undue stress imposed by connecting piping, Part D 1 Special Conditions.doc D-16 City of Fort Worth w Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No, 1 and Hurst No. 2 w equipment, or anchor bolts, and 4) has been operated under full load conditions and that it is operating satisfactorily. D-49 NOTIFICATION BY CONTRACTOR w Written notification of the need for testing, observation of work by Engineer, intent to work outside of regular working hours, or the request to shutdown the. facilities or make utility connections shall be given to the Engineer by issuance of a Notification By Contractor on a form provided by the Engineer. D-50 ALTERATION OF CONTRACT DOCUMENTS Paragraph C44.4 of the General Conditions shall be modified as follows: w By Change Order or Field Order, the Owner reserves the right to make changes in the Contract Documents and in the character or quantities of the work as may be necessary or desirable to insure completion in the most satisfactory manner, provided such changes are consistent with the overall intent of the Contract Documents. A Field Order is a written order issued by the Engineer which authorizes minor changes or alterations in w the work that do not involve changes in the Contractor Time or Contract Amount. Modifications to the contract can only be authorized by a Change Order or Field Order. Such changes shall not be considered as waiving or invalidating any condition or provision of the Contract Documents, If Contractor believes that a minor change or alternation authorized by Field Order entitles him to an increase in contract amount or contract time, he shall not proceed with the work and shall, within 10 days after receiving the Field Order, so advise the Engineer in writing and request that a Change Order be issued in accordance with paragraph C4-4.5 of the General Conditions. D-51 UNDERWRITER'S LABORATORIES LABELING All electrical materials and equipment to be installed as part of this project shall bear the label of Underwriters' Laboratories, Inc. (UL) or other testing laboratory approved by the City of Fort Worth .. Electrical Inspection Section. Such labeling shall include electrical equipment provided as part of a mechanical equipment package, such as pumps, blowers, etc. The label shall be provided prior to the equipment being shipped to the project site. D-52 STORMWATER POLLUTION PREVENTION PERMIT: As defined by Texas Commission on Environmental Quality (TCEQ) regulations, a Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required for all construction activities that result in the disturbance of one to five acres (Small Construction Activity) or five or more acres of total land (Large Construction Activity). The contractor is defined as an "operator" by state regulations and is required to obtain a permit. Information concerning the permit can be obtained through the Internet at http://www.tnrcc.state.tx.us/pennitting/water pemi/wwpenn/construct.html. Soil ,. stabilization and structural practices have been selected and designed in accordance with North Central Texas Council of Governments Best Management Practices and Erosion Control Manual for Construction Activities (BMP Manual). This manual can be obtained through the Internet at ,. www.dfwstormwater.com/runoff.html. Not all of the structural controls discussed in the BMP Manual will necessarily apply to this project. Best Management Practices are construction management techniques that, .. Part D 1 Special Conditions.doc D-1 % City of Fort Worth Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No, 1 and Hurst No. 2 if properly utilized, can minimize the need for physical controls and possible reduce costs. The methods of control shall result in minimum sediment retention of not less than 70%. NOTICE OF INTENT (NOI): If the project will result in a total land disturbance equal to or greater than 5 acres, the contractor shall sign at the pre -construction meeting a TCEQ Notice of Intent (NOI) form prepared by the engineer. It serves as a notification to the TCEQ of construction activity as well as a commitment that the contractor understands the requirements of the permit for storm water discharges from construction activities and that measures will be taken to implement and maintain storm water pollution prevention at the site. The NOI shall be submitted to the TCEQ at least 48 hours prior to the contractor moving on site and shall include the required $100 application fee. The NOI shall be mailed to: Texas Commission on Environmental Quality Storm Water & General Permits Team; MC-228 P.O. Box 13087 Austin, TX 78711-3081 A copy of the NOI shall be sent to: City of Fort Worth Department of Environmental Management .. 5000 MLK Freeway Fort Worth, TX 76119 NOTICE OF TERMINATION (NOT): For all sites that qualify as Large Construction Activity, the contractor shall sign, prior to final payment, a TCEQ Notice of Termination (NOT) form prepared by the engineer. It serves as a notice that the site is no longer subject to the requirement of the permit. The NOT should be mailed to: Texas Commission on Environmental Quality Storm Water & General Permits Team; MC-228 P.O. Box 13087 Austin, TX 78711-3087 Im STORM WATER POLLUTION PREVENTION PLAN (SWPPM: A document consisting of an erosion control and toxic waste management plan and a narrative defining site parameters and techniques to be employed to reduce the release of sediment and pollution from the construction site. SWPPP preparation shall be the responsibility of the contractor. The selected Contractor shall provide three copies of the SWPPP after award of contract, along with unbound copies of all forms to be submitted to the Texas Commission on Environmental Quality. Preparation of a SWPPP will be considered to be subsidiary to the �- various other bid items. LARGE CONSTRUCTION ACTIVITY - DISTURBED AREA EQUAL TO OR GREATER THAN 5 .. ACRES: A Notice of Intent (NOI) form shall be completed and submitted to the TCEQ including payment of the TCEQ required fee. A SWPPP that meets all TCEQ requirements prepared by the Engineer shall be prepared and implemented at least 48 hours before the commencement of construction activities. The SWPPP shall be incorporated into in the contract documents. The contractor shall submit a schedule for implementation of the SWPPP. Deviations from the plan must be submitted to the engineer for approval. The SWPPP is not warranted to meet all the conditions of the permit since the actual construction activities may vary from those anticipated during the preparation of the SWPPP. Modifications may be required to .. fully conform to the requirements of the Permit. The contractor must keep a copy of the most current SWPPP at the construction site. Any alterations to the SWPPP proposed by the contractor must be Part D 1 Special Conditions.doc D-18 City of Fort Worth Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No, 1 and Hurst No. 2 prepared and submitted by the contractor to the engineer for review and approval. A Notice of Termination (NOT) form shall be submitted within 30 days after final stabilization has been achieved on all portions of the site that is the responsibility of the permittee, or, when another permitted operator assumes control over all areas of the site that have not been finally stabilized. SMALL CONSTRUCTION ACTIVITY - DISTURBED AREA EQUAL TO OR GREATER THAN ONE ACRE BUT LESS THAN FIVE ACRES: Submission of a NOI form is not required. However, a TCEQ Site Notice form must be completed and posted at the site. A copy of the completed Site Notice must be sent to the City of Fort Worth Department of Environmental Management at the address listed above. A SWPPP, prepared as described above, shall be implemented at least 48 hours before the •• commencement of construction activities. The SWPPP must include descriptions of control measures necessary to prevent and control soil erosion, sedimentation and water pollution and will be included in the contract documents. The control measures shall be installed and maintained throughout the construction to assure effective and continuous water pollution control. The controls may include, but not be limited to, silt fences, straw bale dikes, rock berms, diversion dikes, interceptor swales, sediment traps and basins, pipe slope drain, inlet protection, stabilized construction entrances, seeding, sodding, mulching, soil .. retention blankets, or other structural or non-structural storm water pollution controls. The method of control shall result in a minimum sediment retention of 70% as defined by the NCTCOG "BMP Manual." Deviations from the proposed control measures must be submitted to the engineer for approval. D-53 INFORMATION CONCERNING CONDITIONS Prospective bidders shall make a careful examination of the entire site of the project and shall make such explorations as may be necessary to determine the subsoil and water conditions to be encountered; improvements and obstructions which may be encountered, especially those to be protected; methods of providing ingress and egress to private as well as public property; methods of handling traffic during construction and maintenance of the entire project as well as any section thereof, protection of all existing structures both above and below ground; and how the plans fit the proposed project and especially if any discrepancies exist. The accuracy of the information furnished by the Engineer in the plans and specifications as to underground structures and surface structures, foundation conditions, character of soil, position and quality ,. of ground water and subsoil water, etc., are not guaranteed by the Owner. END OF SECTION Part D 1 Special Conditions.doc D-19 City of Fort Worth Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No, 1 and Hurst No. 2 CITY OF FORT WORTH HIGHWAY CONSTRUCTION PREVAILING WAGE RATE FOR 2000 CLASSIFICATION Asphalt Raker Asphalt Shoveler Batching Plant Weigher Carpenter (Rough) Concrete Finisher -Paving Concrete Finisher Helper (Paving) Concrete Finisher -Structures Flagger Form Builder -Structures Form Setter -Paving & Curbs Form Setter -Structures Laborer -Common Laborer -Utility Mechanic Servicer Pipe Layer Pipe Layer Helper Asphalt Distributor Operator Asphalt Paving Machine Operator Concrete Paving Saw Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel (< 1 CY) Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel (> 1 CY) Front End Loader (21/2 CY & less) Front End Loader (over'2 1/2 CY) Milling Machine Operator Mixer Motor Grader Operator (Fine Grade) Motor Grader Operator Pavement Marking Machine Roller, Steel Wheel Plant -Mix Pavements Roller, Steel Wheel Other Flatwheel or Tamping Roller, Pneumatic, Self -Propelled Scraper Traveling Mixer Reinforcing Steel Setter (Paving) Truck Driver -Single Axle (Light) Truck Driver -Tandem Axle Semi -Trailer Truck Driver-Lowboy/Float Truck Driver -Transit Mix Truck Driver -Winch HOURLY RATE $10.32 $9.75 $9.65 $13.64 $10.1.6 $9.70 $,13.44 $7.00 $13.44 $10.25 $9.75 $7.64 $8.64 $13.25 $10.13 $7.35 $6.75 $11.45 $11.09 $10.53 1/2 $10.00 1/2 $11.52 $9.94 $9.32 $8.00 $11.00 $12.31 $13.75 $11.00 $9.88 $12.12 $8.02 $10.00 $9.75 $8.00 $10.22 $10.54 $10.63 $9.80 A WIN Part D 1 Special Conditions.doc D-20 City of Fort Worth Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No, I and Hurst No. 2 _ CITY OF FORT WORTH BUILDING AND CONSTRUCTION TRADE PREVAILING WAGE RATE FOR 2000 HOURLY CLASSIFICATION RATE CLASSIFICATION HOURLY RATE AIR CONDITIONING MECHANIC $15.98 ROOFER $11.87 AIR CONDITIONING MECHANIC $10.75 ROOFER HELPER $8.33 HELPER SHEET METAL WORKER $14.45 ,.. ACOUSTIC CEILING INSTALLER $14.02 SHEET METAL WORKER HELPER $9.57 ACOUSTIC CEILING INSTALLER $10.88 SHEETROCK HANGER $12.45 HELPER SHEETROCK HANGER HELPER $9.64 BRICKLAYER/STONE MASON $17.21 SPRINKLER SYSTEM INSTALLER $16.87 BRICKLAYER/STONE MASON $10.16 SPRINKLER SYSTEM INSTALLER $10.13 HELPER HELPER CARPENTER $13.92 STEEL WORKER STRUCTURAL $11.36 .. CARPENTER HELPER $10.38 STEEL WORKER STRUCTURAL $8.80 CONCRETE FINISHER $12.68 HELPER CONCRETE FINISHER HELPER $9.73 WELDER $14.70 CONCRETE FORM BUILDER $11.97 WELDER HELPER $11.74 .. CONCRETE FORM BUILDER HELPER $9.42 DRYWALL TAPER $11.33 DRYWALL TAPER HELPER $8.00 HEAVY EQUIPMENT OPERATORS .. ELECTRICIAN JOURNEYMAN $17.46 CRANE, CLAMSHELL, BACKHOE, $12.50 ELECTRICIAN HELPER $11.30 ' DERRICK, DRAGLINE, SHOVEL ELECTRONIC TECHNICIAN $12.50 FORKLIFT OPERATOR $9.63 ELECTRONIC TECHNICIAN HELPER $8.50 FOUNDATION DRILL OPERATOR $13.00 .. FLOOR LAYER (CARPET) $17.00 FRONT END LOADER OPERATOR $11.22 FLOOR LAYER (RESILIENT) $16.00 TRUCK DRIVER $10.31 FLOOR LAYER HELPER $13.50 .. GLAZIER $15.02 GLAZIER HELPER $10.90 INSULATOR $12.04 INSULATOR HELPER $9.40 LABORER -COMMON $7.85 LABORER -SKILLED $10.35 LATHER $14.00 LATHER HELPER $11.00 METAL BUILDING ASSEMBLER $10.00 METAL BLDG ASSEMBLER HELPER $8.70 PAINTER $12.83 PAINTER HELPER $8.35 PIPEFITTER $17.60 PIPEFITTER HELPER $10.18 " PLASTERER $16.00 PLASTERER HELPER $11.00 PLUMBER $16.91 PLUMBER HELPER $9.75 REINFORCING STEEL SETTER $10.40 REINFORCING STEEL SETTER HELPER $9.18 Part D I Special Conditions.doc D-21 ;round Y1tUJ.(;I -W(i1V Figure_30 A Scale � N = I' N N A 9 Page 1 ot- 3 General Decision Number: TX080043 02/08/2008 TX43 Superseded General Decision Number: TX20070045 State: Texas Construction Types: Heavy and Highway Counties: Collin, Dallas, Denton, Ellis, Grayson, Johnson, Kaufman, Parker, Rockwall, Tarrant and Wichita Counties in Texas. HEAVY AND HIGHWAY CONSTRUCTION PROJECTS IN WICHITA COUNTY ONLY. HIGHWAY CONSTRUCTION PROJECTS ONLY FOR REMAINING COUNTIES. Modification Number Publication Date 0 02/08/2008 SUTX2004-004 11/09/2004 Rates Air Tool Operator ..............$ 10.06 Asphalt Distributor Operator ... $ 13.99 Asphalt paving machine operator$ 12.78 Asphalt Raker ..................$ 11.01 Asphalt Shoveler ...............$ 8.80 Batching Plant Weigher ......... $ 14.15 Broom or Sweeper Operator ...... $ 9.88 Bulldozer operator ...........$ 13.22 Carpenter ......................$ 12.80 Concrete Finisher, Paving ...... $ 12.85 Concrete Finisher, Structures..$ 13.27 Concrete Paving Curbing Machine Operator ...............$ 12.00 Concrete Paving Finishing Maching Operator ...............$ 13.63 Concrete Paving Joint Sealer Operator .......................$ 12.50 Concrete Paving Saw Operator ... $ 13.56 Concrete.Paving Spreader Operator .......................$ 14.50 Concrete Rubber ................$ 10.61 Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel Operator .......................$ 14.12 Electrician ....................$ 18.12 Flagger ........................$ 8.43 Form Builder/Setter, Structures$ 11.63 Form Setter, Paving & Curb.....$ 11.83 Foundation Drill operator, Crawler Mounted ................$ 13.67 Foundation Drill Operator, Truck Mounted ..................$ 16.30 Front End Loader Operator ...... $ 12.62 Laborer, common ................$ 9.18 Laborer, Utility ...............$ 10.65 Mechanic .......................$ 16.97 Milling Lachine Operator, Fringes 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 hq://www.wdol.gov/wdol/scaflies/davisbaconnX43.dvb 9/2/2008 rags z ui Fine Grade .....................$ 11.83 0.00 Mixer operator .................$ 11.58 0.00 Motor Grader Operator, Fine Grade ..........................$ 15.20 0.00 Motor Grader Operator, Rough ... $ 14.50 0.00 Oiler ..........................$ 14.98 0.00 Painter, Structures ............ $ 13.17 0.00 Pavement Marking Machine Operator .......................$ 10.04 0.00 Pipelayer ......................$ 11.04 0.00 Reinforcing Steel Setter, Paving .........................$ 14.86 0.00 Reinforcing Steel Setter, Structure ......................$ 16.29 0.00 Roller Operator, Pneumatic, Self -Propelled .................$ 11.07 0.00 Roller Operator, Steel Wheel, Flat Wheel/Tamping.............$ 10.92 0.00 Roller Operator, Steel Wheel, Plant Mix Pavement .............$ 11.28 0.00 Scraper Operator ... ............ $ 11.42 0.00 _ Servicer .......................$ 12.32 0.00 Slip Form Machine Operator ..... $ 12.33 0.00 Spreader Box operator .......... $ 10.92 0.00 Tractor operator, Crawler Type.$ 12.60 0.00 Tractor operator, Pneumatic .... $ 12.91 0.00 Traveling Mixer Operator ....... $ 12.03 0.00 Truck driver, lowboy -Float.....$ 14.93 0.00 Truck driver, Single Axle, Heavy ..........................$ 11.47 0.00 Truck driver, Single Axle, Light ..........................$ 10.91 0.00 Truck Driver, Tandem Axle, Semi -Trailer ...................$ 11.75 0.00 Truck Driver, Transit -Mix ...... $ 12.08 0.00 .. Wagon Drill, Boring Machine, Post Hole Driller Operator ..... $ 14.00 0.00 Welder .........................$ 13.57 0.00 Work Zone Barricade Servicer... $ 10.09 0.00 Unlisted classifications needed for work not included within .w the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). .. ---------------------------------------------------------------- In the listing above, the "SU" designation means that rates listed under the identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: .. .. http://www.wdol.gov/wdol/scafiles/davisbaconfI"X43.dvb 9/2/2008 1 GLr,V J Vl ., * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division .. U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, _ etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative ,.. Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. saaaaaaaamoaeaaoaammamaaaaaa�3:maaaoaaamasaa3ammasaa�aaaaaaaeacas END OF GENERAL DECISION hq://www.wdol.gov/wdol/scafiles/davisbacon/TX43.dvb 9/2/2008 PART E Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. I and Hurst No. 2 SECTION 01035 KHA No. 061018044 Control of Work October 2008 Page 1 of 2 PART 1: GENERAL 1.01 PIPE LOCATIONS A. Pipelines, electrical conduits, and other underground utilities shall be located substantially as indicated on the Drawings, but the Engineer reserves the right to make such modifications in locations as may be found desirable to avoid interference with existing structures or for other reasons. Where fittings are noted on the Drawings, such notation is for the Contractor's convenience and does not relieve him from laying and jointing different or additional items where required. 1.02 OPEN EXCAVATIONS A. All open excavations shall be adequately safeguarded by providing temporary barricades, caution signs, lights and other means to prevent accidents to persons, and damage to property. The Contractor shall, at his own expense, provide suitable and safe bridges and other crossings for accommodating travel by pedestrians and workmen. Bridges provided for access during construction shall be removed when no longer required. The length or size of excavation will be controlled by the particular surrounding conditions, but shall always be confined to the limits prescribed by the Engineer. If the excavation becomes a hazard, or if it excessively restricts traffic at any point, the Engineer may require special construction procedures, such as limiting the length of the open trench, prohibiting stacking excavated material in the street, and requiring that the trench shall not remain open overnight. B. The Contractor shall take precautions, such as fences and barricades, to prevent injury to the public due to open trenches. All trenches, excavated material, equipment, or other obstacles which could be dangerous to the public shall be well lighted at night. 1.03 TEST PITS y A. Test pits for the purpose of locating underground pipelines or structures in advance of the construction shall be excavated and backfilled by the Contractor at the direction of the Engineer. Test pits shall be backfilled immediately after their purpose has been satisfied and the surface restored and maintained in a manner satisfactory to the Engineer. 1.04 MAINTENANCE OF TRAFFIC _ A. Unless permission to close a street is received in writing from the proper authority, all excavated material shall be placed so that vehicular and pedestrian traffic may be maintained at all times. If the Contractor's operations cause traffic hazards, he shall repair the road surface, provide temporary ways, erect wheel guards or fences, or take other measures for safety satisfactory to the Engineer. B. Detours around construction shall be in conformance with the applicable permit and will be subject to the approval of the Owner and the Engineer. Where detours are permitted, the Contractor shall provide all necessary barricades and signs as required to divert the flow of traffic. While traffic is detoured, the Contractor shall expedite construction operations and periods when traffic is being detoured will be strictly controlled by the Owner. C. The Contractor shall take precautions to prevent injury to the public due to open trenches. Night watchmen may be required where special hazards exist, or police protection provided for traffic while work is in progress. The Contractor shall be fully responsible for damage or injuries whether or not police protection has been provided. 1.05 BLASTING Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 SECTION 01035 KHA No. 061018044 Control of Work October 2008 Page 2 of 2 - A. No blasting shall be allowed unless approved in writing by the City of Fort Worth. 1.06 CARE AND PROTECTION OF PROPERTY A. The Contractor shall be responsible for the preservation of all.public and private property, and shall use every precaution necessary to prevent damage thereto. If any direct or indirect damage is done to public or private property by or on account of any act, omission, neglect, or misconduct in the execution of the work on the part of the Contractor, such property shall be restored by the Contractor, _ at his expense, to a condition similar or equal to that existing before the damage was done, or he shall make good the damage in some other manner acceptable to the Engineer. 1.07 MAINTENANCE OF FLOW A. The Contractor shall, at his own cost, provide for the flow of watermains, sewers, drains and water courses interrupted during the progress of the work, and shall immediately cart away and remove all L offensive matter. The entire procedure of maintaining existing flow shall be fully discussed with the Engineer well in advance of the interruption of any flow. 1.08 COOPERATION WITHIN THIS CONTRACT A. The Contractor shall cooperate with Subcontractors or trades, and shall assist in incorporating the work of other trades where necessary or required. — B. Cutting and patching, drilling and fitting shall be carried out where required by the Contractor and his Subcontractor having jurisdiction, unless otherwise indicated herein or directed by the Engineer. 1.09 CLEANUP A. During the course of the work, the Contractor shall keep the site of his operations in as clean and neat a condition as is possible. He shall dispose of all residue resulting from the construction work and, at the conclusion of the work, he shall remove and haul away any surplus excavation, broken pavement, lumber, equipment, temporary structures, and any other refuse remaining from the construction operations, and shall leave the entire site of the work in a neat and orderly condition. 1.10 PAYMENT A. Payment for the work in this Section will be included as part of the total lump sum or appropriate unit prices stated in the Bid Form. PART 2: PRODUCTS (NOT USED) PART 3: EXECUTION (NOT USED) END OF SECTION Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 KHA No. 061018044 October 2008 PART 1: GENERAL 1.01 SCOPE OF WORK SECTION 01200 Project Meetings Page 1 of 3 A. Schedule, attend, and administer as specified, preconstruction conference, periodic progress meetings, and specially called meetings throughout progress of the Work. B. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. C. Meetings administered by Owner may be tape recorded. If recorded, tapes will be used to prepare minutes and retained by Owner for future reference. D. Meetings, in addition to those specified in this Section, may be held when requested by the Owner, Engineer or Contractor. 1.02 RELATED WORK A. Pre -bid conference is not required for this project. 1.03 PRECONSTRUCTION CONFERENCE A. A preconstruction conference will be held within ten days after award of Contract and before Work is started. The conference will be scheduled and administered by the Owner. B. The Owner will preside at the conference, prepare the minutes of the meeting and distribute copies of same to all participants who so request by fully completing the attendance form to be circulated at the beginning of the conference. C. Attendance: 1. Contractor's project manager. 2. Contractor's superintendent. 3. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the Owner may request. 4. Engineer's representatives. 5. Owner's representatives. 6. Others as appropriate. D. Preliminary Agenda: 1. Schedule completion dates and Liquidated Damages. 2. Construction Scheduling, including critical path. Wholesale Water Metering Station Rehabilitations for ` Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 SECTION 01200 KRA No. 061018044 Project Meetings October 2008 Page 2 of 3 3. Designation of responsible personnel. 4. Authority of Contractor. 5. Authority of Engineer. _ 6. Submittals. 7. Procedures for Change Orders, CMRs, PCMs, Field Orders, RFIs, etc. 8. Record Drawings 9. Quality control. 10. Safety Procedures. - 11. Temporary construction facilities. 12. Use of City Facilities. 13. Security and Work after Normal Hours. 14. Measurement and payment. 15. City Administrative Procedures, including M/WBE procedures. 16. Project Work Summary 17. Correspondence Routing 18. Pay Request Procedures 1.04 PROGRESS MEETINGS A. Formal project coordination meetings will be held periodically (not more than once weekly, nor less than once monthly). Meetings will be scheduled and administered by the Owner. Additional progress meetings to discuss specific topics will be conducted on an as -needed basis. Such additional meetings shall include, but not be limited to: 1. Installation of piping and equipment. 2. Problem Area Resolutions 3. Equipment approval. B. The Owner will preside at progress meetings, prepare the minutes of the meeting and distribute copies of same to all participants who so request by fully completing the attendance form to be circulated at the beginning of each meeting. Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 SECTION 01200 KHA No. 061018044 Project Meetings October 2008 Page 3 of 3 C. Attendance: Same as preconstruction conference. D. Preliminary Agenda: 1. Review, approval of minutes of previous meeting. 2. Review of work progress since previous meeting. 3. Field observations, problems, conflicts. 4. Problems which impede construction schedule. 5. Review of off -site fabrication, delivery schedules. 6. Corrective measures and procedures to regain projected schedule. 7. Revisions to construction schedule. -- 8. Progress, schedule, during succeeding work period. 9. Coordination of schedules. 10. Review submittal schedules. 11. Maintenance of quality standards. 12. Pending changes and substitutions. 13. Review proposed changes for: a. Effect on construction schedule and on completion date. b. Effect on other contracts of the Project. 14. Review Record Documents. 15. Review monthly pay request. 16. Review status of RFIs. PART 2: PRODUCTS (NOT USED) PART 3: EXECUTION (NOT USED) END OF SECTION MR Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 SECTION 01300 KHA No. 061018044 Submittals October 2008 Page I of 7 PART 1: GENERAL 1.01 DESCRIPTION OF REQUIREMENTS A. This Section specifies the general methods and requirements of submissions applicable to the following work -related submittals: Shop Drawings, Product Data, Samples, Mock Ups, Construction Photographs, and Construction or Submittal Schedules. Detailed submittal requirements will be specified in the technical specifications sections. Shop drawings are required to be submitted for the following items prior to installation: • Meter • SCADA/Electrical • Air Release Valve • Sample Station • Sump Pumps • Exhaust Ventilation • Pressure Transmitters 0 Hatches / Ladder • SCADA Tower • Fencing • Canopy • Hydrants • Actuator • Couplings • Pipe Support • Pipe Fabrication and Layout Drawings • All Valves and Associated Appurtenances and Vaults • Concrete Mix Designs • Erosion Protection • Vault Fabrication and Layout Drawings - • Schedules • Contractor's Engineering Calculations • O & M Manuals • 'Coordination Drawings • Electrical (Reference Division 16 for Required Submittals) • Payment Application • Bonds - • Insurance Certifications • Schedule of Values B. All submittals shall be clearly identified by reference to Specification Section, Paragraph, Drawing No. or Detail as applicable. Submittals shall be clear and legible and of sufficient size for sufficient presentation of data. 1.02 SHOP DRAWINGS, PRODUCT DATA, SAMPLES A. Shop Drawings 1. Shop drawings, as specified in individual work Sections include, but are not necessarily limited to, custom -prepared data such as fabrication and erection/installation (working) drawings, scheduled information, setting diagrams, actual shopwork manufacturing instructions, custom templates, special wiring diagrams, coordination drawings, individual system or equipment inspection and test reports including performance curves and certifications, as applicable to the Work. Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 SECTION 01300 KHA No. 061018044 Submittals October 2008 Page 2 of 7 2. All shop drawings submitted by subcontractors for approval shall be sent directly to the Contractor for checking. The Contractor shall be responsible for their submission at the proper time so as to prevent delays in delivery of materials. 3. The Contractor shall check all subcontractor's shop drawings regarding measurements, size of members, materials, and details to satisfy himself that they conform to the intent of the Drawings and Specifications. Shop drawings found to be inaccurate or otherwise in error shall be returned to the subcontractors for correction before submission thereof. 4. All details on shop drawings submitted for approval shall show clearly the relation of the various parts to the main members and lines of the structure, and where correct fabrication of the work depends upon field measurements, such measurements shall be made and noted on the drawings before being submitted for approval. — B. Product Data 1. Product data as specified in individual Sections, include, but are not necessarily limited to, standard prepared data for manufactured products (sometimes referred to as catalog data), such as the manufacturer's product specification and installation instructions, availability of colors and patterns, manufacturer's printed statements of compliances and applicability, roughing -in -- diagrams and templates, catalog cuts, product photographs, standard wiring diagrams, printed performance curves and operational -range diagrams, production or quality control inspection and test reports and certifications, mill reports, product operating and maintenance instructions and recommended spare -parts listing and printed product warranties, as applicable to the Work. C. Samples Samples specified in individual Sections, include, but are not necessarily limited to, physical examples of the work such as sections of manufactured or fabricated work, small cuts or containers of materials, complete units of repetitively -used products, color/texture✓pattern swatches and range sets, specimens for coordination of visual effect, graphic symbols and units of work to be used by the Engineer or Owner for independent inspection and testing, as applicable to the Work. 1.03 CONTRACTOR'S RESPONSIBILITIES A. The Contractor shall review shop drawings, product data and samples, including those by subcontractors, prior to submission to determine and verify the following: — 1. Field measurements ` 2. Field construction criteria 3. Catalog numbers and similar data 4. Conformance with the Specifications B. Each shop drawing, sample and product data submitted by the Contractor shall have axed to it the following Certification Statement including the Contractor's Company name and signed by the person who actually reviewed the submittal. ""Certification Statement: By this submittal, I hereby represent that I have determined and verified field measurements, field construction criteria, materials, dimensions, catalog numbeis and similar data and I have checked and coordinated each item with other applicable approved shop drawings." Shop drawings larger than 8 1/2" x 11 " shall be folded to 81/2" x 11 ". Shop' drawings and product data sheets shall be bound together in an orderly fashion and bear the above Certification Statement on the cover sheet. The cover sheet Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 KHA No. 061018044 October 2008 SECTION 01300 Submittals Page 3 of 7 shall fully describe the packaged data and include a listing of all items within the package. Provide to the Construction Manager a copy of each submittal transmittal sheet for shop drawings, product data and samples at the time of submittal of said drawings, product data and samples to the Engineer. C. The Contractor shall utilize an 8-character submittal cross-reference identification numbering system in the following manner: 1. The first five digits shall be the applicable Specification Section Number. 2. The next two digits shall be the numbers 01-99 to sequentially number each initial separate item or drawing submitted under each specific Section number. 3. The last character shall be a letter, A-Z, indicating the resubmission of the same Drawing (i.e. A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical submittal number would be as follows: 03300-08-B 03300 = Specification Section for Concrete 08 = The eighth initial submittal under this specification section B = The third submission (second resubmission) of that particular shop drawing D. Notify the Engineer in writing, at the time of submittal, of any deviations in the submittals from the .. requirements of the Contract Documents. E. The review and approval of shop drawings, samples or product data by the Engineer shall not relieve the Contractor from his/her responsibility with regard to the fulfillment of the terms of the Contract. All risks of error and omission are assumed by the Contractor and the Engineer will have no responsibility therefore. F. No portion of the work requiring a shop drawing, sample, or product data shall be started nor shall any materials be fabricated or installed prior to the approval or qualified approval of such item. Fabrication performed, materials purchased. or on -site construction accomplished which does not conform to approved shop drawings and data shall be at the Contractor's risk. The Owner will not be liable for any expense or delay due to corrections or remedies required to accomplish conformity. G. Project work, materials, fabrication, and installation shall conform with approved shop drawings, applicable samples, and product data. 1.04 SUBMISSION REQUIREMENTS A. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. B. Each submittal, appropriately coded, will be returned within 30 calendar days following receipt of submittal by the Engineer. C. Number of submittals required: 1. Shop Drawings as defined in Paragraph 1.02 A: Eight copies for electrical submittals. Seven copies for all other submittals. If Contractor requires more than three copies of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. 2. Product Data as defined in Paragraph 1.02 B: Four copies. Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 KHA No. 061018044 October 2008 SECTION 01300 Submittals Page 4 of 7 3. Samples: Submit the number stated in the respective Specification Sections. D. Submittals shall contain: 1. The date of submission and the dates of any previous submissions. 2. The Project title and number. 3. Contractor identification. 4. The names of: a. Contractor b. Supplier c. Manufacturer 5. Identification of the product, with the specification section number, page and paragraph(s). 6. Field dimensions, clearly identified as such. 7. Relation to adjacent or critical features of the Work or materials. 8. Applicable standards, such as ASTM or Federal Specification numbers. 9. Identification by highlighting of deviations from Contract Documents. 10. Identification by highlighting of revisions on resubmittals. 11. An 8-in X 3-in blank space for Contractor and Engineer stamps. 1.05 REVIEW OF SHOP DRAWINGS; PRODUCT DATA, WORKING DRAWINGS AND SAMPLES A. The review of shop drawings, data, and samples will be for general conformance with the design concept and Contract Documents. They shall not be construed as: 1. permitting any departure from the Contract requirements; 2. relieving the Contractor of responsibility for any errors, including details, dimensions, and materials; and/or 3. approving departures from details furnished by the Engineer, except as otherwise provided herein. B. The Contractor remains responsible for details and accuracy, for coordinating the work with all other associated work and trades, for selecting fabrication processes, for techniques of assembly, and for performing work in a safe manner. C. If the shop drawings, data or samples as submitted describe variations and show a departure from the .Contract requirements which Engineer finds to be in the interest of the Owner and to be so minor as not to ,involve a change in Contract Price or time for performance, the Engineer may return the reviewed drawings without noting an exception. D. Submittals will be returned to the Contractor under one of the following codes. Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. I and Hurst No. 2 SECTION 01300 KHA No. 061018044 Submittals October 2008 Page 5 of 7 Code 1 - "NO EXCEPTIONS TAKEN" is assigned when there are no notations or comments on the submittal. When returned under this code the Contractor may release the equipment and/or material for manufacture. Code 2 - "EXCEPTIONS NOTED". This code is assigned when a confirmation of the notations and comments IS NOT required by the Contractor. The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. Code 3 - 'EXCEPTIONS NOTED/CONFIRM". This combination of codes is assigned when a confirmation of the notations and comments IS required by the Contractor. The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. This confirmation shall specifically address each omission and nonconforming item that was noted. Confirmation is to be received by the Engineer within 15 calendar days of the date of the Engineer's transmittal requiring the confirmation. Code 4 - "REVISE AND RESUBMIT". This code is assigned when notations and comments are extensive enough to require a resubmittal of the package. The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. This resubmittal is to address all comments, omissions and non -conforming items that were noted. Resubmittal is to be received by the Engineer within 15 calendar days of the date of the Engineer's transmittal requiring the resubmittal. Code 5 - "REJECTED" is assigned when the submittal does not meet the intent of the Contract Documents. The Contractor must resubmit the entire package revised to bring the submittal into conformance. It may be necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents. .. Code 6 - "COMMENTS ATTACHED" is assigned where there are comments attached to the returned submittal which provide additional data to aid the Contractor. Codes 1 through 5 designate the status of the reviewed submittal with Code 6 showing there has been an attachment of additional data. E. Resubmittals will be handled in the same manner as first submittals. On resubmittals, the Contractor shall direct specific attention, in writing on the letter of transmittal and on resubmitted shop drawings by use of revision triangles or other similar methods, to revisions other than the corrections requested by the Engineer, on previous submissions. Any such revisions which are not clearly identified shall be made at the risk of the Contractor. The Contractor shall make corrections to any work done because of this type revision that is not in accordance to the Contract Documents as may be required by the Engineer. F. Partial submittals may not be reviewed. The Engineer will be the only judge as to the completeness of a submittal. Submittals deemed by the Engineer to be not complete will be returned to the Contractor, and will be considered "Not Approved" until resubmitted. The Engineer may at his/her option provide a list or mark the submittal directing the Contractor to the areas that are incomplete. G. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Contract Documents, the Contractor shall give written notice thereof to the Engineer at least seven working days prior to release for manufacture. Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 KHA No. 061018044 October 2008 SECTION 01300 Submittals Page 6 of 7 H. When the shop drawings have been completed to the satisfaction of the Engineer, the Contractor shall carry out the construction in accordance therewith and shall make no further changes therein except upon written instructions from the Engineer. 1.06 DISTRIBUTION A. Distribute reproductions of approved shop drawings and copies of approved product data and samples, where required, to the job site file and elsewhere as directed by the Engineer. Number of copies shall be as directed by the Engineer but shall not exceed the number specified in Paragraph 1.04C. 1.07 MOCK UPS A. Mock Up units as specified in individual Sections, include, but are not necessarily limited to, complete units of the standard of acceptance for that type of work to be used on the Project. Remove at the completion of the Work or when directed. 1.08 PROFESSIONAL ENGINEER (P.E.) CERTIFICATION FORM A. If specifically required in other Sections of these Specifications, the Contractor shall submit a P.E. Certification for each item required, in the form attached to this Section, completely filled in and stamped. 1.09 GENERAL PROCEDURES FOR SUBMITTALS A. Coordination of Submittal Times: Prepare and transmit each submittal sufficiently in advance of performing the related work or other applicable activities, or within the time specified in the individual work sections, of the Specifications, so that the installation will not be delayed by processing times including disapproval and resubmittal (if required), coordination with other submittals, testing, purchasing, fabrication, delivery and similar sequenced activities. No extension of time will be authorized because of the Contractor's failure to transmit submittals sufficiently in advance of the Work. 1.10 REPETITIVE REVIEW A. Submittals for each item will be reviewed no more than twice at the Owner's expense. All subsequent reviews will be performed at times convenient to the Engineer and at the Contractor's expense, based on the Engineer's then prevailing rates. The Contractor shall reimburse the Owner within 30 Calendar Days for all such fees invoiced to the Owner by *the Engineer. B. The need for more than one resubmission or any other delay in obtaining Engineer's review of submittals, will not entitle the Contractor to an extension of Contract Time. I PART 2: PRODUCTS (NOT USED) PART 3: EXECUTION (NOT USED) END OF SECTION Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 SECTION 01300 KHA No. 061018044 Submittals _ October 2008 Page 7 of 7 P.E. CERTIFICATION FORM The undersigned hereby certifies that he/she is a Professional Engineer registered in the State of and that he/she has been employed by (Name of Contractor) to design (Insert P.E. Responsibilities) .aw in accordance with Specification Section for the (Name of Project) The undersigned further certifies that he/she has performed the design of the (Name of Project) that said design is in conformance with all applicable local, State and Federal codes, rules and regulations, and that his/her signature and P.E. stamp have been affixed to all calculations and drawings used in, and resulting from, the design. The undersigned hereby agrees to make all original design drawings and calculations available to the City of Fort Worth or Owner's representative within seven days following written request therefore by the Owner. P.E. Name Contractor's Name Signature Address Place P.E. Stamp Here With Date and Signature Signature Title Address Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 KHA No. 061018044 October 2008 PART 1: GENERAL 1.01 PROGRAM DESCRIPTION SECTION 01315 Progress Schedule and Reports Page 1 of 7 A. A Critical Path Method (CPM) construction schedule shall be used to control the work of this Contract and to provide a definitive basis for determining job progress. The construction schedule shall be prepared by the Contractor. Work shall be performed in compliance with the established CPM schedule. and the Contractor and his subcontractors shall be responsible for cooperating fully with the Owner in effectively utilizing the CPM schedule. B. The CPM schedule to be prepared and submitted by the Contractor shall consist of a CPM network (diagram of activities) and a computer -generated schedule (print-out) as specified. The format shall be the activity -on -node precedence network as indicated on the Preliminary Guideline CPM Schedule. C. The Contractor shall utilize PRIMAVERA and PRIMAVISION or equal scheduling program in analyzing the construction schedules. If the Contractor desires to utilize a different scheduling program than PRIMAVERA and PRIMAVISION to prepare its schedules, it must first obtain approval of the Owner. Contractor shall provide one authorized copy of the scheduling software to the Owner. _ D. Within ten calendar days following written Notice to Proceed, the Contractor is to submit to the Owner for review and approval a Preliminary Guideline CPM Schedule covering the first 60 calendar days of work to be performed. E. A Preliminary Guideline CPM Schedule shall include: 1. Illustrate a feasible CPM schedule for completion of the Work under this Contract within the time specified. 2. Provide an elementary example of a CPM schedule in the format to be used for the detailed CPM - schedule specified. The Preliminary Guideline CPM Schedule is not as detailed as the CPM schedule required under this Contract. 3. Establish mandatory milestone dates. Milestones are designated on the Preliminary Guideline CPM Schedule with asterisks. no F. The Preliminary Guideline CPM Schedule is not to be considered binding except for the time required for contract completion and the mandatory milestones. G. The Contractor shall develop his own outline of the Work and prepare his proposed CPM schedule. The computer -based schedule shall be the product of a recognized commercial computer software producer and shall meet all of the requirements specified. 1.02 NETWORK REQUIREMENTS A. The network shall show the order and interdependence of activities and the sequence in which the work is to be accomplished as planned by the Contractor. The basic concept of a network analysis diagram shall be followed to show how the start of a given activity is dependent on the completion of preceding activities and its completion restricts the start of the following activities. Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 SECTION 01315 KHA No. 061018044 Progress Schedule and Reports October 2008 Page 2 of 7 B. Detailed network activities shall include: construction activities, the submittal and approval of samples of materials and Shop Drawings, the procurement of materials and equipment, fabrication of materials and equipment and their delivery, installation, and testing, start-up and training. The Contractor shall break the work into activities with durations no longer than 20 working days each, except as to nonconstruction activities (such as procurement of materials and delivery of equipment) and any other activities for which the Owner may approve the showing of longer duration. To the extent feasible, activities related to a specific physical area of the work shall be grouped on the network for ease of understanding and simplification. C. Separate activities shall be provided for each significant identifiable function in each trade area in each facility. Activities shall show duration and remaining duration. Specific activities which shall be included are: interface work between the Contractor and other contractors, subcontract work, interface work between subcontractors and between the Contractor and subcontractors, leakage tests of tanks and pipelines, electrical connections to each item of equipment, supplier and manufacturer technical assistance, mechanical connections to each item of equipment, tests, concrete finishing, each item of site work, (including restraints on other activities), and utilities, fuels and chemicals. D. Each activity on the network shall have the following indicated on the node representing it. 1. Duration and remaining duration for those activities in progress. 2. A five character (or less) code indicative of the party responsible for accomplishing the activity. 3. A brief description of the activity. E. The selection and number of activities shall be subject to the Owner's approval. The detailed network shall be time scaled. In addition to the brief description, the Contractor shall submit a separate list of activities containing a detailed narrative of the scope of each activity, including the trades and subcontractors involved, the activity duration, and the cost of each activity as it pertains to the pay items on the Schedule of Values. The cost for each work activity shall include mobilization, materials, labor, equipment, overhead, and profit. F. To the extent that the network or any revision thereof shows anything not jointly agreed upon or fails to show anything jointly agreed upon, it shall not be deemed to have been approved by the Owner. Failure to include on a network any element of work required for the performance of this Contract shall not excuse the Contractor from completing work required within any applicable completion date, notwithstanding the review of the network by the Owner. G. Except where earlier completions are specified, CPM schedules which show completion of work prior to the Contract completion date may be approved by the Owner, but in no event shall be acceptable as a basis for claim for delay against the Owner by the Contractor. The time period between the Contractor's early finish date and the Contract Time shall be shown as a float activity. Wholesale Water Metering Station Rehabilitations for Forest. Hill, Trophy Club, Hurst No. I and Hurst No. 2 SECTION 01315 KHA No. 061018044 Progress Schedule and Reports October 2008 Page 3 of 7 1.03 COMPUTER -GENERATED SCHEDULE REQUIREMENTS A. Each computer -generated schedule submittal from the CPM activity network shall include the following tabulations: a list of activities in numerical order, a list of activity precedences, a schedule sequenced by Early Start Date, and a schedule sequenced by Total Float. Each schedule shall include the following minimum items: 1. Activity numbers 2. Estimated duration 3. Activity description 4. Early start date (calendar dated) 5. Early finish date (calendar dated) 6. Latest start date (calendar dated) 7. Latest finish date (calendar dated) 8. Status (whether critical) 9. Total float and free float. 10. Total cost of each activity per the approved Schedule of Values. B. In addition, each schedule shall be prefaced with the following summary data: 1. Contract name and number 2. Contractor's name 3. Contract duration 4. Contract schedule 5. The effective or starting date of the schedule (the date indicated in the Notice to Proceed). C. A narrative shall accompany the diagram providing for each activity: 1. Activity number 2. Activity description 3. Predecessors 4. Successors Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 SECTION 01315 KHA No. 061018044 Progress Schedule and Reports October 2008 Page 4 of 7 — D. Advise the Owner of the calendar used for the Schedule. The Calendar should be based on the actual — work week anticipated by the Contractor; whether 5, 6 or 7 days a week will be worked. 1.04 INITIAL CONFERENCE A. Within 10 days following the receipt of the Notice to Proceed; the Contractor shall meet with the Owner to discuss and agree on the proposed standards for the CPM schedule. At this conference the Contractor shall submit to the Owner a preliminary network defining the planned operations during the first 60 calendar days after Notice to Proceed. The Contractor's general approach for the balance of the Project shall be indicated. Cost of activities expected to be completed or partially completed before submission and approval of the complete network shall be included. 1.05 APPROVED CPM SCHEDULE A. Within 45 days following the receipt of the Notice to Proceed, the Contractor shall submit two prints of the proposed CPM activity network and a computer -generated schedule to the Owner. Following review by the Owner, the Contractor shall incorporate the Owner's comments into the network and submit five prints and one reproducible of the revised network and two copies of the generated schedule. This final submittal shall be delivered to the Owner within 60 days after the Notice to Proceed. B. CPM schedules which contain activities showing negative float or which extend beyond the Contract completion date in the computer- generated schedule will not be approved. C. The Contractor shall participate in the initial review and evaluation of the proposed network diagram and schedule by the Owner. The approved network shall then be the approved CPM schedule to be used by the Contractor for planning, organizing and directing the work, and reporting progress. D. Approval of the CPM activity network by the Owner is advisory only and shall not relieve the Contractor of responsibility for accomplishing the work within the contract completion date. Omissions and errors in the approved CPM schedule shall not excuse performance less than that required by the Contract. Approval by the Owner in no way makes the Owner an insurer of the CPM schedule's success or liable for time or cost overruns flowing from its shortcomings. The Owner — hereby disclaims any obligation or liability by reason of approval of the CPM schedule. E. The network shall be submitted on sheets 22 inches x 34 inches, and may be divided into as many separate sheets as required. 1.06 PROGRESS REPORTING A. Progress shall be reported on a monthly basis. The Contractor and Owner shall evaluate the status of the work at the end of each month; to show actual progress and to identify problem areas. Between the 1st and the 5th of each month the Contractor shall submit a preliminary updated schedule with narrative using the end of the montfi'as the Data Date. A final schedule update shall be submitted by the 10th day of each month. B. The progress and associated costs shown on the CPM each month shall be used in conjunction with the Schedule of Values in determining the amounts to be paid through the Pay Estimate each month. Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 SECTION 01315 KHA No. 061018044 Progress Schedule and Reports October 2008 Page 5 of 7 Activities as they pertain to the pay items of the base bid schedule will be separately totaled for the cost of each activity and value of work in place for this period. C. Partial payment applications will not be processed without an approved monthly schedule update. 1.07 RESPONSIBILITY FOR SCHEDULE COMPLIANCE A. Whenever it becomes apparent from the current CPM schedule and CPM Status Report that delays to the critical path have resulted and the Contract completion date will not be met, or when so directed by the Owner, the Contractor shall take some or all of the following actions at no additional cost to the Owner. He shall submit to the Owner for approval, a written statement of the steps he intends to take to remove or arrest the delay to the critical path in the approved schedule. 1. Increase construction manpower in such quantities and crafts as will substantially eliminate the backlog of work. 2. Increase the number of working hours per shift, shifts per day, working days per week, the amount of construction equipment, or any combination of the foregoing, sufficiently to substantially eliminate the backlog of work. 3. Reschedule activities to achieve maximum practical concurrency of accomplishment of activities, and comply with the revised schedule. B. If, when so requested by the Owner, the Contractor should fail to submit a written statement of the steps he intends to take or should fail to take such steps as approved by the Owner, the Owner may direct the Contractor to increase the level of effort in manpower (trades), equipment, and work schedule (overtime, weekend and. holiday work, etc.) to be employed by the Contractor in order to remove or arrest the delay to the critical path in the approved schedule, and the Contractor shall promptly provide such level of effort at no additional cost to the Owner. 1.08 ADJUSTMENT OF CONTRACT SCHEDULE AND COMPLETION TIME A. If the Contractor desires to make changes in his method of operating which affect the approved CPM .. schedule, he shall notify the Owner in writing stating what changes are proposed and the reason for the change. If the Owner approves these changes, the Contractor shall revise and submit for approval, without additional cost to -the Owner, all of the affected portions of the CPM network. The CPM schedule shall be adjusted by the Contractor only after prior approval of his proposed changes by the Owner. Adjustments may consist of changing portions of the activity sequence, activity durations, division of approved activities, or other adjustments as may be approved by the Owner. The addition of extraneous, non -working activities and activities which add unapproved restraints to the CPM LL schedule will not be approved. B. If the completion of any activity, whether or not critical, falls more than 100 percent behind its an approved duration, the Contractor shall submit for approval a schedule adjustment showing each such activity divided into two activities reflecting completed versus uncompleted work. C. Shop Drawings which are not approved on the first submittal or within the schedule time, and equipment which do not pass the specified tests shall be immediately rescheduled. Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 SECTION 01315 KHA No. 061018044 Progress Schedule and Reports October 2008 Page 6 of 7 D. The Contract completion time will be adjusted only for causes specified in this Contract. In the event the Contractor requests an extension of any Contract completion date, he shall furnish such justification and supporting evidence as the Owner may deem necessary to determine whether the Contractor is entitled to an extension of time under the provisions of this Contract. The Owner will, after receipt of such justification and supporting evidence, make findings of fact and will advise the Contractor in writing thereof. If the Owner finds that the Contractor is entitled to any extension of any Contract completion date, the Owner's determination as to the total number of days extension shall be based upon the currently approved CPM schedule and on all data relevant to the extension. Such data shall be included in the next updating of the schedule. Actual delays in activities which, according to the CPM schedule, do not affect any Contract completion date shown by the critical path in the network will not be the basis for a change therein. E. Each request for change in Contract completion date shall be submitted by the Contractor to the Owner within 30 days after the beginning of the delay for which a time extension is requested but before the date of final payment under this Contract. No time extension will be granted for requests which are not submitted within the foregoing time limit. I. From time to time it may be necessary for the Contract schedule or completion time to be adjusted by the Owner to reflect the effects of job conditions, weather, technical difficulties, strikes, unavoidable delays on the part of the Owner or its representatives, and other unforeseeable conditions which may indicate schedule adjustments or completion time extensions. Under such conditions, the Owner will direct the Contractor to reschedule the work or Contract completion time to reflect the changed conditions, and the Contractor shall revise his schedule accordingly. No additional compensation will be made to the Contractor for such schedule changes except for unavoidable overall contract time extensions beyond the actual completion of unaffected work, in which case the Contractor shall take all possible action to minimize any time extension and any additional cost to the Owner. Available float time in the CPM schedule may be used by the Owner as well as by the Contractor. F. Float or slack time is defined as the amount of time between the earliest start date and the latest start date or between the earliest finish date and the latest finish date of a chain of activities on the CPM. Float or slack time is not for the exclusive use or benefit of either the Contractor or the Owner. Contractor's work shall proceed according to early start dates, and the Owner shall have the right to reserve and apportion float time according to the needs of the project. The Contractor acknowledges and agrees that actual delays, affecting paths of activities containing float time, will not have any affect upon contract completion times, 'providing that the actual delay does not exceed the float time associated with those activities. 1.09 COORDINATING SCHEDULES WITH OTHER CONTRACT SCHEDULES A. Where work is to be performed under this Contract concurrently with or contingent upon work performed on the same facilities or area under other contracts, the Contractor's CPM Schedule shall be coordinated with the schedules of the other contracts. The Contractor shall obtain the schedules ofthe other appropriate contracts from the Owner for the preparation and updating of his CPM schedule and shall make the required changes in his schedule when indicated by changes in corresponding schedules. B. In case of interference between the operations of different contractors, the Owner will determine the work priority of each contractor and the sequence of work necessary to expedite the completion of the Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. I and Hurst No. 2 SECTION 01315 KHA No. 061018044 Progress Schedule and Reports October 2008 Page 7 of 7 entire Project. In such cases, the decision of the Owner shall be accepted as final. The temporary delay of the Contractor's work due to such circumstances shall not be considered as justification for claims for additional compensation. 1.10 SCHEDULE OF VALUES A. The approved CPM schedule shall be the schedule to be used by the Contractor for reporting progress. A separate payment schedule, not tied to the CPM schedule, shall be used for requesting payment of work accomplished. Payment items for the specific activities and values of the individual items shall be approved by the Engineer. B. If the Contractor does not follow his planned schedule or desires to make changes in his method of operating and scheduling, he shall notify the Engineer in writing stating the reasons for the change. Progress payments will be awarded based on amount judged complete in conjunction with the approved activity sequence. Progress payments on work out of sequence will not be allowed unless logic changes are made and approved by the Engineer to the approved CPM schedule. C. The payment request shall include the activities or portions of activities completed during the reporting period and their total value as basis for the Contractor's periodic request for payment. Payment made will be based on the total value of such activities completed or partially completed after verification by the Engineer. The request shall state the percentage of the work actually completed as of the report date. 1.11 PROJECT EXECUTION AND CONTROL REPORTING A. All change proposals shall be submitted to the Engineer using the "Contract Change Proposal" form to be provided by the Engineer. B. Each day the Contractor shall submit to the Engineer daily construction report information using the "Daily Construction Report" form to be provided by the Engineer. C. Each week, after coordination meetings with subcontractors, the Contractor shall submit to the Engineer a three (3) week schedule using the form to be provided by the Engineer. This schedule .� shall identify work scheduled for the current week and projected for two additional weeks. D. If the Owner elects to delete any lump sum item, the dollar amount to be deleted from the Contract shall be the total amount shown in the Schedule of Values for that item, including overhead and profit. PART 2: PRODUCTS (NOT USED) PART 3: EXECUTION (NOT USED) END OF SECTION NL Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 KHA No. 061.018044 October 2008 PART 1- GENERAL 1.01 DESCRIPTION: SECTION 01500 Construction Facilities and Control Pagel of 3 A. Work Included: Provide temporary facilities and controls needed for the Work including, but not necessarily limited to: 1. Temporary utilities such as water, electricity, and telephone; 2. Sanitary facilities; 4. Enclosures such as tarpaulins, barricades, and canopies; 5. Temporary fencing of the construction site; 6. Project sign; 7. Security; 8. Water, erosion, sediment, and dust control; 9. Removal. B. Related Work: 1. Documents affecting work of this Section include, but are not necessarily limited to, General Conditions, Supplementary. Conditions, Special Conditions and Sections in Division 1 of these Specifications. 2. Except that equipment furnished by subcontractors shall comply with requirements of pertinent safety regulations, such equipment normally furnished by the individual trades in execution of their own portions of the Work are not part of this Section. 3. Permanent installation and hookup of the various utility lines are described in other Sections. 1.02 PRODUCT HANDLING: A. Maintain temporary facilities and controls in proper and safe condition throughout progress of the Work. PART 2 - PRODUCTS 2.01 UTILITIES: A. Water: 1. Provide necessary temporary piping and water supply and, upon completion of the Work, remove such temporary facilities. 2. Provide and pay for water used in construction. B. Electricity: Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 SECTION 01500 KHA No. 061018044 Construction Facilities and Control October 2008 Page 2 of 3 1. Provide necessary temporary wiring and, upon completion of the Work, remove such temporary facility. 2. Provide and pay for electricity used in construction. 2.02 FIELD OFFICE: A. Field office is not required as part of this project. 2.03 DEWATERING: A. For the entire duration of the Contract, the Contractor, at his expense, shall keep all parts of the project site, including excavations, free from any accumulation of water, regardless of the source or cause of such water, by adequate trenching and pumping as required. B. Pumping shall include adequate pumps, hose strainers, and other appurtenances, fuel, power, trenching, erosion control facilities, and pumping as required. C. Water shall be disposed of in such a manner as will not endanger public health or cause damage or expense to public or private property, and in accordance with the requirements of any public agencies having jurisdiction. If sewers and streets are used for drainage or the disposal of water during construction, they shall be maintained and left satisfactorily clean upon the completion of the work. 2.04 ENCLOSURES: A. Provide and maintain for the duration of construction all scaffolds, tarpaulins, canopies, warning signs, steps, `platforms, bridges, and other temporary construction necessary for proper completion of the Work in compliance with pertinent safety and other regulations. 2.05 TEMPORARY PROTECTION: A. The Contractor or subcontractors shall also be responsible for protecting his work from damage due to the weather. 2.06 TEMPORARY FENCING: A. The Contractor will be required to prevent entry onto the work by the public at each meter site. The Contractor shall submit a plan for temporary fencing (as needed) prior to mobilization at each site. 2.67 PROJECT SIGNS: A. Manufacture one standard job sign as referenced in Section D — Special Conditions. Mount at the job site where directed by the Engineer or as shown in the construction documents. Contractor shall make necessary provisions if work on more than one site is conducted simultaneously. B. Except as otherwise specifically approved by the Engineer, do not permit other signs or advertising on the job site. Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 KHA No. 061018044 October 2008 SECTION 01500 Construction Facilities and Control Page 3 of 3 PART 3 - EXECUTION 3.01 MAINTENANCE AND REMOVAL: A. Maintain temporary facilities and controls as long as needed for safe and proper completion of the Work. B. Remove such temporary facilities and controls as rapidly as progress of the Work will permit, or as directed by the Engineer. END OF SECTION W me t3 y1 A6 MW Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 KHA No. 061018044 October 2008 PART 1: GENERAL 1.01 SCOPE OF WORK A. This Section outlines the procedure to be followed in closing out the Contract. 1.02 SUBSTANTIAL COMPLETION EL A. The Substantial Completion date shall be established as stated in the Contract. SECTION 01700 Contract Closeout Pagel of 3 1.03 FINAL CLEANING A. At the completion of work and immediately prior to final inspection, cleaning of the entire project shall be accomplished according to the following provisions: I. The Contractor shall thoroughly clean, sweep, wash, and polish all work and equipment provided under the Contract, including finishes. The cleaning shall leave the structures and site n in a complete and finished condition to the satisfaction of the Engineer. 2. All Subcontractors shall similarly perform, at the same time, an equivalent thorough cleaning of all work and equipment provided under their contracts. on . 3. The Contractor shall remove all temporary structures and all debris, including all dirt, sand, gravel, rubbish and waste material. 4. Should the Contractor not remove rubbish or debris, or not clean the buildings and site as specified above, the Owner reserves the right to have the cleaning done at the expense of the Contractor. 5. The Contractor shall mow the newly planted grassed areas. B. Use only cleaning materials recommended by manufacturer of surface to be cleaned. C. Use cleaning materials only on surfaces recommended by cleaning material manufacturers. D. In preparation for substantial completion or occupancy, conduct final inspection of sight -exposed interior and exterior surfaces, and of concealed spaces. E. Remove grease, dust, dirt, stains, labels, fingerprints, and other foreign materials from sight -exposed interior and exterior finished surfaces. Polish surfaces so designated to shine finish. F. Repair, patch, and touch up marred surfaces to specified finish, to match adjacent surfaces. G. Replace air -handling filters if units were operated during construction. H. Vacuum clean all interior spaces, including inside cabinets. Broom clean paved surfaces, rake clean other surfaces of grounds. I. Handle materials to a controlled manner with as few handlings as possible. Do not drop or throw w Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. I and Hurst No. 2 SECTION 01700 KHA No. 061018044 Contract Closeout October 2008 1 Page 2 of 3 materials from heights. J. Schedule cleaning operations so that dust and other contaminants resulting from cleaning process will not fall on wet, newly -painted surfaces. 1.04 FINAL INSPECTION A. After final cleaning and restoration and upon written notice from the Contractor that the work is completed, the Engineer will make a preliminary inspection with the Owner and the Contractor present. Upon completion of this preliminary inspection, the Engineer will notify the Contractor, in writing, of any particulars in which this inspection reveals that the work is defective or incomplete. B. Upon receiving written notice from the Engineer, the Contractor shall immediately undertake the work required to remedy deficiencies and complete the work to the satisfaction of the Engineer. C. When the Contractor has corrected or completed the items as listed in the Engineer's written notice, he shall inform the Engineer, in writing, that the required work has been completed. Upon receipt of this notice, the Engineer, in the presence of the Owner and the Contractor, will make his final inspection of the project. D. Should the Engineer find all work satisfactory at the time of his inspection, the Contractor will be allowed to make application for final payment. Should the Engineer still find deficiencies in the work, the Engineer will inform the Contractor of the deficiencies and will deny the Contractor's request for final payment until such time as the Contractor has satisfactorily completed the required work. 1.05 FINAL SUBMITTALS A. No application for final payment will be accepted until all submittals have been made and approved by the Engineer, including, but not limited to, the following: Final shop drawings. 2. Project Record Documents 3. All interface information. 4. All Operation and Maintenance Manuals. 5. All required indices and schedules. 6. All Manufacturers' Certificates of Proper Installation. 7. All construction photographs, including those of the completed project. 8. All State required submittals. 9. Certificate that all outstanding debts are paid and that there are no liens on the project. _ Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 SECTION 01700 KHA No. 061018044 Contract Closeout October 2008 Page 3 of 3 1.06 ACCESSORY ITEMS A. The Contractor shall provide to the Owner, upon acceptance of the equipment, all special accessories required to place each item of equipment in full operation. These special accessory items include, but are not limited to, the specified spare parts, adequate oil and grease as required for the first lubrication of the equipment, initial fill -up of all chemical tanks and fuel tanks, light bulbs, fuses, hydrant wrenches, valve wrenches, valve keys, handwheels, and other expendable items as required for initial start-up and operation of all equipment. B. The Owner shall provide all process chemicals used in the operation of the plant for purposes of starting up equipment. 1.07 GUARANTEES, BONDS, AND AFFIDAVITS A. No application for final payment will be accepted until all guarantees, bonds, certificates, licenses, and affidavits required for work or equipment as specified are satisfactorily filed with the Engineer. 1.08 RELEASE OF LIENS OR CLAIMS A. No application for final payment will be accepted until satisfactory evidence of release of liens has been submitted to the Owner as required by the General Conditions. 1.09 FINAL PAYMENT A. Final payment will be made to the Contractor in accordance with the Agreement. PART 2: PRODUCTS (NOT USED) PART 3: EXECUTION (NOT USED) END OF SECTION a M Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 KHA No. 661018044 October 2008 PART 1 - GENERAL 1.01 DESCRIPTION: A. Work Included: SECTION 01720 Project Record Documents Page 1 of 4 1. Throughout progress of the Work, maintain an accurate record of changes in the Contract Documents, as described in Article 3.01 below. 2. Upon completion of the Work, transfer the recorded changes to a set of Final Project Record Documents, as described in Article 3.02 below. B. Related Work: 1. Documents affecting work of this Section include, but are not necessarily limited to, General Conditions, Supplementary Conditions, and Sections in Division 1 of these Technical Specifications. 2. Other requirements affecting Project Record Documents may appear in pertinent other Sections of these Specifications. 1.02 QUALITY ASSURANCE: A. Delegate the responsibility for maintenance of Project Record Documents to one person on the Contractor's staff as approved by the Engineer. B. Accuracy of records: 1. Thoroughly coordinate changes within the Record Documents, making adequate and proper is entries on each page of Specifications and each sheet of Drawings and other Documents where such entry is required to show the change properly. 2. Accuracy of records shall be such that future search for items shown in the Contract Documents may rely reasonably on information obtained from the approved Project Record Documents. C. Make entries within 24 hours after receipt of information that the change has occurred. 1.03 SUBMITTALS: A. Comply with pertinent provisions of Section 01340. B. The Engineer's approval of the current status of Project Record Documents may be a prerequisite to the Engineer's approval of requests for progress payment and request for final payment under the Contract. C. Prior to submitting each request for progress payment, secure the Engineer's approval of the current status of the Project Record Documents. Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 SECTION 01720 KHA No. 061018044 Project Record Documents October 2008 Page 2 of 4 D. Prior to submitting request for final payment, submit the Final Project Record Documents to the Engineer and secure his approval. 1.04 PRODUCT HANDLING: A. Maintain the job set of Record Documents completely protected from deterioration and from loss and damage until completion of the Work and transfer of all recorded data to the Final Project Record Documents. B. In the event of loss of recorded data, use means necessary to again secure the data to the Engineer's approval. 1. Such means shall include, if necessary in the opinion of the Engineer, removal and replacement of concealing materials. 2. In such case, provide replacements to the standards originally required by the Contract Documents. PART 2 - PRODUCTS 2.01 RECORD DOCUMENTS: A. Job set: Promptly following receipt of the Owner's Notice to Proceed, secure from the Engineer at no charge to the Contractor one complete set of all Documents comprising the Contract. B. Final Project Record Documents: At a time nearing the completion of the Work, secure from the Engineer at no charge to the Contractor one complete set of reproducible transparencies of all Drawings in the Contract. PART 3 - EXECUTION 3.01 MAINTENANCE OF JOB SET. A. Immediately upon receipt of the job set described in Paragraph 2.01-A above, identify each of the Documents with the title, "RECORD DOCUMENTS - JOB SET". B. Preservation: 1. Considering the Contract completion time, the probable number of occasions upon which the job set must be taken out for new entries and for examination, and the conditions under which these activities will be performed, devise a suitable method for protecting the job set to the approval of the Engineer. 2. Do not use the job set for any purpose except entry of new data and for review by the Engineer, until start of transfer of data to Final Project Record Documents. 3. Maintain the job set at the site of Work as that site is designated by the Engineer. C. Making entries on Drawings: Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 SECTION 01720 KHA No. 061018044 Project Record Documents October 2008 Page 3 of 4 1. Using an erasable colored pencil (not ink or indelible pencil), clearly describe the change by graphic line and note as required. 2. Date all entries. 3. Call attention to the entry by a "cloud" drawn around the area or areas affected. 4. In the event of overlapping changes, use different colors for the overlapping changes. M D. Make entries in the pertinent other Documents as approved by the Engineer. E. Conversion of schematic layouts: 1. In some cases on the Drawings, arrangements of conduits, circuits, piping, ducts, and similar items, is shown schematically and is not intended to portray precise physical layout. ` a. Final physical arrangement is determined by the Contractor, subject to the Engineer's approval. b. However, design of future modifications of the facility may require accurate information as to the final physical layout of items which are shown only schematically on the Drawings. 2. Show on the job set of Record Drawings, by dimension accurate to within one inch, the centerline of each run of items such as are described in subparagraph 3.01-E-1 above. a. Final physical arrangement is determined by the Contractor, subject to the Engineer's approval. b. Show, by symbol or note, the vertical location of the Item ("under slab", "in ceiling plenum", "exposed", and the like). c. Make all identification sufficiently descriptive that it may be related reliably to the Specifications. 3. The Engineer may waive the requirements for conversion of schematic layouts where, in the Engineer's judgment,, conversion serves no useful purpose. However, do not rely upon waivers being issued except as specifically issued in writing by the Engineer. 3.02 FINAL PROJECT RECORD DOCUMENTS: A. The purpose of the Final Project Record Documents is to provide factual information regarding all aspects of the Work, both concealed and visible, to enable future modification of the Work to proceed without lengthy and expensive site measurement, investigation, and examination. B. Approval of recorded data prior to transfer: 1. Following receipt of the transparencies described in Paragraph 2.01-B above, and prior to start of transfer of recorded data thereto; secure the Engineer's approval of all recorded data. Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 KHA No. 061018044 October 2008 2. Make required revisions. C. Transfer of data to Drawings: SECTION 01720 Project Record Documents Page 4 of 4 1. Carefully transfer change data shown on the job set of Project Record Drawings to the corresponding transparencies, coordinating the changes as required. 2. Clearly indicate at each affected detail and other Drawing a full description of changes made during construction, and the actual location of items described in subparagraph 3.01 above. 3. Call attention to each entry by drawing a "cloud" around the area or areas affected. 4. Make changes neatly, consistently, and with the proper media to assure longevity and clear reproduction. D. Transfer of data to other Documents: 1. If the Documents other than Drawings have been kept clean during progress of the Work, and if entries thereon have been orderly to the approval of the Engineer, the job set of those Documents other than Drawings will be accepted as Final Project Record Documents. 2. If any such Document is not so approved by the Engineer, secure a 'new copy of that Document from the Engineer at the Engineer's usual charge for reproduction and handling, and carefully transfer the change data to the new copy to the approval of the Engineer. E. Review and submittal: 1. Submit the completed set of Project Record Documents to the Engineer as described in Paragraph 1.03-D above. 2. Participate in review meetings as required. 3. Make required changes and promptly deliver the Final Project Record Documents to the Engineer. 3.03 CHANGES SUBSEQUENT TO ACCEPTANCE: A. The Contractor has no responsibility for recording changes in the Work subsequent to Final Completion, except for changes resulting from work performed under Warranty. END OF SECTION 10 M Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 KHA No. 0610,18044 October 2008 SECTION 01730 Operating and Maintenance Data Page 1 of 6 PART 1: GENERAL 1.01 REQUIREMENTS INCLUDED A. Compile product data and related information appropriate for Owner's maintenance and operation of products furnished under Contract. 1. Prepare operating and maintenance data as specified in this Section and as referenced in other pertinent sections of specifications. B. Instruct Owner's personnel in maintenance of products and in operation of equipment and systems. 1.02 RELATED REQUIREMENTS A. Section 01300: Submittals. B. Section 01720: Project Record Documents. C. Section 01740: Warranties and Bonds. 1.03 QUALITY ASSURANCE A. Preparation of data shall be done by personnel: 1. Trained and experienced in maintenance and operation of described products. 2. Familiar with requirements of this Section. 3. Skilled as technical writer to the extent required to communicate essential data. 4. Skilled as draftsman competent to prepare required drawings. 1.04 FORM OF SUBMITTALS A. Prepare data in form of an instructional manual (3-ring binder) for use by Owner's personnel. B. Format 1. Size: 8 1/2 inches x 11 inches. 2. Paper: a. 40 pound minimum, white, for typed pages. b. Holes reinforced with plastic, cloth or metal. 3. Text: Manufacturer's printed data, or neatly typewritten. 4. Drawings: Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 SECTION 01730 KHA No. 061018044 Operating and Maintenance Data October 2008 Page 2 of 6 a. Provide reinforced punched binder tab, bind in with text. b. Reduce larger drawings and fold to size of text pages but not larger than 14 inches x 17 inches. 5. Provide fly -leaf for each separate product, or each piece of operating equipment. a. Provide typed description of product, and major component parts of equipment. b. Provide indexed tabs. 6. Cover: Identify each volume with typed or printed title "OPERATING AND MAINTENANCE INSTRUCTIONS". List: a. Title of Project. b. Identity of separate structure as applicable. c. Identity of general subject matter covered in the manual. C. Binders: 1. Commercial quality three-ring binders with durable and cleanable plastic covers. 2. When multiple binders are used, correlate the data into related consistent groupings. D. If available, an electronic form of the O&M Manual shall be provided. 1.05 CONTENT OF MANUAL A. Neatly typewritten table of contents for each volume, arranged in systematic order. 1. Contractor, name of responsible principal, address and telephone number. 2. A list of each product required to be included, indexed to content of the volume. 3. List, with each product, name, address and telephone number of: a. Subcontractor or installer. b. A list of each product required to be included, indexed to content of the volume. c. Identify area of responsibility of each. d. Local source of supply for parts and replacement. 4. Identify each product by product name and other identifying symbols as set forth in Contract Documents. B. Product Data 1. Include only those sheets which are pertinent to the specific product. 2. Annotate each sheet to: a. Clearly identify specific product or part installed. Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 SECTION 01730 KHA No. 061018044 Operating and Maintenance Data October 2008 Page 3 of 6 b. Clearly identify data applicable to installation. c. Delete references to inapplicable information. C. Drawings 1. Supplement product data with drawings as necessary to clearly illustrate: a. Relations of component parts of equipment and systems. b. Control and flow diagrams. 2. Coordinate drawings with information in Project Record Documents to assure correct illustration of completed installation. 3. Do not use Project Record Drawings as maintenance drawings. D. Written text, as required to supplement product data for the particular installation: 1. Organize in consistent format under separate headings for different procedures. 2. Provide logical sequence of instructions of each procedure. E. Copy of each warranty, bond and service contract issued. 1. Provide information sheet for Owner's.personnel giving: a. Proper procedures in event of failure. b. Instances which might affect validity of warranties or bonds. 1.06 MANUAL FOR MATERIALS AND FINISHES A. Submit five copies of complete manual in final form. B. Content - For architectural products, applied materials and finishes: 1. Manufacturer's data, giving full information on products. a. a. Catalog number, size, composition. b. Color and texture designations. c. Information required for re -ordering special -manufactured products. 2. Instructions for care and maintenance. a. Manufacturer's recommendation for types of cleaning agents and methods. b. Cautions against cleaning agents and methods -which are detrimental to product. c. Recommended schedule for cleaning and maintenance. C. Content, for moisture -protection and weather -exposure products: 1. Manufacturer's data, giving full information on products. Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 KHA No. 061018044 October 2008 a. Applicable standards. b. Chemical composition. c. Details of installation. SECTION 01730 Operating and Maintenance Data Page 4 of 6 2. Instructions for inspection, maintenance and. repair. D. Additional requirements for maintenance data: Respective sections of Specifications. 1.07 MANUAL FOR EQUIPMENT AND SYSTEMS A. Submit five copies of complete manual in final form. B. Content, for each unit of equipment and system, as appropriate: l . Description of unit and component parts. a. Function, normal operating characteristics, and limiting conditions. b. Performance curves, engineering data and tests. c. Complete nomenclature and commercial number of replaceable parts. 2. Operating procedures: a. Start-up, break-in, routine and normal operating instructions. b. Regulation, control, stopping, shut -down and emergency instructions. c. Summer and winter operating instructions. d. Special operating instructions. 3. Maintenance procedures: a. Routine operations. b. Guide to "trouble -shooting". c. Disassembly, repair and reassembly. d. Alignment, adjusting and checking. 4. Servicing and lubrication schedule: a. List of lubricants required. 5. Manufacturer's printed operating and maintenance instructions. 6. Description of sequence of operation by control manufacturer. 7. Original manufacturer's parts list, illustrations, assembly drawings and diagrams required for maintenance. a. Predicted life of parts subject to wear. b. Items recommended to be stocked as spare parts. Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. I and Hurst No. 2 SECTION 01730 KHA No..061018044 Operating and Maintenance Data October 2008 Page 5 of 6 8. As -installed control diagrams by controls manufacturer. 9. Each contractor's coordination drawings. a. As -installed color coded piping diagrams. 10. Charts of valve tag numbers, with location and function of each valve. 11. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage. 12. Other data as required under pertinent sections of specifications. C. Content, for each electric and electronic system, as appropriate: 1. Description of system and component parts. a. Function, normal operating characteristics, and limiting conditions. b. Performance curves, engineering data and tests. c. Complete nomenclature and commercial number of replaceable parts. 2. Circuit directories of panelboards. _ a. Electrical service. b. Controls. C. Communications. 3. As -installed color coded wiring diagrams. 4. Operating procedures: a. Routine and normal operating instructions. b. Sequences required. c. Special operating instructions. 5. Maintenance procedures: a. Routine operations. b. Guide to "trouble -shooting". c. Disassembly, repair and reassembly. d. Adjustment and checking. 6. Manufacturer's printed operating and maintenance instructions. 7. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage. 8. Other data as required under pertinent sections of specifications. Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 SECTION 01730 KHA No. 061018044 Operating and Maintenance Data October 2008 Page 6 of 6 D. Prepare and include additional data when the need for such data becomes apparent during instruction of Owner's personnel. E. Additional requirements for operating and maintenance data: Respective sections of Specifications. 1.08 SUBMITTAL SCHEDULE A. Submit five copies of preliminary draft of proposed sample outlines of contents of Operation and Maintenance Manuals and list of O&M submittals within 60 days after Notice to Proceed. 1. The Engineer will review the preliminary draft and return two copies with comments. B. Submit five copies of completed data in final form no later than 30 days following the Engineer's review of the last shop drawing and/or other submittal specified under Section 01300. 1. Two copies will be returned with comments to be incorporated into final copies. C. Submit five (5) copies of approved manual in final form directly to the offices of the Engineer within 30 calendar days of product shipment to the project site and preferably within 30 days after the reviewed copy is received. D. Submit six copies of addendum to the operation and maintenance manuals as applicable and certificates within 30 days after substantial completion. 1.09 INSTRUCTION OF OWNER'S PERSONNEL A. Prior to final inspection or acceptance, fully instruct Owner's designated operating and maintenance personnel in operation, adjustment and maintenance of products, equipment and systems. B. Operating and maintenance manual shall constitute the basis of instruction. The O&M Manual shall be approved prior to commencing training. 1. Review contents of manual with personnel in full detail to explain all aspects of operations and maintenance. PART 2: PRODUCTS (NOT USED) PART 3: EXECUTION (NOT USED) END OF SECTION Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 SECTION 01740 KHA No. 061018044 Warranties and Bonds October 2008 Pagel of 2 PARTI: GENERAL 1.01 REQUIREMENTS INCLUDED - A. Compile specified warranties and bonds, in accordance with the General Conditions. B. Co -execute submittals when so specified. C. Review submittals to verify compliance withContract Documents. D. Submit to the Engineer for review and transmittal to Owner. 1.02 RELATED REQUIREMENTS A. Instructions to Bidders: Bid Bonds. _ B. Conditions of the Contract: Performance Bond and Payment Bond. C. Agreement. D. Section 01700: Contract Closeout. E. Special Conditions: Maintenance Bond. 1.03 SUBMITTAL REQUIREMENTS A. Assemble warranties, bonds and service and maintenance contracts, executed by each of the respective manufacturers, suppliers, and subcontractors. B. Number of original signed copies required: Two each: C. Table of Contents: Neatly typed, in orderly sequence. Provide complete information for each item. 1. Product or work item. 2. Firm, with name of principal, address and telephone number. 3. Scope. w 4. Date of beginning of warranty, bond or service and maintenance contract. 5. Duration of warranty, bond or service maintenance contract. 6. Provide information for Owner's personnel: a. Proper procedure in case of failure. b. Instances which might affect the validity of warranty or bond. MW ou Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 SECTION 01740 KHA No. 061018044 Warranties and Bonds Octobei2008 Page 2 of 2 7. Contractor, name of responsible principal, address and telephone number. 1.04 FORMS OF SUBMITTALS A. Prepare in duplicate packets. B. Format: 1. Size 8 1/2 inches x 11 inches, punch sheets for standard 3-post binder. a. Fold larger sheets to fit into binders. 2. Cover: Identify each packet with typed or printed title "WARRANTIES AND BONDS". List: a. Title of Project. b. Name of Contractor. C. Binders: Commercial quality, three -post binder, with durable and cleanable plastic covers and maximum post width of 2 inches. 1.05 WARRANTY SUBMITTAL REQUIREMENTS A. For all major pieces of equipment, submit a warranty from the equipment manufacturer. The _ manufacturer's warranty period shall be concurrent with the Contractor's for two (2) years, unless otherwise specified, commencing at the time of final acceptance by the Owner. w B. For certain pieces of equipment, the Owner may require a warranty of more than one year. The requirement for a warranty of more than one year shall be specified in individual sections of the Specifications. PART 2: PRODUCTS (NOT USED) PART 3: EXECUTION (NOT USED) — END OF SECTION Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 KHA No. 061018044 October 2008 PART 1- GENERAL 1.01 DESCRIPTION: SECTION 02100 Site Preparation Page 1 of 3 A. Work Included: All labor, materials, equipment and incidentals, required to prepare the site for construction operations by removing and disposing of all obstructions from the site and from any designated rights -of -way or easements, where removal of such obstructions in not otherwise indicated. Also included are services associated with clearing, grubbing, and the removal of topsoil and the removal of trees, stumps; roots, bushes, shrubs, miscellaneous stone, concrete, paving, gates, and all rubbish and debris whether above or below ground, except live utility facilities. B. Related work: 1. Documents affecting work of this Section include, but are not necessarily limited to, General Conditions, Supplementary Conditions, and Sections in Division 1 of these Specifications. 1.02 QUALITY ASSURANCE A. Use adequate numbers of skilled workmen who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the work of this Section. B. Remove any existing uncontrolled fill, vegetation and soft or loose soils in all areas designated for building and pavements and perform required undercutting. C. Provide for a soils engineer to be on site providing observation to determine if further remedial work is required. Execute the engineer's instructions. PART 2 - PRODUCTS 2.01 MATERIALS A. Provide materials, not specifically described but required for proper completion of the work of this Section, as selected by the Contractor subject to the approval of the Engineer. PART 3 - EXECUTION 3.01 GENERAL A. Prior to commencing this work, all erosion control and tree protection measures required shall be in place and utilities located and protected. Areas within the construction limits as indicated shall be cleared of all obstructions, vegetation, abandoned structures as defined above; EXCEPT trees or shrubs indicated from preservation,' which shall be carefully trimmed as directed and shall be protected from scarring, barking or other injuries during construction operations. Exposed ends of pruned limbs or scarred bark shall be pruned, trimmed and treated with an approved asphaltic material within 24 hours of the pruning or injury. Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, -Hurst No. 1 and Hurst No. 2 KHA No. 061018044 October 2008 SECTION 02100 Site Preparation Page 2 of 3 B. Construction equipment shall not be operated within the drip line of trees, unless otherwise indicated. Construction materials shall not be stockpiled under the canopies of trees. No excavation or embankment shall be placed within the drip line of trees until tree wells are constructed. 3.01 SURFACE CONDITIONS A. Examine the areas and conditions under which work of this Section will be performed. Correct conditions detrimental to timely and proper completion of the Work. Do not proceed until unsatisfactory conditions are corrected. 3.02 PROTECTION A. Protect existing utilities indicated or made known. B. Protection of persons and property: 1. Barricade open depressions and holes occurring as part of this Work, and post warning lights on property adjacent to or with public access. 2. Operate warning lights during hours from dusk to dawn each day and as otherwise required. 3. Protect structures, utilities, sidewalks, pavements, existing trees (including trees identified to be protected as part of easement agreements), and in particular, trees designated `as "protected" and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other hazards created by operations under this Section. D. Use means necessary to prevent dust from becoming a nuisance to the public, to neighbors, and to other work being performed on or near the site. E. Maintain access to the site at all times. 3.03 CLEARING A. Clean out roots 1" in diameter and larger to a depth of at least 12" below the existing ground surface or subgrade of new graded surface, whichever is lower. In areas to receive embankment less than 6-inches and areas to be excavated, roots 1" in diameter and larger shall be cleaned out to a depth of at least 18-inches below the lower elevation of the embankment, structure or excavation. B. In cut areas where fill is to be placed, the subgrade moisture content and density shall be verified unless intact undisturbed limestone is present in which case density testing is not required. If the density is less than 95 percent of the maximum dry density as determined by ASTM D 698 (Standard Proctor) or if the moisture content is below optimum, the subgrade shall be scarified to a depth of 6 inches. After scarifying moisture shall beadjusted as necessary and the soils shall be compacted to a minimum of 95 percent of the maximum of dry density as determined by ASTM D 698 (Standard Proctor) at moisture contents that are at or above the Proctor optimum value. Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 SECTION 02100 KHA No. 061018044 Site Preparation October 2008 Page 3 of 3 C. Do not allow water to collect in or near foundation areas or floor slab areas during or after construction. D. Holes remaining after removal of obstructions, objectionable material, trees, stumps, etc., shall be backfilled with select embankment material and tamped. E. Protect trees or groups of trees, designated by the Engineer to remain, from damage by all construction operations by erecting suitable barriers, or by other approved means. Clearing operations shall be conducted in a manner to prevent falling trees from damaging trees designated to remain. F. Areas outside the easements or limits of clearing shall be protected form damage and no equipment of materials shall be stored in these areas. Q Soil shall be stockpiled free from brush, trash, large stones and other extraneous material and protected until it is placed, if allowed. Topsoil shall be stockpiled separate from the underlying ' more clayey, soils. 3.04 DISPOSAL A. General: ski 1. Remove brush, grass, roots, trash, and other material from clearing operations and disposed of away from the site in a legal manner. 2. Do not store or permit debris to accumulate on the job site. Cleared vegetation shall be removed from the site within 10 working days. 3. Burning will not be allowed as a method of disposal. 4. No stumps, trees, limbs, or brush shall be buried in any fills or embankments. 3.05 UTILITIES A. Contact all utility companies and agencies 48 hours prior to beginning any clearing. B. Where utility cutting, capping, or plugging is required, perform such work in accordance with requirements of the utility company or governmental agency having jurisdiction. END OF SECTION J r Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 SECTION 02200 • KHA No. 061018038 Earth Excavation, Backfill, October 2008 Fill and Grading Page 1 of 19 PART I: GENERAL 1.01 DESCRIPTION: �s A. Perform the following earth excavation, backfill, fill and grading as indicated or specified: e B. Make excavations to accommodate piping, conduits, foundations and other structures. C. Provide materials for backfilling excavations and constructing embankments and fills as indicated and specified. D. Construct embankments of compacted materials. E. Grade surfaces to meet finished grades indicated. F. Immediately notify the Engineer if suspected hazardous materials are encountered and cease x operations in that part of work. G. Remove boulders and tree stumps within the excavation limits. 1.02 RELATED WORK: it , A. Division 1: General Requirements B. Supplementary Conditions C. Standard Specifications for Public Works Construction, North Central Texas Council of Governments (NCTCOG); (2004 Edition) 1. Item 201 Erosion, Sediment and Water Pollution Control 2. Item 203.4 Unclassified Street Excavation 3. Item 203.5 Unclassified Channel Excavation Y 4. Item 203.6 Borrow 5. Item 203.8 Sprinkling for Dust Control 6. Item 301.6 Geotextiles 7. Item 302.2 Aggregates a. Gravel and crushed gravel b. Crushed Stone c. Fine and Course Aggregates d. Screened Gravel Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 KHA No. 06101803 8 October 2008 8. Item 701.2 Structural Excavation 1.03 REFERENCES: A. American Society for Testing and Materials (ASTM) Publications: C33: Specification for Concrete Aggregates. C136: Sieve Analysis of Fine and Coarse Aggregates. SECTION 02200 Earth Excavation, Backfill, Fill and Grading Page 2 of 19 D421: Practice for Dry Preparation of Soil Samples for Particle Size Analysis and Determination of Soil Constants. D422: Test Method for Particle -Size Analysis of Soils. D1140: Test Method for Amount of Material in Soils Finer than the No. 200 (75 Fm) Sieve. D1556: Test Method for Density and Unit Weight of Soil in Place by the Sand -Cone Method. D698: Test Method for Laboratory Compaction Characteristics of Soil Using Modified Effort. (56,000 fii-lb/ft' (600 kN-m/m3)). D2167: Test Method for Density and Unit Weight of Soil in Place by the Rubber Balloon Method. D2922: Test Method for Density of Soil and Soil -Aggregate in Place by Nuclear Methods. (Shallow Depth). D3017: Test Method for Water Content of Soil and Rock in Place by Nuclear Methods (Shallow Depth). D4318: Test Method for Liquid Limit, Plastic Limit and Plasticity Index of Soils. D4718: Practice for Correction of Unit Weight and Water Content for Soils Containing Oversized Particles. D4944: Test Method for Field Determination of Water (Moisture) Content of Soil by the Calcium Carbide Pressure Tester Method. D4959: Test Method for Field Determination of Water (Moisture) Content of Soil by Direct Heating Method. D5080: Test Method for Rapid Determination of Percent Compaction. B. Occupational Safety and Health Administration (OSHA) Standards and Regulations contained in Title 29: Subpart P - Excavations, Trenching and Shoring. Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 KHA No. 061018038 October 2008 1.04 DEFINITIONS: SECTION 02200 Earth Excavation, Backfill, Fill and Grading Page 3 of 19 A. Percentage of compaction is defined as the ratio of the field dry density, as determined by ASTM D1556 to the maximum dry density determined by ASTM D698, multiplied by 100. B. Proof Roll: Compaction with a minimum of 4 passes of a vibratory steel drum or rubber tire u roller. Vibratory plate compactors shall be used in small areas where vibratory steel drum or rubber tire roller can not be used. C. Acceptable Material: Material which does not contain organic silt or organic clay, peat, vegetation, wood or roots, stones or rock fragments over 6-inches [15 cm] in diameter, porous biodegradable matter, loose or soft fill, excavated pavement, construction debris, or refuse. L3 Stones or rock fragments shall not exceed 40 percent by weight of the backfill material. D. Unacceptable Materials: Materials, which do not comply with the requirements for acceptable material or which, cannot be compacted to the specified or indicated density. im. 1.05 SUBMITTALS: A. Shop Drawings: Submit the following in accordance with Section 01300: Submittals: 1. Submit an excavation, backfilling, and filling plan at least two weeks prior to start of any earth moving activities. The review will be only for the information of the Owner and third parties for an overall understanding of the project relating to access, maintenance of existing facilities and proper utilization of the site. The Contractor shall remain responsible for the adequacy and safety of the means, methods and sequencing of construction. The plan shall include, but not be limited to the following items: a. Detailed sequence of work. b. General description of construction methods. c. Numbers, types, and sizes of equipment proposed to perform excavation and compaction. d. Details of dust control measures. e. Proposed locations of stockpiled excavation and/or backfill materials. f. Proposed surplus excavated material off -site disposal areas and required permits. 2. The following material submittals shall be submitted to the Engineer prior to backfilling and filling for only those materials specified on the plans: a. Screened Gravel: As specified in NCTCOG Item 2.1 b. Gravel and Crushed Gravel: As specified in NCTCOG Item 2.1 ow Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 SECTION 02200 KHA No. 061018038 Earth Excavation, Backfill, October 2008 Fill and Grading Page 4 of 19 c. Select Borrow/Select Fill: As specified in NCTCOG Item 2.1 d. Fine and Coarse Aggregates: As specified in NCTCOG Item 2.1 e. Crushed Stone: As specified in NCTCOG Item 2.1 f. Rip -rap: As specified in Section 2.01F of this specification. g. Stone Fill Pad: 467 Stone as specified in ASTM D448 h. Other Acceptable Materials: Laboratory testing results of gradation and moisture - density relationship. Submittal shall include specific location of the source and the date when sample was taken. 3. During Construction, submit written confirmation of fill lift thickness, in -place soil moisture content, and percentage of compaction to the Engineer before placing the next lift or constructing foundations. 1.06 QUALITY ASSURANCE AND CONTROL: A. Excavations shall be performed in the dry, and kept free from water, snow and ice during construction with the exception of the water that is applied for dust control and to aid in the compaction efforts. Bedding and backfill material shall not be placed in water. Water shall not be allowed to rise upon or flow over the bedding and backfill material. B. The Contractor shall be solely responsible for making all excavations in a safe manner. All excavation, trenching, and related 'sheeting, bracing, etc. shall comply with the requirements of OSHA excavation safety standards (29 CFR Part 1926 Subpart P) and State requirements. Where conflict between OSHA and State regulations exists, the more stringent requirements shall apply. C. The Contractor shall not excavate, 'constructembankments, or fill until the Engineer has reviewed all the required submittals. D. The Contractor shall prepare excavation, backfilling, and filling schedule and procedures to eliminate possibility of undermining or disturbing foundations of partially and completed structures, pipelines and embankments or existing structures and pipelines. E. The Contractor shall employ an independent testing laboratory to perform particle size and gradation analyses in accordance with ASTM D422, and to determine compactibility in accordance with ASTM D698 for all the proposed backfill and fill materials, and monitoring field compaction operations. The independent testing laboratory shall have the following qualifications: Be accredited by the American Associates of State Highway and Transportation Officials (AASHTO) Accreditation Program. Have three (3) years experience in sampling, testing and analysis of soil and aggregates, and monitoring field compaction operations. Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 SECTION 02200 KHA No. 061018038 Earth Excavation, Backfill, October 2008 Fill and Grading Page 5 of 19 Able to provide three (3) references from previous work. - F. Field Testing and Inspections: Eft r. By Owners testing laboratory or Contractor's independent testing laboratory which is acceptable to the Engineer, as specified in Paragraph 1.06. Inspections and testing will be paid for by the Contractor per Supplementary Condition CLO. Submittal of materials for testing as well as re -testing due to non -compliant work will also be paid for by the Contractor. Location of tests mutually acceptable to testing laboratory and the Engineer, the Owner's Representative or as directed by the Engineer. In the event compacted material does not meet specified in -place density, recompact material and retest this area until specified results are obtained at no additional cost to the Owner. Testing laboratory to perform inspection at least once daily to confirm lift thickness and compaction effort for entire fill area. G. Methods of Field Testing: In -Place Density: ASTM D1556, ASTM D2167, or ASTM D2922. In -Place Moisture Content: ASTM D3017, ASTM D4944, or ASTM D4959. H. Material Testing Frequency: The following testing frequencies are the minimum required for all structural and non-structural fill, grading and embankment. Field In -Place Density and Moisture Content - Screened gravel and crushed stone Shall be compacted as specified and indicated. For other backfill and fill materials, minimum test frequency shall be as follows, and no less than one test per: Trenches under structures foundation preparation or roadways subbase: Every 200 lin. ft. per lift Trenches in areas without structures or roadways: Every 300 lin. ft. per alternate lift. Paved Roadways: Every 200 lin. ft. per lift. Paved Areas: 2,000 sq. ft. per lift. Under Structure: 100 sq. ft. per lift. Around Structures: 500 sq. ft. per lift. Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 SECTION 02200 KHA No. 061018038 Earth Excavation, Backfill, October 2008 Fill and Grading Page 6 of 19 Embankment Fills: 10,000 sq. ft. per lift. Moisture Density - One per source, except for screened gravel and crushed stone. Repeat the moisture density test for every 200 cubic yard of material use, and whenever visual inspection indicates a change in material gradation as determined by the Engineer. Gradation Analysis - A minimum of one per source and for each moisture density test and whenever visual inspection indicates a change in material gradation. Liquid Limit, Plastic Limit and Plasticity Index - Minimum of one test per 200 cubic yard of soil for use as fill material and whenever classification of material is in doubt as determined by the Engineer. I. Construction Tolerances: Construct finished surfaces to plus or minus I inch of the elevations indicated. Grade cut and fill areas to plus or minus 0.20 foot of the grades indicated. Complete embankment edges to plus or minus 6 inches of the slope lines indicated. Structures: Conform to elevations and dimensions shown within a tolerance of plus 0.10', or minus 0.10', and extending a sufficient distance from footings and foundations to permit placing and removal of concrete formwork, installation of service, other construction, and for inspection. The Contractor shall provide the Engineer with adequate survey information to verify compliance with above tolerances. J. Cut pavement with a saw or pneumatic tools to prevent damage to remaining pavement without extra compensation: Where pavement is removed in large pieces, dispose ' of pieces before proceeding with excavation. K. Pipes, drains, and other utilities may exist in certain locations not indicated on drawings. No attempt has been made to show all services. Completeness or accuracy of information given is not guaranteed. — L. Dig test pits are considered as incidental to the normal excavation as indicated and specified in this Section, at no additional compensation. M. Carefully support and protect from damage, existing pipes, poles, wires, fences, curbings, property line markers, and other structures, which the Engineer determines must be preserved in — place without being temporarily or permanently relocated. Should such items be damaged, restore without compensation therefore, to at least as good condition as that in which they were found immediately before the work was begun. N. Restore existing property or structures as promptly as practicable. k Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2. SECTION 02200 KHA No. 061018038 Earth Excavation, Backfill, October 2008 Fill and Grading Page 7 of 19 O. If material unacceptable for foundation (in the opinion of the Engineer) is found at or below the grade to which excavation would normally be carried in accordance with the drawings and/or specifications, remove such material to the required width and depth as directed by the Engineer and replace it with screened gravel, select borrow, or concrete. P. Do not remove excavation materials from the site of the work or dispose of except as permitted - by the Owner. Q. Haul away and dispose of surplus excavated materials at NO additional cost to the Owner. Any required permits or other disposal requirements are the responsibility of the Contractor. R. During progress of work, conduct earth -moving operations and maintain work site so as to minimize the creation and dispersion of dust. Apply water to aid in dust control as specified in NCTCOG Item 4.1 or by other methods that are acceptable to the Engineer. Furnish and spread calcium chloride if the Engineer or Owner decides that it is necessary for more effective dust control. S. Provide suitableand safe bridges and other crossings where required for accommodation of travel, and to provide access to private property during construction, and remove said structures thereafter. 1.07 SITE CONDITIONS: A. Site Information: Any data, which has or may be provided on subsurface conditions, is not intended as a representation or warranty of accuracy or continuity between, soil strata. It is expressly understood that neither the Owner nor the Engineer will be responsible for interpretations or conclusions drawn therefrom by Contractor. Data is made available for convenience of Contractor. 1. Contractor may make additional test borings and other exploratory operations at no cost to Owner, provided he obtains the Owner's permission prior to performing these operations. C. Contractor is to verify existing site grading within 30 days of contract date. Discrepancies are to be brought to the Engineer's attention in writing during that period. Any and all site grading discrepancies found after that date will be the total responsibility of the general contractor. D. Existing Utilities: Contractor shall locate all existing underground utilities in areas of work. If utilities are to remain in place, provide adequate means of support and protection during earthwork operations. PART2-PRODUCTS 2.01 GENERAL: A. Use only acceptable materials from excavations or borrows. B. Provide screened gravel, fine aggregate, select borrow, and crushed stone as specified in NCTCOG Item 2.1. y No Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 SECTION 02200 KHA No. 061018038 Earth Excavation, Backfill, October 2008 Fill and Grading Page 8 of 19 C. Provide Fine Aggregate conforming to ASTM C33. D. Provide Number 467 stone conforming to ASTM D448. E. Provide erosion/sedimentation control devices as indicated and in accordance with NCTCOG Item 2.23. F. Provide rip -rap material meeting the following gradation: Sieve Percentage by Weight Passing Designation tion Square Mesh Sieves 6 in. [1,5.2 cm] too 2 in. [5.1 cm] 20 - 65 No.4 10-35 No. 200 0-5 G. Provide geotextile fabric as indicated, meeting the following requirements and conforming to NCTCOG Item 2.23: Average Roll Minimum Value Physical Properties Grab Strength (ASTM D4632) Grab Elongation (ASTM D4632) (%) Mullen Burst Strength (ASTM D-3786) (psi) Permeability — k (cm/sec) (ASTM D-4491) AOS (09S) min (ASTM D4751) Trapezoid Tear Strength (ASTM D4533) (lbs.) Puncture Resistance (ASTM D-4833) (lbs.) t V Resistance-' % Sttrength Retained (ASTM'D4355) (Weakest Principle Direction) 200 60 320 100 0.3 60 80 70 H. The Geotextile material shall be a non -woven fabric consisting of filaments or yarns of polyester or. polypropylene. I. The Geotextile shall be provided in rolls with protective covering to protect the fabric from mud, dirt, dust, and debris. The fabric shall be free of defects or flaws which significantly affect its physical properties. Each roll of fabric in the shipment shall have a number of symbol identifying that production run. J. A competent laboratory shall be maintained by the producer of the fabric at the point of manufacture to provide quality control in accordance with ASTM testing procedures. The laboratory shall maintain records of its quality control results and provide a manufacturer's certificate to the owner prior to shipment.' The certificate shall include the following: Name of. Manufacturer Chemical Composition Product Description Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 KHA No. 06101803 8 October 2008 Statement of compliance to specification requirements 2.02 EQUIPMENT: SECTION 02200 Earth Excavation, Backfill, Fill and Gradink Page 9 of 19 A. The compaction equipment shall be selected by the Contractor, and shall be capable of consistently achieving the specified compaction requirements. PART 3 - EXECUTION 3.01 SITE MAINTENANCE: A. Roadway and Site Leveling: Grade roadway and site as to maintain them in a level unrutted condition and to eliminate puddling of surface and subsurface water. 3.02 EXCAVATION: ' A. General: 1. Execution of any earth excavation shall not commence until all the submittals are reviewed by the Engineer and all Engineer's comments satisfactorily addressed. 2. Carry out program of excavation and excavation support systems to eliminate possibility of undermining or disturbing foundations of existing structures or of work previously completed under this contract. 3. Excavate to widths that give suitable room for building structures or laying and jointing piping. 4. Do not plow, scrape or dig by machinery near to finished subgrade in a manner that would result in disturbance of subgrade. 5. Excavate to lines and grades indicated in an orderly and continuous program. 6. Establish limits of excavation to allow adequate working space for installing forms and for safety of personnel. 7. Excavate to elevations indicated, or deeper, as directed by the Engineer, to remove unacceptable bottom material. 8. Place excavated material at the approved stockpile locations and in no case closer than 3 feet [90 cm] from edge of excavations to discourage a cave-in or bank slides. 9. Stockpile satisfactory excavated materials where directed, until required for backfill or fill. Place, grade, and shape stockpiles for proper drainage. 10. Locate and retain soil materials away from edge of excavations. Do not store within drip line of trees indicated to remain. Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 SECTION 02200 KRA No. 061018038 Earth Excavation, Backiill, October 2008 Fill and Grading Page 10 of 19 11. Regard small, less than one-half (0.5) cubic yard [0.38 cubic meter], boulders, rock fragments, and concrete encountered during excavation as a normal part of in -place soils and not included for payment as rock. 12. Unsuitable excavation and suitable excavation in excess of that needed for construction shall be known as "waste" and shall become the property of the Contractor• to be disposed of by him outside the limits of the project, associated rights -of -way, etc. 13. Payment will not be allowed for excavation of any material which is used for purposes other than those designated, except as provided in the specifications. 14. Should uncharted, or incorrectly charted, piping or other utilities be encountered during excavation, consult utility owner immediately for directions. Cooperate with Owner, and utility companies in keeping respective services and facilities in operation. Repair damaged utilities to satisfaction of utility owner. 15 Do not interrupt existing utilities serving facilities occupied and used by Owner or others, during occupied hours, except when permitted in writing by Engineer and then only after acceptable temporary utility services have been provided. a. Provide minimum of 48-how notice to Engineer, and receive written notice to proceed before interrupting any utility. 16. Demolish and completely remove from site existing underground utilities indicated to be removed. Coordinate with utility companies for shut-off of services if lines are active. 17. Use of Explosives: The use of explosive is not permitted. 18. Apply final seeding to all disturbed areas, as specified in Section 02910: Seeding Disturbed Areas. B. Structural Excavation: 1. Perform all structural excavation in accordance with NCTCOG Item 7.1. Where discrepancies exist between the following paragraphs and Item 7.1, the more stringent requirements shall apply. 2. Excavation is unclassified, and includes excavation to subgrade elevations indicated, regardless of character of materials and obstructions encountered. Structural excavation shall include the furnishing of all materials and equipment; the construction or installation of all facilities which may be necessarylo perform the excavations and place and compact the backfill; and the subsequent removal of such facilities, except where they are required or permitted by the plans or specifications to remain in place. • r 3. Unauthorized excavation consists of 'removal of materials beyond indicated subgrade elevations or dimensions without specific approval or direction of the Engineer. Unauthorized excavation, as well as" remedial work resulting from the unauthorized excavation, shall be at Contractor's expense. Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 SECTION 02200 4� KHA No. 061018038 Earth Excavation, Backfill, October 2008 Fill and Grading Page 11 of 19 a. Under footings, foundation bases, or retaining walls, fill unauthorized excavation by extending indicated bottom elevation of footing or base to excavation bottom, without altering required top elevation. Soil bearing shall be verified by a registered geotechnical engineer. b. Elsewhere, backfill and compact unauthorized excavations as specified for authorized excavations of same classifications, unless otherwise directed by the Engineer. 4. Additional Excavation: a. When excavation has reached required subgrade elevations, notify the Engineer so that he may observe the conditions. b. When unsuitable bearing materials are encountered at required subgrade elevations, carry. excavations deeper and replace excavated material as directed by the Engineer. c. When footing concrete or masonry is to rest upon rock, the rock shall be removed to a depth sufficient to expose sound rock. The rock shall be roughly leveled off or cut to approximate horizontal and vertical steps, and shall be roughened. Seams in the rock shall be grouted under pressure or treated as the Engineer may direct and the cost thereof will be included for payment in the quantities for the unit of the structure for which the excavation is made. When footing concrete or masonry is to rest on an excavated surface other than rock, care shall be taken not to disturb the bottom of the excavation and final removal of the foundation material to grade shall not be made until just before the concrete or masonry is placed. Except when over -excavation is directed by the Engineer, excavation below grade shall be replaced.at the Contractor's expense with the same class of concrete specified for the structure and at the time the concrete for the structure is being placed. d. For all single and multiple box culverts, pipe culverts, and pipe arch culverts, where the soil encountered at established footing grade is a quick sand, muck, or similar unstable material, the following procedure shall be used unless other methods are called for on the plans: (1) All unstable soil shall be removed to a depth of two (2) feet below bottom of culvert for culverts two (2) feet to four (4) feet in height, and to a depth equal to the height of culvert for culverts less than two (2) feet in height. Such excavation shall be carried at least one-,,) foot beyond the horizontal limits of the structure on all sides. The Engineer will determine the necessary over excavation for culverts larger than four (4) feet in height. All unstable soil so removed shall be replaced with suitable stable material, placed in uniform layers of suitable depth for compaction as directed by the Engineer, and each layer shall be wetted if necessary, and compacted by rolling or tamping as required to provide a stable foundation for the structure. Soil that is considered to be of sufficient stability to sustain properly the adjacent sections of the roadway embankment will be considered a suitable foundation material for the culvert. Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 KHA No. 061018038 October 2008 SECTION 02200 Earth Excavation, Backfill, Fill and Grading Page 12 of 19 (2) When the material encountered at footing grade of a culvert is found to be partially rock, or incompressible material, and partially a soil or material that is compressible, but otherwise satisfactory for the foundation, the incompressible material shall be removed for a depth of six (6) inches below the footing Grade and backfilled with a material similar to the compressible foundation used for the rest of the structure. (3) When the material encountered at footing grade of a bridge bent or pier is found to be partially of rock or incompressible material, and partially of a compressible material, the foundation shall not be placed until the Engineer has authorized such changes as are found necessary. (4) Removal of unsuitable material and its replacement as directed will be paid on basis of contract conditions relative to changes in work. 5. Excavation for Concrete Slab on Grade: Remove the existing soils to a depth of 3 feet below the proposed finished floor elevation and within five feet horizontally of the slab or as specified on the plans. Recompact backfill material as specked in Section 3.15. C. Unclassified Channel Excavation: 1. Perform all channel excavation in accordance with NCTCOG Item 3.5. Where discrepancies exist between the following paragraphs and Item 3.5, the more stringent requirements shall apply. 2. Contractor is responsible for securing all required regulatory permits should construction occur near or in existing drainage ways. 3. All excavation of channels shall be performed in accordance with the lines, grades, and sections indicated on the plans or as approved by the Engineer. 4. Where excavation to grades established in the field would terminate in unstable soil, the Engineer may require the Contractor to remove the unstable soil and backfill to the required grade with suitable material compacted in an approved manner to the required density. 5. All acceptable materials removed from the excavation shall be used, insofar as practicable for fill material or, in the formation of 'Embankments", or shall be otherwise utilized or satisfactorily disposed of as indicated on the plans, or as directed, at no expense to the Owner. 6. During construction, the channel shall bd kept drained, insofar as practicable, and the work shall be prosecuted in a neat workmanlike manner. 7. Prior to final grading, at minimum, the upper six (6) inches of the exposed soil should be scarified; moisture conditioned at optimum to five (5) percentage points above optimum moisture content, and compacted to at least 95% of the maximum dry density (per ASTM D698). w Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 KHA No. 06101803 8 October 2008 D. Unclassified Street Excavation: SECTION 02200 Earth Excavation, Backfill, Fill and Grading Page 13 of 19 1. Perform all street and roadway excavation in accordance with NCTCOG Item 3.3. Where discrepancies. exist between the following paragraphs and Item 3.3, the more stringent requirements shall apply. 2. All excavation shall be in accordance with the lines, grades, and typical sections as shown on the plans or as established by the Engineer. Unless otherwise shown on the plans or established by the Engineer, the street excavation will be made to the subgrade of the street or paving project and the finished grade of parkways. a. Where excavation to grades established in the field would terminate in unstable soil, the Engineer may require the Contractor to remove the unstable soil and backfill to the required grade with suitable material compacted in an approved manner to the required density. b. Where excavation to grade established in the field terminates in loose or solid rock, the Contractor may be required to extend the depth of excavation six (6) inches and backfill with select material compacted in an approved manner to the required density. Subject to the approval of the Engineer, the select material may be obtained from any point within the project limits where suitable backfill material is available. c. The Contractor shall conduct his operation in such a manner that adequate measurements may be taken before any backfill, as required above, is placed. 3. Provisions for Drainage: If it is necessary in the prosecution of the work to interrupt the natural drainage of the surface, or the flow of artificial drains, the Contractor shall provide temporary drainage facilities that will prevent damage to public or private interests, and shall restore the original drains as soon as the work will permit. The Contractor shall be held liable for all damages which may result from neglect to provide for either natural or artificial drainage which his work may have interrupted. 4. Excess Excavation: Unsuitable street excavation and suitable street excavation in excess of that needed for construction shall be disposed of at the Contractor's expense as directed by the Engineer. In general, suitable excess excavation from paving projects will be used in the construction of parkways, widening of embankments, flattening of slopes, etc., but if necessary to waste any material, it shall be disposed of, at the Contractor's expense, in such a manner as to present a neat appearance and to not obstruct proper drainage or cause injury to any street improvements or abutting property. E. Borrow Excavation: 1. Construction Methods: a. All suitable materials removed from the excavation shall be used, insofar as practicable, in the formation of "Embankments", or shall otherwise be utilized as indicated on the plans or as directed, and the completed work shall conform to the established alignment, grades, and cross-section. During construction, the borrow I I Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 SECTION 02200 KHA No. 061018038 Earth Excavation, Backfill, October 2008 Fill and Grading Page 14 of 19 sources shall be kept drained, insofar as practicable, and the work shall be prosecuted in a neat and workmanlike manner. b. Payment will not be allowed for excavation for any material which is used for purposes other than those designated, except as provided in the governing specifications. c. The site of the borrow operations shall be left in a suitable and sightly condition, such as to provide proper drainage. Where indicated on the plans, the sides and/or ends of borrow pits shall be sloped to the dimensions indicated on the plans. 2. Selection of Materials: Where shown on the plans, selected materials will be utilized in the formation of backfill, embankment or to improve the paving sub -grades, in which case the work shall be performed in such manner and sequence that suitable material may be = selected, removed separately, and deposited within the limits and at the elevations required. Acceptable borrow material when tested by standard laboratory methods shall meet the requirements indicated on the plans. 3.03 SEPARATION OF EXCAVATED MATERIALS FOR REUSE: A. Remove only existing pavement that is necessary for prosecution of work. B. Carefully remove loam and topsoil from excavated areas. Store separately for further use or furnish equivalent loam and topsoil as directed. C. Carefully.remove acceptable material from excavated areas and store separately for further use as backfill material. 3.04 EXCAVATION NEAR EXISTING STRUCTURES: A. Discontinue digging by machinery when excavation approaches pipes, conduits, or other underground structures. Continue excavation by use of hand tools. Include such manual excavation in work to be done when incidental to normal excavation and under items involving normal excavation. B. Excavate test pits when determination of exact location of pipe or other underground structure is necessary for doing work properly. 3.05 REMOVAL OF SUBSURFACE OBSTRUCTIONS: A. Remove indicated subsurface structures and related obstructions to extent shown. B. Promptly notify the Engineer when any unexpected subsurface facilities are encountered during — excavation such as utility lines and appurtenances, walls and foundations. 3.06 REUSE AND DISPOSAL OF SURPLUS EXCAVATED MATERIALS: , A. Reuse surplus acceptable excavated materials for backfill; deposit neatly and grade so as to make or widen fills, flatten side slopes, or fill depressions; or legally dispose off -site; all as directed or w Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 SECTION 02200 •• KHA No. 061018038 Earth Excavation, Backfill, October 2008 Fill and Grading Page 15 of 19 IL permitted and without additional compensation. 3.07 SUBGRADE PREPARATION AND PROTECTION: A. Remove loam and topsoil, loose vegetable matter, stumps and large roots from areas upon which embankments will be built or material will be placed for grading. Shape subgrade as indicated on drawings, and prepare by forking, furrowing, or plowing so that the first layer of new material placed thereon will be well bonded to it. B. As directed by the Engineer, overexcavate unacceptable materials below the foundation subgrade. Backfill the overexcavation with compacted screened gravel or crushed stone wrapped with nonwoven geotextile fabric. In no case shall the screened gravel be placed directly on the exposed subgrade prior to placing the geotextile fabric. C. Proof roll the foundation subgrade prior to backfilling and filling operation, or placing foundation concrete. 3.08 PROTECTION AND CARE OF PROPERTY: A. Cut all branches, limbs, and roots smoothly and neatly without splitting or crushing. Neatly trim, cut the injured portions and cover with an application of grafting wax or tree healing paint as directed. B. Protect cultivated hedges, shrubs, and plants which might be injured by the Contractor's operations by suitable means or dig up and temporarily replant and maintain. After construction operations have been substantially completed, replant in original positions and care for until growth is reestablished. If cultivated hedges, shrubs, and plants are injured to such a degree as to effect their growth or diminish in their beauty or usefulness, replace by items of equal kind and quality existing at the start of the work. C. Do not use or operate tractors, bulldozers, or other power -operated equipment on paved surfaces when their treads or wheels of which are so shaped as to cut or otherwise damage such surfaces. D. Restore surfaces damaged by the Contractor's operations to a condition at least equal to that in which they were found immediately before work commenced. Use suitable materials and methods for such restoration. E. Protect structures, utilities, sidewalks, pavements, and other facilities from damages caused by settlement, lateral movement, undermining, washout, and other hazards created by earthwork operations. 3.09 BACKFILLING - GENERAL: A. Do not place frozen materials in backfill or place backfill upon frozen material. Remove previously frozen material or treat before new backfill is placed. B. Do not place, spread, roll or compact fill material during unfavorable weather conditions. If interrupted by heavy rain or other unfavorable conditions, do not resume until ascertaining that Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 SECTION 02200 KHA No. 061018038 Earth Excavation, Backfill, October 2008 Fill and Grading Page 16 of 19 the moisture content and density of the previously placed soil are as specified. C. Do not use puddling, ponding or flooding as a means of compaction. 3.10 MATERIAL PLACEMENT AND COMPACTION REQUIREMENTS: A. Select Borrow, and Fine Aggregate: Dump and spread in layers not to exceed 8-in. [20 cm] uncompacted thickness. Compact, fill and backfill under all streets, roadways and structures to not less than 95 percent (per ASTM D698). B. Screened Gravel and Crushed Stone: Dump and spread in layers not to exceed 8-in. [20 cm] uncompacted thickness. Compact using self-propelled vibratory steel drum or rubber tire rollers with a minimum of 4 passes in directions perpendicular to one another in open areas. In small areas, use manually operated vibratory plate compactors with a minimum of 4 passes. C. Bank -run Gravel and Acceptable materials for use as non-structural fill: Dump and spread in layers not to exceed 12-in. [30 cm] uncompacted thickness. Compact to not less than 90 percent (per ATMD D698) unless otherwise indicated. D. Backfilling and filling operation shall be suspended in areas where tests are being made until tests are completed and the testing laboratory has advised the Engineer that adequate densities are obtained. E. Geotextile Fabric: The geotextile shall be placed with overlaps of a minimum of 36 inches. The backfill shall be back dumped on the fabric and spread in a uniform lift maintaining the design aggregate thickness at all times. Construction vehicles will not be allowed to traffic directly on the fabric. 3.11 STRUCTURAL FILL AND BACKFILL UNDER STRUCTURES: A. Compact fill and backfill under structures and pavements with screened gravel, crushed stone, select borrow, or fine aggregate as specified and indicated. 3.12 NON-STRUCTURAL BACKFILL AROUND STRUCTURES: A. Use acceptable materials for non-structural backfill around structures and compacted as specified and indicated. Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 SECTION 02200 KHA No. 061018038 Earth Excavation, Backfill, October 2008 Fill and Grading Page 17 of 19 B. Conduct hydraulic testing as soon as practicable after structures are constructed and other necessary work has been done. Start backfilling promptly after completion of tests. C. Deposit material evenly around structure to avoid unequal soil pressure. D. Do not place backfill against or on structures until they have attained sufficient strength to support the loads (including construction loads) to which they will be subjected, without distortion, cracking, or other damage. �. 3.13 MATERIAL FOR FILLING AND EMBANKMENTS: A. Use acceptable materials for filling and building embankments unless otherwise indicated. 3.14 PLACING AND COMPACTING EMBANKMENT MATERIAL: A. Compact fill material as specified and indicated. B. Perform fill operation in an orderly and systematic manner using equipment in proper sequence to meet the specified compaction requirements. C. Place fill on surfaces which are free of unacceptable materials. D. Begin filling in lowest section of work area. Grade surface of fill approximately horizontal but provide with sufficient longitudinal and transverse slope to allow for runoff of surface water from every point. E. Conduct filling so that no obstruction to drainage from other sections of fill area is created at any time. F. Install temporary dewatering sumps in low areas during filling operation where excessive amounts of rain runoff collect. G. Compact uniformly throughout. Keep surfaces of fill reasonably smooth and free from humps and hollows that would prevent proper and uniform compaction. Do not permit hauling equipment to follow a single track on the same layer but direct equipment to spread out to prevent overcompaction in localized areas. Take care in obtaining thorough compaction at edges of fill. H. Slightly slope surface of fill to ensure drainage during periods of wet weather. Do not place fill while rain is falling or after a rainstorm until the Engineer considers conditions satisfactory. During such periods and upon suspension of filling operations for any period in excess of 12 hours, roll smooth the surface of fill using a smooth wheel static roller to prevent excessive absorption of rainfall and surface moisture. Prior to resuming compaction operations, remove muddy material off surface to expose firm, compacted material, as determined by the Engineer. I. When fill is placed against an earlier fill or against in -situ material under and around structures, including around piping beneath structures or embankments, slope junction between two sections of fill, 1 vertical to 1.5 horizontal. Bench edge of existing fill 24-in. [60 cm] to form a serrated edge of compact stable material against which to place the new fill. Ensure that rolling extends Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 KHA No.' 06101803 8 October 2008 over junction between fills. SECTION 02200 Earth Excavation, Backfill, Fill and Grading Page 18 of 19 J. When fill is placed directly upon another older fill, clean surface thoroughly of debris and remove any loose material. Then proof roll the entire old surface. K. After spreading each loose lift to the required thickness and adjusting its moisture content as necessary, roll with sufficient number of passes to obtain the required compaction. One pass is defined as the required number of successive trips that by means of sufficient overlap will insure complete coverage and uniform compaction of an entire lift. Do not make additional passes until previous pass has been completed. L. In case material of any fill sinks and weaves under roller or under hauling units and other equipment, required degree of compaction is not being obtained. Reduce the moisture content. If such sinking and weaving produces surface cracks, suspend operations on that part of the embankment until it becomes sufficiently stabilized. Ideal condition in fill is that attained when the entire fill below the surface being rolled is so firm and hard as to show only the slightest weaving and deflection as roller passes. Spread out rolling operations over the maximum practicable area to minimize condition of sinking and weaving. M. If because of defective workmanship, compaction obtained over any area is less than that required, remedy condition at no cost to Owner. If additional rolling or other means fail to produce satisfactory results, remove material in that area down to a level of satisfactory density. Perform removal, replacement, and rerolling without additional compensation. 3.15 COMPACTION CONTROL OF BACKFILL, FILL, AND EMBANKMENT: A. Compact to density specified and indicated for various types of material. Control moisture content of material being placed as specified. 1. For all expansive, low -permeability earth fill zones and for re -worked fill beneath structures and streets, compact to required density at a moisture content between optimum and four (4) percentage points wet of optimum (as determined by ASTM D698). 2. For non -expansive earth fill zones and general earth fill zones, compact to the required density at a moisture content between two (2) percentage points below to four (4) percentage points above optimum moisture content as determined by ASTM D698. B. The soil -testing laboratory shall provide inspection during filling or backfilling operations to ensure compaction of screened gravel or crushed stone and record compaction equipment in use. C. Moisture control may be required either at the stockpile areas, pits, or on embankment or backfill. Increase moisture content when material is too dry by sprinkling or other means of wetting uniformly. Reduce moisture content when material is too wet by using ditches, pumps, drainage wells, or other devices and by exposing the greatest possible area to sun and air in conjunction with harrowing, plowing, and spreading of material or any other effective methods. Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 KHA No. 061018038 October 2008 3.16 ALLOWANCE FOR SHRINKAGE: SECTION 02200 Earth Excavation, Backfill, Fill and Grading Page 19 of 19 A. Build embankments or backfill to a height above finished grade that will, in the opinion of the Engineer, allow for the shrinkage or consolidation of material. Initially, provide at all points, an excess of at least one percent of total height of backfill measured from stripped surface to top of finished surface. B. Supply specified materials and build up low places as directed, without additional cost if embankment or backfilling settles so as to be below the indicated level for proposed finished surface at any time before final acceptance of the work. END OF SECTION ow WE so Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 KHA no. 061018044 October 2008 PART 1 - GENERAL 1.01 SCOPE OF WORK SECTION 02221 Trenching, Backfilling and Compaction Page 1 of 6 A. Furnish all labor, materials, equipment and incidentals necessary to perform all trenching for pipelines and appurtenances, including drainage, bedding, filling, backfilling, disposal of surplus material, and restoration of trench surfaces and easements. B. Excavation shall be extended to the width and depth shown on the Drawings or as specified and shall provide suitable room for installing pipe, structures and appurtenances. C. Furnish and place all sheeting, bracing and supports and remove from the excavation all materials which the Engineer may deem unsuitable for backfilling. The bottom of the excavation shall be firm, dry, and in all respects acceptable. If conditions warrant, the Contractor may be ordered to deposit gravel for pipe bedding, or gravel refill for excavation below grade, directly on the bottom of the trench immediately after excavation has, reached the proper depth and before the bottom of the trench has become softened or disturbed by any cause whatever. The length of open trench shall be related closely to the rate of pipe laying. All excavation shall be made in open trenches. D. All excavation, trenching, and related sheeting, bracing, etc., shall comply with the requirements of OSHA excavation safety, standards (29 CFR Part 1926.650 Subpart P), and H.B. 1569 of the 71" Regular Legislative Session. E. Wherever compaction requirements are referred to herein it shall refer to Standard Proctor Density as determined by ASTM D 698. F. Prior to the start of work the Contractor is required to submit his/her proposed method of backfilling and compaction to the Engineer for review. 1.02 RELATED WORK A. Sedimentation and erosion control is included in Section 02270. B. Seeding is included in Section 02936. C. Trench safety requirements are included in Section D-28. D. Site/Right-of-Way Preparation is covered in Section 02100. 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 01300. 1.04 QUALITY ASSURANCE AND CONTROL A. Quality Assurance and Control shall be in accordance with Section 02200. Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 KHA no. 061018044 October 2008 PART 2: PRODUCTS (NOT USED) PART 3: EXECUTION 3.01 TRENCH EXCAVATION SECTION 02221 Trenching, BacIddling and Compaction Page 2 of 6 A. Trench excavation shall include material of every description and of whatever substances encountered, regardless of the methods or equipment required to remove the material. Pavement shall be cut with a saw, wheel or pneumatic chisel along straight lines before excavating. B. The Contractor shall strip and stockpile topsoil from grassed areas crossed by trenches. At the Contractor's option, topsoil may be otherwise disposed of and replaced, when required, with approved topsoil of equal quality. C. While excavating and backfilling is in progress, traffic shall be maintained, and all utilities and other property protected as provided in the Agreement. D. Trenches shall be excavated to the depth indicated on the Drawings and in widths sufficient for laying the pipe, bracing and for pumping and drainage facilities. The bottom of the excavations shall be firm and dry and in all respects acceptable to the Engineer. Trench width shall be practical minimum, but not less than 12-inches nor more than indicated on the Drawings. E. Excavation and dewatering shall be accomplished by methods which preserve the undisturbed state of subgrade soils. The trench may be excavated by machinery to, or just below, the designated subgrade, provided that material remaining in the bottom of the trench is no more than slightly disturbed. Subgrade soils which become soft, loose, "quick", or otherwise unsatisfactory as a result of inadequate excavation, dewatering or other construction methods shall be removed and'replaced by gravel fill as required by the Engineer at the Contractor's expense. F. Clay and organic silt soils are particularly susceptible to disturbance due to construction operations. When excavation is to end in such soils, the Contractor shall use smooth -edge bucket to excavate the last one foot of depth. G. Where pipe is to be laid in gravel bedding, the trench may be excavated by machinery to the normal depth of the trench provided that the material remaining in the bottom of the trench is no more than slightly disturbed. 3.02 DISPOSAL OF MATERIALS A. Refer to Item D-9 in the special conditions for disposal of materials. 3.03 SHEETING AND BRACING A. Furnish, put in place and maintain sheeting and bracing required by Federal, State or local safety requirements to support the sides of the excavation and prevent loss of ground which could endanger personnel, damage or delay the work or endanger adjacent structures. If the Engineer is of the opinion that at any point'sufficient or proper supports have not been provided, he may order additional supports placed at the expense of the Contractor. Compliance with such order Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 SECTION 02221 KHA no. 061018044 Trenching, Backfilling and Compaction October 2008 Page 3 of 6 shall not relieve the Contractor from his responsibility for the sufficiency of such supports. Care shall be taken to prevent voids outside of the sheeting, but if voids are formed, they shall be immediately filled and rammed. B. Where sheeting and bracing is required to support the sides of trenches, the Contractor shall engage a Professional Engineer, licensed in the State of Texas, to design the sheeting and bracing. .. The sheeting and bracing installed shall be in conformity with the design and certification of this shall be provided by the Professional Engineer. C. When moveable trench bracing such as trench boxes, moveable sheeting, shoring or plates are used to support the sides of the trench, care shall be taken in placing and moving the boxes or supporting bracing to prevent movement of the pipe, or disturbance of the pipe bedding and the .. gravel backfill. 1. When installing rigid pipe (R.C., D.I., V.C., etc), any portion of the box extending below mid diameter shall be raised above this point prior to moving the box ahead to install the next pipe. This is to prevent the separation of installed pipe joints due to movement of the box. 2. When installing flexible pipe (Steel, PVC, etc.) trench boxes, moveable sheeting, shoring or plates shall not be allowed to extend below mid -diameter of the pipe. As trench boxes, moveable sheeting, shoring or plates are moved, gravel backfill shall be placed to fill any voids created and the gravel backfill shall be recompacted to provide uniform side support for the pipe. D. The Contractor will be permitted to use steel sheeting in lieu of wood sheeting for the entire job In wherever the use of sheeting is necessary. The cost for use of sheeting shall be included in the bid items for trench safety and shall include full compensation for driving, bracing and later removal of sheeting. E. All sheeting and bracing shall be carefully removed in such manner as not to endanger the construction of other structures, utilities, or property, whether public or private. All voids left after withdrawal of sheeting shall be immediately refilled with gravel backfill by ramming with tools especially adapted to that purpose, or otherwise as directed. 3.04 TEST PITS A. The Contractor may be required to excavate test pits for the purpose of locating underground utilities or structures as an aid in establishing the precise location of new work. M B. Test pits shall be backfilled as soon as the desired information has been obtained. The backfilled surface shall be maintained in a satisfactory condition for travel until resurfaced as specified. 3.05 DRAINAGE AND DEWATERING A. The Contractor shall furnish all materials and equipment and perform all incidental work required to install and maintain the drainage system he proposes for handling groundwater or surface water encountered. A Dewatering Plan shall be submitted outlining how sufficient groundwater will be removed. Dewatering Plan shall be performed by and sealed by a licensed engineer in the State A Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 SECTION 02221 KHA no. 061018044 Trenching, Backfilling and Compaction October 2008 Page 4 of 6 of Texas. Contractor shall assume all responsibility for the adequacy of the methods, materials, and equipment employed. B. The Contractor shall provide pumping equipment and devices to properly remove and dispose of all water entering trenches and excavations. The subgrade shall be maintained acceptably dry, to a level of 5 feet below the bottom of the trench, until the facilities to be built therein are completed. Piezometers shall be provided at appropriate locations for verification of dewatering depth. All drainage related work shall be performed without damage to the trench, pavement, pipes, electrical conduits, or other utilities and without damage to public or private property. C. The pipe or concrete shall not be laid in water or submerged within 24 hours after being placed. Water shall not flow over new concrete within four days after placement, or as designated on the plans. D. In no event shall water rise to cause unbalanced pressure on facilities until the concrete or mortar has.set at least 24 hours. The Contractor shall prevent flotation of the pipe by promptly placing backfill. 3.06 EXCAVATION BELOW GRADE AND REFILL A. Whatever the nature of unstable material encountered or the groundwater conditions, trench drainage shall be complete and effective. B. If the contractor excavates below grade through error or for his own convenience, or through failure to properly dewater the trench, or disturbs the subgrade before dewatering is sufficiently complete, he may be directed by the Engineer to excavate below grade as set forth in the following paragraph, in which case the work of excavating below grade and furnishing and placing the refill shall be performed at his own expense. C. If the material at the level of trench bottom consists of fine sand, sand and silt or soft earth which may work into the gravel backfill notwithstanding effective drainage, the subgrade material shall be removed to the extent directed and the excavation refilled with a 6-inch to 12-inch layer of crushed stone No. 467, or as approved by the Engineer, to form a filter layer preserving the voids in the gravel bed of the pipe. The composition and gradation of gravel shall be approved by the Engineer prior to placement. Gravel backfill shall then be placed in 6-inch layers thoroughly compacted up to the normal grade of the pipe. D. Geotextile filter fabric shall be installed in specified locations. Filter fabric shall be Mirafi 400 or 402, Carthage Mill Carthage 15% of 30%, SIGeoSolutions Geotechs 111F, or approved equal. Geotextile materials must be woven and posses percent open areas on the order of 10% or greater. 3.07 EMBEDMENT A. Embedment for water lines shall be as shown on the Drawings, Crushed Stone No. 467, or Fine Crushed Stone (Aggregate Grade 8 per NCTCOG 504.2) depending upon water line size. B. The initial layer of embedment placed to receive the pipe shall be brought to the grade and dimensions indicated on the Drawings, and the pipe shall be placed thereon and brought to grade Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 SECTION 02221 ••KHA no. 061018044 Trenching, Backfilling and Compaction October 2008 Page 5 of 6 by tamping, or by removal of the slight excess amount of embedment under the pipe. Adjustments to grade. shall be made by scraping away or filling with embedment material. Wedging or blocking up of pipe will not be permitted. Each pipe section shall have a uniform bearing on the embedment for the full length of the pipe, except immediately at the joint. All embedment shall extend the full width of the trench bottom. Embedment shall remain dewatered, in accordance with Section 3.05, until all backfilling is complete. C. After the pipe has been laid, jointed and inspected, embedment material shall be brought up in mechanically tamped layers not exceeding eight inches in thickness of loose fill, approximately equal on each side of the pipe, to 12 inches above the top of pipe. Compaction shall be 90 percent of Standard Proctor density for embedment material below the top of pipe. For the 12 inches of embedment above the top of pipe, compaction shall be 85 percent of Standard Proctor density. 3.08 BACKFILLING A. As soon as practicable after the initial bedding has been placed and the pipe has been laid and jointed, backfilling shall begin and thereafter be prosecuted expeditiously. Bedding, as specified for the type of pipe installed, shall be placed as shown on the Drawings and as specified in Paragraph 3.07 above. B. The remainder of the trench shall be filled with native material in accordance with Sections # 1-2 Backfill and E2-2 Excavation and Backfill of the General Contract Documents and Specifications, except as modified herein, or select fill or granular fill material. Layers shall not exceed 8-in in loose measure compacted to 90 percent Standard Proctor density at optimum moisture content +/- 4%. The backfill shall be mounded 6-in above the existing grade, or as directed. Where a grass, loam or gravel surface exists prior to excavation, it shall be removed, conserved and replaced to the full original depth as part of the work under the pipe items. In some areas it may be necessary to remove excess material during the clean-up process, so that the ground may be restored to its original level and condition. C. Where the pipes are laid in paved areas or designated future paved areas, the remainder of the trench above the embedment shall be backfilled with select fill or granular fill material in layers not to exceed 8-in loose measure and compacted at optimum moisture content (+/- 3%) to 95 percent Standard Proctor density. The top 18-inches below subgrade level shall be compacted at optimum moisture content (+/- 3%) to.100 percent of Standard Proctor density. D. To prevent longitudinal movement of the pipe, dumping backfill material into the trench and then _ spreading will not be permitted until the bedding material has been placed and compacted to a level 1-ft over the pipe. E. Backfill shall be brought up evenly on both sides of the pipe. Each layer of backfill material shall be thoroughly compacted by rolling, tamping, or vibrating with mechanical compacting equipment or hand tamping. If rolling is employed, it shall be by use of a suitable roller or tractor, being careful to fill throughout the full width of the trench. Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 SECTION 02221 KHA no. 061018044 Trenching, Backfilling and Compaction October 2008 Page 6 of 6 F. Compaction shall be by use of hand or pneumatic tamping with tools weighing at least 20 lbs. The material being spread and compacted shall be placed in layers not over 8-in loose thick. If necessary, sprinkling shall be employed in conjunction with rolling or ramming. G. Subject to the approval of the Engineer, fragments of ledge and boulders smaller than 4-in may be used in trench backfill providing that the quantity, in the opinion of the Engineer, is not excessive. Rock fragments shall not be placed until the pipe has at least 2-ft of cover. Small stones and rocks shall be placed in thin layers alternating with earth to insure that all voids are completely filled. Fill shall not be dropped into the trench in a manner to endanger the pipe. If rock fragments are placed in the backfill material , it will be the Contractor's responsibility to prove to the Engineer that the specified compaction is occurring. If the Engineer's opinion is that the compaction is not achieved, then the Contractor shall remove material that contains rock fragments and replace it with suitable material. H. Bituminous paving shall not be placed in backfill unless specifically permitted, in which case it shall be broken up as directed. Frozen material shall not be used under any circumstances. I. Water jetting will not be accepted as a means of consolidating/compacting backfill. J. All road surfaces shall be broomed and hose -cleaned immediately after backfilling. Dust control measures shall be employed at all times. K. Dewatering, per Section 3.05, shall be maintained until backfill is complete. 3.09 RESTORING TRENCH SURFACE A. Where the trench occurs adjacent to paved areas, road shoulders, sidewalks, or in cross-country areas, the Contractor shall thoroughly consolidate the backfill and shall maintain the surface as the work progresses. If settlement takes place, he shall immediately deposit additional backfill to restore the level of the ground. B. In paved areas, the edge of the existing pavement to be removed shall be cut along straight lines, and the pavement replaced as indicated on the Drawings. C. The surface of any driveway, or any other area, which is disturbed by the -trench excavation and which is not a part of the paved road shall be restored by the Contractor to a condition at least equal to that existing before work began. D. In sections where the pipeline passes through grassed areas, the Contractor shall, at his own expense, remove and replace the sod, or shall loam and reseed the surface to the satisfaction of the Engineer. END OF SECTION Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 KHA No. 061018044 October 2008 PART 1: GENERAL 1.01 SCOPE OF WORK SECTION 2270 Sedimentation and Erosion Control Page 1 of 3 A. Furnish all labor, materials, equipment and incidentals necessary to perform all installation, maintenance, removal and area cleanup related to sedimentation control work as shown on the Drawings and as specified herein. The work shall include, but not necessarily be limited to; installation of temporary access ways and staging areas, silt fences, sediment protection at storm drain inlets, sediment removal and disposal, device maintenance, removal or temporary devices, temporary mulching, erosion control blankets and final cleanup. 1.02 RELATED WORK A. Seeding is included in Section 02936. 1.03 SUBMITTALS A. Within 10 days after award of Contract, the Contractor shall submit to the Engineer for approval, technical product literature for all commercial products to be used for sedimentation and erosion control. 1.04 QUALITY ASSURANCE A. The Contractor shall be responsible for the timely installation of all sedimentation control devices necessary to prevent the movement of sediment from the construction site to off -site areas or into the stream system via surface runoff or underground drainage systems. Measures in addition to those shown on the Drawings necessary to prevent the movement of sediment off -site shall be installed, maintained, removed, and cleaned up at the expense of the Contractor. No additional charges to the Owner will be considered. PART 2: PRODUCTS 2.01 MATERIALS A. Crushed stone for stabilized construction entrances shall be 3" x 5" Hard Stone. B. Silt Fence 1. Posts shall be painted or galvanized steel Tee posts a minimum of 5 feet in length, with a minimum weight -of 1.3 pounds per foot with self -fastening tabs and a 5-in by 4-in (nominal) steel anchor plate at bottom. - Posts and anchor plates shall conform to ASTM A702. 2. Welded wire fabric shall be 2-in by 4-in mesh of 12 gauge by 12 gauge steel wire. 3. Silt fence fabric shall be a woven, polypropylene, ultraviolet resistant material such as Mirafi ' 100X as manufactured by Mirafi, Inc., Charlotte, NC, or approved equal. Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 SECTION 2270 KHA No. 061018044 Sedimentation and Erosion Control October 2008 Page 2 'of 3 4. Tie wires for securing silt fence fabric to wire mesh shall be light gauge metal clips (hog rings), or 1/32-in diameter soft aluminum wire. 5. Pre -fabricated commercial silt fence may be substituted for built -in -field fence. Pre- fabricated silt fence shall be "Bnvirofence" as manufactured by Mirafi Inc., Charlotte, NC, or approved equal. C.' Erosion control blanket shall be installed as shown on the Drawings. The erosion control blanket shall be AMXCO Curlex Blanket as manufactured by American Excelsior Company, Arlington, TX or equal. PART 3: EXECUTION 3.01 INSTALLATION A. Silt Fence 1. Silt fences shall be positioned as indicated on the Drawings and as necessary to prevent off site movement of sediment produced by construction activities as directed by the Engineer. 2. Dig trench approximately 6-in wide and 6-in deep along proposed fence lines. 3. Drive metal -stakes, 5 feet on center (maximum) at back edge of trenches. Stakes shall be driven 2 feet (minimum) into ground. 4. Hand 2 by 4 woven wire mesh on posts, setting bottom of wire in bottom of trench. Secure wire to posts with self -fastening tabs. 5. Hang filter fabric on wire carrying to bottom of trench with about 12-in of fabric laid across bottom of trench. Stretch fabric fairly taut along fence length and secure with tie wires 12-in O.C. both ways. The silt fence shall be a minimum of 24 inches high. 6. Backfill trench with excavated material and tamp. 7. Install pre -fabricated silt fence according to manufacturer's instructions. B. Erosion control blankets shall be installed as shown on the Drawings and as directed by the Engineer in accordance with the manufacturer's instructions. The area to be covered shall be properly prepared, fertilized and seeded before the blanket is applied. When the blanket is unrolled, the netting shall be on top of the fibers in contact with the soil over the entire area. The blankets shall be applied in the direction of water flow and stapled. Side overlaps shall be 4-in minimum. The staples shall be made of wire, 0.091-inch in diameter or greater, "U" shaped with legs 10-inches in length and 12-inch crown. The staples shall be driven vertically into the ground, spaced approximately two linear feet apart on each side with one row in the center alternately spaced between each side row. Adjoining blankets shall be overlapped and shall utilize a common row of staples to attach. No Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 KHA No. 061018044 October 2008 3.02 MAINTENANCE AND INSPECTIONS A. Inspections SECTION 2270 Sedimentation and Erosion Control Page 3 of 3 1. Contractor shall make a visual inspection of all sedimentation control devices once per week and *promptly after every rainstorm. If such inspection reveals that additional measures are needed to prevent movement of sediment to offsite areas, Contractor shall promptly install additional devices as needed. Sediment controls in need of maintenance shall be repaired promptly. B. Device Maintenance 1. Silt Fences a. Remove accumulated sediment once it builds up to one-half of the height of the fabric. b. Replace damaged fabric, or patch with a 2-ft minimum overlap. c. Make other repairs as necessary to ensure that the fence is filtering all runoff directed to the fence. 3.03 REMOVAL AND FINAL CLEANUP A. Once the site has been fully stabilized against erosion, remove sediment control devices and all accumulated silt. Dispose of silt and waste materials in proper manner. Regrade all areas disturbed during this process and stabilize against erosion with surfacing materials as specified and as shown on the Drawings. END OF SECTION Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 -- KHA No. 061018044 October 2008 PART 1- GENERAL 1.01 SCOPE OF WORK SECTION 02615 Ductile Iron Pipe and Fittings Page 1 of 7 Furnish all labor, material, tools, equipment and incidentals required and install buried ductile iron pipe and fittings complete as shown on the Drawings and as specified herein. 1.02 QUALITY ASSURANCE A. Manufacturer: Finished pipe shall be the product of one (1) manufacturer. Pipe manufacturing operations (pipe, fittings, lining, coating) shall be performed at one (1) location. B. Reference Standards: 1) ANSUAWWA C104/A21.4 -American National Standard for cement -Mortar Lining for Ductile -Iron Pipe and Fittings for water. 2) ANSUAWWA C 105/A21.5 - American National Standard for Polyethylene Encasement. 3) ANSUAWWA C110/A21.10 -American National Standard for Ductile Iron and Grey Iron Fittings, 3-inch through 48 inches for water and other liquids. 4) ANSUAWWA C111/A21.11 - American National Standard for Rubber -Gasket Joints for Ductile -Iron Pressure Pipe and Fittings. 5) ANSUAWWA C115/A21.15,7 American National Standard for Flanged Ductile -Iron Pipe with Ductile -Iron or Gray -Iron Threaded Flanges. 6) ANSUAWWA C150/A21.50,8 American National Standard for the Thickness Design of Ductile -Iron Pipe. 7) ANSUAWWA C151/A21.51,9 American National Standard for the Ductile -Iron Pipe, Centrifugally Cast, for Water or Other Liquids. 8) ANSUAWWA CI53/A21.53, "Ductile -Iron Compact Fittings For Water Service" 9) ANSUAWWA C600,11 Installation of Ductile -Iron Water Mains and Their Appurtenances. 10) AWWA M-41 Ductile -Iron Pipe and Fittings. 1.03 SUBMITTALS Submittals shall be in accordance with the Special Specifications and shall include the following: Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 SECTION 02615 KHA No. 061018044 Ductile Iron Pipe and Fittings October 2008 Page 2 of 7 A.. Prior to the fabrication of the pipe, submit Record Data of fabrication and laying drawings to the Owner for review of general conformance to contract documents. Record Data shall include a complete description of the pipe offered, including cuts, tabulated layout, design calculations, thrust calculations, and pertinent design data. Record Data shall incorporate any changes necessary to avoid conflicts with existing utilities andstructures. The laying schedule shall show pipe class, class coding, station limits and transition stations for various pipe classes. Details for the design and fabrication of all fittings and specials and provisions for thrust shall be included. Submittal shall be sealed by a Licensed Professional Engineer in the State of Texas. B. Submittal for painting exterior pipe to include recommendation for preparation, application and storage. C. Prior to delivery of the pipe to the project site, the manufacturer shall furnish an affidavit certifying that all pipe, fittings, and specials, and other products and materials furnished, comply with this specification. If requested by the OWNER, the manufacturer shall submit certified reports of all testing. 1.04 DELIVERY AND STORAGE A. Delivery and Storage shall be in accordance with ANSI/AWWA C600 and AWWA M41. PART 2 - PRODUCTS 2.01 DUCTILE IRON PIPE: A. Pipe shall be in accordance with NCTCOG 2.12.8, AWWA C110, AWWA C111, AWWA C 115, AW WA C 150, and AW WA C 151. All pipe shall meet the requirements of NSF 61. B. Flexible Restrained Push on Joints (FRPJ). shall be U.S. Pipe - TR-Flex, American - Flex - Ring, or approved equal. C. All pipe shall be cement mortar coated in accordance with ANSI/AWWA Cl 04. D. All buried pipe shall be polyethylene encased in accordance with AWWA C 105. E. As a minimum standard, the following pressure classes shall apply: Diameter Pipe (inch) 3"through 12" 14"-20" Min. Pressure Class (PSI) 350 psi 250 psi F. Engineer shall verify that pressure class specified meets the minimum, design requirements contained within these provisions. When requested, pipe design calculations shall be submitted to the City. Ductile iron pipe shall be designed in accordance with the latest Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 SECTION 02615 KHA No. 061018044 Ductile Iron Pipe and Fittings October 2008 Page 3 of 7 revision ofANSI/AWWA CI50/A21.50 for a minimum 150 psi (or project requirements, whichever is greater) rated working pressure plus a 100 psi surge allowance; a 2 to 1 factor of safety on the sum of the working pressure plus surge pressure; Type 4 laying condition, and a minimum depth of cover of 5 feet. Type 4 laying conditions are as defined in ANSIAWWA C150/A21.50. G. Mechanical thrust restraint maybe done only for make-up pieces where push on joints are not applicable. Retainer glands shall be Series 1100 Megalugs by EBAA Iron for ductile iron pipe mechanical joints, Series 2000PV Mechanical Joint Restraint Glands by EBAA Iron for .. PVC pipe mechanical joints, and Series 1500 Ductile Iron Retainers for PVC pipe push -on joints. H. Ductile iron pipe shall have nominal lay lengths of 18 or 20 feet. Dimensions and tolerances of each nominal pipe size shall be in accordance with ANSUAWWA C151/A21. I. Pipe markings shall meet the minimum requirements ofANSI/AWWA C151/A21, latest revision. Minimum pipe markings shall be as follows: 1) "DI" or "DUCTILE" shall be cast or metal stamped on each pipe a 2) Weight, pressure class, and nominal thickness of each pipe 3) Year and country pipe was cast 4) Manufacturer's mark J. Iron used in the manufacture of pipe for these specifications shall have: 1) Minimum tensile strength — 60,000 psi 2) Minimum yield strength — 42,000 psi 3) Minimum elongation— 10% 2.02 DUCTILE IRON PIPE JOINTS: A. General —Comply with ANSUAWWA C111/A21.11, latest revision. 1) Push -On Joints 2) Mechanical Joints 3) Restrained Joints 4) Flanged Joints —AWWA C115/A21.15, ANSI B16.1, Class 125 B. All rubber joint gaskets utilized on ductile -iron pipe shall be in conformance with ANSUAWWA C1I I/A21.11, latest revision. C. Bolts and Nuts: Bolts and nuts for mechanical joints or flanged ends shall be of a high strength corrosion resistant low -carbon steel in accordance with ANSUAWWA C111/A21.11, ANSUAWWA .. C115/A21.15, and ASTM A307, "Standard Specification for Carbon Steel Bolts and Nuts." For mechanical joints, bolts and nuts shall be coated with a ceramic -filled, baked on fluorocarbon resin. Coated bolts and nuts shall,be prepared "near white" or "white" when coated to manufacturer's recommended thickness by a certified applicator. Coating shall be of XylanO as manufactured by Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 SECTION 02615 KHA No. 061018044 Ductile Iron Pipe and Fittings October 2008 Page 4 of 7 Whitford Corporation, or approved equal. Coating shall conform to the performance requirements of ASTM B117, "Salt Spray Test" and shall include, if required, a certificate of conformance. 2.03 DUCTILE IRON PIPE COATINGS: A. All ductile iron pipe shall have an asphaltic coating, minimum of 1 mil thick, on the pipe exterior, unless otherwise specified. B. Pipes shall have an interior cement mortar lining applied in accordance with ANSUAWWA CI04/A21.04, or latest revision. C. Pipe and fittings exposed to view in the finished work shall not receive the standard asphaltic coat on the outside surfaces, but shall be shop -coated with rust inhibitive primer. Primer shall have a minimum dry film thickness of 4 mils and be certified in accordance with ANSI/NSF 61. D. All buried ductile iron pipe shall be polyethylene encased, unless otherwise specified. Encasement for buried pipe shall be 8 mil linear low density (LLD) polyethylene or 4 mil high density cross -laminated (HDCL) polyethylene encasement conforming to AW WA C 105/A21.5. Polyethylene film must be marked as follows: 1) Manufacturer's name or trademark 2) Year of manufacturer 3) ANSUAWWA C105/A21.5 4) Minimum film thickness and material type 5) Applicable range of nominal diameter size(s). 6) Warning -Corrosion Protection -Repair Any Damage E. For gravity sewer applications, all ductile iron pipe shall have an approved corrosion resistant coating applied to the interior. Interior coating shall be pre -approved by Fort Worth Water Department Standard Product Committee for application in wastewater environment. Coating shall be Protecto 401 or approved equal. 2.04 DUCTILE IRON PIPE FITTINGS: A. Joints: Fittings shall have flanged, mechanical, restrained, push -on joints or any combination of these. Joints must be manufactured in accordance with the above referenced standards. Unless specified otherwise on the plans or in the project specifications, fittings will be provided for installation as follows: B. Pressure Rating: Unless specified otherwise, the rated working pressures for fittings are as follows: Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 -• KHA No. 061018044 October 2008 Ductile Iron Compact Fittings (AWWA C153/A21.53) Nominal Size (in) Pressure Rating (PSI) 3" — 24" 350 PSI 30" — 48" 250 PSI 54" — 64" 250 PSI Ductile -Iron Full Body Fittings (AWWA CI10/A21.10) Nominal Size (in) Pressure Rating (PSIS 3" — 24" 350 PSI 30" — 48" 250 PSI SECTION 02615 Ductile Iron Pipe and Fittings Page 5 of 7 C. Dimensions and Thickness: Fittings and joints shall conform to the thickness and dimensions shown in the various standards referenced under Section 1.02.B. D. Flange: Unless specified otherwise, the bolt circle and the bolt -holes shall match those of ANSI B16.1 Class 125. All screwed -on flanges shall be ductile iron. Field fabrication of flanges shall be prohibited, unless approved otherwise. E. Gland: Glands shall be manufactured of ductile iron conforming to ASTM A536. Restraining devices shall be of ductile iron. Dimensions of the gland shall be such that it can be used with the standardized joint bell and tee -head bolts conforming to ANSI/AWWA C 153/A21.53. F. Bolts and Nuts: Bolts and nuts for mechanical joints or flanged ends shall be of a high strength corrosion resistant low -alloy steel in accordance with ANSI/AWWA C I I I/A21.11 and ASTM A307, "Standard Specification for Carbon Steel Bolts and Nuts". For mechanical joints, the bolts and nuts shall be coated with a ceramic -filled, baked on fluorocarbon resin. Coated bolts and nuts shall be prepared "near white" or "white" when coated to manufacturer's recommended thickness by a certified applicator. Coating shall be Xylan®, as manufactured by Whitford Corporation, or approved equal. Coating shall conform to the performance requirements of ASTM B117, "Salt Spray Test" and shall include, if required, a certificate of conformance. Q Accessories: Unless otherwise specified, gaskets, glands, bolts, and nuts shall be furnished with mechanical joints, and gaskets and lubricant shall be furnished with push -on joints; all in sufficient quantity for assembly of each joint. H. Outside Coating: All ductile fittings shall have an asphaltic or fusion bonded epoxy coating. Asphaltic coatings shall be a minimum of 1 mil thickness, on the pipe exterior, unless otherwise specified. Fusion bonded exterior coatings shall comply with ANSI/AWWA C 116/A21.16, shall have a minimum dry film thickness of 4 mils, and be certified in accordance with ANSI/NSF 61. _ I. Interior Lining: All ductile iron fittings are to be furnished with a cement -mortar lining of standard thickness as defined in referenced ANSI/AWWA CI04/A21.4 and given a seal coat of asphaltic material, unless otherwise specified. Fusion bonded interior coatings shall comply with ANSI/AWWA C116/A21.16, shall have a minimum dry film thickness of 4 mils, and be certified �` in accordance with ANSI/NSF 61. Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 SECTION 02615 KRA No. 061018044 Ductile Iron Pipe and Fittings October 2008 Page 6 of 7 J. Polyethylene Encasement: All ductile iron fittings shall be polyethylene encased, unless otherwise specified. Encasement for buried fittings shall be 8 mil linear low density (LLD) polyethylene or 4 mil high density cross -laminated (HDCL) polyethylene encasement conforming to AWWA C105/A21.5. Polyethylene film must be marked as follows: 1) Manufacturer's name or trademark 2) Year of manufacturer 3) ANSUAWWA C105/A21.5 4) Minimum film thickness and material type 5) Applicable range of nominal diameter size(s). 6) Warning — Corrosion Protection — Repair Any Damage K. Marking: Fitting marking shall meet the requirements ofANS1/AWWA C110/A21.10 or ANSUAWWA C153/A21.53 shall have distinctively cast on them the following information: 1) C-153 or C-110, depending on which type of fitting provided. 2) Pressure Rating 3) Nominal diameter of openings 4) Manufacturer's identification 5) Country where cast 6) Number of degrees or fraction of the circle on all bends 7) Letters "DI or "DUCTILE" cast on them. PART 3 - EXECUTION 3.01 GENERAL: A. Install, pipe, fittings, and appurtenances as special in accordance with AW WA M41 and AW WA C600. B. All pipe shall be mechanically restrained at fittings and within the calculated restraint areas, or as shown on the drawings. C. Polyethylene encasement shall be installed in accordance with AW WA C105 and AW WA M41, Method A or B. Method C will not be allowed. D. Where indicated, paint shall be applied per manufacturer's recommendations. E. Ductile iron pipe shall be manufactured in accordance with the latest revision of ANSUAWWA C151/A21.51. Each pipe shall be subjected to a hydrostatic test of not less than 500 psi for a duration of at least 10 seconds. F. The manufacturer shall take adequate measures during pipe production to assure compliance with ANSUAWWA C15l/A21:51 by performing quality -control tests and maintaining results to those tests as outlined in section 5, "Verification" of that standard. Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 SECTION 02615 KHA No. 061018044 Ductile Iron Pipe and Fittings October 2008 Page 7 of 7 Q The City of Fort Worth may, at its own cost, subject random lengths of pipe for testing by an independent laboratory for compliance with this specification. Any visible defects or failure to meet the quality standards herein will be grounds for rejecting the entire order. H. The Contractor shall, upon request by City, furnish manufacturer's certified test reports that indicate that each run of pipe furnished has met specifications, that all inspections have been made, and that all tests have been performed in accordance with ANSI/AWWA C151/A21.51. _ I. The Contractor shall, upon request by City, furnish manufacturer's certified test reports stating that all fittings furnished meet the requirements of applicable Standards and Specifications. Test reports must be provided to the Engineer before construction commences. END OF SECTION _a Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 KRA No. 061018044 October 2008 PART 1 - GENERAL 1.01 SCOPE OF WORK: SECTION 02641 Resilient Seated Gate Valve Pagel of 3 A. Furnish all labor, materials, equipment and incidentals required to completely install and put into operation resilient seated gate valves and actuator as specified herein and shown on the drawings. 1.02 QUALITY ASSURANCE: A. References: I. American Water Works Association (AWWA) AWWA C509 Resilient seated gate valve for water supply service. 2. American Society for Testing and Materials (ASTM) ASTM A48 Gray Iron Castings ASTM A 126 Gray Iron Castings for Valves, Flanges, and Pipe Fittings ASTM A436 Austenitic Gray Iron Castings ASTM A536 Ductile Iron Castings. B. Unit Responsibility and Coordination: The Contractor shall cause all equipment specified under this section to be furnished by the valve manufacturer who shall be responsible for the adequacy and compatibility of all valve components including the actuator. Any component of each complete unit not provided by the valve manufacturer shall be designed, fabricated, testing, and installed by factory -authorized representatives experienced in the design and manufacture of the valve equipment. This requirement, however, shall not be construed as relieving the Contractor of the overall responsibility for this portion of the work. 1.03 ENVIRONMENTAL CONDITIONS: The equipment to be provided under this section shall be suitable for installation and operation either inside vault structure or directly buried for a gate valve. 1.04 SUBMITTALS: A. Submittals required after award of contract and prior to installation: 1. Technical bulletins and brochures on resilient seated gate valves. B. Submittals required prior to final walk through: 1. Operation and Maintenance Manual. 1.05 SPARE PARTS AND TOOLS: Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 SECTION 02641 KHA No. 061018044 Resilient Seated Gate Valve October 2008 Page 2 of 3 A. Furnish one set of special tools required for the proper servicing of all equipment supplied under these Specifications, packed in a suitable steel tool chest with a lock. 1.06 SHIPPING INSTRUCTIONS: A. All parts shall be properly protected so that no damage or deterioration will occur during a prolonged delay from the time of shipment until installation is completed and the units and equipment are ready for operation. B. All equipment and parts must be properly protected against any damage during a prolonged period at the site. C. The finished surfaces of all exposed flanges shall be protected by wooden blank flanges, strongly built and securely bolted thereto. D. Finished iron or steel surfaces not painted shall be properly protected to prevent rust and corrosion. E. Storage and Protection: Take special care to prevent plastic and similar brittle items from being directly exposed to the sun, or exposed to extremes in temperature, preventing any deformation. I 91YAN&Iii/: Z3AA21ll`�i A. The equipment shall be warranted to be free from defects in workmanship, design and materials. If any part of the equipment should fail during the warranty period, ' it shall be replaced and the unit(s) restored to service at no expense to the Owner. Warranty shall be for a period of two years and begin on the Date of Acceptance. PART 2 - PRODUCTS 2.01 RESILIENT SEATED GATE VALVES: A. Resilient seated gate valves 4" through 36" shall meet or exceed the latest revisions of AWWA C509 and shall meet or exceed the requirements of this specification. All valve components in contact with potable water shall conform to the requirements of ANSI/NSF Standard 61. All valve materials for components in contact with potable water shall be resistant to chloramines. B. Valve body shall be ductile iron per ASTM A536. 'Flanged ends shall be furnished in accordance with ANSUAWWA C115/A21.15. Standard Flanged Drilling. Mechanical Joints shall be furnished with outlets which conform' to ANSUAWWA Clll/A21.11 mechanical joint requirements. C. The disc shall be constructed of ductile iron fully encapsulated in rubber. No iron shall be exposed on the disc. Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 SECTION 02641 KHA No. 061018044 Resilient Seated Gate Valve October 2008 Page 3 of 3 D. Hex head bolt, and hex nut shall be Steel ASTM A307 Gr. B, Zinc Plate per ASTM B633, SC3 for non -buried service (4" through 12" valves). Hex head bolt and hex nut shall be 304 or 316 Stainless Steel for buried service (all sizes) and for valves 16-inch through 30-inch (non -buried service). E. T Bolts shall be high strength low alloy Cor-Ten or approved equal. F. Resilient seated gate valves shall be: Clow, American Flow Control or equal for sizes 4" through 36", Mueller or equal for size 16" through 24", in accordance with the City of Fort Worth's _ Standard Products List. Valves 16" and larger shall be contained within a vault as shown on the plans. G. Gate valves in buried service shall be provided with polyethylene encasement in accordance with AWWA C105. H. Resilient seated gate valves for buried service shall be furnished with a square 2" operating nut. The valve box shall be Mueller H-10360 or Engineer approved equal. I. In all non -buried service, handwheel operators shall be furnished, unless otherwise specified. J. Resilient seated gate valves shall be non -rising stem type unless otherwise specified. K. Resilient seated gate valves used as part of Air Release Valve assembly shall be non -rising stem with enclosed miter gearing and a fusion bonded epoxy body. L. All resilient seated gate valves shall be provided to open in clockwise direction. PART 3 - EXECUTION 3.01. INSTALLATION: A. All resilient seated gate valves shall be installed in accordance with the instructions of the manufacturer and as shown on the drawings. END OF SECTION 64 Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 SECTION 02642 .a KHA No. 061018044 AWWA Butterfly Valve October 2008 Page 1 of 5 PART 1 - GENERAL 1.01 SCOPE OF WORK: .. A. Furnish all labor, materials, equipment and incidentals required to completely install and put into operation, AWWA butterfly valves for buried and plant applications as specified herein and shown on the drawings. .. so 1.02 REFERENCES: A. American Water Works Association (AWWA). AW WA A-0504 Rubber Seated Butterfly Valves B. American Society for Testing and Materials (ASTM). ASTM A48 Gray Iron Castings. ASTM A126 Gray Iron Castings for Valves, Flanges, and Pipe Fittings. ASTM A436 Austtenitic Gray Iron Casting. ASTM A536 Ductile Iron Casings. 1.03 SYSTEM DESCRIPTION A. The arrangement shown on the drawings is based upon the best information available to the Engineer at the time of design and is not intended to show exact dimensions to any specific equipment unless otherwise shown or specified. Therefore, it may be anticipated that the structural supports, foundations, and connected piping shown, in part of in whole, may have to be changed in order to accommodate the equipment furnished. No additional payment will be made for such changes. All necessary calculations and drawings for any related redesign shall be submitted to the Engineer for his approval prior to beginning the work. B. The valve shall be designed to operate with the following working conditions without damage to the valve and without leakage across the street. Valve Application Min. Max. Non- Normal Flow Maximum Test Service Description Acceptable Shock Line Range Flow Pressure Valve Class Pressure (gpm) (gpm) 10" Water Line 250B 150 psi 500-1,500 3,500 150 psi Meter Vault 16" Water Line 250B 150 psi 300-2,500 5,500 150 psi Meter Vault C. The Butterfly valves shall operate satisfactorily over the complete operating range shown. The equipment to be provided under this section shall be suitable for installation and operation at elevations for about 565 feet above sea level weather -protected structures and in buried service. Outside ambient temperatures range between 0 and 110 degrees. F, and reported water temperatures vary between 50 and 105 degrees F. Relative humidity is expected to range between 5 and 100 percent. do Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 SECTION 02642 KHA No. 061018044 AWWA Butterfly Valve October 2008 Page 2 of 5 4. QUALITY ASSURANCE A. The valve shall be the product of a manufacturer regularly engaged in the manufacture of Butterfly valves having similar service and size. The valves covered by the specifications are intended'to be standard equipment of that has proven ability. The following manufacturers and models are acceptable. Manufacturer Valmatic B. All other valves will be considered a substitution, and will be required to submit a substitution request. The Engineer shall be the sole judge of the acceptability of any substitution requested. If the substitution request is found to be unacceptable by the Engineer then the contractor shall provide the listed equipment at no additional expense to the owner. The Contractor shall be responsible for any delays as a result of a substitution request. C. The listing above does not imply that the valve or the manufacturer's standard product is acceptable. The successful manufacturer will be required to conform to all specifications. D. Unit Responsibility and Coordination: L The Contractor shall cause all equipment specified under this section to be furnished by the valve manufacturer who shall be responsible for the adequacy and compatibility of all unit components including but not limited to the valve, actuator and extension stems. 2. Any component of each complete unit not provided by the valve manufacturer shall be designed, fabricated, tested, and installed by factory -authorized representatives experienced in the design and manufacture of the equipment. This requirement, however, shall not be construed as relieving the Contractor of the overall responsibility for this portion of the work. 1.05 SUBMITTALS: A. Submittals required after award of contract and prior to shipping. 1. Technical bulletins and brochures on butterfly valves. 2. Certification of compliance with the specifications. B. Submittals required prior to final walk through: 1. Operation and Maintenance Manual. 1.06 SPARE PARTS AND TOOLS: A. None Required. 1.07 SHIPPING INSTRUCTIONS: Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 SECTION 02642 KHA No. 061018044 AWWA Butterfly Valve October 2008 Page 3 of 5 y A. All parts shall be properly protected so that no damage or deterioration will occur during a prolonged delay from the time of shipment until installation is completed and the units and equipment are ready for operation. B. All equipment and parts must be properly protected against any damage during a prolonged period at the site. C. The finished surfaces of all exposed flanges shall be protected by wooden blank flanges, strongly built and securely bolted thereto. D. Finished iron or steel surfaces not painted shall be properly protected to prevent rust and corrosion. E. Storage and Protection: Take special care to prevent plastic and similar brittle items from being directly exposed to the sun, or exposed to extremes in temperature, preventing any deformation. 1.08 WARRANTY: A. The equipment shall be warranted to be free from defects in workmanship, design and materials. If any part of the equipment should fail during the warranty period, it shall be replaced and the unit(s) restored to service at no expense to the Owner. Warranty shall be for a period of two years and begin on the Date of Final Acceptance. PART 2 - PRODUCTS 20.1 10" and 16" BUTTERFLY VALVES: A. Butterfly valves shall be in general conformance the latest revision ofAWWA Standard C504 butterfly valves and shall meet or exceed the requirements of this specification as well as City of Fort Worth material specification E1-30. All valve components in contact with potable water shall conform to the requirements ofANSI/NSF Standard 61. B. Valve bodies shall be of ductile iron per ASTM A536 Grade 65-45-12 or fabricated steel ASTM A36. Flange end valves shall be of the short body design with Class 125 Standard flanged ends faced and drilled per ANSI B16.1 standard for cast iron flanges. Flanges shall be designed for the test pressure of the valve. Mechanical joint end valves shall meet the requirements ofAWWA C1l l/ANSI 21.11. Flanged ends shall be provided unless otherwise specified. C. Discs shall be ductile iron ASTM A536 Grade or fabricated steel ASTM A36. Disc and shaft connection shall be made with tapered pins of either monel or stainless steel. D. Valve shaft shall be type 304 stainless steel or equal. Valve shaft seals shall be self - compensating V-type packing with a minimum of 4 sealing rings. .10 Wholesale Water. Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 SECTION 02642 KHA No. 061018044 AWWA Butterfly Valve October 2008 Page 4 of 5 E. The seat shall be a Buna-N for water and shall be molded in and bonded to the disc. Seats on Disc: Resilient seats shall be located on the valve disc and shall provide a 360 degree continuous, uninterrupted seating surface. Seats shall be mechanically retained with a stainless steel retaining ring and stainless steel cap screws which shall pass through both the resilient seat and the retaining ring. The resilient seat's mating surface shall'be to a 360 degree continuous uninterrupted stainless steel body seat ring. Resilient seats shall be field adjustable and replaceable. F. Valve shaft bearings shall be non-metallic and permanently lubricated. G Unless otherwise specified, exterior and interior metallic surfaces of each valve shall be shop painted per the latest revision ofAWWA C504. H. Painting and Coatings: All surfaces of the valve shall be clean, dry and free from grease before applying paint or coating. The valve interior and exterior surfaces, except for the seating surfaces, shall be provided with the manufacturer's standard coating or as specified by contract. All internal exposed surfaces that are susceptible to corrosion shall be coated with a Polymide cured, rust inhibiting epoxy. Surfaces to be coated shall be prepared and sand -blasted per Steel Structures Painting Council Specification SSPC-SP- 10-638 No. 10. Final coating thickness shall be 16 mils minimum. All surfaces shall be inspected for proper dry film thickness using a magnetic dry film thickness gauge. Tests for invisible holidays shall be conducted using a low voltage, wet sponge holiday or leak detector. I. Testing: Each valve shall be shop tested for leaks in the closed position with the valve horizontal. The upper surface of the valve disc shall be visible andcovered with a pool of water at 0 psi pressure. Air pressure, equivalent to the design rating of the valve, shall be applied to the lower face of the disc for at least five minutes with no indication of leakage (i.e. bubbles in the water pool) during the test period. The valve body shall be hydrostatically tested at twice the rated pressure for ten minutes with the valve in the slightly open position. During this test, there shall be no leakage or seeping through the valve body, weld or valve trunnions. 2.02 MANUAL ACTUATORS: A. Valves shall be provided with manual actuators unless otherwise specified or indicated on the plans. B. Valves shall be opened by turning the actuator clockwise and close counter clockwise. C. Manual actuators shall be fully greased, packed and have stops in the open and closed position. The actuator shall have a mechanical stop which will withstand an input torque of 450 ft. lbs. against the stop. The actuator shall have a built in packing leak bypass to eliminate possible packing leakage into the actuator housing. D. Butterfly valves for buried service shall be furnished with a 2" operating nut. The actuator shall be placed in a vault as indicated on the plans and have extension to the top of the vault. Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 SECTION 02642 E KHA No. 061018044 AWWA Butterfly Valve October 2008 Page 5 of 5 E. A position indicator shall be provided. R Actuator shall be worm -gear type, as follows: 1) Worm gear manual operator shall comply fully with AWWA C-504, latest edition. ` 2) Worm gear drive sleeve and worm shaft shall be of solid, one-piece design; bolted segments or pinned worms will not be acceptable. Drive sleeve shall include an integral spline to accept a removable bottom -entry spline bushing for valve shaft connection. 3) If required for torque purposes, spur gear reducers may be provided for increased torque outputs and to reduce handwheel diameter. 4) Worm gear operator shall include handwheel with maximum 80# rim pull. 5) Materials of Construction: Housing: Ductile Iron Drive sleeve: Bronze Worm: Alloy steel with splined input drive connection Bearings: Heavy duty tapered roller bearings Finish: Thermostatically Applied Polyester Powdercoat Fasteners: Stainless steel 6) Manual gears shall be capable of being field retrofit with an electric motor operator in the future without major modifications. With spur gear removed, splined worm gear input shaft and motor adapter flange shall be easily added to accept a multi -turn "torque -only" electric valve actuator. Supplier shall include the Number of Turns required to complete on Open -to -Close stroke in the Equipment Submittal. 7) Worm gear operators shall be EIM Type WO for non -buried applications or Type WB for direct -buried applications or Engineer pre -Approved Equal. PART 3 - EXECUTION 3.01 INSTALLATION A. All butterfly valves shall be installed in accordance with the instructions of the manufacturer and as shown on the drawings. B. Installation and adjustment shall be checked and approved by a manufacturer's factory .. representative. After acceptance, the representative shall address a letter to the Engineer outlining all installation and start up procedures. The letter shall include statement that the valves are installed per the manufacturer's recommendations. The manufacturer or his qualified representative shall conduct training session for the Owner's personnel in the operation and maintenance of the valve. END OF SECTION 6-1 Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 KHA No. 061018044 October 2008 PART 1 - GENERAL 1.01 SCOPE OF WORK: SECTION 02643 Air ReleaseNacuum Valves Page 1 of 3 A. Furnish all labor, materials, equipment and incidentals required to completely install and put into operation, air release/ air vacuum valves as specified herein and shown on the drawings. 1.02 SYSTEM DESCRIPTION A. The arrangement shown on the drawings is based upon the best information 'available to the Engineer at the time of design and is not intended to show exact dimensions to any. specific equipment unless otherwise shown or specified. Therefore, it may be anticipated that the structural supports, foundations, and connected piping shown, in part or in whole, may have to be changed in order to accommodate the equipment furnished. No additional payment will be made for such changes. All necessary calculations and drawings for any related redesign shall be submitted to the Engineer for his approval prior to beginning the work. B. The valve shall be designed to operate with the following working conditions without damage to the valve. Water Type Potable Water Working Pressure Range 10 psi — 150 psi Test Pressure Range 225 psi Surge Pressure 365 psi Flow Range 0 MGD —185 MGD C. The air release/air vacuum valve shall operate satisfactorily over the complete operating range shown. The equipment to be provided under this section shall be suitable for installation and operation at elevations for about 580 feet above sea level inside a vault structure. Outside ambient temperatures range between 0 and 110 degrees F, and reported water temperatures vary between 50 and 105 degrees F. Relative humidity is expected to range between 5 and 100 percent. The valve shall be capable of being submerged periodically. 1.02 The valve shall be the product of a manufacturer regularly engaged in the manufacture of Air release/air vacuum valves having similar service and size. The valves covered by the specifications are intended to be standard equipment of that has proven ability. Only the following manufacturers and models are acceptable. Manufacturers 1"APCO Series 143C 1" Crispin Series AL10 B. All other valves will be considered a substitution, and will be required to submit a substitution request. The Engineer shall be the sole judge of the acceptability of any substitution requested. If the substitution request is found to be unacceptable by the Engineer then the contractor shall provide the listed equipment at no additional expense to the owner. The Contractor shall be responsible for any delays as a result of a substitution request. Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 SECTION 02643 KHA No. 061018044 Air Release/Vacuum Valves October 2008 Page 2 of 3 C. The listing above does not imply that the manufacturer's standard product is acceptable. The successful manufacturer will be required to conform to all specifications. 1.03 SUBMITTALS: A. Submittals required after award of contract and prior to installation: 1. Technical bulletins and brochures on air release valves. B. Submittals required prior to final walk through: 1. Operation and Maintenance Manual. 1.04 SHIPPING INSTRUCTIONS: A. All parts shall be properly protected so that no damage or deterioration will occur during a prolonged delay from the time of shipment until installation is completed and the units and equipment are ready for operation. B. All equipment and parts must be properly protected against any damage during a prolonged period at the site. C. Finished iron or steel • surfaces not painted shall be properly protected to prevent rust and corrosion. D. Storage and Protection: Take special care to prevent plastic and similar brittle items from being directly exposed to the sun, or exposed to extremes in temperature, preventing any deformation. 1.05 WARRANTY: A. The equipment shall be warranted to be free from defects in workmanship, design and materials. If any part of the equipment should fail during the warranty period, it shall be replaced and the unit(s) restored to service at no expense to the Owner. Warranty shall be for a period of two years and begin on the Date of Acceptance. PART 2 - PRODUCTS 2.01 AIR RELEASE/AIR VACUUM VALVE A. The air vacuum valve shall achieve the following functions: 1. High volume discharge during pipeline filling 2. High volume intake through the large orifice 3. Pressurized air discharge 4. Surge Dampening = Controlled discharge rates Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 SECTION 02643 •• KHA No. 061018044 Air Release/Vacuum Valves October 2008 Page 3 of 3 B. The valve shall have an integral surge alleviation mechanism which shall operate automatically to limit transient pressure rise or shock induced by closure due to high velocity air discharge or the subsequent rejoining of the separated water columns. The limitation of the pressure rise shall be achieved by decelerating the approaching water prior to valve closure. C. Materials 1. All internal parts shall be a non -corroding material such as stainless steel or High density polyethylene. 2. The valve body shall be constructed of stainless steel or ductile iron and equipped with intake and discharge flanges. Intake/Discharge orifice area shall be equal to the nominal size of the valve. The valve shall perform as intended with no deformation, leaking or damage of any kind for the pressure ranges indicated. PART 3 - EXECUTION 3.01. All air release valves shall be installed in accordance with the instructions of the manufacturer and as shown on the drawings. END OF SECTION Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 KHA No. 061018044 October 2008 M PART 1- GENERAL M 1.01 SCOPE OF WORK: SECTION 02644 Expansion Joints and Couplings Page 1 of 3 A. Furnish all labor, materials, equipment and incidentals required to completely install and put into service expansion joints and couplings, as specified herein and shown on the drawings. 1.02 QUALITY ASSURANCE: A. References: ASTM A283 - Standard Specification for Low and Intermediate Tensile Strength Carbon Steel ASTM A285 - Standard Specification for Pressure Vessel Plates, Carbon Steel Low and Intermediate Tensile Strength AWWA 219 - Bolted, Sleeve -Type Couplings for Plain End Pipe ANSIINSF Standard 61 - Drinking Water System Components 1.03 SUBMITTALS: A. Submittals required after award of contract and prior to installation: 1. Technical bulletins and brochures on expansion joints and couplings. 1.04 SHIPPING INSTRUCTIONS: A. All parts shall be properly protected so that no damage or deterioration will occur during a prolonged delay from the time of shipment until installation is completed and the units and equipment are ready for operation. B. All equipment and parts must be properly protected against any damage during a prolonged period at the site. C. Finished iron or steel surfaces not painted shall be properly protected to prevent rust and corrosion. D. Storage and Protection: Take special care to prevent plastic and similar brittle items from being directly exposed to the sun, or exposed to extremes in temperature, preventing any deformation. 1.05 WARRANTY: A. The equipment shall be warranted to be free from defects in workmanship, design and materials. If any part of the equipment should fail during the warranty period, it shall be replaced and the ` unit(s) restored to service at no expense to the Owner. Warranty shall be for a period of two years and begin on the Date of Acceptance. in Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 KHA No. 061018044 October 2008 PART 2-PRODUCTS 2.01 EXPANSION JOINTS SECTION 02644 Expansion Joints and Couplings Page 2 of 3 A. Expansion joints shall meet or exceed the following design criteria: 1. Working pressure = 150 psi 2. Test pressure = 225 psi 3. Coating requirement = fusion bonded epoxy powder coating, or equal 4. Expansion length shall range from 5 to 10-inches 5. Slip pipe shall be stainless steel B. The expansion joint shall'be tied to the line and supported as shown on the plans. C. Provide slip pipe, limit rods, gland bolts, washers and nuts and install according to the manufacturer's recommendations. D. Fusion bonded epoxy coatings, or approved equal are required where specified. Final coatings shall be field applied as required by the painting specifications. 2.02 STEEL COUPLINGS A. Bolted steel couplings shall meet or exceed the following design criteria: 1. Working pressure = 150 psi 2. Test pressure = 225 psi 3. Coating requirement = fusion bonded epoxy powder coating, or equal 4. Sleeve length = 14-inches (unless specified) 5. Steel couplings shall be manufactured by Smith -Blair B. Provide control rods, control rod'plates, washers and bolts and install according to the plans and manufacturer's recommendations. Anchor studs are not allowed for restraint. C. Apply paint to steel couplings as required for adjoining pipe. D. Fusion bonded epoxy coatings, or approved equal are required where specified. Final coatings shall be field applied as required by the painting specifications. 2.03 FLANGE COUPLING ADAPTERS A. Flange coupling adapters shall meet or exceed the following design criteria: Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 SECTION 02644 - KHA No. 061018044 Expansion Joints and Couplings October 2008 Page 3 of 3 1. Working pressure = 150 psi 2. Test pressure = 225 psi 3. Coating requirement = fusion bonded epoxy powder coating with an average thickness of 12 - mils 4. Bolts and nuts shall be type 304 stainless steel 5. Gaskets shall be Grade 30 standard 6. Body shall be ductile iron ASTM A536 7. Flanges shall be AW WA C207 class D, ANSI B 16.1 class 125 drilling B. Flange coupling adapters shall be Smith —Blair Series 913 or approved equal. C. Fusion bonded epoxy coatings, or approved equal are required where specified. Final coatings shall be field applied as required by the painting specifications. PART 3 - EXECUTION 3.01. All expansion joints and couplings shall be installed in accordance with the instructions of the manufacturer and as shown on the drawings. 3.02. Testing: All expansion joints and couplings shall be pressure tested as a part of the pipe. END OF SECTION Im =I u Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 KHA No. 061018044 October 2008 ME -A PART 1 - GENERAL SECTION 02831 Chain Link Fencing (Forest Hill) Pagel of 3 1.01 RELATED DOCUMENTS: Drawings and General Provisions of Contract, including General and Supplementary Conditions and Division-1 Specifications sections, apply to work of this section. 1.02 DESCRIPTION OF WORK: Extent of chain link fences is indicated on drawings. The fence shall be 6'-0" high above grade. 1.03 QUALITY ASSURANCE: Provide chain link fences and gates as complete units controlled by a single source including necessary erection accessories, fittings, and fastenings. 1.04 SUBMITTALS: Product Data: Submit manufacturer's technical data, and installation instructions for metal fencing, fabric, gates and accessories. PART 2 - PRODUCTS 2.01 GENERAL: A. Dimensions indicated for pipe, .roll -formed, and H-sections are outside dimensions, exclusive of coatings. B. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products which may be incorporated in the work include, but are not limited to, the following: 1. Galvanized Steel Fencing and Fabric: Allied Fence, Inc. American Fence Corp. Anchor Fence, Inc. 2.02 STEEL FABRIC: A. Fabric: No. 9 ga. (0.148" + 0.005") size steel wires, 2" mesh, with both top and bottom selvages twisted and barged. Furnish one-piece fabric widths. B. Fabric Finish: Galvanized, ASTM A 392, Class I, with not less than 1.2 oz. zinc per sq.ft. of surface. am Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 KHA No. 061018044 October 2008 2.03 FRAMING AND ACCESSORIES: SECTION 02831 Chain Link Fencing (Forest Hill) Page 2 of 3 A. Steel Framework, General: Galvanized steel, ASTM A 120 or A 123, with not less than 1.8 oz. zinc per sq.8. of surface. B. Fittings and Accessories: Galvanized, ASTM A 153, with zinc weights per Table I. C. End, Corner and Pull Posts: 2.875" OD steel pipe, 5.791bs. per lin.ft. D. Line Posts: Space 10' o.c. maximum, unless otherwise indicated: 2.375" OD steel pipe, 3.65 lbs. per lin.ft. E. Tension Wires: 7-gage, coated coil spring wire, metal and finish to match fabric. Locate at bottom. F. Post Tops: Provide weathertight closure cap with loop to receive toprail; one cap for each post. G Stretcher Bars: One-piece lengths equal to full height of fabric, with minimum cross-section of 1/4" x 3/4". Provide one stretcher bar for each gate and end post, and 2 for each corner and pull post, except where fabric is integrally woven into post. H. Stretcher Bar Bands: Space not over 15" o.c., to secure stretcher bars to end, corner, pull, and gate posts. PART 3 - EXECUTION 3.01 INSTALLATION: A. Do not begin installation and erection before final grading is completed, unless otherwise permitted. B. Excavation: Drill or hand excavate (using post hole digger) holes for posts to diameters and spacings indicated, in firm, undistributed or compacted soil. 1. If not indicated on drawings, excavate holes for each post to minimum diameters as recommended by fence manufacturer, but not less than 4 times largest cross-section dimension of post. 2. Unless otherwise indicated, excavate hole depths approximately 3" lower than post bottom, with bottom of posts set not less than 36" below finish grade surface. C. Setting Posts: Center and align posts in holes 3" above bottom of excavation. 1. Place concrete around posts and vibrate or tamp for consolidation. Check each post for vertical and top alignment, and hold in position during placement and finishing operations. Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 SECTION 02831 KHA No. 061018044 Chain Link Fencing (Forest Hill) October 2008 Page 3 of 3 2. Unless otherwise indicated, extend concrete footings 2" above grade and trowel to a crown to shed water. D. Top Rails: 1.66" OD steel pipe, 2.27 lb/ft. 1. Run rail continuously through post caps, bending to radius for curved runs. Provide expansion couplings as recommended by fencing manufacturer. E. Brace Assemblies: Install braces so posts are plumb when diagonal rod is under proper tension. F. Tension Wire: Fasten fabric to tension wire using 11 ga. galvanized steel hog rings spaced 24" o.c. Q Fabric: Leave approximately 2" between finish grade and bottom selvage, unless otherwise indicated. Pull fabric taut and tie to posts, rails, and tension wire. Install fabric on outside or the security side of fence, and anchor to framework so that fabric remains in tension after pulling force is released. H. Stretcher Bars: Thread through or clamp to fabric 4" o.c., and secure to posts with metal bands spaced 15" o.c. I. Tie Wires: Use U-shaped wire, conforming to diameter of pipe to which attached, clasping pipe and fabric firmly with ends twisted at least 2 full turns. Bend ends of wire to minimize hazard to persons or clothing. Tie fabric to line posts, with wire ties spaced 12" o.c. Tie fabric to rails and braces, with wire ties spaced 24" o.c. Tie fabric to tension wire, with hog rings spaced 24" o.c. J. Fasteners: Install nuts for tension bands and hardware bolts on side of fence opposite fabric side. Peen ends of bolts or score threads to prevent removal of nuts. K. Mow Strip: Provide a 12" x 4" concrete mow strip which shall be flush with the proposed grade. Concrete shall be a 3000-psi mix with two #5 steel reinforcing bars continuous. END OF SECTION r Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 SECTION 02832 KHA No. 661018044 Wood Fencing (Trophy Club) October 2008 Page 1 of 2 PART 1 - GENERAL 1.01 RELATED DOCUMENTS: Drawings and General Provisions of Contract, including General and Supplementary Conditions and Division-1 Specifications sections, apply to work of this section. 1.02 DESCRIPTION OF WORK: Extent of wooden fences is indicated on drawings. The fence shall be 8'-0" high above grade. 1.03 QUALITY ASSURANCE: Provide wooden fences as complete units controlled by a single source including necessary erection accessories, fittings, and fastenings. 1.04 SUBMITTALS: Product Data: Submit manufacturer's technical data, and installation instructions for wood fencing, gates and accessories. PART2-PRODUCTS 2.01 GENERAL: A. Dimensions indicated for wood and pipe are outside dimensions, exclusive of coatings. B. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products which may be incorporated in the work include, but are not limited to, the following: _. 1. Wooden Fencing: Allied Fence, Inc. American Fence Corp. Anchor Fence, Inc. 2.02 PICKETS: A. Pickets: Dog Eared Cedar 1" x 4" (match existing). B. Backrails: 4 — 2" x 4" Cedar (match existing). W Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 KHA No. 061018044 October 2008 2.03 FRAMING AND ACCESSORIES: SECTION 02832 Wood Fencing (Trophy Club) Page 2 of 2 A. Fittings and Accessories: Galvanized, ASTM A 153, with zinc weights per Table I. B. End, Corner and Pull Posts: 2.875" OD steel pipe, 5.791bs. per lin.ft. C. Line Posts: Space 8' o.c. maximum, unless otherwise indicated: 2.375" OD steel pipe, 3.65 lbs. per lin.ft. D. Post Tops: Provide weathertight closure cap for each post. PART 3 - EXECUTION 3.01 INSTALLATION: A. Do not begin installation and erection before final grading is completed, unless'otherwise permitted. B. Excavation: Drill or hand excavate (using post hole digger) holes for posts to diameters and spacings indicated, in firm, undistributed or compacted soil. 1. If not indicated on drawings, excavate holes for each post to minimum diameters as recommended by fence manufacturer, but not less than 4 times largest cross-section dimension of post. 2. Unless otherwise indicated, excavate hole depths approximately 3" lower than post bottom, with bottom of posts set not less than 36" below finish grade surface. C. Setting Posts: Center and align posts in holes 3" above bottom of excavation. 1. Place concrete around posts and vibrate or tamp for consolidation. Each post shall be set into 8" x 36" footing. Check each post for vertical and top alignment, and hold in position during placement and finishing operations. 2. Unless otherwise indicated, extend concrete footings 2" above grade and trowel to a crown to shed water. END OF SECTION Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 KHA. No. 061018044 October 2008 PART 1- GENERAL SECTION 02936 Seeding of Disturbed Areas Page 1 of 5 1.01 RELATED DOCUMENTS: A. Drawings and general provisions of the Contract, including Special Conditions, apply to work of this section. 1.02 DESCRIPTION OF WORK INCLUDED IN THIS SECTION: A. Fine Grading B.. Soil Preparation C. Seeding D. Maintenance E. Warranty 1.03 QUALITY ASSURANCE: A. CONTRACTOR to follow standards set forth, in the following references: 1. American Standard for Nursery Stock published by American Association of Nurserymen; October 27, 1980, Edition. 2. American Joint Committee on Horticultural Nomenclature; 1942 Edition of Standardized Plant Names. 3. Texas Commission on Environmental Quality, May 2003, Erosion Control Best Management Practices. 1.04 SUBMITTALS: A. CONTRACTOR shall submit for inspection the following items: 1. Receipts for all fertilizer, grass seed, sod, and erosion control blanket. .. 2. Technical Sheet on erosion control blanket. 3. Manufacturer's Recommendation for installation of Erosion Control Blanket. W 1.05 WARRANTY: A. Provide a uniform stand of grass by watering, mowing, and maintaining lawn areas until.final -' acceptance. Re -seed seeded areas which fail to provide a uniform stand of grass, reseed with m Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 SECTION 02936 KHA. No. 061018044 Seeding of Disturbed Areas October 2008 Page 2 of 5 specified materials until all affected areas are accepted by the ENGINEER. PART 2 - PRODUCTS 2.01 FERTILIZER: A. Fertilizer shall be a commercial product, uniform in composition, free flowing, and suitable for application with approved equipment. Fertilizer shall be 10-20-10 or approved equal. 2.02 SEEDING: A. Seed: Fresh, clean and new crop seed mixture. J 1. General. All seed used must carry' a Texas Testing Seed label showing purity and germination, name, type of seed, and that the seed meets all requirements of the Texas Seed Law. Seed furnished shall be of the previous season's crop and the date of analysis shown on each tag shall be within nine (9) months of time of delivery to the project. Each variety of seed shall be furnished and delivered in separate bags or containers. A sample of each variety of seed shall be furnished for analysis and testing when directed by the Engineer. The specified seed shall equal or exceed the following percentages of Purity and germination: Common Name Puri Germination Common Bermuda Grass 95% 90% Annual Rye Grass 95% 95% Tall Fescue 95% 90% Western Wheatgrass 95% 90% Buffalo Grass Varieties Top Gun 95% 90% Cody 95% 90% URBAN AREA WARM -SEASON SEEDING RATE (lbs.); Pure Live Seed (PLS) Mixture for Clay or Tight Soils Mixture for Sandy Soils Dates (Eastern Sections) (Western Sections) All Sections) Feb 1 Bermudagrass 40 Buffalograss 80 Bermudagrass 60 to Buffalograss 60 Berrriudagrass '20 Buffalograss 40 May 1 Total: 100 Total: 100 Total: 100 Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 SECTION 02936 KHA. No. 061018044 Seeding of Disturbed Areas October 2008 Page 3 of 5 TEMPORARY COOL -SEASON SEEDING RATE; (lb.) Pure Live Seed (PLS) Dates (All Sections) Aug 15 Tall Fescue 50 to Western Wheatgrass 50 May 1 Annual Rye 50 Total: 2.03 WATER: 100 A. Free of,substance harmful to plant growth. Hoses, pumps, sprinklers or other methods of transportation furnished by CONTRACTOR. 2.04 EROSION CONTROL NET A. Erosion control net shall be North American Green SC 15013N, or approved equal. 2.05 TOPSOIL A. General Topsoil: 1. Furnish from stockpiled on -site material. If an insufficient quantity exists, furnish from offsite sources in quantities sufficient to complete the requirements specified. 2. Natural, friable, fertile soil, characteristic of productive soil on -site, reasonably free of stones, clay lumps, roots and other foreign matter. 3. Proposed topsoil material shall be subject to approval by the ENGINEER. PART 3 - EXECUTION 3.01 FINISH GRADING A. The Contractor shall spread the topsoil and shall inspect the site to assure that grades are within 0.15 feet of finish grade prior to initiating work. B. Finished Grades: Shall be understood to be final spot grades 'and contours indicated on the contract drawings. Where final spot grades or new contours are not indicated, finished grades shall be uniformly level or sloping between points for which elevations are given or contours are shown. C. Tops and Bottoms of All Slopes: Round tops and bottoms of slopes and drainage swales. Adjust and warp slopes, at intersections of cuts and fills, to flow into each other or into the existing Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 SECTION 02936 KHA. No. 061018044 Seeding of Disturbed Areas October 2008 Page 4 of 5 natural ground surface without noticeable break. Cuts and fills shall have a maximum slope of 3' horizontally to 1' vertically, unless otherwise shown on the contract drawings. The finished surface of all lawn areas after planting shall not be less than 1/4" below or more than 3/4" below the finished grade of all walks or other surface areas. D. Fine Grading Areas: Bring the grade of areas to receive turf to a uniform, level slope, as determined by the use of surveying instruments, by discing, harrowing and other methods approved by the Owner. When establishing finish grades, remove and dispose of all clods, hard lumps, rocks, roots, litter and other foreign matter not passing through the teeth of a hand iron rake. Tractor drawn raking equipment that compacts lawn areas will not be allowed. Where lawns are intended to drain across pavements, the uphill grade shall be flush with the pavement; the downhill grade shall be 1/2" to 3/4" below the pavement grade. E. Settlement: Maintain ground surfaces to the finish grades shown on the contract drawings, and deposit whatever additional topsoil that may be required to correct any settlement or erosion that occurs prior to the date of issuance of the Certificate of Final Acceptance. The surface upon which additional topsoil is to be deposited shall be raked or otherwise satisfactorily prepared to ensure a proper bond. Fill hollows that develop from settling, to the finished elevations, with approved topsoil. Finished lawn areas shall be left sufficiently high to meet all paved areas and catch basins after settlement. 3.02 SEEDING OF DISTURBED AREAS: A. Seeding Limits: All areas disturbed by construction operations. B. Responsibility: The CONTRACTOR shall utilize all such measures as may be necessary, including, but not limited to, protective fencing, sod, or erosion control netting to produce a finished continuous blanket of turf over all areas designated to receive turf. C. Fertilizer: No fertilizer shall be applied prior to seeding. D. Seeding Operations: 1. Dry Seeding a. Seed immediately after preparation of bed. b. Seed indicated areas, within contract limits and areas adjoining contract limits, disturbed as a result of construction operations. c. Perform seeding operations when the soil is dry and when winds do not exceed 5 miles per hour velocity. d. Apply seed evenly by sowing equal quantities in two directions, at right angles to each other. e. Sow grass seed at specified rate. f. After seeding, lightly rake or drag surface of soil to incorporate seed into top 1/8" of soil. Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 KHA. No. 061018044 October 2008 Roll with light lawn roller. 3.03 EROSION CONTROL NET A. Install erosion control net per manufacturer's recommendations. 3.04 LAWN AND MAINTENANCE: SECTION 02936 Seeding of Disturbed Areas Page 5 of 5 A. Maintain seeded areas until revegetation has been accepted by the OWNER. B. Maintain seeded lawn areas, including watering, spot weeding, mowing, applications of herbicides, fungicides, insecticides and reseeding until a full, uniform stand of grass free of weeds, undesirable grass species, disease and insects is achieved and accepted by the ENGINEER. C. Water regularly to maintain adequate surface soil moisture for proper seed germination. Continue watering until acceptance. D. Repair, reseed, and reblanket all areas that are washed out, eroded, or do not catch. E. Fertilize with organic fertilizer after germination, but prior to first mowing and acceptance. 3.05 FINAL ACCEPTANCE: i A. Inspection to determine final acceptance of seeded will be made by the ENGINEER upon CONTRACTOR's request. Provide notification at least 10 working days before requested inspection date. 1. Seeded areas will be acceptable provided all requirements, including maintenance, have been .. completed and a healthy, uniform, close stand of the specified grass is established, free of weeds, undesirable grass species, disease and insects. 2. In areas requested to be inspected, no areas shall have bare spots or unacceptable cover totaling more than 10 square feet, with 85% total coverage over the entire project. 3. If above requirements cannot be achieved prior to final acceptance, Contractor may be required to hydroseed site in lieu of dry seeding. END OF SECTION M Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 SECTION 09900 KHA No. 061018044 Painting October 2008 Page 1 of 8 PART 1 - GENERAL 1.01 RELATED DOCUMENTS: A. Provisions established within the General and Supplementary Conditions of the Contract, Division 1- General Requirements, and the Drawings are collectively applicable to this Section. 1.02 SUMMARY A. Section includes: On-the-job painting and finishing. 1. Included: Paint and finish the following materials, fittings and equipment items which are exposed to view inside and outside. a. Iron and steel b. Concrete masonry units c. Interior concrete ceiling and beam surfaces d. Interior concrete floors e. Gypsum board f. Interior caulked joints g. Bare and insulation covered piping and ductwork,. conduit, hangers, grilles and registers, and primed metal surfaces and factory -finished surfaces of mechanical and electrical equipment. 2. Not Included: No painting is required on the following: a. Factory -finished metal lockers and finished light fixtures b. Architectural aluminum and stainless steel c. Galvanized metal d. Acoustic panel ceilings e. Pre -finished cabinets 3. Contractor shall examine the drawings for mechanical and electrical work, and all materials installed throughout the building which require painting shall be painted under this section of the specifications. B. Related Sections: 1.03 REFERENCES A. American Society for Testing and Materials (ASTM): 1. ASTM D 16 - Definitions of Terms Relating to Paint, Varnish, Lacquer and Related Products. 2. ASTM D 2016 - Test Method for Moisture Content of Wood. 3. ASTM D 4258 - Practice for Surface Cleaning Concrete for Coating. 4. ASTM D 4262 - Test method for pH of Chemically Cleaned or Etched Concrete Surfaces. 5. ASTM D 4263 - Test method for Indicating Moisture in Concrete by The Plastic Sheet Method. B. NACE (National Association of Corrosion Engineers) - Industrial maintenance Painting. C. NPCA (National Paint and Coatings Association) Guide to U.S. Government Paint Specifications. D. PDCA (Painting and Decorating Contractors of America) - Painting - Architectural Specifications Manual. Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 SECTION 09900 K14A No. 061018044 Painting October 2008 Page 2 of 8 E. SSPC (Steel Structures Painting Council) - Steel Structures Painting Manual. 1.04 SYSTEM DESCRIPTION A. For purposes of this painting specification, the following areas and spaces are not considered finished, occupied areas and there will be no painting therein except for doors and frames and as may be specifically scheduled in article paint schedule. 1. Mechanical chases 2. Spaces above suspended ceilings 3. Under -floor crawl spaces 1.05 SUBMITTALS A. Samples: Submit in accordance with Section 01300 - Submittals. Submit two 8 1/2" x 11" samples of each paint color. Samples shall be on heavy cardboard and shall be made with the actual mixed paints to be used on the project. B. Paint Schedule: If painting materials other than those specified are proposed for use, submit a complete schedule of the materials to be substituted. This schedule, in triplicate, shall be in the same form as the paint schedule included in this section, and shall list materials by manufacturer, brand name and type for each surface to be finished. C. Close-out Schedule: Upon completion of work, furnish a full schedule of paint types and colors actually used and formulas for each to the Owner. 1.06 QUALITY ASSURANCE A. Product Manufacturer: Company specializing in manufacturing quality paint and finish products with 3 years experience. B. Applicator: Company specializing in commercial painting and finishing with 2 years experience. C. Product Labels: Include manufacturer's name, type of paint, stock number, color and label analysis on label of containers. D. Single Source Responsibility: Provide primers and other undercoat paint produced by same manufacturer as final coats: Use only thinners approved by paint manufacturer, and use only within recommended limits. E. Do not paint over code -required labels, such as Underwriters' Laboratories and Factory Mutual, or equipment identification, performance rating, name or nomenclature plates. Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 SECTION 09900 KHA No. 061018044 Painting October 2008 Page 3 of 8 1.07 DELIVERY, STORAGE, AND HANDLING A. Delivery: Deliver materials in original containers with seals unbroken and labels intact. B. Storage: Contractor shall designate a specific space at the project site for storing and mixing materials. Protect this space and repair all damage resulting from use. Do not store kerosene nor gasoline in this space. Remove oily rags at the end of each day's work. 1.08 PROJECT CONDITIONS A. Environmental Requirements: Maintain the temperature inside the building at not less than 60' F during painting and finishing. B. Provide continuous ventilation and heating facilities to maintain surface and ambient temperatures above 65° F for 24 hours before, during, and 48 hours after application of finishes, unless required otherwise by manufacturer's instructions. _ C. Minimum application temperatures for latex paints: 451 F for interiors; 50' F for exterior; unless required otherwise by manufacturer's instructions. D. Minimum application temperature for varnish and finishes: 65' F for interior or exterior, unless required otherwise by manufacturer's instructions. E. Provide lighting level of 80 ft.-candles measured mid -height at substrate surface. F. Do not apply paint in snow, rain, fog, or mist; or when the relative humidity exceeds 85%; or to damp or wet surfaces; unless otherwise permitted by the paint manufacturer's printed instructions. Painting may be continued during inclement weather only if the areas and surfaces to be painted are enclosed and heated within the temperature limits specified during application and drying periods of 24 hours between coats and 72 hours after final coat. G. Protection: provide sufficient drop cloths to fully protect adjacent finished work. 1.09 MAINTENANCE A. Extra Materials: Upon completion of the work, deliver to project site 2 gallons of each type and color no of paint applied to interior and exterior surfaces. Provide formula for custom match colors. Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 SECTION 09900 KHA No. 061018044 Painting October 2008 Page 4 of 8 PART 2 - PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Provide paint as manufactured by one of the following: The Sherwin-Williams Co. Tnemec Co. B. Materials described are based on the specifications of the above listed manufacturers, and are given to designate the quality of materials required. Materials of best quality grade are representative of the standard of quality required. Materials not displaying manufacturer's identification as a first line, best - grade product will not be acceptable. C. Colors: The Owner will select colors. Regardless of which brand of paint is selected for use, the Contractor shall intermix and blend as required to obtain an exact match to each color on the color schedule. PART 3 - EXECUTION 3.01 EXAMINATION A. Verify that surfaces and substrate conditions are ready to receive work as instructed by the product manufacturer. B. Examine surfaces scheduled to be finished prior to commencement of work. Report to Engineer any condition that may potentially affect proper application. C. Measure moisture content of surfaces using an electronic moisture meter. Do not apply finishes unless moisture content of surfaces are below the following maximums: 1. Gypsum wallboard: 12 percent 2. Interior located wood: 15 percent, measured in accordance with ASTM D 2016. D. Test shop -applied primers for compatibility with subsequent cover materials. E. Beginning of installation means acceptance of existing surfaces and substrate. 3.02 PREPARATION A. Perform preparation and cleaning procedures in accordance with coating manufacturer's instructions for each substrate condition. B. Wash galvanized metal surfaces with mineral spirits to remove residual grease and oil. C. Fill open joints, cracks and crevices on steel buck frames with metal putty and sand smooth before painting. D. Sand woodwork surfaces smooth before priming. Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 SECTION 09900 KHA No. 061018044 Painting October 2008 Page 5 of 8 F. Putty nail holes after the prime coat. G. Remove hardware and accessories, plates, lighting fixtures and similar items which are not to be finish -painted or provide adequate surface -applied protection for these items in place. H. Un-coated steel and iron surfaces: Remove grease, scale, dirt and rust. Where heavy coatings of scale are evident, remove by wire brushing or sandblasting; clean by washing with solvent. Apply a treatment of phosphoric acid solution, ensuring weld joints, bolts and nuts are similarly cleaned. Spot T prime paint after repairs. I. Shop primed steel surfaces: Sand and scrape to remove loose primer and rust. Feather edges to make touch-up patches inconspicuous. Clean surfaces with solvent. Prime bare steel surfaces. J. Surface preparation of Existing Concrete Flooring (Acid Etching): 1. Remove all surface contamination (ASTM D4258). 2. Wet surface with clean water. 3. Apply a 10-15% Muriatic Acid or 50% Phosphoric Acid solution at the rate of one gallon per 75 square feet. 4. Scrub with a stiff brush. 5. Allow sufficient time for scrubbing until bubbling stops. 6. If no bubbling occurs, the surface is contaminated with grease, oil or a concrete treatment which is interfering with proper etching. Remove the contamination with a suitable cleaner (ASTM D4258) and then etch the surface. 7. Rinse the surface three times. Remove the acid/water mixture after each rinse. 8. Surface should have a texture similar to medium grit sandpaper. 9. It may be necessary to repeat this step several times if a suitable texture is not achieved with one etching. Bring the pH (ASTM D 4262) of the surface to neutral with a 3% solution of trisodium phosphate or similar alkali cleaner and flush with clean water to achieve a sound, clean surface. 10. Allow surface to dry and check for moisture (ASTM D 4263) 3.03 APPLICATION A. Workmanship shall be of the highest quality. Mix and apply paint materials in accordance with the manufacturer's directions. Spread materials evenly, flow smoothly, and brush out without sags or runs. B. Provide finish coats which are compatible with primer paints used. Provide barrier coats over incompatible primers where required. C. When undercoats, stains or other conditions show through final paint coat, apply additional coats until paint film is of uniform color and sheen. D. Finish the insides of wood cabinets, including backs of cabinet doors, as scheduled for the fronts and ends. do Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 KRA No. 061018044 October 2008 SECTION 09900 Painting Page 6 of 8 E. Between coats, sand enamel and lacquer finish on wood and metal surfaces to produce a smooth, even finish. Use #220 grit sandpaper or finer. F. Tint priming coats and undercoats to approximate shade of final coat to assure uniformity of color in the finish. Touch up suction spots and "hot spots" before applying the last coat to produce an even result in the finish coat. G. Exposed ductwork, piping and conduit in finished, occupied areas shall be painted the same color as the wall or ceiling against which it is installed, unless otherwise noted. H. Apply the finish coat on gypsum board, plaster and concrete surfaces with rollers. I. On concrete masonry unit wall surfaces without a block filler, apply the first coat of paint with a spray gun. J. Do not paint moving parts of operating units, mechanical and electrical parts, such as valve and damper operators, linkages, sensing devices, motor and fan shafts. K. Do not paint over code -required labels such as Underwriter's Laboratories and Factory Mutual, or equipment identification, performance rating, name or nomenclature plates. 3.04 TOUCH UP AND CLEAN A. Touching Up: On completion, carefully touch up all holidays, marred and damaged spots, and work over all surfaces that have been repaired by other trades. B. Cleaning: Remove spilled, splashed and splattered paint from all surfaces. Do not mar surface finish of item being cleaned. C. Reinstall the items removed under the provisions of paragraph above. 3.05 V.O.C. (VOLATILE ORGANIC COMPOUND) COMPLIANCE A. Products listed in following schedule and/or substitutes proposed for use by Contractor must be formulated to meet all applicable ordinances and regulations regarding maximum V.O.C. content. Utilize products which have been specially formulated to meet such requirements. 3.06 RE -PAINTING A. Locations and Extent: The re -painting of existing surfaces shall be as follows: 1. Painted wall, door and frame surfaces which have been reworked, cut into or patched, whether specifically designated on the drawings or not. Re -painting shall include all openings'in existing walls. 2. Entire rooms/areas, as designated on the drawings. B. Colors: Match existing colors of corresponding surfaces except where new colors are scheduled. Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 SECTION 09900 on KHA No. 061018044 Painting October 2008 Page 7 of 8 C. Preparation: 1. Clean surfaces to remove dust and dirt. Remove oil, grease, was and other contaminants which would inhibit paint bond. At ceiling grid to be re -painted, remove grease or oil with paint thinner. 2. Remove rust and loose and flaking paint by scraping and sanding. 3. Sand hard, glossy painted surfaces and ceiling grid to be painted, until dull or treat with surface conditioner to promote adhesion of new coat of paint. 4. Prime bare areas with suitable primer in conformance with the above paint schedule for new work. D. Painting: Generally, apply one coat of finish paint over old and new surfaces, using the same materials scheduled in the above paint schedule for like new surfaces. E. Verification: Verify the extent of re -painting work at the building and make due allowance for cutting and patching required for installation of mechanical and electrical work. 3.07 PAINT SCHEDULE A. The products listed below represent top of the line products of each manufacturer. These products are not presented as being equivalent, as there are too many variables to match each product across the board. Manufacturer's designations are: SW The Sherwin-Williams Co. TN Tnemec Co. B. Interior Metal 1. Steel door frames, borrowed light frames, louvers and vision panel frames in doors, hollow metal doors, sound retardant doors and ladders. 1 primer coat SW Kromik Metal Primer E41N1 TN Series 20 - 1255 Beige Pota-Pox - 2 finish coats SW Industrial Enamel, Series B54 TN Series 20 - Pota-Pox or FC20 Pota-Pox 2. Other exposed iron and steel 1 primer coat SW Kern Kromik Metal Primer B50 W 1 TN Series 20 - 1255 Beige Pota-Pox 1 finish coat TN Series 20 - Pota-Pox or FC20 Pota-Pox SW ProMar 200 Alkyd Eg-Shel Enamel, Series B33 3. Items of mechanical and electrical machinery and equipment 1 finish coat SW Industrial Enamel, Series B54 TN Series 20 - Pota-Pox or FC20 Pota-Pox 4. Fire extinguisher cabinets, including door and frame inside and outside. 1 finish coat Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 KHA No. 061018044 October 2008 SECTION 09900 Painting Page 8 of 8 SW Tile Clad H Epoxy, Series B62 TN Series 20 - Pota-Pox or FC20 Pota-Pox C. Exterior Metal 1. Non -galvanized steel door frames, hollow metal doors, pipe handrails, railings, lintels, gates, and ladders. 1 primer coat SW Kromik Metal Primer E41N1 TN Series 20 - 1255 Beige Pota Pox 2 finish coats SW Industrial Enamel, Series B54 TN Series 20 - Pota-Pox or FC20 Pota-Pox 2. Steel pipe, conduit, hangers, supports and brackets. 1 primer coat GL Glid-Guard Tank & Structural Primer No. 5205 Series SW Galvite Paint, B50 W3 TN Series 20 - 1255 Beige Pota-Pox 1 finish coats SW Industrial Enamel, Series B54 TN Series 20 - Pota-Pox or FC20 Pota-Pox END OF SECTION Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 KHA No. 061018044 October 2008 PART 1 - GENERAL 1.01 SCOPE OF WORK: SECTION 11296 Flow Control Valve and Actuator Page 1 of 8 A. Furnish all labor, materials, equipment and incidentals required to completely install and put into operation, butterfly control valve as specified herein and shown on the drawings. 1.02 QUALITY ASSURANCE: A. Unit Responsibility and Coordination: The Contractor shall cause all equipment specified under this section to be furnished by the valve manufacturer who shall be responsible for the adequacy and compatibility of all valve components including the actuator. Any component of each complete unit not provided by the valve manufacturer shall be designed, fabricated, tested, and installed by factory - authorized representatives experienced in the design and manufacture of the valve equipment. This requirement, however, shall not be construed as relieving'the Contractor of the overall responsibility for this portion of the work. B. Design Requirements: 10-inch 16-inch Upstream Maximum Pressure 100 psi 100 psi ` Downstream Minimum Pressure 20 psi 20 psi Minimum Flow Rate Re: 02642 Re: 02642 Maximum Flow Rate Re: 02642 Re: 02642 .y Valve shall operate in the above conditions without damage to the valve Unit shall be designed to receive 4-20. mA signal from a flow meter and modulate to control flow based on a remote user setting. 1.03 ENVIRONMENTAL CONDITIONS: The equipment to be provided under this section shall be suitable for installation and operation in potable water systems. 1.04 SUBMITTALS: A. Submittals required after award of contract and prior to installation: 1. Technical bulletins and brochures. 2. Electrical diagram. B. Submittals required prior to final walk through: 1. Operation and Maintenance Manual. Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 KHA No. 061018044 October 2008 1.05 OPERATING INSTRUCTIONS: SECTION 11296 Flow Control Valve and Actuator Page 2 of 8 A. A factory representative of all major component manufacturers, who has complete knowledge of proper operation and maintenance, shall be provided for one day to instruct representatives of the Owner on proper operation and maintenance. If there are difficulties in operation of the equipment during instruction sessions, additional sessions shall be provided at no cost to the Owner. B. Prior to scheduling instructions, submit outline of instructions to Engineer for approval. C. Operating and maintenance manual shall be explained during these instructions. 1.06 SPARE PARTS AND TOOLS: A. Furnish one set of special tools required for the proper servicing of all equipment supplied under these Specifications, packed in a suitable steel tool chest with a lock. 1.07 SHIPPING INSTRUCTIONS: A. All parts shall be properly protected so that no damage or deterioration will occur during a prolonged delay from the time of shipment until installation is completed and the units and equipment are ready for operation. B. All equipment and parts must be properly protected against any damage during a prolonged period at the site. C. The finished surfaces of all exposed flanges shall be protected by wooden blank flanges, strongly built and securely bolted thereto. D. Finished iron or steel surfaces not painted shall be properly protected to prevent rust and corrosion. 1.08 WARRANTY: A. The equipment shall be warranted to be free from defects in workmanship, design and materials. If any part of the equipment should fail during the warranty period, it shall be replaced and the unit(s) restored to service at no expense to the Owner. Warranty shall be for a period of two years and begin on the Date of Substantial Completion. PART 2 - PRODUCTS 2.01 BUTTERFLY CONTROL VALVE: A. See Section 02642 - Butterfly Valves. Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 SECTION 11296 KHA No. 061018044 Flow Control Valve and Actuator October 2008 Page 3 of 8 2.02 QUARTER -TURN OR MULTI -TURN ELECTRIC VALVE ACTUATOR: A. General: The actuator shall be manufactured by Rotork Controls, Inc. This specification requires the use of only electric actuators. Electric actuator shall include the 460 VAC / 3 PH / 60 Hz electric motor, integral 1/4-turn worm gear, reduction gearing, valve stem drive nut/bushing, position limit switches, mechanical overload torque switches, ductile iron gear case, local pushbutton control station, close -coupled circuit breaker disconnect and automatic de-clutchable handwheel. B. Actuator Sizing: The actuator shall be sized to guarantee valve closure at the specified differential pressure. The safety margin of motor power available for seating and unseating the valve shall be sufficient to ensure torque switch trip at maximum valve torque with the supply voltage 10% below nominal. The operating speed shall be such as to give valve closing and opening at approximately 120 seconds. C. Ambient Temperature: The actuator shall be capable of functioning in an ambient temperature ranging from minus 22° F (- 30° C) to plus 158° F (+ 70° C). D. Motor: Electric motors shall be specifically designed for designed for valve actuator service, and shall be totally enclosed, non -ventilated. The enclosure shall meet NEMA 4 (weatherproof and, NEMA 6 (temporary submergence, 6 ft. head for 30 minutes).Motor shall be capable of operation under maximum specified loads when the voltage to the motor is +/- 10% of the nominal voltage. Motor shall have Class F insulation with thermal overload sensors imbedded in the motor windings. Protection shall be provided for the motor as follows: 1. The motor shall be de -energized in the event of stall when attempting to unseat a jammed valve. 2. A thermostat imbedded in the windings to protect against overheating shall sense motor temperature. E. Gearing: Motor speed reduction shall be by means of a gear train consisting of hardened steel spur gears and self-locking worn and worm gear set. The worm shall be heat treated alloy steel and have worm thread surface rolled or ground. The worm gear shall be bronze. Non-metallic gears in the power train are not acceptable. i Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 SECTION 11296 KHA No. 061018044 Flow Control Valve and Actuator October 2008 Page 4 'of 8 All gearing and shafting shall be supported on anti -friction bearings. All thrust components shall be supported by use of tapered roller bearings. F. Hand Operation: A handwheel shall be provided for emergency operation engaged when the motor is declutched by a lever or similar means; the drive being restored to power automatically by starting the motor. The hand/auto selection lever should be padlockable in both "Hand" and "Auto" positions. It should be possible to select hand operation while the actuator is running or start the actuator motor while the hand/auto selection lever is locked in "Hand" without damage to the drive train. Handwheel or handcrank rim pull shall NOT exceed 80 pounds. The handwheel drive must be mechanically independent of the motor drive, and any gearing should be such as to permit emergency manual operation in a reasonable time. Clockwise operation of the handwheel shall give opening movement of the valve per City of Fort Worth standards, unless otherwise stated in the job specification. For safety purposes, it shall be possible to disengage the electric drive with the declutch lever. This disengagement and any subsequent reengagement shall not cause any damage to the valve or operator — even with the motor running. G. Drive Bushing: The actuator shall be famished with a drive bushing easily detachable for machining to suit the valve stem or gearbox input shaft. Normally the drive bush shall be positioned in a detachable base of the actuator. Thrust bearings, when housed in a separate thrust base, should be of the sealed -for -life type. H. Remote Valve Position/Actuator Status Indication: Eight contacts, independently set, shall be provided which can be selected to indicate any position of the valve with each contact selectable as normally open'or normally closed. The contacts shall be rated at 5A, 120V AC, 30V DC. Current source 4-20 mA output transmitter shall provide constant valve position feedback. Gearbox visual indicator only is not acceptable. I. Local Position Indication: The display shall be able to be rotated in 90-degree increments in order to provide easy viewing regardless of actuator mounting position. K. Integral Starter and Transformer: The reversing starter, control transformer, and local controls shall be integral with the valve actuator, suitably housed to prevent breathing and condensation buildup. For ON/OFF service, this starter shall be a solid-state type suitable for 60 starts per hour not to exceed a rate of 600 starts per hour and of a rating appropriate to the motor size. Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 SECTION 11296 r KHA No. 061018044 Flow Control Valve and Actuator October 2008 Page 5 of 8 The controls supply transformer shall be fed from two of the incoming three phases. The primary and secondary windings shall have short circuit and overload protection. It shall have the necessary tappings and be adequately rated to provide power for the following functions: 1. 24V DC output, or alternate 110V AC output, where required for remote controls 2. Supply for all the internal electrical circuits L. Integral Push Buttons and Selector: Integral to the actuator shall be local controls for Open, Close, and Stop, and a local/remote selector switch padlockable in any one of the following three positions: I. Local Control Only 2. Off (No Electrical Operation) 3. Remote Control plus Local Stop Only. It shall be possible to select maintained or non -maintained local control. The local controls shall be arranged so that the direction of valve travel can be reversed without the necessity of stopping the actuator. M. Modulating Service Controls Modulating service controls shall be provided with up to 1200 starts per hour with positioning accuracy to +/- 0.25%, and shall include the following: Comparative Circuit shall be a solid-state plug-in PC board to accept a 4-20 mA input control signal from a position controller and have zero, span and deadband adjustments. The circuit shall provide, as standard, a 4-20 mA output signal for remote position indications. Reversing Contactor Control voltage shall be 120 volts, 50 or 60 Hz. N.O. Seal -in contacts for .., momentary contact pushbutton control and N.C.contacts for electrical interlock shall be supplied. When specified, additional contacts (1 N.O. and 1 N.C. for open and close coils) shall be supplied. The contactor shall be both electrically and mechanically interlocked. It shall be completely wired as an assembly and plug connected to the modular package. Control Power Transformer assembly shall provide 115, 18 and 12 VAC. It shall be epoxy impregnated and encapsulated to prevent moisture incursion and shall be completely wired as an assembly and plug connected to the modular package. Each actuator shall be supplied with open -stop -close pushbuttons furnished integrally mounted. Pushbuttons shall be double o-ring sealed and include a protective silicone boot. Seal material shall be resistant to ozone and ultraviolet light. When integrally mounted pushbuttons are specified, the design shall permit operation of the buttons when the electrical enclosure cover is open. Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 SECTION 11296 KHA No. 061018044 Flow Control Valve and Actuator October 2008 Page 6 of 8 The actuator shall include two (2) long life high intensity LED type pilot lights to indicate open, closed and intermediate valve position (both lights on). Red shall indicate valve open and green shall indicate valve closed. The actuator shall include a 3-position selector switch, for local (hand) -off -remote (auto) control. The selector switch shall be padlockable in any position. N. Monitoring and Diagnostics Facilities: Facilities shall be provided for monitoring actuator operation and availability as follows: Monitor (availability) relay, having one change -over contact, the relay being energized from the control transformer only when the Local/Off/Remote selector is in the "Remote" position and thermostat is not "tripped" to indicate that the actuator is available for remote (control room) operation. Where required, it shall be possible to provide indication of thermostat trip and "Remote" selected as discreet signals. O. Wiring and Terminals: Internal wiring shall be of tropical grade PVC insulated stranded cable of appropriate size for the control and three- phase power. Each wire shall be clearly identified at each end. The terminal compartment of the actuator shall be provided with a minimum of three threaded cable entries. When required, a forth cable entry shall be provided. All wiring supplied as part of the actuator shall be contained within the main enclosure for physical and environmental protection. External conduit connections between components are not acceptable. Control logic circuit boards and relay boards must be mounted on plastic mounts to comply with double insulated standards. A durable terminal identification card showing plan of terminals shall be provided and attached to the inside of the terminal box cover indicating: 1. Serial Number 2. External Voltage Values _ 3. Wiring Diagram Number 4. Terminal Layout ' This must be suitable for the contractor to inscribe cable core identification beside terminal numbers. P. Enclosure: Actuator shall be designed for non -intrusive start up / commissioning Actuators shall be 'O' ring sealed, watertight to NEMA 6. MU Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 KHA No. 061018044 October 2008 SECTION 11296 Flow Control Valve and Actuator Page 7 of 8 Enclosure must allow for temporary site storage without the need for electrical supply connection. so All external fasteners shall be stainless steel. Q. Startup Kit: Each actuator shall be supplied with a startup kit comprising installation instruction, electrical wiring diagram, and sufficient spare cover screws and seals to make good any site losses during the commissioning period. R. Performance Test Certificate: Each actuator must be performance tested and individual test certificates shall be supplied free -of - charge. The test equipment should simulate a typical valve load and the following parameters should be recorded: 1. Current at maximum torque setting 2. Torque at maximum torque setting T 3. Flash Test Voltage 4. Actuator Output Speed or Operating Time In addition, the test certificate should record details of specification, such as gear ratios for both manual and automatic drive, closing direction, and wiring diagram code number. S. Warranty and Spare Parts: Each actuator shall be warranted for a period of 60 months from date of shipment. This warranty shall be held in effect regardless of precommissioning conditions in a typical indoor or outdoor environment as long as the actuator is not abused or disassembled. This warranty shall not require the use of special storage procedures (such as the use of indoor storage, plastic bags, desiccants, and the energization of heater(s) in order to be maintained. The successful bidder to allow for actuator rebuild or repair shall inventory a complete compliment of spare parts. All spares shall be available to plant personnel within 72 hours of request as not to delay plant operations. T. Actuator Mounting and Service: Electric motor operators shall be provided by the local Representative. Cycle test to be witnessed by the Engineer, Contractor and Owner's Representative prior to delivery to jobsite if requested. Actuator for 10" and 16" valve to be floorstand mounted above grade with stem extension to 2" AWWA operating nut. Floorstand and stem extension to be fabricated from carbon steel with nylon powdercoat on floorstand. Powdercoat finish shall be UV resistant. Follow all manufacturers' - instructions for storage, installation and field wiring actuator at jobsite. 1. Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 SECTION 11296 KHA No. 061018044 Flow Control Valve and Actuator October 2008 Page 8 of 8 Local manufacturers' Representative shall provide start-up service on each actuator after installation and field wiring is complete. VALVE SCHEDULE TAG # QTY SIZE TYPE Actuator CYCLE TIME TBD 1 10" AWWA Multi -turn 120 sec. BFV TBD 1 16" AWWA Multi -turn 120 sec. BFV PART 3 - EXECUTION 3.01 INSTALLATION: A. All flow control valves shall be installed in accordance with the instructions of the manufacturer and as shown on the drawings. „ B. Installation and adjustment shall be checked and approved by a manufacturer's factory representative. After acceptance, the representative shall address a letter to the Engineer outlining all installation and start up procedures. The letter shall include a statement that the valves are installed per the manufacturer's recommendations. The manufacturer or his qualified representative shall conduct training session for the Owner's personnel in the operation and maintenance of the valve. END OF SECTION M M Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 KHA No. 061018044 October 2008 PART 1- GENERAL 1.01 GENERAL CONDITIONS SECTION 16010 Electrical General Provisions Page 1 of 8 A. The General Conditions and Requirements, Special Provisions, are hereby made a part of this Section. B. The Electrical Drawings and Specifications under this Section shall be made a part of the Contract Documents. The Drawings and Specifications of other sections of this contract, as well as supplements issued thereto, information to bidders and pertinent documents issued by the Owner's Representative are a part of these Drawings and Specifications and shall be complied with in every respect. All the above documents will be on file at the office of the Owner's representative and shall be examined by all the bidders. Failure to examine all documents shall not relieve the responsibility or be used as a basis for additional compensation. C. Furnish all work, labor, tools, superintendence, material, equipment and operations necessary to provide for a complete and workable electrical system as defined by the Contract Documents. D. Be responsible for visiting the site and checking the existing conditions. Ascertain the conditions to be met for installing the work and adjust bid accordingly. E. It is the intent of the Contract Documents that upon completion of the electrical work, the entire system shall be in a finished, workable condition. F. All work that may be called for in the Specifications but not shown on the Drawings, or, all work that may be shown on the Drawings but not called for in the Specifications, shall be performed by the Contractor as if described in both. Should work be required which is not set forth. in either document, but which work is nevertheless required for fulfilling of the intent thereof, then the Contractor shall perform all work as fully as if it were specifically set forth in the Contract Documents. G. The definition of terms used throughout the Contract Documents shall be as specified by the following agencies: 1. Underwriters Laboratories 2. National Electrical Manufacturers Association 3. American National Standards Institute 4. Insulated Power Cable Engineers Association 5. National Electrical Code 6. National Fire Protection Association 16010-1 Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 SECTION 16010 KHA No. 061018044 Electrical General Provisions October 2008 Page 2 of 8 4 H. The use of the terms "as (or where) indicated", "as (or where) shown", "as (or where) specified", or "as (or where) scheduled" shall be taken to mean that the reference is made to ,. the Contract Documents, either on the Drawings or in the Specifications, or both documents. 1. The use of the words "furnish", "provide", or "install" shall be taken to mean that the item or facility is to be both furnished and installed under Division 16, unless stated to the contrary that the item or facility is to be either furnished under another Division or under another Contract, furnished under this Division and installed under another Division or under another Contract, or furnished and installed under another Division or under another Contract. 1.02 PERMITS AND CODES A. Secure all permits, licenses, and inspection as required by all authorities having jurisdiction. Give all notices and comply with all laws, ordinances, rules, regulations and contract — requirements bearing on the work. B. The minimum requirements of the electrical system installation shall conform to the latest edition of the National Electrical Code, as well as state and local codes. C. Codes and ordinances having jurisdiction and specified codes shall serve as minimum _ requirements, but, if the Contract Documents indicate requirements which are in excess of those minimum requirements, then the requirements of the Contract Documents shall be followed. Should there be any conflicts between the Contract Documents and codes, or any ordinances, report these with bid. PART 2 - PRODUCTS 2.01 STANDARDS A. All materials and equipment shall conform to the requirements of the Contract Documents. They shall be new, free from defects, and they shall conform to the following standards where these organizations have set standards: 1. Underwriters Laboratories (UL) 2. National Electrical Manufacturer's Association (NEMA) 3. American National Standards Association (ANSI) 4. Insulated Cable Engineers Association (ICEA) B. All material and equipment of the same class shall be supplied by the same manufacturer, unless specified to the contrary. C. All products shall bear UL labels where standards have been set for listing. All other — products shall be UL labeled. Motor control centers, switchboards, and switchgear shall have UL labels by the manufacturer. Custom panels, modified motor starters, control panels, and instrument panels and the like shall be manufactured by a fabricator approved as — a UL508A shop and shall bear a UL 508A (UL Industrial Control Panel) label. 16010-2 Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 SECTION 16010 KHA No. 061018044 Electrical General Provisions October 2008 Page 3 of 8 D. When the Contractor provides a product for this project he shall be bound by the terms and conditions of the Contract Documents and he shall agree to warrant and to be liable for the merchantability and fitness of his product to the applications to which his product is applied under the Contract Documents. 2.02 SHOP DRAWINGS AND SUBMITTALS A. Shop drawings and submittals shall comply with the Contract GENERAL CONDITIONS in the CIVIL SECTION and as specified herein. ° B. Shop drawings shall be taken to mean detailed drawings with dimensions, schedules, weights, capacities, installation details and pertinent information that will be needed to describe the material or equipment in detail. C. Submittals shall be taken to mean catalog cuts, general descriptive information, catalog numbers and manufacturer's name. D. Submit for review all shop drawings and submittals as hereinbefore called for. E. Review of submittals or shop drawings shall not remove the responsibility for furnishing materials or equipment or proper dimensions, quantity and quality, nor will such review remove the responsibility for error in the shop drawings or submittals. F. Failure to process submittals or shop drawings on any item and/or items specified shall make the Contractor responsible for the suitability for the item and/or items, even though the item and/or items installed appear to comply with the Contract Documents. G. Assume all costs and liabilities which may result from the ordering of any material or equipment prior to the review of the shop drawings or submittals, and no work shall be done until the shop drawings or submittals have been reviewed. In case of correction or rejection, resubmit until such time as they are accepted by the Owner's Representative, and such procedures will not be cause for delay. H. Submittals and shop drawings shall be compiled from the manufacturer's latest product data. Should there be any conflicts between this data and the Contract Documents, report this information for each submittal and/or shop drawing. I. Shop drawings and submittals will be returned and unchecked if the specific items proposed are not clearly marked, or if the General Contractor's approval stamp is omitted. J. When requested, furnish samples of materials for acceptance review. If a sample has been reviewed and accepted, then that item of material or equipment installed on the job shall be equal to the sample; if it is found that the installed item is not equal, then replace all such items with the accepted sample equivalent. 16010-3 Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 KHA No. 061018044 October 2008 2.03 ACCEPTANCE AND SUBSTITUTIONS SECTION 16010 Electrical General Provisions Page 4 of 8 A. All manufacturers named are a basis as a standard of quality and substitutions of any equal product will be considered for acceptance. The judgement of equality of product substitution shall be made by the Engineer. B. Substitutions after award of Contract shall be made only within sixty (60) days after the notice to proceed. Furnish all required supporting data. The submittal of substitutions for review shall not be cause for time extensions. C. Where substitutions are offered, the substituted product shall meet the product performance as set forth in the specified manufacturer's current catalog literature, as well as meeting the details of the Contract Documents. D. The details on the drawings and the requirements of the Specifications are based on the first listed material or equipment. If any other than the first listed material or equipment is furnished, then assume responsibility for the correct function, operation, and accommodation of the substituted item. In the event of misfits or changes in work required, either in this section or other sections of the Contract, or in both, bear all costs in connection with all changes arising out of the use of other than the first listed item specified. E. Substitutions of products under other sections may occur. Make necessary adjustments and additions to work under Division 16 to accommodate those substitutions. Such adjustments and additions shall be performed in compliance with Division 16 Specifications at no additional charge. F. Energy efficiency of each item of power consuming equipment shall be considered one of the standards for evaluation. PART 3 - EXECUTION 3.01 CUTTING AND PATCHING A. Cutting and patching required under this section shall be done in a neat workmanlike manner. Cutting lines shall be uniform and smooth. B. Use concrete saws for large cuts in concrete and use core drills for small round cuts in concrete. C. Where openings are cut through masonry walls, provide lintel or other structural support to protect the remaining masonry. Adequate support shall be provided during the cutting operation to prevent damage to masonry. D. Where large openings are cut through metal surfaces, attach metal angle around the opening. E. Patch concrete openings that are to be filled with nonshrinking cementing compound. Finish concrete patching shall be troweled smooth and shall be uniform with surrounding surfaces. 16010-4 Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. I and Hurst No. 2 SECTION 16010 KRA No. 061018044 Electrical General Provisions October 2008 Page 5 of 8 3.02 WATERPROOFING Provide waterproof flashing for each penetration of exterior walls and roofs. 3.03 CONSTRUCTION REQUIREMENTS A. Except where specifically noted or shown, the locations and elevations of equipment are approximate and are subject to small revisions as may prove necessary or desirable at the time the work is installed. Locations changed substantially from that shown on the drawings shall be confirmed with the Engineer in advance of construction. B. Where equipment is being furnished under another Division, request from Engineer an accepted drawing that will show exact dimensions of required locations or connections. Install the required facilities to the exact requirements of the accepted drawings. a C. All work shall be done in the best and most workmanlike manner by qualified, careful electricians who are skilled in their trade. The standards of work required throughout shall be of the first class only. D. Unless shown in detail, the Drawings are diagrammatic ,and do not necessarily give exact details as to elevations and routing of raceways, nor do they show all offsets and fittings; nevertheless, install the raceway system to conform to the structural and mechanical conditions of the construction. E. Holes for raceway penetration into sheet metal cabinets and boxes shall be accurately made with an approved tool. Cutting openings with a torch or other device that produces a jagged, rough cut will not be acceptable. F. Cabling inside equipment shall be carefully routed, trained and laced. Cables so placed that they obstruct equipment devices will not be acceptable. G. Equipment shall be set level and plumb. Supporting devices installed shall be set and so braced that equipment is held in a rigid, tight -fitting manner. 3.04 EQUIPMENT PROTECTION A. Provide suitable protection for all equipment, work and property against damage during construction. B. Assume full responsibility for material and equipment stored at the site. C. Conduit openings shall be closed with caps or plugs during installation and made watertight. All outlet boxes and cabinets shall be kept free of concrete, plaster, dirt and debris. D. Equipment shall be covered and tightly sealed against entrance of dust, dirt and moisture. 16010-5 s Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 SECTION 16010 KHA No. 061018044 Electrical General Provisions October 2008 Page 6 of 8 E. All dry -type transformers prior to energization shall be protected against moisture and dirt absorption by a suitable covering. Also, maintain heat inside the covering by means of 100 watt minimum lamps. F. Interiors of and motor control centers shall be kept clean and dry prior to energization. Maintain heat inside each unit with one (1) 150 watt lamp located at bottom of each vertical section or energize section space heaters. 3.05 COOPERATION WITH WORK UNDER OTHER DIVISIONS A. Cooperate with all other trades so as to facilitate the general progress of their work. Allow all other trades every reasonable opportunity for the installation of their work and the storage of their materials. B. The work under this section shall follow the general building construction closely. Set all pipe sleeves, inserts, etc., and see that openings for chases, pipes, etc., are provided before concrete is placed or masonry installed. C. Work with other trades in determining exact locations of outlets, conduits, fixtures, and pieces of equipment to avoid interference with lines as required to maintain proper installation of other work. D. Make such progress in work that will not delay the work of other trades. Schedule the work so that completion dates as established by the Engineer are met. Furnish sufficient labor or work overtime to accomplish these requirements if directed to do so. 3.06 INSTALLATION OF WORK UNDER ANOTHER DIVISION A. Verify the electrical capacities of all motors and electrical equipment furnished under other sections, or furnished by the Owner, and request wiring information from the Engineer, if wiring requirements are different from that specified under this Section. Do not make rough -ins until equipment verification has been received. B. Install all motors, controllers, terminal boxes, pilot devices, and miscellaneous items of electrical equipment that are not integrally mounted with the equipment furnished under other divisions. All such equipment shall be securely mounted and adequately supported in a neat and workmanlike manner. 3.07 CHANGE ORDERS A. In the event change orders are prepared, they shall each be itemized as to quantities in addition to labor, materials, and overlead. B. Pricing of change orders shall be done in compliance with the latest edition of "Means Electrical Cost Data" and pricing shall not exceed values tabulated therein. 16010-6 Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 KHA No. 061018044 October 2008 3.08 CLEAN-UP SECTION 16010 Electrical General Provisions Page 7 of 8 A. Remove all temporary labels, dirt, paint, grease and stains from all exposed equipment. Upon completion of work, clean equipment and the entire installation so as to present a first class job suitable for occupancy. No loose parts or scraps of equipment shall be left on the premises. B. Equipment paint scars shall be repaired with paint kits supplied by the equipment • manufacturer or with an approved paint. C. Clean interiors of each item of electrical equipment. At completion of work all equipment interiors shall be free from dust, dirt and debris. 3.09 TESTS A. Test all systems furnished under Division 16 and repair or replace all defective work. Make all necessary adjustments to the systems and instruct the Owner's personnel in the proper operation of the system. B. Make all circuit breaker and protective relay adjustments and settings. C. Make the following minimum tests and checks prior to energizing the electrical equipment: 1. Check all wire and cable terminations for tightness. 2. Test all wiring as specified in 16120. 3. Test grounding system as specified in Section 16450. 4. Set all transformer taps as required to obtain the proper secondary voltage. 5. Carefully check all interlocking, control and instrument wiring for each system to ascertain that the system will function properly as indicated by schematics, wiring diagrams, or as specified herein. 6. Mechanical inspection of all low voltage circuit breakers, disconnect switches, motor starters, control equipment, etc. for proper operation. 7. Provide all instruments and equipment for the above tests. 8. Allow in bid for third party testing ,firm to test operation of switchboard, automatic transferibypass switch, and motor control center equipment including motor starters, contactors, and circuit breakers. Testing. shall be by current injection and shall be compared to relay settings in co-ordination study specified in the applicable other Division 16 specifications. Testing shall be in accordance with NETA standards. Testing firm shall be Shermco, ETI, or approved equal. Furnish test report documentation. 16010-7 W Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 SECTION 16010 KHA No.. 061018044 Electrical General Provisions October 2008 Page 8 of 8 3.10 RECORD DRAWINGS A. At the start and during the progress of the job, keep one separate set of complete contract issued prints for making construction notes and mark-ups. B. Show conduit routing and wiring runs as constructed and identify each. C. Record all deviations from the Contract Documents. D. Submit set of marked -up drawings for review. The final payment will not be made until the review is complete. 3.11 OPERATIONS AND MAINTENANCE MANUALS A. Six (6) weeks prior to the completion of the project, compile an Operations and Maintenance Manual on each item of equipment. These manuals shall include detailed instructions and maintenance as well as spare parts lists. B. Submit copies for review as hereinbefore specified. C. Preliminary Operations and Maintenance Manuals shall be included with the initial shipments of equipment to the contractor shop or site. END OF SECTION 16010-8 Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 SECTION 16110 KHA No. 061018044 Raceways October 2008 Page 1 of 9 PART 1— GENERAL 1.01 SCOPE A. This section shall include raceways, enclosures, supporting devices ancillary fittings and appurtenances. Furnish and install the complete raceway systems as shown on the Drawings and as specified herein. B. Raceway is a broad -scope term that shall be defined by the National Electrical Code under Article 100. 1.02 APPLICATIONS A. Refer to Specification Section 16410 for underground requirements. Y B. Except as otherwise shown on the Drawings, or otherwise specified, all underground and in - slab conduit raceways shall be of the following type: • Except as otherwise specified, all power and control underground conduit runs shall be made with schedule 40 PVC. Bends to grade shall be made with plastic coated rigid aluminum conduit. C. Except as otherwise shown on the Drawings, or otherwise specified, all above grade conduit raceways shall be of the following type: 1. Indoor exposed power and control conduit shall be rigid aluminum conduit. Instrumentation, signal, and communication conduit shall have 24 separation from power conduits. 2. Outdoor exposed power, control, and instrumentation, signal, and communication conduit shall be rigid aluminum conduit, except where areas are denoted as corrosive or NEMA 4X. In those area furnish plastic coated rigid aluminum conduit, fittings, and boxes. 1.03 SUBMITTALS AND SHOP DRAWINGS A. Process catalog submittals for the following: 1. Rigid Metallic Aluminum Conduit 2. Plastic Jacketed Rigid Steel Conduit 3. Rigid Non -Metallic Conduit 4. Liquid -tight Flexible Conduit 5. Liquid -tight Fittings 6. Conduit Bushings 7. Conduit Bodies 16110-1 Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 KHA No. 061018044 October 2008 8. Conduit Sealing Fittings 9. Expansion -Deflection Fittings 10. Expansion Fittings 11. Cast Metal Boxes 12. Tape Products 13. Wiring Devices 14. Supporting Devices 15. Labels 16. Grounding Devices 17. Foam Sealant PART 2 - PRODUCTS 2.01 RACEWAYS SECTION 16110 Raceways Page 2 of 9 A. Rigid metallic aluminum conduit shall be manufactured of 6063 alloy, T-1 temper, with no more than 0.02% copper content. All conduit couplings shall be threaded aluminum. All such conduit shall be listed with UL and comply with UL-6A and ANSI C80.5. Aluminum conduit shall be Easco, or equal. B. Plastic coated rigid aluminum conduit shall consist of rigid aluminum body that complies with above specifications for rigid aluminum conduit, plus conduit shall have 40 mil thick heat -fused PVC over outside and 2 mil coat of fully catalyzed phenolic inside. The inside coat shall have the chemical resistance of the outer coating and shall not dissolve in lacquer thinner. All couplings shall be equipped with PVC sleeves that extend one pipe diameter or 2", whichever is less, beyond the end of the coupling. All plastic coated conduit shall conform to NEMA Standard #RNI. Such conduit shall be manufactured by Robroy, or equal. C. Non-metallic rigid conduit shall be Schedule 40 PVC. Such conduit shall be UL listed for 90 degrees C and shall conform to NEMA.TC-2 and UL-651 standards. Furnish Carlon, Cantex or equal. Furnish manufacturer's approved solvent for joining couplings. D. Liquid -tight flexible conduit shall be constructed of non-metallic sunlight resistant PVC. Furnish Anaconda type NMUA. E. Flexible conduit for connection of light fixtures above dropped ceilings shall be non - jacketed, interlocking steel and shall ' be hot -dipped galvanized. Furnish Electri-Flex or equal. Length shall not exceed 6. 2.02 CONDUIT FITTINGS A. NEMA 4 locknuts for rigid metallic conduit shall consist of aluminum body with neoprene sealing ring. Furnish Crouse -Hinds, T&B, or equal. 16110-2 Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 SECTION 16110 KRA No. 061018044 Raceways October 2008 Page 3 of 9 B. NEMA 1 locknuts for rigid metallic conduits shall be hardened aluminum for use with aluminum conduit. C. Conduit field -applied hubs for sheet metal enclosures shall be aluminum body with recessed neoprene sealing ring, threaded NPT insert, and shall be, T&B 370 AL series, or equal products by OZ/Gedney. D. Conduit hubs for non-metallic enclosures shall be fiberglass polyester reinforced with galvanized steel core, complete with locknut and grounding bushing. All such hubs shall be Crouse -Hinds Type NHU, or equal. E. Rigid metallic conduit chase nipples, split couplings, slip fittings, unions, reducers, and enlargers, shall be aluminum iron. F. Rigid metallic conduit short els and long els shall be rigid aluminum with NPT threaded hubs and male ends. Throats shall be smooth and free from burrs. All such fittings shall be OZ/Gedney Type "9" Series, Appleton, or equal. G. Rigid metallic conduit split couplings shall be made of aluminum and have threaded body with split tightening shelves with neoprene sandwich. Such fittings shall be OZ type "SSP", or equal. H. Rigid metallic conduit grounding bushings shall be aluminum body. with threaded hub, bakelite insulated throat, and tin-plated copper ground lug. Furnish OZ/Gedney type ABLG, or equal. I. Liquid -tight flexible conduit fittings shall be suitable for the specified flexible conduit and shall be type B. Furnish straight or angle connectors as required. All such connectors shall be OZ/Gedney type 4QP, or equal. J. Rigid metallic conduit expansion/deflection fittings shall consist of galvanized malleable iron hubs with heat -fused epoxy coating, flexible neoprene joining sleeve banded to hubs with stainless steel bands, and with internal bonding jumper and guide cones. Furnish Crouse -Hinds type "XD" or equal. K. Rigid metallic conduit expansion fittings shall consist of metallic barrel joined to hubs at each end. One hub shall be threaded to.barrel and other hub shall have slip fit to allow up to four (4") inches of conduit lateral movement. Provide external bonding jumper for each expansion joint. Furnish Crouse -Hinds type "XJ", OZ Type "AX", or equal. L. Conduit waterstops for sealing inside of conduit runs shall consist of aluminum pressure discs with sandwiched neoprene seal and with 316 stainless steel hardware. Furnish OZ/Gedney type "CS" series products, as indicated. M. Conduit sealing bushings for penetrations in exterior walls shall be constructed of neoprene and shall have an aluminum disk with stainless steel bolts and hardware. Furnish _ OZ/Gedney "CSM" series products. For existing walls core drill wall to size recommended by manufacturer of sealing bushing. Use two bushings per wall penetration, one each side. 16110-3 Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 SECTION 16110 KHA No. 061018044 Raceways October 2008 Page 4 of 9 For newly constructed walls provide a PVC Schedule 40 sleeve in concrete pour. PVC sleeve shall be installed with a water stop seal. The size of the poured in place sleeve shall be as recommended by the manufacturer of the water stop seal. 2.03 CONDUIT BODIES AND BOXES A. Conduit bodies such as "C", "LB", "T" and the like pulling fittings shall be aluminum. Covers for damp and/or wet location use shall be gasketed cast metal with "wedge -nut" clamps. Covers for dry locations shall be cast aluminum and hardware shall be 316 stainless steel. All covers shall be equipped with clamp type clevises. Furnish Crouse -Hinds Form 7, or Appleton Form "FM7" products. B. Conduit bodies for use in corrosive areas shall be as specified above but shall have 40 mil plastic coated PVC jacket and 2 mil interior coating as specified for plastic coated rigid metallic conduit. Furnish Robroy, Ocal,' or equal fittings. R C. Conduit bodies such as "GUA", "GUAT", "GUAL", and the like pulling/splicing fittings shall be cast aluminum with threaded cast aluminum covers. All such conduit bodies shall be Killark "GE" series, or equal products by Crouse -Hinds or Appleton. D. Cast metal outlet boxes, pullboxes, and junction boxes whose volume is smaller than 100 _ cubic inches, and cast metal device boxes, shall be sand-cast, copper -free aluminum or zinc coated" sand-cast malleable iron. All boxes shall have threaded hubs. Furnish Crouse -Hinds "FD" style condulets, Appleton "FD" style Unilets, or equal. E. Covers for cast metal boxes shall be gasketed cast metal covers with 316 stainless steel screws and shall be suitable for use in wet or damp locations. 2.04 PULL AND JUNCTION BOXES A. Pullboxes and junction boxes whose volume is less than 100 cubic inches shall be furnished " as specified hereinbefore except where sheet metal types are shown, in which case, furnish such sheet metal enclosures in NEMA 4X 304 stainless steel construction with gasketed covers of same material. B. Pull boxes and junction boxes whose volume is 100 cubic. inches and greater shall be NEMA 4X 304 grade stainless steel type with gasketed stainless steel covers. Provide print pocket and interior back panel for mounting of terminal strips where terminal strips are called for on the drawings. Sheet metal boxes shall be as manufactured by Hoffman or equal. C. Covers for sheetmetal pullboxes and junction boxes over 100 cubic inches (and for smaller sized where shown) shall have hinged doors. All hardware shall be stainless steel. D. Cast'metal junction boxes shall be cast' aluminum type with gasketed, cast metal covers and with stainless steel cover screws. 16110-41, Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 SECTION 16110 KHA No. 061018044 Raceways October 2008 Page 5 of 9 2.05 LABELS w A. Buried conduit marking tape for marking path of secondary buried conduits shall be four (4") inch nominal width strip of polyethylene with highly visible, repetitive marking "BURIED CONDUIT" or similar language, repeated along its length. B. Voltage warning labels for cabinets shall be waterproof vinyl strips with adhesive back and shall have "DANGER (VOLTAGE) - DISCONNECT ALL SOURCES OF POWER BEFORE ENTERING". Letters shall be highly visible red color on white background. 2.06 SUPPORTING DEVICES �. A. Mounting hardware, nuts, bolts, lockwashers, and washers, shall be Grade 316 stainless steel. M B. Unless otherwise indicated, channel framing and supporting devices shall be manufactured of ASTM 6063, T06 grade aluminum; 1-5/8" wide x 3-1/4" deep (double opening type). Clamp nuts for use with channels shall be grade 316 stainless steel. C. Where indicated, furnish grade 316 stainless steel slotted channel members 1-5/8" wide x 1- 5/8" deep or 1 5/8" x 3 1/4" deep, double-faced type. All hardware and conduit clamps shall be grade 316 stainless steel. D. Conduit clamp supports for terminating conduits onto cable trays shall be mechanically galvanized malleable iron with adjustable angle clamp. Fittings shall be provided with 316 stainless steel hardware. Furnish OZ✓Gedney type CTC products. E. All such channel members and fittments shall be B-Line, Unistrut or equal. F. Conduit straps, and associated nuts, lockwashers and bolts for use with channels shall be 316 stainless steel with 316 stainless steel hardware. Furnish B-Line products or equal. G. After -set concrete inserts (drilled expansion shields "D.E.S.") shall consist of two types. For anchors to accommodate 5/16" diameter bolts and smaller, provide HILTI "HDI" series 316 stainless steel anchors. For anchors to accommodate 3/8" diameter and larger bolts, provide HILTI "HVA" series with 316 stainless steel threaded inserts. H. Hanger rod shall be 3/8" minimum diameter Type 316 stainless steel all -thread. I. One hole conduit clamps shall be nest -back or clamp -back conduit supports shall be two- piece type constructed of copper free aluminum or malleable iron alloy. The material shall match the conduit material. Furnish Crouse -Hinds series 500 clamp + series CB spacer, Thomas & Betts 1270/1280 series clamp + series 141NG nestback (if required), or equal. Finish for cast malleable iron shall be hot dip galvanized. 16110-5 Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 SECTION 16110 KHA No. 061018044 Raceways October 2008 Page 6 of 9 - J. Conduit beam clamps shall be hot -dip galvanized malleable iron and shall be as follows: TYPE MANUFACTURER 1. Right Angle ..................................... OZ/Gedney Type "UBCG", or equal. 2. Parallel ............................................ OZ/Gedney Type "UPCG", or equal. 3. Edge ................................................ OZ/Gedney lype "USCG", or equal. K. Hanger rod beam clamps shall be clamp type with hardened steel, bolt, Steel City 11500" Series, Crouse -Hinds type "MW", or equal. Furnish swivel stud for each rod make- up. L. Conduit "J" hangers shall consist of steel straddle with detachable bolt. Finish shall be electro-galvanized. Furnish Kindorf type "C-149", Unistrut U-1200" Series, or equal. M. Conduit "U" bolts shall be hot -dip galvanized steel with 316 stainless steel hex -head bolts. N. Equipment stands for supporting devices such as control stations, device boxes and the like, shall consist of a welded structural aluminum c-channel and plate aluminum floor plate as detailed on the drawings. 2.07 MISCELLANEOUS MATERIAL A. Double bushings for insulating wiring through sheet metal panels shall consist of mating male and female threaded phenolic bushings. Phenolic insulation shall be high -impact thermosetting plastic rated 150 degrees C. Furnish OZ Type "ABB", or equal. B. Conduit pull -cords for use in empty raceways shall be glass -fiber reinforced tape with foot - marked identification along its length. Furnish Thomas, Greenlee, or equal products. C. Conduit thread coating compound shall be conductive, non -galling, and corrosion -inhibiting. Furnish Crouse- Hinds Type "STL" , Appleton Type "ST", or equal. D. Plastic compound for field -coating of ferrous material products shall be PVC in liquid form that sets -up semi -hard upon curing. Furnish Rob Roy "Rob Kote" or equal. — E. Zinc spray for coating galvanized steel threads shall be Research Laboratory type "LPS", Mobil "Zinc -Spray" or equal conductive zinc -rich spray enamel product. F. Foam sealant for waterproofing uses shall be Avanti AV280, or equal. PART 3 - EXECUTION 3.01 RACEWAYS A. Install the conduit system to provide the facility with the utmost degree of reliability and maintenance free operation. The conduit system shall have the appearance of having been installed by competent workmen. Kinked conduit, conduit inadequately supported or 16110-6 Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 SECTION 16110 KHA No. 061018044 Raceways -, October 2008 Page 7 of 9 carelessly installed, do not give such reliability and maintenance free operation and will not be accepted. B. Raceways shall be installed for all wiring runs, except as otherwise indicated. C. Conduit sizes, where not indicated, shall be N.E.C. code -sized to accommodate the number and diameter of wires to be pulled into the conduit. Unless otherwise indicated, 3/4" trade - size shall be minimum size conduit. D. Unless otherwise noted, conduit runs shall be installed exposed. Such runs shall be made parallel to the lines of the structure. Conduit shall be installed such that 'it does not create a tripping hazard or an obstruction for headroom. E. All runs of rigid conduit shall be threaded, and all male threads shall be coated with non - galling thread compound prior to assembly. F. Plastic coated metallic conduit lengths shall be joined with threaded metallic coupling that shall be each equipped with a 40 mil thickness sleeve that shall extend over the threads of the joined conduit. Each joint shall be watertight. G. Field -cut threads in runs of plastic coated metallic conduit shall be cut with a special die that has rear reamed out oversize so as to slip over plastic coating. Do not attempt to cut threads on plastic coated conduit with regular dies, whereby plastic coating is skinned back to allow the incorrect die to be used. Coat all field -cut threads with cold -galvanizing spray, use two coats to provide 1-mil minimum coating thickness. H. Conduit runs made in concrete pours or surface -mounted runs that are attached to the -- structure, shall be equipped with an expansion/deflection fitting where they cross an expansion joint, or at every 100 feet. I. Unless otherwise shown, conduit penetrations through floors located below enclosures, shall be made each with couplings set flush with the outside faces of the concrete pour. Each pair of couplings shall be joined with a threaded spool piece. Use coated aluminum or galvanized steel couplings. J. Rigid metallic conduit runs shall have their couplings and connections made with screwed fittings and shall be made up wrench -tight. Check all threaded conduit joints prior to wire pull. Coat all male threads with Crouse -Hinds "STL" or equal, conductive lubricant prior to joining. K. All conduit runs shall be watertight over their lengths of run, except where drain fittings are indicated. In which cases, install specified drain fittings. 1.0 L. Plastic jacketed flexible steel conduit shall be used to connect wiring to motors, limit switches, bearing thermostats, and other devices that may have to be removed for servicing. Unless otherwise indicated, maximum lengths of flex shall be three (3) feet. 16110-7 Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 KHA No. 061018044 October 2008 SECTION 16110 Raceways Page 8 of 9 M. Where plastic jacketed flex is installed, make up terminal ends with liquid -tight flex connectors. In wet locations, install sealing gaskets on each threaded male connector. Each flex connector shall be made-up tightly so that the minimum pull-out resistance is at least 150 lbs. Install external spirally -wrapped ground wire around each run of liquid -tight flex and bond each end to specified grounding -type fittings. N. Empty conduits shall have pull -ropes installed. Identify each terminus as to location of other end and trade size of conduit. Use blank plastic waterproof write -on label and write information on each label with waterproof ink. Pull a mandrel through each conduit to check and clear blockage before installing pull -rope. Owner's representative shall witness test. Provide documentation that all conduits are clear and ready for future use. Cap exposed ends of empty conduit with threaded plugs. O. Conduit runs into boxes, cabinets and enclosures shall be set in a neat manner. Vertical runs shall beset plumb. Conduits set cocked or out of plumb will not be acceptable. P. Conduit entrances into equipment shall be carefully planned. Cutting away of enclosure structure, torching out sill or braces, and removal of enclosure structural members, will not be acceptable. Q. Use approved hole cutting tools for entrances into sheet metal enclosure. Use of cutting torch or incorrect tools will not be acceptable. Holes shall be cleanly cut and they shall be free from burrs, jagged edges, and torn metal. R. All raceways shall be swabbed clean after installation. There shall be no debris left inside. All interior surfaces shall be smooth and free from burrs and defects that would injure wire insulation. Outdoor aluminum runs of raceways shall be installed with expansion fittings and supports as required to accommodate thermal expansion due to changes in temperature appropriate with ,the structure from which the conduit is supported. Installation shall not appear to be loose or nonlinear with changes in temperature, from night to day or from summer to winter. In no case shall a straight run of conduit be installed over 26' without an expansion fitting. Furnish additional expansion fittings if required by the characteristics of the particular installation. 3.02 CONDUIT BODIES AND BOXES A. Conduit bodies such as "LB", "T", "GUAT", etc., shall be installed in exposed runs of conduit wherever indicated and where' required to overcome obstructions and to provide pulling access to wiring. Covers for such fittings shall be accessible and unobstructed by the adjacent construction. GUA series pulling bodies rather than LB fittings and the like shall be used for splicing purposes as well as pulling access. B. Covers for all conduit bodies shall be installed with gasketed cast metal type where located in damp or wet locations. 16110-8 M Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 KHA No. 061018044 October 2008 SECTION 16110 Raceways Page 9 of 9 C. All conduit boxes installed whose inside volume is less than 100 cubic inches shall be cast metal type with gasketed cast metal cover, unless otherwise indicated. D. All conduit boxes whose inside volume exceeds 100 cubic inches shall be sheet metal type except where gasketed cast metal type, stainless steel or fiberglass reinforced polyester are indicated. 3.03 RACEWAY SUPPORT A. All raceway systems shall be adequately and safely supported. Loose, sloppy and inadequately supported raceways will not be acceptable. Supports shall be installed at intervals not greater than those set forth by the NEC, unless shorter intervals are otherwise indicated, or unless conditions require shorter intervals of supports. B. Multiple runs of surface mounted conduit on concrete or masonry surfaces shall be supported off the surface by means of aluminum channels. Attach each slotted channel support to concrete surface by means of two (2) 1/4" diameter stainless steel bolts into drilled expansion shields. C. Single runs of surface mounted conduit on concrete or masonry surfaces shall be supported with hot -dipped malleable iron conduit clamps and nest -back spacers. Furnish plastic coated malleable iron conduit clamps and nest backs where corrosive areas are called out. D. Conduit runs that are installed along metallic structures shall be supported by means of hot - dipped galvanized beam clamps as specified herein. 3.04 LABELING A. In addition to labeling requirements as specified throughout this and other Sections, install wiring and raceway labeling as follows: 1. Apply write -on identification to empty conduits to identify each conduit as to terminus of other end and also to identify trade size of conduit. 2. Where active conduits terminate into bottoms of motor control centers, install label on each conduit terminus and show number and size of wiring and function of circuitry and trade size of conduit. END OF SECTION 16110-9 Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 SECTION 16120 KHA No. 061018044 Wire & Cable October 2008 Page 1 of 6 PART 1- GENERAL 1.01 SCOPE This section shall include wire and cable, terminating devices, splice kits, labeling, and appurtenances. 1.02 SUBMITTALS AND SHOP DRAWINGS Process catalog submittals for the following; 1. Power and control cable 2. Instrument cable 3. Conductor Connectors 4. Tape Products 5. Labels PART2-PRODUCTS 2.01 WERE AND CABLE A. All conductors shall be soft -drawn annealed copper, Class B stranding that meets ASTM B-8. Copper conductors shall be uncoated, except as otherwise specified. B. Single conductor cable for power, control, and branch circuits shall have cross -linked polyethylene insulation, rated for 600 volts. Cable shall be NEC type XHHW. All such cable shall be rated for wet or dry use. Cable insulation shall be color coded with factory pigmented colors below size #6 awg. Color coding shall be as specified under Part 3 of this section. Cable shall be as manufactured by Southwire or equal. C. Instrument cable for analog circuits, shall be # 16 awg, twisted shielded pairs or triads with PVC insulation and overall jacket. Cable assembly shall be rated for 600 volts, wet or dry locations. Furnish Okonite "Okoseal-N Type P-OS" or approved equal. D. Single conductor cable for 24 volt do control shall be minimum size 416. Furnish MTW type insulation for panel wiring and THWN insulation for field wiring in conduits. E. Ground mat and associated upcomers and grounding conductors shall be bare tin-plated stranded copper. F. Cable for RS485 applications shall be Belden #9841. .. G. Cables for the turbidity metering equipment and transit time flow meters shall be as required by the vendor of the equipment. i 16120-1 as Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 SECTION 16120 KHA No. 061018044 Wire & Cable October 2008 Page 2 of 6 2.02 CONNECTORS A. Mechanical connectors for 600V class wiring shall be tin-plated copper alloy bolted pressure type with bronze tin-plated hardware. Furnish connectors as follows: TYPE MANUFACTURER & TYPE Single conductor to flat -plate connector ...................................Blackburn LH Multiple conductor to flat -plate connector ............................... Blackburn L2H, L3H, L4H Split -bolt connector.................................................................. Blackburn BPS Two -bolt parallel connector with spacer ..................................Blackburn 2BPW Cross Connector.......................................................................Blackburn XT Splice Connector...................................................................... Blackburn S Flush ground connector............................................................ OZ Type "VG" B. Insulated spring wire connectors, "wire -nuts", for small building wire taps and splices shall be plated spring steel with thermoplastic jacket and pre -filled sealant. Connector shall be rated for 600 volts, 75 degrees C continuous. Furnish King Technology, or equal. C. Connectors for control conductor connections to screw terminals shall be crimp -type with vinyl insulated barrel and tin-plated copper ring -tongue style connector. Furnish T&B "Sta-Kon", 3M "Scotchlok", or equal. D. Terminal strips for miscellaneous field terminations of control and instrumentation circuits shall consist of 12 point box lug terminals with marking surface. Terminal assembly shall accept # 18 to #12 awg and shall be rated 600 volts. Furnish Allen-Bradley #1492-HJ812 terminal blocks. 2.03 INSULATING PRODUCTS A. Tape products shall be furnished as hereinafter specified and shall be Plymouth -Bishop, Okonite, 3M, or equal. B. General purpose electrical tape shall be 7 mil thick stretchable vinyl plastic, pressure adhesive type, Plymouth -Bishop Premium I 11, 3M, Scotch.33+, or equal. C. Insulating void -filling tape and high voltage bedding tape shall be stretchable ethylene propylene rubber with high -tack and fast fusing surfaces. Tape shall be rated for 90 degrees C continuous, 130 degrees C overload, and shall be moisture -proof. Void filling tape shall be Plymouth -Bishop W963 Plysafe, 3M Scotch 23, or equal. D. High temperature protective tape shall be rated 1800C continuous indoor/outdoor, stretchable, self -bonding silicone rubber. High temperature tape shall be Plymouth -Bishop 20 Plysil, 3M Scotch 70, or equal 16120-2 .. Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 SECTION 16120 KHA No. 061018044 Wire & Cable .. October 2008 Page 3 of 6 E. Insulation putty filler -tape shall be Plymouth -Bishop 125 Filler Tape, 3M Scotchfill, or equal. .. F. Arc and fireproofing tape shall be Plymouth -Bishop 20 Plysil, 3M Scotch #70 or equal. Y 2.04 LABELS A. Colored banding tape shall be 5 mil stretchable vinyl with permanent solid color. Colors shall be as hereinafter specified. Tape shall be Plymouth -Bishop Premium 37, 3M Scotch #35, or equal. B. Numbered wire marking labels shall be PVC sleeve -type markers, T&B, Brady or equal. C. Cable identification ties shall be weather resistant polyester with blank write -on space, T&B, Brady or equal. 2.05 MISCELLANEOUS MATERIAL A. Cable grips shall be grip -type wire mesh with machined metal support. Furnish Kellems, ., Appleton, or equal products. i M B. Wire pulling compound shall be non -injurious to insulation and to conduit and shall be lubricating, non- crumbling, and non-combustible. Furnish Gedney "Wire- Quick", Ideal "Yellow" or equal. PART 3 - EXECUTION 3.01 POWER AND CONTROL CABLE A. Power and control conductors shall be sized as shown and where no size is indicated, the conductor size shall be #12 awg for power circuits, #14 awg for 120 vac control circuits, and #16 awg for instrumentation circuits. B. Equipment grounding conductors shall be installed with type XHHW or THHN insulated stranded copper conductors and the insulation color shall be green in sizes up to and including # 10 awg. C. Color coding shall be as follows. Non -factory color coded cables shall be marked with specified color tape. Use the following colors: Conductor 120/208V Systems 480V Systems Phase A or L1 Black Brown Phase B or L2 Red Orange Phase C Blue Yellow Neutral White N/A Ground Green Green 16120-3 or Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 KHA No. 061018044 October 2008 SECTION 16120 Wire & Cable Page 4 of 6 D. Branch circuits may be spliced for receptacle, lighting and small appliance load inside appropriate junction boxes. Feeders shall be installed without splice. E. Except as otherwise specified, taps and splices with #10 AWG and smaller, shall be made with insulated spring wire connectors. Such connectors in damp or wet locations shall be waterproofed by filling interstices around wires with silicone rubber and further insulating with an envelope of stretched piece of EPR tape around each wire. Then, apply one-half lapped layer of electrical tape over all. F. Motor connections made with #10 AWG and smaller wire shall be made up with set -screwed copper lugs with threaded -on insulating jacket. After make-up of each connector, install two (2) layers half -lapped, of high temperature tape over connector barrel and down one (I") inch over wires. G. Taps, splices, and connections in 98 AWG and larger wires shall be made with copper alloy bolted pressure connectors. Each such connector shall be insulated by means of applying insulation putty over sharp edges so as to present a smooth bonding surface. Next, apply at least four (4) layers, half -lapped each layer of EPR tape. Then, make final wrapping of at least three (3) layers, half -lapped each layer of electrical tape. H. Control wiring connections to stud type and screw type terminals shall be made with ring -tongue type crimp connectors. Label each terminal jacket with wire marking label at each connection. I. Each wire connection shall be made up tightly so that resistance of connection is as low as equivalent length of associated conductor resistance. J. Numbered marking labels shall be installed to identify circuit numbers from panelboards. Install labels on each wire in each panelboard, junction, pullbox and device connection. K. Label each wiring run with write -on waterproof labels inside motor control center. Install write - on label ties around wire group at conduit entrance and write -on label the wire size, conduit size and service. L. Install PVC sleeve type numbered marking on each control wire termination at each terminal strip and at each device. Do this in motor control center, terminal cabinets, safety switches, remote controllers, pilot operators, and instrumentation equipment. Number selected shall correspond to number on terminal strip. M. All wiring inside equipment enclosures shall be neatly trained and laced with nylon tie -wraps. 3.02 INSTRUMENTATION WRUNG i A. All 4-20mA analog pairs shall have shields grounded at the instrumentation panel and insulated on the field end unless otherwise required by -instrument supplier. Single point grounding shall be maintained. i 16120-4 Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. l and Hurst No. 2 SECTION 16120 KHA No. 061018044 Wire & Cable ., October 2008 Page 5 of 6 3.03 GROUND WIRING A. Each item of equipment shall be adequately and thoroughly grounded. Comply with Article 250 of N.E.C., except where higher standards of grounding have been specified. In addition to _ following requirements as specified under Section 16450, install grounding for general wiring systems B. Equipment grounding conductors (EGC) shall be installed in each run of power and control conduits. These wires shall be green colored in sizes #6 AWG and smaller and green banded in larger sizes. Ground wires shall be type THHN or XHHW insulated copper wires. - C. EGC runs into equipment shall be grounded to equipment bus where available, or to equipment ground lugs. D. Where grounding type bushings are installed, bond EGC thereto, and furthermore, ground each bushing lug to equipment ground bus or ground lug, or ground rod. E. In each motor terminal box, install equipment ground lug and connect EGC thereto. 3.04 LABELING A. In addition to labeling requirements as specified throughout this Section, install wiring and raceway labeling as follows: u 1. Apply numbered wire marking labels to control wiring terminations for each termination in each item of equipment. Use PVC sleeve type labels. 2. Apply numbered wire marking labels to power and control wiring terminations in motor control centers, panelboards, and at outlets, to identify circuit numbers. Use PVC sleeve type labels. 3. Apply numbered wire marking labels to each signal wire termination in each instrument junction box, and in each item of equipment served by instrumentation circuits. Use PVC .. sleeve type labels. 4. Apply write -on identification labels to wiring sets in each motor control center, and in each pullbox and junction box. Show wire size, conduit size, and. line and load information. Use waterproof plastic write -on labels with nylon tie -wraps. 3.05 TESTING A. Each run of 600V class power and control wiring shall be tested prior to connection of line and load. Make tests with 1000V do hand -crank or motor driven ohmmeter. Each run of wiring shall be tested phase -to -phase and/or phase -to -neutral, and phase -to -ground. Test results for each test shall be equal to or greater than 25,000,000 ohms with 1000V do applied. All tests shall be made in the presence of the Owners representative or Engineer. 16120-5 Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 SECTION 16120 KHA No. 061018044 Wire & Cable October 2008 Page 6 of 6 B. Test all runs of signal wiring with 250V do megger. Insulation values shall meet or exceed 1,000,000 ohms per 100 feet (cable to shield). C. Should any cable or circuit fail to meet the above tests, replace wire and retest. END OF SECTION 16120-6 Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 SECTION 16191 KHA No. 061018044 Dry Type Transformer ,. October 2008 Page 1 of 1 PART 1- GENERAL 1.01 SCOPE _ This section refers to dry -type transformers. Furnish and install new transformer as shown on the Drawings and as specified hereinafter. 1.02 STANDARDS Dry -type transformers shall be listed by UL and shall comply with UL-506, NEMA ST-20, 1.03 SUBMITTALS Process catalog submittals on dry type transformers. PART2-PRODUCTS 2.01 GENERAL A. Dry type transformers 15 kVA and below shall be totally enclosed non -ventilated, 115 degrees C rise. B. Each transformer shall be equipped with two 2.5% full -capacity below normal and two 2.5% full capacity above normal taps. C. Furnish transformers in KVA and voltage ratings as shown on the Drawings. Transformer enclosure shall be suitable for indoor use. Enclosure shall be rated 4X. D. Sound level of each transformer shall not exceed 60 db at three feet. E. Transformer shall have electrostatic shield and meet EPA requirements. F. Furnish Square D, General Electric, Cutler -Hammer or equal products. PART 3 - EXECUTION. 3.01 INSTALLATION A. Install transformers where shown. Adequately support wall -mounted transformers. Use stainless steel bolts and hardware. B. Bond neutral of each transformer to its enclosure and to grounding electrode conductors per NEC article 250. Install grounding electrode conductors from transformer secondary neutral to ground mat. END OF SECTION 16191-1 ri Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 SECTION 16199 KHA No. 061018044 Miscellaneous October 2008 Page 1 of 3 PART 1-GENERAL 1.01 SCOPE A. This section shall include disconnect switches, wiring devices, equipment stands, main circuit breaker panels, combination motor starter and high resistance ground detection. B. Furnish and install all such devices and completely connect and wire each device. 1.02 SUBMITTALS AND SHOP DRAWINGS A. Process catalog submittals, and equipment data for the following: 1. Wiring Devices 2. Wiring Device Covers 3. Wiring Device Boxes 4. Disconnect switches 6. Terminal strips 7. Wireways 8. Limit Switches PART 2-PRODUCTS 2.01 WIRING DEVICES A. All wiring devices shall be specification grade and shall meet NEMA WD-1 requirements. Color shall be brown, unless otherwise indicated. B. Cover plates for wiring devices shall be Appleton FSK series unless otherwise noted on the drawings. Boxes shall be Appleton type FD, cast metal, raised -lid type. Furnish integral .. mounting feet where called for on the drawings. Furnish multi -gang units for two or more switches. C. Furnish the following miscellaneous wiring devices: 1. Single -pole, single -throw, 20A toggle switch shall be Arrow -Hart #1221, or equal. 2. Single -pole, double -throw (three-way) 20A toggle switch shall be Arrow -Hart #1223, or equal. 16199-1 Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 SECTION 16199 KHA No. 061018044 Miscellaneous October 2008 Page 2 of 3 D. Weather proof GFCI receptacles shall each consist of the following: 1. 1-gang cast metal box with mounting feet. 2. Bryant #GFR82FT GRY hospital grade, 20 amp GFCI receptacle. 3. Bryant #RB5781-0 weatherproof flip lid deep cover meeting NEC article 410-57b (suitable for wet locations "while in use"). 2.02 TERMINAL STRIPS A. Terminal strips for installation injunction boxes and the like shall be 600 volt, rated for 25 amps with tin- plated copper box lugs. B. Furnish Allen-Bradley type 1492-HJ812 or equal in quantities as required. 2.03 EQUIPMENT STANDS A. Equipment stands for mounting control stations (if required) shall be constructed of structural members welded together as called for on the drawings. B. Each equipment stand shall be installed with anchor bolts or 3/8" anchors. Furnish grout and mastic bottom coating as indicated on the drawings. 2.04 SAFETY SWITCHES (FUSED DISCONNECTS) A. Safety switches shall be heavy duty, rated 600 volts ac and shall have class R fuses in sizes as indicated on the drawings. Interrupting rating of all fused switches shall be 100,000 amps rms symmetrical. B. Safety switches shall be as manufactured by General Electric, Square D, Cutler -Hammer or equal. 2.05 PANELBOARDS A. Furnish and install panelboards as shown on the drawings and as specified herein. B. Submit outline and dimensional drawings, catalog literature, and wiring diagrams, to Engineer for review. C. Indoor enclosures shall be fabricated of code gauged steel and shall be rated NEMA 12. Outdoor enclosures shall be fabricated of corrosion resistant material and shall be rated NEMA 4X. D. Buses shall be tin plated copper. Mains.shall be as indicated on the drawings. E. Furnish all circuit breakers and spaces as scheduled or indicated on the drawings. F. Lighting panelboards for use indoors shall be Square D. Panelboards shall have an integrated interrupting rating of 22,000 amps rms symmetrical at 208Y120 vac. Lighting panelboards for 16199-2 Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 SECTION 16199 KHA No. 061018044 Miscellaneous October 2008 Page 3 of 3 use outdoors or where called for to be NEMA 4X shall be Crouse -Hinds type NLP. Panelboards shall be 12 circuit unless otherwise noted or scheduled. G. Install panelboards where shown on the drawings and adequately support. Use stainless steel bolt and hardware. H. All conduits shall have grounding bushings installed and grounded to ground bus. Vacuum clean insides of each panelboards after all connections are made. I. Panelboards shall be Square-D, General Electric, Cutler -Hammer. J. Panelboard shall include a TVSS module without changing the available spaces in the panel as shown on the drawing sheet panel schedule. The TVSS shall be rated 120 to 150 kA and shall include form C alarm contacts for SCADA RTU input. 2.06 CONTROL STATIONS A. Control stations shall have NEMA 4X enclosures constructed of stainless steel. Furnish Cutler - Hammer, General Electric, or Hoffman enclosures. B. Control units such as pilot lights, selector switches, and push buttons shall be rated NEMA 4X and shall have NEMA A600 contact ratings. Pilot lights shall be transformer type, push to test. PART 3 - EXECUTION 3.01 WIRING DEVICES A. Install wiring devices where shown and support each box to wall with stainless steel hardware into typical drilled expansion shields. B. Set each wiring device with axis plumb and install with yoke screws so as to adequately support each device. 3.02 TERMINAL STRIPS A. Install terminal strips as herein before specified. Mount to enclosures or backpans with stainless steel hardware. C. Label each terminal directory with numbers corresponding to wire numbers landed. 3.03 SPARE PARTS A. One control relay for every three or less of each range and type installed complete with mounting socket. B. One limit switch for every three or less for light switch application END OF SECTION 16199-3 .� Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 SECTION 16210 KHA No. 061018044 Electric Utility Service .. October 2008 Page 1 of 2 PART 1— GENERAL 1.01 SCOPE A. The Fort Worth Meter Station metering water for Forest Hill and Trophy Club will be served by ONCOR. The pump station secondaryservice voltage is 480Y/277 volts, 3 phase, solidly grounded. The Contractor shall assure that he has reviewed the connections for the electrical service entrance and that the ONCOR transformer connections are for 480Y/277 solidly grounded configuration. ,,. B. The Contractor shall furnish and install electrical service equipment rack or new pole at the site and furnish and install new conduit as shown on the site plan. The Contractor shall co-ordinate with ONCOR the scheduling and the sequencing of work so as to minimize downtime. C. Contractor shall begin work at the metering station only after verifying that easement and right of way requirements have been met. D. The contractor shall furnish (if required by ONCOR) and install the transocket (meter base) and supports, conduit, and wiring as required by ONCOR. Contractor shall verify how the cable is to be pulled in coordination with ONCOR. E. The Contractor shall furnish and install new service entrance wiring from the existing ONCOR overhead distribution in the new underground conduit duct bank to the new 480-volt transocket to be mounted on the electrical service equipment rack or at the service pole. The work shall include furnishing and installing necessary electrical service pole with weatherhead (Trophy Club), elbows, conduits, sleeves, grounding,. extra cable lengths, and other miscellaneous hardware to terminate the service to the new equipment. Scheduling, sequencing and inspection by ONCOR and the Owner shall be done by the Contractor in co-ordination with ONCOR. F. ONCOR will connect the electrical service in co-ordination with the Contractor for the metering station. This work shall be as specified herein and per ONCOR specifications and shall be verified by the Contractor to meet the requirements of ONCOR "Electric Service Guidelines Book" in the applicable electrical sections and in particular Section 400 as required. The work shall also comply with "Customer Built Distribution Design Specifications (DDS) and in particular "UG Distribution from Overhead Transformation — Secondary Svc Accounts". ` See http://www.oncor.com/electricity/construct/guidelines/const_guide.aspx for ONCOR requirements. G. Scheduling, sequencing of work and inspection required by ONCOR and the Owner shall be done by the Contractor in co-ordination with ONCOR. The installation shall meet the latest requirements of the NESC and NEC (NFPA 70). Contact ONCOR designated representative. •• Obtain and fill out the ONCOR forms and submit prior to installation. H. The Contractor shall coordinate a schedule with ONCOR and the City of Fort Worth to provide power to meet project schedule requirements. 16210-1 Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 SECTION 16210 KHA No. 061018044 Electric Utility Service October 2008 Page 2 of 2 PART 2 — PRODUCTS 2.01 RACEWAYS Raceways, duct banks, handholes, or manholes shall be as specified under Section 16110 or as required by ONCOR for the secondary to the meter socket. 2.02 WIRE AND CABLE Service wire and cable (480 volt) shall be as specified under Section 16120 or as required by ONCOR PART 3 — EXECUTION 3.01 GENERAL A. Install service conductors with cable as specified under Section 16120 or as required by ONCOR B. Coordinate with electric utility (ONCOR) inspector for inspection of transocket installation and underground work prior to trenching and backfilling and as otherwise required by utility. C. Pull a mandrel through each conduit to check and clear blockage. Install service conductors with cable as specified under Section 16120. Install service conductors with cable as specified under RACEWAY SECTION. Install a mule tape (pull tape - a flat ribbon, consecutively numbered in feet, which is usually made of polyester or aramid yarn and may be coated with plastic for waterproofing) in the empty conduit for use by ONCOR. END OF SECTION 16210-2 If Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 SECTION 16410 KRA No. 061018044 Underground October 2008 Page 1 of 2 PART1-GENERAL 1.01 SCOPE OF WORK Furnish and install a system of underground raceways and wiring as shown on the drawings. 1.02 APPLICATIONS d. Except as otherwise shown on the Drawings, or otherwise specified, all underground and in -slab conduit raceways shall be of the following type: 1. Except as otherwise specified, all power and control underground conduit runs shall be made with schedule 40 PVC. Bends to grade shall be made with plastic coated rigid galvanized steel conduit. 2. All instrumentation underground conduit runs shall be made with plastic coated rigid galvanized steel conduit. .r 1.03 SUBMITTALS Process submittals for the following:' L. Non Metallic conduit 2. Metallic conduit 3. Grounding Bushings 4. Buried conduit marker tape 5. Conduit supporting saddles 1.04 RELATED WORK SPECIFIED UNDER OTHER SECTIONS A. Refer to Section 16110 for raceways. B. Refer to Section 16120 for wiring. C. Refer to Section 16450 for grounding. D. Refer to Structural Drawings Sheet S4. PART 2 - PRODUCTS 2.01 RACEWAYS Raceways shall be as specified in Section 16110. - 2.02 MISCELLANEOUS A. Gravel for underbedding of conduits shall be washed type pea gravel. 16410-1 Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 KHA No. 061018044 October 2008 SECTION 16410 Underground Page 2 of 2 B. Plastic saddles for spacing and supporting conduits shall be interlocking types as manufactured by Cantex. C. Plastic marker label tape for buried conduits shall be yellow background with black letters with repetitive marking "ELECTRIC' LINE" on yellow background, continuous along its length. Furnish T&B #NA-0608, or equal tape. PART 3 - EXECUTION 3.01 EXCAVATION AND BACKFILLING A. Do all excavating and backfilling necessary for the installation of the work. This shall include shoring and pumping in ditches to keep them dry until the work has been installed. B. All excavations shall be made to proper depth, with allowances made for floors, forms, beams, piping, finished grades, etc. Ground under conduits shall be undisturbed earth or if disturbed, mechanically compacted to a density ratio of 95% before conduits are installed. C. All backfilling shall be made with selected soil, free of rocks and debris, and shall be pneumatically tamped in six (6") inch layers to secure a field density ratio of 95%. D. Field check and verify the locations of all underground utilities prior to any excavating. Avoid disturbing these as far as possible. In the event existing utilities are broken into or damaged, they shall be repaired so as to make their operation equal to that before the trenching was started. E. Furnish concrete encased ductbank for conduits where indicated on the drawings and for the service entrance underground conduits. 3.02 RACEWAYS A. All underground conduits shall be PVC schedule 40 unless otherwise noted. All bends to grade shall be made with plastic coated rigid stee} conduits and shall extend to 6" above grade. Conduits shall be watertight over the entire length of the underground run. B. Install all power, control, and signal wiring. Label each single conductor wire at each connection with PVC sleeve type wire labels. Label each signal cable at each end with plastic waterproof write -on type label to identify terminal connection and function and device served. C. Where empty conduits terminate into equipment install blank "disc" under grounding bushing and bring specified foot -marked pull tape through disc. Label each end of each pull tape with waterproof plastic label to identify terminus of other end and also show conduit size. 3.03 WIRING All underground wiring runs shall be installed from line to load without splice. END OF SECTION 16410-2 ' 1)' Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 SECTION 16450 KHA No. 061018044 Grounding System ,. October 2008 Page 1 of 3 PART 1- GENERAL 1.01 SCOPE A. Furnish and install grounding systems in accordance with Article 250 of the National Electrical Code as shown on the Drawings and as specified herein. B. Provide ground mat grounding electrode system as shown on the drawings and as specified herein. 1.02 SUBMITTALS Submit manufacturers' catalog sheets with catalog numbers marked for the items furnished, which shall include: 1. Ground well casings .. 2. Ground rods 3. Terminal lugs and clamps 4. Exothermal welding materials _ 5. Ground cable 6. Ground connection hardware PART 2-PRODUCTS 2.01 GROUNDING ELECTRODES �. A. All ground mat grounding electrodes and grounding electrode conductors shall consist of tin plated stranded copper. M B. All ground rods shall be copper clad steel products, 3/4" diameter x 10 foot long, unless otherwise indicated. Ground rods shall) b'eBlackburn #6258, or equal. Provide heavy duty ground rod clamps equal to Blackburn, #GG58 where vertical connections are installed and #GUV where U-bolt connectors are installed to serve horizontal connections. 2.02 GROUNDING DEVICES A. Connectors shall be furnished as specified under Section 16120. - B. Conduit grounding bushings shall be furnished as specified under Section 16110. C. Equipment grounding conductors shall be furnished as specified under Section 16120. D. Flush cast metal grounding plates shall consist of bronze body with flat plate on top and bolted clamp connector on bottom. Furnish OZ type "VG", or equal flush connectors. Each such connector shall be furnished with silicon bronze connector bolts for installation of top -mounted grounding connectors. 16456-1 Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 SECTION 16450 KHA No. 061018044 Grounding System October 2008 Page 2 of 3 E. Exothermal welding kits shall be "Cadweld" products as manufactured by Erico. Molds, cartridges, powder, and accessories shall be as recommended by the manufacturer. 2.03 GROUND TEST WELLS A. Ground test wells shall be furnished each ground rod for the purpose of field testing the ground mat system. B. Ground test wells shall each consist of ground rod with connector attached to a 42 upcomer from the ground mat and contained within an access well with labeled top. C. Ground test well enclosures shall be Brooks-Oldcastle product #VB3RT series, or equal. Enclosures shall be 10 114" diameter and shall include cast iron cover with integrally cut "GROUND TEST WELL" in top of cover. PART 3 - EXECUTION 3.01 GROUND MATS AND GROUND WELLS A. Install ground mat around the perimeter and under the new foundations as shown. Use tin-plated copper stranded conductors in sizes as indicated for the ground mat. Install upcomer with indicated wire sizes of tin plated copper conductors. Exothermally weld all connections. The ground mat wire shall have a minimum cover of 24". B. Unless other larger sizes are indicated on the drawings, install #2 upcomers from ground mat to RTU, and other equipment indicated on the drawings. Install "VG" flush floor connector to serve each upcomers and run #2 stingers from topside of each "VG" to ground bus in equipment. Bond VG to rebar in concrete. C. Install ground rods in test wells where indicated on the drawings. 3.02 TRANSFORMER A. Bond transformer neutral to cabinet. B. Install grounding electrode conductor from each transformer neutral to system ground and to local electrodes as shown. Run #2 ground wire to ground mat. 3.03 WIRING SYSTEMS GROUNDING A. All equipment enclosures, motor and transformer frames, metallic conduit systems and exposed structural steel systems shall be grounded. B. Equipment grounding conductors shall be run with all wiring. Sizes of equipment grounding conductors shall be based on Article 250 of the N.E.C. except where larger sizes maybe shown. Bond each equipment grounding conductor to the equipment grounds at each end of each run. 16450-2 Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 SECTION 16450 KHA No. 061018044 Grounding System October 2008 Page 3 of 3 _ C. Liquid tight flexible metal conduit in sizes 1" and larger shall be equipped with external bonding jumpers. Use liquid tight connectors integrally equipped with suitable grounding lugs. D. Where conduits enter into equipment free of the metal enclosure, install grounding bushing on each conduit and bond bushing lug to equipment ground bus. E. Where conduits enter equipment enclosures, equip .each penetration inside with grounding bushing. Install bonding jumper from each grounding bushing to ground bus. F. For equipment enclosures that do not come furnished with a ground bus, install ground lug in - each enclosure that shall be bonded to the metal cabinet or backpan of the enclosure. G. Separately derived systems shall be each grounded as shown and shall comply with Article 250 - of the NEC except where higher standards are shown. 3.04 TESTING A. All exothermic weld connections shall successfully resist moderate hammer blows. Any connection which fails such test or if upon inspection, weld indicates a porous or deformed connection, the weld shall be remade. B. All exothermic welds shall encompass 100 percent of the ends of the materials being welded. Welds which do not meet this requirement shall be remade. C. Test the ground resistance of the system. All test equipment shall be furnished by Contractor and be approved by Engineer. Test equipment shall be as manufactured by Biddle or approved equal. Dry season resistance of the system shall not exceed five ohms. If such resistance cannot be obtained with the system as shown, provide additional grounding as directed by Engineer. END OF SECTION 16450-3 dft Wholesale Water Metering Station Rehabilitations for M0 Forest Hill, Trophy Club, Hurst No. I and Hurst No. 2 SECTION 16910 KHA No. 061018044 Instrumentation October 2008 Page 1 of 3 PART 1— GENERAL Md 1.01 SCOPE A. This section covers the general requirements for the instrumentation. B. Auxiliary and accessory devices necessary for system operation or performance, such as relays, din connectors, or terminals to interface with other Sections of these Specifications, shall be 4W included. 1.02 QUALITY ASSURANCE 06 A. Manufacturers: Firms regularly engaged in manufacture of products of this type, and whose products have been in satisfactory use in similar service for not less than 5 years. MW B. Installer: Qualified with at least 5 years of successful installation experience on projects with work similar to that required for this project. -00 C. NEC Compliance: Comply with the National Electrical Code, NFPA 70, as applicable to wiring and other electrical construction of the unit. D. UL Compliance: Provide components with UL listing and labeling for applicable UL categories. Custom panels, control panels, and instrument panels and the like shall be manufactured by a fabricator approved as a UL508A shop and shall bear a UL 508A (UL Industrial Control Panel) label. E. Provide complete unit and installation to conform with NFPA-90A. 1.03 SUBMITTALS A. Submit catalog literature, specification material and installation and operation manual for each instrument and device specified herein. do B. Submit outline and dimensional drawings and wiring diagrams to Engineer for review. C. Submit shop drawings for including wiring and dimensional outlines. Shop drawings shall include ISA loop drawings. Loop drawings shall include all device terminal numbers and wire numbers. 1.04 SYSTEM RESPONSIBILITY The contractor shall assume complete "SYSTEM RESPONSIBILITY" for the instrumentation system. "System Responsibility" shall mean that the Contractor is responsible for the overall operation, satisfactory performance, and integration of the individual components into the whole system so that the entire system functions in whole and in its parts as intended by the Contract Documents. M 16910-1 dw Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 SECTION 16910 KRA No. 061018044 Instrumentation October 2008 Page 2 of 3 PART2-PRODUCTS 2.01 ENCLOSURES A. Enclosures for RTU and instrumentation equipment shall be hinged door type and shall have interior mounting sub panel. Enclosure shall be as specified in drawings or shall be Hoffman or equal. Enclosure shall be sized to house the specified equipment, but shall not be less than the size indicated on the drawings. B. Enclosure rating for air-conditioned and ventilated locations shall be NEMA 12 gasketed. Enclosure rating for outdoor or damp locations such as vaults, dry pits, etc. shall be NEMA 4X and shall be constructed of 304 or 316 stainless steel. 2.02 RTU/SCADA PANEL Fort Worth RTU shall be as shown in the drawings and provided to the contractor by HSQ. The radio and antenna cable and accessories for the panel shall be included with the RTUpanel. 2.02 ANTENNA TOWER Antenna and tower shall be as shown in the drawings. 2.02 SCADA/RTU CONFIGURATION SCADA and RTU configuration and software programming shall be by the City of Fort Worth as described in the drawings. 2.03 PRESSURE TRANSMITTER Rosemount as shown on drawings 2.04 MISCELLANEOUS A. Terminal strips for connection of field wiring in j-boxes other than the Fort Worth RTU shall be DIN rail mounted channel mounted terminals suitable for connecting #22 to # 12 wire sizes. Terminals shall be solderless box lug type with pressure plate and removable terminal marking strips. Box lugs shall be tin-plated copper. Terminals shall be Allen-Bradley 1492-HMI series with required DIN rail mounting channel and end clamps. Fused terminals for 24 volt do instrumentation circuits shall be rated 10-57 volts dc, shall have blown fuse LED indicator and shall be Allen-Bradley 1492-H5 series. Fused terminals for 120 volt ac circuits shall be rated 300 volts ac, shall have neon blown fuse indicator and shall be Allen-Bradley 1492-H4 series. Terminal strips shall have factory terminal markers. 16910-2 Wholesale Water Metering Station Rehabilitations for ~' Forest Hill, Trophy Club, Hurst No. I and Hurst No. 2 SECTION 16910 KHA No. 061018044 Instrumentation October 2008 Page 3 of 3 C. Furnish control panel devices as indicated in the drawings. 120vac pushbuttons, selector switches, and pilot lights shall be oil tight, Allen-Bradley type 800H or equal. Pilot lights shall be transformer type and shall have push -to -test option. wo E. Furnish intrusion detection devices for equipment panels, doorways, and hatches to be located as indicated in the drawings. PART 3 - EXECUTION 3.01 INSTALLATION GENERAL A. Permanently mount the instruments, and all required appurtenances in accordance with manufacturer's requirements. All work shall be done in accordance with industry standards, the NEC, ISA recommendations and in a workmanship like manner. B. Calibrate, and test all instruments. C. Certify that all instrument installations and calibrations are done in accordance with ISA and the manufacturer's recommendations. D. Provide completed ISA calibration sheets for all new instruments provided. E. All surge suppression devices shall be grounded with minimum #8 ground wire. 3.02 OPERATIONS AND MAINTENANCE MANUALS A. Six (6) weeks prior to the completion of the project, compile an Operations and Maintenance - Manual on the instrumentation equipment. These manuals shall include detailed instructions, periodic calibration requirements and maintenance, as well as recommended spare parts lists. .r MN MW B. Submit for review per Contract General document requirements. END OF SECTION M 16910-3 PART F Ctwenft"rwr V Mbds vdw Mvbft MWem whAMM 1m hr lmrk HK TA* Ckb Fimet 1io l amd t1rl.tHe. A f O.TiFr[GM OE IN8iUt1ANGB TO: Q'PY OF FM WM= T HXM DATA: Dec. 30, 2000 Wholesale water metering station rehabilitaticow for Forest Bills, NAM OF PROIACT. ZE2 Club, Hurat No. 1 and wnrezt No. 2 PRt JBMNUbj8MSy P254-600140077080 AM aantracto", Ina. TM 18 ?O CSIi M THAT 417 5 Wa: b_aF'YsMM. jUrt.Mogt 1 rX 7U26 —�Ltnie Atd Address oC1a�a�d) 18 At ilia dnfe ot'titis 0erdiioe�b, Wand 6Y ft C om" VrM nspW to the 612Wum operaione boroiasA P da ntod, ft Mo typo of Wnrme =d In aocmdsn04'N6 filbpi0Yk%m of do standard polkim wed by ft Company, ad ibrd w herehoft deam bad, Rxo%AWM to abn&rd poltay named on tha re"M W& hereof. PoDoy No. Il#1 dyo fthm Umlte dUabii WMWO RMMI�Wjcn KC3921016-05 05-01-2008 OS-01-2009 Statutory $1, 000, 600 Cmnprohww[W OenOiril — llablillyTnallrence cPo3991019-05 05-a1-300t es-Ol-aoo9 $I, 000.000 Occurrence (Public 1,kbility) $2, 000, 000 Aggregate Blasl3n CP03991019-05 05-01-2000 5-01-2000 Included IN'GL Li Cs Collapeo Of BLdwhw a,SkOCUM 80owt CP03991019-05 05-03-2008 05-01-2009 Included in GL Units to ex0ayrdws - D=nv to OudMgCOMO CP03991019-65 OS-01-2008 05.O1-2009 Utliltlae Included in GL Limits BolldoesRlok TM,993837416 OS-01-20o8 05-01-2009 $6,000,000 Any One wostt0n 1ampreb"" HAP3991020-05 05-01-1008 05-01-2009 $1,000,000 Combined Single Lim Autartwbila UnbiHty CP03991039-OS 05-01-2006 05-01-2009 rpa{gplyjl{�r Included in GL Limiite tiler- UAbrei a A -1072- 05- - O8 '0 $10 000 000 E 1 OgjajLLaaQCJAj C,aoatloaooYm&. All locationwhere iRUEeA.does work. �OfM' Alloperatfase>ffarwed t�rr the namied t POP-eamemn Ri i tiL OU it 'g 9 we tey dt�wt*FiaM vMM�MrIs�iNrl�Nrlwr�0o4��r14�t1q,'dr1�'AiyApti�M� � �aaiH.rttHo.� iu abora p LWo oNbc r bo the body two dor by ,lo i&i eie OWwnQwA prm&% tbnt dwy may nab* oharpd or aetmW by flee b www ia hm dmm fis (5) dqw aflor de ftatt> W bw raaa{vad vn nod" of ash ahae®edos � , Where appik" coal lours or re m n quiet tame that five (5) dop =&jd notice of slows or omtaaiiaiittft tD be twtsad, tbo *ban p*HWw 000kk tnoh epabi rwp konwn% ef`daer in the body ttwr+aoia by %WmpripAe oakwmwwt thereto atfa&ed. AIM 3outbvrest .Assurance 2EM, Inc. ICA Fart Waft A"'m Adds 12201. Merit Drive, #795 Z'#ie Vice President - David C. oxford Dallas TX 75251 (214)691-5721 . , CONTRACTORS COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Article 8308-3.23 of Vernon's Annotated Civil Statutes, Contractor certifies that it provides workers compensation insurance coverage for all of its employees employed on City of Fort Worth project. AUI Contractors, Inc. By: VJ If % Name: B• ug Alumbaug Title: President Date: December 30, 2008 STATE OF TEXAS COUNTY OF TARRANT BEFORE ME, the undersigned authority, on this day personally appeared B . Doug Alumbaugh known to me to be the person whose name is subscribed to the foregoing instrument and acknowledged to me that he executed the same as the act and deed of AUI Contractors, nc. the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this 30thday of December 2008. JANE RATUFF Notary Public, State of Texas N Public in and WV the State of Texas My commission Expires August 11. 2011 M M-Mmi F-2 VENDOR COMPLIANCE TO STATE LAW The 1985 Session of the Texas Legislature passed House Bill 620 relative to the award of contracts to non-resident bidders. The law, that in order to be awarded a contract as low bidder, non-resident bidders (out-of-state contractors whose corporate offices or principal place of business are outside of 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 non-resident bidder in the order to obtain a comparable contract in the state in which the non-resident's principle place of business is located. The appropriate blanks in Section A must be filled out by all out-of-state or non-resident bidders in order for your bid to meet specifications. The failure of out-of-state or non-resident contractor's to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Non-resident vendors in required to be of the statute is attached. (give state), our principal place of business, are percent lower than resident bidders by state law. A copy Non-resident vendors in (give state), or principal place of business, are not required to underbid resident bidders. Our principal place of business or corporate offices are in the State of Texas. 0 BIDDER: AUI Contractors, Inc. Company 4775 North Freeway By: B. Doug Alumbaugh (please print) Si Fort Worth,TX 76106 Title: City State Zip THIS FORM MUST BE RETURNED WITH YOUR QUOTATION F-3 MAINTENANCE BOND THE STATE OF TEXAS § COUNTY OF TARRANT § KNOW ALL BY THESE PRESENTS: Bond #6551881 That AUI Contractors Inc. ("Contractor'), as principal, and, safeco Insurance Company of America a corporation organized under the laws of the State of Washington ("Surety"), do hereby acknowledge themselves to be held and bound to pay unto the City of Fort Worth, a Municipal Corporation chartered by virtue of Constitution and laws an of the State of Texas, ("City") in Tarrant County, Texas, the sum of One Million One Hundred Seventy -Three Thousand and 00/100 Dollars ($ 1,173,000.00 ), lawful money of the United States, an for payment of which sum well and truly be made unto said City and its successors, said Contractor and Surety do hereby bind themselves, their heirs, executors, administrators, assigns and successors, jointly and severally. This obligation is conditioned, however, that: WHEREAS, said Contractor has this day entered into a written Contract with the City of Fort Worth, dated the 1 of .�_ , 20 Off` a copy of which is hereto attached and made a part hereof, for the performance of the following described public improvements: Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 the same being referred to herein and in said contract as the Work and being designated as project number(s) Water Proiect No. P264-600140077080 and said contract, including all of the specifications, conditions, addenda, change orders and written instruments referred to therein as + Contract Documents being incorporated herein and being made a part hereof; and, WHEREAS, in said Contract, Contractor binds itself to use such materials and to so construct the work that it will remain in good repair and condition for and during a period of after the date of the final acceptance of the work by the City; and WHEREAS, said Contractor binds itself to maintain said work in good repair and condition for said term of Two (2) years; and WHEREAS, said Contractor binds itself to repair or reconstruct the Work in whole or in part at any time within said period, if in the opinion of the Director of the City of Fort Worth Department of Engineering, it be necessary; and, .w WHEREAS, said Contractor binds itself, upon receiving notice of the need therefore to repair or reconstruct said Work as herein provided. NOW THEREFORE, if said Contractor shall keep and perform its said agreement to maintain, repair or reconstruct said Work in accordance with all the terms and conditions of said Contract, these presents shall be null and void, and have no force or effect. Otherwise, this Bond shall be and remain in full force and effect, and the City shall have and recover from Contractor and Surety damages in the premises as prescribed by said Contract. This obligation shall be a continuing one and successive recoveries may be had hereon for successive breaches until the full amount hereof is exhausted. IN WITNESS WHEREOF, this instrument is executed in counterparts, each of which shall be deemed an original, this Alday of �c.v.v,ar-.� , A.D. 20 O� ATTEST: (S E A L) QMVA;(&W S c etary .. ATTEST: (SEAL) Secretary Safeco Insurance Company of America Surety By: ILK Name: So hinie Kheana Title: Attorney -In -Fact 12201 Merit Drive #795 Dallas, Texas 75251 Address a Bond #6551881 PAYMENT BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we, (1), AUI Contractors, Inc. as Principal herein, _ and (2) Safeco Insurance Company of America , a corporation organized and existing under the laws of the State of (3) Washington , as surety, are held _ and firmly bound unto the City of Fort Worth, a municipal corporation situated in Tarrant, Denton, Parker and Wise Counties, Texas, Obligee herein, in the amount of One Million One Hundred Seventy -Three Thousand and 00/100 Dollars ($ 1,173,000.00 ) for the payment whereof, the said Principal and Surety bind themselves and their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents: WHEREAS, the Principal has entered into a certain written contract with the Obligee All dated the ,3 day of SG�n�G� y, , 2001 which contract is hereby referred to and made a part hereof as if fully and to the same extent as if copied at length, for the following project: Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 . NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the " said Principal shall faithfully make payment to each and every claimant (as defined in Chapter 2253, Texas Government Code, as amended) supplying labor or materials in the prosecution of the work under the contract, then this obligation shall be void; otherwise, to remain in full force and effect. -- PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in _ accordance with the provisions of said statute, to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. VV SIGNED and SEALED this 3 day of ��o..r.v c.v rl . 20 CA ATTEST: (Principal) Secretary SEAL) Vess as to Princi ATTEST: Secretary AUI PRI' M Name: Title: President Address: 4775 North Freeway Fort Worth, Texas 76106 Safeco Insurance Companv of America SURETY - By: ; . 1 4/-Ze Name: Sophinie Kheang Attorney in Fact (SEAL) Address: 12201 Merit Driv #795 p Dallas, Texas 75251 O'V ine� s as to Surety Telephone Number: 214 - 6 91- 57 21 NOTE: (1) Correct name of Principal (Contractor). (2) Correct name of Surety, (3) State of incorporation of Surety Telephone number of surety must be stated. In addition, an original copy of Power of Attorney shall be attached to Bond by the Attorney -in -Fact. The date of bond shall not be prior to date of Contract. i Bond #6551881 M PERFORMANCE BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we, (1) AUI Contractors, Inc. as Principal herein, and (2) Safeco Insurance Company of America a corporation organized under the laws of the State of (3) Washington , and who is authorized to issue surety bonds in the State of Texas, Surety herein, are held and firmly bound unto the City of Fort Worth, a municipal corporation situated in Tarrant, Denton, Parker and Wise Counties, Texas, Obligee herein, in the sum of One Million One Hundred Seventy -Three Thousand and 00/100 Dollars ($ 1,173,000.00 ) for the payment of which sum we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Principal has entered into a certain written contract with the Obligee dated the NTday of Sov.wo•c� , 20 O°I, a copy of which is attached hereto and made a part hereof for all purposes, for the construction of Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 . NOW, THEREFORE, the condition of this obligation is such, if the said Principal shall faithfully perform the work in accordance with the plans, specifications, and contract documents and shall fully indemnify and hold harmless the Obligee from all costs and damages which Obligee may suffer by reason of Principal's default, and reimburse and repay Obligee for all outlay and expense that Obligee may incur in making good such default, then this obligation shall be void; otherwise, to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of such statute, to the same extent as if it were copied at length herein. ve IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. VON SIGNED and SEALED this _ day of �a.r� •�c,.r , 200 ATTEST: (Principal) Secretary (S E A L) .,. Q41"t lwlw i ness as to Pri ipal ATTEST: Secretary r {SEAQ AL1111 &U&M Witness as to Surety i AUI Contractors P CIPAL Name: B . Vouq Al Title: President Address:4775 North Freeway Fort Worth, Texas 76106 Safeco Insurance Company of America SURE:T By: /ZGfZ,f Name:Sophinie Kheang Attorney in Fact Address: 12201 Merit Drive #795 Dallas, Texas 75251 Telephone Number: 214-691-5721 NOTE: (1) Correct name of Principal (Contractor). (2) Correct name of Surety. (3) State of incorporation of Surety Telephone number of surety must be stated. In addition, an original copy of Power of Attorney shall be attached to Bond by the Attorney -in -Fact. The date of bond shall not be prior to date of Contract. POWER OF ATTORNEY Safeco Insurance Companies PO Box 34526 Seattle, WA 98124-1526 9257 KNOW ALL BY THESE PRESENTS: No. That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a Washington corporation, does each hereby appoint ********SOPHINIE KHEANG; CHARLES K. MILLER; CLINTON NORRIS; RUDOLPH NORRIS; SHERREL OWSTON; DAVID C. OXFORD; STEVE RICHENBACHER; Dallas, Texas************************************************** its true and lawful attorney(s)-in-fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of its business, and to bind the respective company thereby. IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents 7th October 2005 this day of STEPHANIE DALEY-WATSON.SECRETARY MIKE PETERS. PRESIDENT. SURETY CERTIFICATE Extract from the By -Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: "Article V, Section 13. - FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attomeys-in-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business... On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V, Section 13 of the By -Laws, and (ii) A copy of the power -of -attorney appointment, executed pursuant thereto, and (iii) Certifying that said power -of -attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." I, Stephanie Daley -Watson Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By -Laws and of a Resolution of the Board of Directors of these corporations, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By -Laws, the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, 1 have hereunto set my hand and affixed the facsimile seal of said corporation this 13 day of I % LT COMP9�o $ CORPORATE p SEAL y SEAL T a s cr, 1953 fit. ''� t 23 F0" IVat STEPHANIE DALEY-WATSON, SECRETARY Safeco® and the Safeco logo are registered trademarks of Safeco Corporation. S-0974/DS 4/05 WEB PDF Figure: 28 TAC §1.601(a)(3) 1 IMPORTANT NOTICE To obtain information or make a complaint: 2 You may contact Home Office Surety at 1-206-473-3799 "ISO IMPORTANTE Para obtener informacibn o para someter una queja: Usted puede contactar a servicio de la oficina principal de Safeco Surety al:1-206-473-3799 3 You may call (company)'s toll -free telephone Usted puede Ilamar al numero de telefono number for information or to make a complaint gratis de (company)'s para informacibn o at: para someter una queja al: (800) 472-5357 Surety Option #7 4 You may also write to Safeco Insurance Company at: Safeco Plaza Seattle, WA 98185 5 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: (800)252-3439 6 You may write the Texas Department of Insurance: P.O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection@tdi.state.tx.us 7 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the (agent) (company) (agent or the company) first. If the dispute is not resolved, you may contact the Texas Department of Insurance. 8 ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. S-8128/SA 7/07 (800) 472-5357 Surety Opcion De #7 Usted tambien puede escribir a Safeco Insurance Company Safeco Plaza Seattle, WA 98185 Puede comunicarse con el Departmento de Seguros de Texas para obtener informacion acerca de companias, coberturas, derechos o quejas al: (800) 252-3439 Puede escribir al Departamento de Seguros de Texas: P.O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.b(.us E-mail: ConsumerProtection@tdi.state.tx.us DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiene una disputa concerniente a su prima o a un reclamo, debe comunicarse con el (agente) (la compania) (agente o la compania) primero. Si no se resuelve la disputa, puede entonces comunicarse con el departamento (TDI). UNA ESTE "ISO A SU POLIZA: Este aviso es sblo para propbsito de informacibn y no se convierte en parte o condicion del documento adjunto. XDP PART G .. PART G - CONTRACT THE STATE OF TEXAS COUNTY OF TARRANT tWN THIS CONTRACT, made and entered into the 3 day of �� f 2 a oq _ by and between the City of Fort Worth, a home -rule municipal corporation located in Tarrant County, Texas, acting through its City Manager thereunto duly authorized so to do, Party of the First Part, hereinafter termed "OWNER", and AUI Contractors, Inc. of the City of Fort Worth, County of Tarrant and State of Texas , Party of the Second Part, hereinafter termed "CONTRACTOR". WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the Party of the First Part (Owner), said Party of the Second Part (Contractor) hereby agrees with the said Party of the First Part (Owner) to commence and complete certain work described as follows: City of Fort Worth, Texas Wholesale Water Metering Station Rehabilitations for Forest Hill, Trophy Club, Hurst No. 1 and Hurst No. 2 Project No. P264-600140077080 and all extra work connected therewith, under the terms as stated on the Contract Documents, and at his (their) own proper cost and expense to furnish all the materials, supplies, machinery, equipment, tools, superintendence, labor, bonds, insurance, and other accessories and services necessary to complete the said construction, in accordance with all the requirements of the Contract Documents, which include all maps, plats, blueprints and other drawings and printed or written explanatory matter; thereof, and the specifications thereof, as prepared by the Engineers employed by the Owner, each of which has been identified by the endorsement of the Contractor and the Engineers thereon, together with the Contractor's Written Proposal and the other parts of the Contract Documents hereto attached, including the Fort Worth Water Department General Contract Documents and General Specifications, all of which are made a part hereof and collectively evidence and constitute the entire contract. Thno e Contractor hereby agrees to commence work within ten (10) days after the date written notice to do so shall have been given to him, and to Substantially Complete and Totally Complete same within the time stated in the Proposal. The Owner agrees to pay the Contractor in current funds for the performance of the contract in accordance with the Proposal submitted therefore, subject to additions and deductions, as provided in the Contract Documents and all approved modifications thereof, and to make payment on account thereof as provided therein. G-1 IN WITNESS WHEREOF, the Parties to these presents have executed this Contract in quadruplicate in the year and day first above written. City of Fort Worth. Texas (Owner) .. Party of the First Part By: Fernando Costa, Assistant City Manager ATTEST: City Secretary (SEAL) WITNESS: AUI Contractors. Inc. 4775 North Freeway Fort Worth, Texas 76106 (Co%Kactor) By: Title: President i rr Approved for Fort Worth City Water Department: �a/k4 CP - L S. Frak Crumb, Director, Water Department ved as to Form and Legality: OFFICIAL REC CITYSEC FT. U19O -- -� City Attorney G-2