HomeMy WebLinkAboutContract 47982 EXECUTED
FORTWORTH
PROJECT MANUAL
FOR
THE CONSTRUCTION OF
NOR THSIDE 1148 INCH WATER TRANSMISSION
MAIN, PHASE 2—PART 2
City Project No. 02304
Betsy Price David Cooke
Mayor City Manager
John Robert Carman
Director,Water Department
DOCUMENTS ISSUED FOR CONSTRUCTION
These "Issued for Construction" Contract Documents have been prepared by revising the Bidding
Documents to record references to addenda,field orders or change orders issued as of May 4, 2016.
The Bidding Documents may have been revised to incorporate these revisions directly into the
"Issued for Construction" Contract Documents. Contractor is responsible for determining that these
documents are consistent with their understanding of the Bidding Documents as modified per the
appropriate provisions of the Contract Documents, The Bidding Documents, as modified per the
appropriate provisions of the Contract Documents, take precedence over these "Issued for
Construction" documents.
Prepared for OFMAL RECORD
The City of Fort Worth G"SECRETARY
WATER DEPARTMENT Fr.11IOR1'H,TX
,February 2016
PREPARED BY:
FREESE AND NICHOLS, INC.
4055 INTERNATIONAL PLAZA SUITE 200
FORT WORTH, TEXAS 76109
TEXAS REGISTERED ENGINEERING FIRM F-2144 '=L
IrFREESE
MIN°I K.OLS JUl 42016
FTW14497 c cSA�
CONTR�►CT Mo. � \
C"SFCRr-Tmy
FORTWORTH
PROJECT MANUAL
FOR
THE CONSTRUCTION OF
NOR THSIDE 114 8-INCH WATER TRANSMISSION
MAIN, PHASE 2 —PART 2
City Project No. 02304
Betsy Price David Cooke
Mayor City Manager
John Robert Carman
Director, Water Department
THE SEAL THAT ORIGINALLY APPEARED ON THE SEAL THAT ORIGINALLY APPEARED ON
THIS DOCUMENT WAS AUTHORIZED BY THIS DOCUMENT WAS AUTHORIZED BY
RUSSEL GIBSON, P.E.,TEXAS NO. 61883 ON DANIEL STOUTENBURG, JR., P.E., TEXAS
FEBRUARY 26, 2016. FREESE AND NO. 99271 ON FEBRUARY 26, 2016.
NICHOLS, INC. TEXAS REGISTERED FREESE AND NICHOLS, INC. TEXAS
ENGINEERING FIRM F- 2144. ALTERATION REGISTERED ENGINEERING FIRM F- 2144.
OF A SEALED DOCUMENT WITHOUT ALTERATION OF A SEALED DOCUMENT
PROPER NOTIFICATION OF THE WITHOUT PROPER NOTIFICATION OF THE
RESPONSIBLE ENGINEER IS AN OFFENSE RESPONSIBLE ENGINEER IS AN OFFENSE
UNDER THE TEXAS ENGINEERING PRACTICE UNDER THE TEXAS ENGINEERING PRACTICE
ACT. ACT.
Prepared for OFFICIAL RECORD
The City of Fort Worth CITY SECRETARY
WATER DEPARTMENT FT. WORTH] TX
February 2016
PREPARED BY:
FREESE AND NICHOLS, INC.
4055 INTERNATIONAL PLAZA SUITE 200
FORT WORTH, TEXAS 76109
TEXAS REGISTERED ENGINEERING FIRM F-2144
FREESE
FTWI 4497
FORTWORTH.
City of Fort Worth
Standard Construction Specification
Documents
Adopted September 201
000000-1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 1 of 6
SECTION 00 00 00
TABLE OF CONTENTS
Division 00-General Conditions
0005 10 Mayor and Council Communication
0005 15 Addenda
00 11 13 Invitation to Bidders
0021 13 Instructions to Bidders
0035 13 Conflict of Interest Affidavit
00 41 00 Bid Form
00 42 43 Proposal Form Unit Price
0043 13 Bid Bond
00 43 37 Vendor Compliance to State Law Nonresident Bidder
0045 11 Bidders Prequalifications
0045 12 Prequalification Statement
0045 13 Bidder Prequalification Application
00 45 26 Contractor Compliance with Workers' Compensation Law
00 45 40 Minority Business Enterprise Goal
0045 ^T1a'Sri BusinessEnter-pFise Goal
00 52 43 Agreement
0061 13 Performance Bond
0061 14 Payment Bond
0061 19 Maintenance Bond
0061 25 Certificate of Insurance
00 72 00 General Conditions
00 73 00 Supplementary Conditions
Division 01 - General Requirements
01 11 00 Summary of Work
01 2500 Substitution Procedures
01 31 19 Preconstruction Meeting
01 31 20 Project Meetings
01 32 16 Construction Progress Schedule
01 3233 Preconstruction Video
01 3300 Submittals
01 35 13 Special Project Procedures
01 4523 Testing and Inspection Services
01 5000 Temporary Facilities and Controls
01 5526 Street Use Permit and Modifications to Traffic Control
01 57 13 Storm Water Pollution Prevention Plan
01 58 13 Temporary Project Signage
01 6000 Product Requirements
01 6600 Product Storage and Handling Requirements
01 7000 Mobilization and Remobilization
01 71 23 Construction Staking and Survey
01 7423 Cleaning
01 77 19 Closeout Requirements
01 7823 Operation and Maintenance Data
01 7839 Project Record Documents
CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2—Part 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304
Revised February 2,2016
000000-2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 2 of 6
Technical Specifications which have been modified by the Engineer specifically for this
Project; hard copies are included in the Project's Contract Documents
Division 31 -Earthwork
31 37 00 Articulated Concrete Cable Mat
Division 33 -Utilities
33 01 31 Closed Circuit Television(CCTV)Inspection
3305 10 Utility Trench Excavation,Embedment, and Backfill
33 05 21 Tunnel Liner Plate
33 05 22 Steel Casing Pipe
33 05 30 Location of Existing Utilities
33 11 13 Concrete Pressure Pipe,Bar-Wrapped, Steel Cylinder Type
33 11 14 Buried Steel Pipe and Fittings
33 1230 Combination Air Valve Assemblies for Potable Water Systems
Technical Specifications listed below are included for this Project by reference and can be
viewed/downloaded from the City's Buzzsaw site at:
htps://t)rojeclpoint.buzzsaw.com/client/fortworthg_ov/Resources/02%20-
%20Construction%2ODocuments/Specifications
Division 02-Existing Conditions
0241 13 Selective Site Demolition
0241 14 Utility Removal/Abandonment
0241 15 Paving Removal
Division 03 -Concrete
03 30 00 Cast-In-Place Concrete
03 34 13 Controlled Low Strength Material (CLSM)
03 34 16 Concrete Base Material for Trench Repair
Division 26-Electrical
26 05 00 Common SITeEk Desulti�for-EleetFieal
26-85-10 De el t EleetFieal systems
260543 Un e,.,...,.,,.,,1 Duets and Raee.,ays for-E eet.iea Systems
Division 31 -Earthwork
31 1000 Site Clearing
3123 16 civ=£3 s•ccvcn7viiit:ro„
31 23 23 Borrow
31-2400 >r...bank..,effts
31 25 00 Erosion and Sediment Control
313600 Gabiefr,
313700 Ri"
CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2—Part 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304
Revised February 2,2016
000000-3
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 3 of 6
Division 32 - Exterior Improvements
3201 17 Permanent Asphalt Paving Repair
3201 18 Temporary Asphalt Paving Repair
3201 29 Concrete Paving Repair
32 11 23 Flexible Base Courses
32 11 29 Lime Treated Base Courses
32 11 33 Cement Treated Base Courses
32 11 37 Liquid Treated Soil Stabilizer
32 12 16 Asphalt Paving
32 1273 Asphalt Paving Crack Sealants
32 13 13 Concrete Paving
32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps
32 13 73 Concrete Paving Joint Sealants
32 1416 Brick Unit Paving
A�T6 1� Gene-ete !'',,..1. and Gutters and Valley Ciumors
32 1723 Pavement Markings
32 1725 Curb Address Painting
3231 13 Chain Fences and Gates
3231 26 Wire Fences and Gates
3231 29 Wood Fences and Gates
32324-3 Cast in Plaee C—ener-ete Retaining Walls
3291 19 Topsoil Placement and Finishing of Parkways
3292 13 Hydro-Mulching, Seeding, and Sodding
32 93 43 Trees and Shrubs
Division 33 - Utilities
33 0i 30 Sewer and Manhole Testing
In
33 03 1 n Bypass ninirPumping of Sewer-Systems
v
33 04 10 Joint Bonding and Electrical Isolation
3304 11 Corrosion Control Test Stations
3304 12 Magnesium Anode Cathodic Protection System
33 04 30 Temporary Water Services
33 04 40 Cleaning and Acceptance Testing of Water Mains
3}3}-04 50 Cleaninge
ower s
33 05 10 tili vy Tr-eneh T1ieavCatie Embedment, and DLiek 111
33 05 12 Water Line Lowering
33 05 13 Frame, Cover and Grade Rings
3305 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade
33 05 16 Concrete Water Vaults
33 05 17 Concrete Collars
33 05 20 Auger Boring
33-93 21: Tunnel Liner-Plate
33 05 22 Stool Casing Pipe
33 05 23 Hand Tunneling
33 0524 Installation of Carrier Pipe in Casing or Tunnel Liner Plate
33 05 26 Utility Markers/Locators
33 05 38 Leeation of Existing l Unities
33 1105 Bolts,Nuts, and Gaskets
CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main, Phase 2—Part 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304
Revised February 2,2016
000000-4
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 4 of 6
33 11 10 Ductile Iron Pipe
33 11 11 Ductile Iron Fittings
33 11 12 Polyvinyl Chloride(PVC)Pressure Pipe
33 ii 0 Generete Pr-essufe Pipe,Bar- W+apped; Steel Cylinder-Type
33 11 14 Bur-iod steel Pipe and Fittings
33 12 10 Water Services 1-inch to 2-inch
33 1211 Large Water Meters
33 12 20 Resilient Seated Gate Valve
33 12 21 AWWA Rubber-Seated Butterfly Valves
33 1225 Connection to Existing Water Mains
33 1230 Combination Air Valve Assemblies for Potable Water Systems
33 12 40 Fire Hydrants
33 1250 Water Sample Stations
33 12 60 Standard Blow-off Valve Assembly
3331 12 Gufed in Plaae Pipe(CIPP)
3331 15 High Density Polyethylene(14DPE)Pipe fer-Sanitary Sewer-
333120 Polyvinyl Ghler-ide(PVC) Gr-avity Smitar-y Sewef Pipe
33 3i N Polyvinyl Ghler-ide(PVC) Glesed Pr-efile Gfavity Sanituy Sewer-Pipe
333122 Sanitary Sewer-Slip Lining
333123 Sanitary Sewer-Pipe Finlafgemefft
333150 Sanitary Sewer-Sen,iee Gefmeefiens and SeFviee Line
333170 Cefabinatien Air-Valve fer-Ssnitar-y Sewer-For-rae Mains
33 39 10 Cast in Plae Go er-eo Manheles
33 39 20 Precast Concrete Manholes
333930 Fiber-glass Mwiheles,
333940 Wastewater-Aeeess Chamber-(W-AG)
3341 10 Reinforced Concrete Storm Sewer Pipe/Culverts
33 41 11 High Density Polyethylene(RDPE)Pipe for-SteFm Dr-ain
334600 Subdr-ainage
33 4601 Slotted Stefm Dfains
33 4602 Tfefieh Dreins
33 49 10 Cast-in-Place Manholes and Junction Boxes
33 49 20 Curb and Drop Inlets
33 4940 Stefm Drainage Readwalls and Wingwalls
Division 34-Transportation
34 41 10 T+affie Signals
34 41 10.01 AAae nt A Ce,.,.Fe lo..Cabinet
et
34 41 10.02 At ent13 G,.ntfelle f Speei fieatie,
34 41 11 Terapefafy T-r-affie Signals
34 41 1-3 ReinevingTreffie Sigaa4s
34 41 15 Reetmplaf Rapid Flashing Beaeon
34 44120.01 1 166 nedesa.;e„Hybrid Signal
-3 4. 4.120 Roadway illumination Assemblies
34 After-i l TED Roadway Luminaifes
34 4120.02 Fmeway TEE)D e.,d,,ay T,
CITY OF FORT WORTH Northside 1148-Inch Rater Transmission Main,Phase 2—Part 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304
Revised February 2,2016
000000-5
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 5 of 6
34 4120.03 Residential LED Read.,ay Lumi
34 4130 Altffninum Signs
3471 13 Traffic Control
Appendix
GC-4.01 Availability of Lands
GC-4.02 Subsurface and Physical Conditions
GC-4.04 Underground Facilities
GC 4.06 u.zar-daus Enyi.-onmental Condition ..t Site
GC-6.06.13 Minority and Women Owned Business Enterprise Compliance
GC-6.07 Wage Rates
GC-6.09 Permits and Utilities
GG 6.24 Nondiserimination
GR-01 60 00 Product Requirements
END OF SECTION
CITY OF FORT WORTH Northside//48-1nch{Pater Transmission Main.Phase 2—Part 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304
Revised February 2,2016
City of Fort Worth, Texas
Mayor and Council Communication
COUNCIL ACTION: Approved on 6/28/2016 - Ordinance No. 22317-06-2016 & Resolution
No. 4655-06-2016
DATE: Tuesday, June 28, 2016 REFERENCE NO.: C-27822
LOG NAME: 60NS1148WPH2P2-SJLOUIS
SUBJECT:
Authorize Execution of a Contract with S.J. Louis Construction of Texas, Ltd., in the Amount of
$14,220,423.00 for the Northside II 48-Inch Water Main Phase 11, Part 2, from Wagley Robertson Road to
Parkview Hills Lane, Provide for Project Administration, Inspection, Materials Testing and Contingencies for
a Total Project Amount of$15,855,823.00, Adopt Resolution Expressing Official Intent to Reimburse
Expenditures with Proceeds of Future Debt and Adopt Appropriation Ordinance (COUNCIL DISTRICT 7)
RECOMMENDATION:
It is recommended that the City Council:
1. Adopt the attached resolution expressing official Intent to Reimburse expenditures with proceeds of
future debt for entire the Northside II 48-inch Water Main, Phase II Improvement Project;
2. Authorize an amendment to the Fiscal Year 2016 Water Capital Improvement Plan to add additional
funding to the Northside II 48-inch Water Main Project in the amount of$5,463,911.00;
3. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the
Northside II 48-Inch Water Main, Phase 11, Part 2 Project of the 2016 Water Capital Projects Improvement
Plan in the amount of$5,463,911.00 from available funds; and
4. Authorize the execution of a contract with S.J. Louis Construction of Texas, Ltd., in the amount of
$14,220,423.00 for the Northside II 48-inch Water Main Phase 11, Part 2 from Wagley Robertson Road to
Parkview Hills Lane.
DISCUSSION:
On December 9, 2014 (Mayor and Council Communication (M&C) C-27124), the City Council authorized
an Engineering Agreement with Freese & Nichols, Inc., for the preparation of plans and specifications for
Northside II 48-inch Water Main Phase 11, from Heritage Trace Parkway to Longhorn Road. The proposed
water main will increase water delivery and reliability to the Northside II pressure plane.
In order to expedite construction, the Phase II project was divided into the following three parts:
• Part 1, 48-inch water main from Heritage Trace Parkway to Wagley Robertson Road.
• Part 2, 48-inch water main from Wagley Robertson Road to Parkview Hills Lane (this project).
• Part 3, 48-inch water main from Parkview Hills Lane to Longhorn Road.
Phase 11, Part 2, consists of the following:
Logname: 60NS1I48WPH2P2-SJLOUIS Paae I of 4
• Installation of a 48-inch water main beginning from Wagley Robertson Road to Parkview Hills Lane
. Construction of the north bound half of Old Decatur Road from Bailey Boswell Road to Parkview
Hills Lane in accordance with an Inter-Local Agreement between the City of Fort Worth and the City
of Saginaw (City Secretary Contract No. 47705).
This project was advertised for bids on March 10, 2016 and March 17, 2016 in the Fort Worth Star-
Telegram. On March 31, 2016 the following bids were received:
Bidder Amount
Time of
completion
S.J. Louis Construction of Texas, Ltd. F$14,220,423.001540 Calendar Days
William J. Shultz, Inc. d/b/a Circle "C" Construction 1$14,456,642.50
Company
Oscar Renda Contracting, Inc. $14,560,900.00
Thalle Construction Company, Inc. $16,390,059.30
Jackson Construction, Ltd. $18,635,112.50
Atkins Bros. Equipment Company, Inc. $26,274,050.00
In addition to the contract cost, $1,208,700.00 is required for project management, material testing and
inspection and $426,700.00 is provided for project management
This project requires additional funding in the amount of$5,463,911.00 for increased construction cost as
well as related easements, inspection, contingency and project management cost as depicted by the table
below. Staff recommends these additional funds come from funds in the Water/Sewer DPN fund.
M&C number or log name DPN Funding
required
M&C L-15915 adopted $ 581,000.00
6/14/2016
20MARINE CREEK PARKWAY F $ 3,428,295.00
60NSII48PH2A1-FNI F $ 243,593.00
60NSH48WPH2P2-SJLOUIS F $15,855,823.00
Sub Total F$20,108,711.00
Funding allotted M&C G-18625 F $14,644,800.00
Funding shortage -$ 5,463,911.00
This project is anticipated to be included in a future revenue bond issue for the Water and Sewer
Fund. Available cash within the Water and Sewer portfolio and the City's portfolio along with the
appropriation authority authorized under the Direct Purchase Note (DPN) Program will be used to provide
interim financing for this project until debt is issued. To the extent resources other than the Water and
Sewer portfolio are used to provide interim financing, the Water and Sewer Fund will be charged interest
that is equivalent to the overall rate of return being earned by the City portfolio (currently approximately
one-percent annually). Should the City's portfolio not support the liquidity needed to provide an interim
short-term financing source, another funding source will be required, which could mean issuance of
securities under the DPN Program or earlier issuance of Water and Sewer revenue bonds than is currently
planned. Once debt associated with this project is sold, bond proceeds will be used to reimburse the
Water and Sewer portfolio and the City's portfolio in accordance with the attached Reimbursement
Logname: 60NSII48WPH2P2-SJL0UIS Page 2 of 4
Resolution, which encompasses the entirety of Phase II.
The City Council adopted the Water Department's Fiscal Year 2016 - 2020 Five-Year Capital Improvement
Plan on February 2, 2016 (M&C G-18662). Adopted plan includes this specific project, with funding
identified through the DPN Program to be reimbursed with future revenue bonds. In accordance with the
provisions of the Financial Management Policy Statement, Staff anticipates presenting revenue-supported
debt issuances to the City Council for consideration within the next three years. This debt must be issued
within approximately three years to provide reimbursement for these expenses. If that does not occur, the
costs will no longer be reimbursable by issuing tax-exempt debt and the funding source will have to be
made whole through budgetary methods. Adoption of this resolution does not obligate the City to sell
bonds, but preserves the ability to reimburse the City from tax-exempt bond proceeds.
Construction is anticipated to commence in August 2016 with a contract time of 540 calendar days, the
project is estimated to be complete by the end of December 2017.
This project will have no impact on the Water Department Operating Budget when complete.
M/WBE OFFICE: S.J. Louis Construction of Texas, Ltd., is in compliance with City's BDE Ordinance by
committing to nine percent MBE participation. The City's MBE goal on this project is nine percent.
The project is located in COUNCIL DISTRICT 7, Mapsco 3E, 4E, 5E, 6E, 7E and 8E.
FISCAL INFORMATION / CERTIFICATION:
The Director of Finance certifies that the appropriation is available as directed by M&C G-18375 in the
Water/Sewer DPN Fund for the Northside II 48-inch Water Main, Phase 11, Part 2 Improvement Project
and that upon approval of the above recommendation and adoption of the attached appropriation
ordinance, funds will be available in the current capital budget as appropriated, of the Water/Sewer DPN
Fund, as depicted in the table below by fund.
FUND Existing Additional Appropriations Future Proect Total*
Appropriations ------ [Appropriations j
Water/Sewer
DPN Fund $14,644,800.00 $5,463,911.00 $16,524,000.00 $36,632,711.00
56005
Water&
Sewer Bond $ 1,680,500.00 $ 0.00 $ 0.00 I$ 1,680,500.00
2015A
56007
Water
Capital Fund $ 21,605.00 $ 0.00 $ 0.00 $ 21,605.00
59601**
Project Total $16,346,905.00 $5,463,911.00 $16,524,000.00 $38,334,816.00
* Numbers rounded for presentation purposes.
** includes funding from M&C L-15915
FUND IDENTIFIERS (FIDs):
TO
Fund Department Account Project Program Activity Budget Reference # Amount
ID ID Year Chartfield 2
56005 0600430 5740010 CO2304 C01783 2016 $5,463,911.00
Logname: 60NSII48WPH2P2-SJLOUIS Page 3 of 4
CERTIFICATIONS:
Submitted for City Manager's Office by: Jay Chapa (5804)
Originating Department Head: John Carman (8246)
Additional Information Contact: Robert C. Sauceda (2387)
ATTACHMENT)
1. 47705 Saginaw-CFW ILA.pdf (Public)
2. 6060NSI148WPH2P2-SJLOUIS FY2016 AO 56005(Rev 6.22.16).docx (Public)
3. 60NSII48WPH2P2-SJLOUlS Compliance Memo.pdf (CFW Internal)
4. 60NS1148WPH2P2-SJLOUIS Form 1295.pdf (Public)
5. 60NS1148WPH2P2-SJLOUIS Map01.pdf (Public)
6. CO2304 Proiect Budget Summary.JPG (CFW Internal)
7. Northside II - Phase II Reimbursement Resolution.doc (Public)
8. Resolution Attachment - Phase II.pdf (Public)
9. SAM SJ Louis.pdf (CFW Internal)
Logname: 60NSII48WPH2P2-SJLOUIS Page 4 of 4
000510- I
MAYOR AND COUNCIL COMMUNICATION(M&C)
Page 1 of 1
1 SECTION 00 05 10
2 MAYOR AND COUNCIL COMMUNICATION (M&C)
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23 END OF SECTION
CITY OF FORT WORTH Northside H 48-Inch Water Transmission Main,Phase 2—Part 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304
Revised July 1,2011
This Page Intentionally left Blank
CERTIFICATE OF INTERESTED PARTIES
FORM 1295
iofl
Complete Nos.1-4 and 6 it there are interested parties. OFFICE USE ONLY
Complete Nos.1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING
1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number:
of business. 2016-50087
S.J.Louis Construction of Texas,Ltd.
Mansfield,TX United States Date Filed-
2 Name of governmental entity or state agency that is a party to the contract for which the form is 05/04/2016
being filed.
City of Fort Worth Date Acknowledged:
3 Provide the identification number used by the governmental entity or state agency to track or identify the contract,and provide a
description of the services,goods or other property to be provided under the contract
02304
Heavy Underground Utility
4 Nature of interest(check applicable)
Name of Interested Party City,State,Country(place of business)
Controlling intermediary
S.J.Louis,LLC Wilmington, DE United States X
5 Check only if there is NO Interested Party. ❑
6 AFFIDAVIT I swear,or affirm,under penalty of perjury,that the above disclosure is true and correct.
peq,/��
Peter J.Stahl Vice President
Si nature of authorized agent of contracting business entity
AFFIX NOTARY STAMP/SEAL ABOVE
Swom to and subscribed before me,by the said Peter J. Stahl ,this the 4t11 day of May
2016 to certify which,witness my hand and seal of office.
7DINAQofficer
r 1My
V Dina J. Wilson
Signature of officer administering oath Printed name of officer a i 's �'� oistering oath
Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.1021
I SECTION 00 0515
2 ADDENDA
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23 END OF SECTION
CITY OF FORT WORTH Northside II 48-Inch Rater Transmission Main,Phase 2—Part 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304
Revised July 1,2011
This Page Intentionally Left Blank
00 05 15.01-1
ADDENDUM No.1
Page 1 of 2
CITY OF FORT WORTH
NORTHSIDE 11 48"WATER TRANSMISSION MAIN PHASE 2-PART 2 OF\TF10
�P•®®®®..•.•••-4- 0
•:'S o
*®• •m* O0
%* m m
�immmmmemmoa•e®mmmm•dme•00
City Project No.02304 /DANIEL STOUTENBURG, JR s
A m•••mmmmm•mem®mm••••m•• ••/
DOE No.7345 00 ° 99271
�0'� 0®4�CENS�O•0''kms
ADDENDUM NO. 1 eOFSs®®®..•••'�G��
March 8,2016 Ill���t�
Mr 8 201811:45 AM
FREESE AND NICHOLS, INC.
Bid Time: Thursday, March 24, 2016, 1:30 P.M.CST. TEXAS REGISTERED
00 05 15.01 ADDENDUM NUMBER 1 ENGINEERINGF-2144
FIRM
The following additions, deletions, modifications,or clarifications shall be made to the appropriate
sections of the Contract Documents. Bidders shall acknowledge receipt of this Addendum in the space
provided on the Bid Form.
F
BIDDING REQUIREMENTS:
F Section 00 11 13"Invitation to Bidders"
Modification: PREBID CONFERENCE date changed from March 10, 2016 at 9:30 am to March 14,
2016 at 9:30 am.The location will remain the same(311 W. 10th Street).
Section 00 2113"Instructions to Bidders"
Refer to Page 1, Paragraph 3.1.2
Modification: Delete the paragraph in its entirety and replace with the following:
"Roadway and Pedestrian Lighting—Requirements document located at;
https://Prooectpoint.buzzsaw.com/fortworthgoy/Resources/02%20-
%20Construction%20Documents/Contractor%20Pregualification/TPW%20Roadway%20and%20
Pedestrian%20Lighting%20Prequalification%20Program?public"
Section 0133 00"Submittals"
Reference Appendix A
Modification: Delete this section and replace it with the submittal log included with this
Addendum.
Addenda 00 05 15.01-1
FTW14497-Northside 11 48"Water Transmission Main Phase 2—Part 2
March 8,2016
This Page Intentionally Left Blank
00 05 15.01-2
ADDENDUM No.1
Page 2 of 2
TECHNICAL SPECIFICATIONS:
Section 3137 01"Articulated Concrete Cable Mat"
Modification: Delete this section and replace it with the section included with this addendum.
Section 33 12 30"Combination Air Valve Assemblies for Potable Water Systems"
Addition:Add this section, included with this addendum.
DRAWINGS:
REPLACE THE FOLLOWING SHEETS
Replace Sheet With Sheet
0.01 COVER 0.01 COVER
END OF ADDENDUM NO. 1
Addenda 00 05 15.01-2
FTW14497-Northside 11 48"Water Transmission Main Phase 2—Part 2
March 8,2016
This Page Intentionally Left Blank
ti mN N R
¢ J G R MM
O A H y N
40
O
O y
ti a a
43 E
a =
C W
R G
1
d N u
Y -0
4 =
Q' ro
N
A
v _ 3
W L
_
m
a
O -
v
& JDD7agAFq'�
a s
v° r
N E
v°
C
C Y
�i Ip
� C
N
Oi ¢
swgmi�.+a7 x x x x x x
x x x x x x x x
'� dmpaoyy
w
1G, a
x x
CL�` DIDU x x x x x x
d •wl ' °� x x x xxxx xx x x xxx xxxx
.,�
x x x x x x x x
& �+4liJR .x x x x x x x x x
�E Q
0
=0e
M t a
M E -
�
rl c v E A
d = >N
o �n
N m a = 0 3 a
.0 o f
I.: m w c q o w W c
V A C C — ro m 0 Y t = y
C ro 5 N E W -.� u m m N 0 W W N g O N i
C - = F! 1! w N N «Na d C N U! '> H V 2 m u'
m? E .ro o E m m m c t4 vvi v v v $ a >
v a w c ? o u x c
U m ro m m y
> m = A c 2 ~w m c ¢ ¢ r ro w el
4 0 ro n v % c v c Z'a m m o i'n a d 12 u E c > 3 m
0 a c aLL=i c V p O° j
2 E 2 a u s s `u u u u E c o o y `a o m c c y m v
o 0 0 o n Q m 0 0 o ? 'C v v 0 a °' 0 0 0 Y m r ° ? m o 0 0 '° m =
u o a u u u m w a a u a a u u u m` a u 3
O p p pp
O N n n m m O 0 0 N N n N M M .Mi .Ri .n-1 N N O C lfl M N N N Vl N
0 0 0 0 0 88 0 0 o m m m m m m m m m m m m m m m m m m m m M eMi M m m �M+s in m Mn
0
Z d
o �
� o m
O z
J Q Y
V QC
O Z
� 3
� U.
N Op N N a
s O
Q O N N
g m N p 0
d
E
�
a z
2 y
c a
a o L
2 V
p� C
r
d
� 3
L
� C
m
U C
0
z
e
N
U
C
N a m
H
Q
.0 x x x x x x x x x x x25
x x
Q a s�upds�t x x x
v
'O'
fl. c o,po
g. •® E x x
Q `� o3oOapo+dxx xxxxxxxxxxxxxxxx x
O x x xxx x
x x
E Q
.Q42
~
M = o d r
v
co I
ac o
n - L
a _ ^ Q 'm
6 A V d iLL a0-r wj L
o d m m "' d a c u m '«
c C v v c a` 3 N x > o E c
w � vi 0 in a
a u c ^ m o 0
o
p
z u
c
$
c _ c u cV a
v v `LL 3 a w u U
CDa
G a �o o vi o .� v o .+ o .+ vi 0 0 0 0 0 0 D o m
N N N m 0 N N N N N T O Vl l0 N N N
O W 0 Vl V1 N N N N N N Ot 'T Ot N
N O O O '+ N H r1 N N N N T V O O P
m m m m m m m m m m m m m m T m m m T m m m m
Om m m m m m m m m m m m m m m m m m m m T m m
Z W
M
W G
'O R
L
bA d a
O °' '
v �
� s
45 t
3
H LL
313701-1
ARTICULATED CONCRETE CABLE MAT
Page 1 of 7
1 SECTION 3137 01
2 ARTICULATED CONCRETE CABLE MAT
3 PART1 - GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. The Contractor shall furnish all labor,materials,equipment,and incidentals
7 required and perform all operations in connection with the installation of articulated
8 concrete blocks or mats in accordance with the lines, grades, design and dimensions
9 shown on the Drawings and as specified herein.
10 B. Deviations from this City of Fort Worth Standard Specification
11 1. 3137 01 —is not a City Standard Specification
12 C. Related Specification Sections include,but are not necessarily limited to:
13 1. Division 0—Bidding Requirements, Contract Forms, and Conditions of the
14 Contract
15 2. Division 1 —General Requirements
16 3. Section 03 30 00—Cast-in-place Concrete
17 1.2 PRICE AND PAYMENT PROCEDURES
18 A. Measurement and Payment
19 1. Articulated Concrete Block
20 a. Measurement
21 1) Measurement for this Item shall be by the square yard of Articulated
22 Concrete Block placed.
23 b. Payment
24 1) The work performed and materials furnished in accordance with this Item
25 and measured as provided under"Measurement"will be paid for at the unit
26 price bid per square yard of articulated concrete cable mats placed.
27 c. The price bid shall include:
28 1) Furnishing and placing articulated concrete cable mats,bedding, and
29 Geotextile
30 2) Anchoring articulated concrete cable mats
31 3) Excavation and backfill
32 4) Control of water
33 5) Disposal of surplus materials
34 1.3 REFERENCES
35 A. Reference Standards
36 1. Reference standards cited in this Specification refer to the current reference
37 standard published at the time of the latest revision date logged at the end of this
38 Specification,unless a date is specifically cited.
39 2. ASTM Standards:
40 a. ASTM C33-08 Standard Specifications for Concrete Aggregates
41 b. ASTM C39 Compressive strength of Cylindrical Concrete Specimens
CITY OF FORT WORTH Northside H 48-Inch Rater Transmission Main,Phase 2—Part 2
City Project Number:02304
31 37 01-2
ARTICULATED CONCRETE CABLE MAT
Page 2 of 7
1 c. ASTM C42 Obtaining and Testing Drilled Cores and Sawed Beams of
2 Concrete
3 d. ASTM C 150 Specification for Portland Cement
4 e. ASTM C207 Specification for Hydrated Lime Types
5 f. ASTM C595 Specification for Blended Hydraulic Cements
6 g. ASTM C618 Specification for Fly Ash and Raw or Calcined Natural
7 Pozzolans for use in Portland Cement Concrete
8 h. ASTM D 6684 Standard Specification for Materials and Manufacture of
9 Articulated Concrete Block(ACB)
10 i. ASTM D 6884 Standard Practice for Installation of Articulating Concrete
M 11 Block(ACB)Revetment System
12 j. ASTM D 7276 Standard Guide for Analysis and Interpretation of Test Data for
13 Articulating Concrete Block(ACB)revetment System in Open Channel Flow
14 k. ASTM D 7277 Standard Test Method for Performance Testing of Articulating
15 Concrete Block(ACB)Revetment System for Hydraulic Stability in Open
16 Channel Fl
17 1. ASTM D698 Laboratory Compaction Characteristics of Soil Using Standard
18 Effort
19 in. ASTM D3786 Hydraulic Burst Strength of Knitted Goods and Nonwoven
20 Fabrics
21 n. ASTM D4355 Deterioration of Geotextiles from Exposure to Ultraviolet Light
22 and Water
23 o. ASTM D4491 Water Permeability of Geotextiles by Permittivity
24 p. ASTM D4533 Trapezoidal Tearing Strength of Geotextiles
25 q. ASTM D4632 Breaking Load and Elongation of Geotextiles(Grab Method)
26 r. ASTM D4751 Determining Apparent Opening Size of a Geotextile
27 s. ASTM D4833 Index Puncture Resistance of Geotextiles, Geomembranes and
28 Related Products
29 t. ASTM D5101 Measuring the Soil-Geotextile System Clogging Potential by the
30 Gradient Ratio
31 u. ASTM D5567 Hydraulic Conductivity Ratio Testing of Soil/Geotextile
32 Systems
33 3. AASHTO
34 a. AASHTO T88 Determining the Grain-size Distribution of Soil
35 b. AASHTO M288-96 Standard Specification for Geotextiles
36 4. FHWA
37 a. FHWA-RD-89-199 November 1989—Standard Testing for Hydraulic
38 Stability of Concrete Revetment System During Overtopping Flow
39 b. FHWA-RD-88-181 Minimizing Embankment Damage During Overtopping
40 Flow(Replaced by FHWA-RD-89-199 in November of 1989)
41 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
42 1.5 SUBMITTALS
43 A. Submittals shall be in accordance with Section 0133 00.
44 B. All submittals shall be approved by the City prior to construction.
45 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS
46 A. Shop Drawings
CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2—Part 2
City Project Number:02304
31 37 01-3
ARTICULATED CONCRETE CABLE MAT
Page 3 of 7
1 a. Submit to the Owner's Representative all manufacturer's performance research
2 results and calculations in support of the concrete mat system and geotextile
3 proposed for use. All calculations must be made in accordance with PART 2 of
4 this specification.
5 b. Furnish manufacturer's certificates of compliance for concrete blocks/mats,
6 revetment cable,and any revetment cable fittings, anchors and connectors to
7 the Owner's Representative prior to the start of mat fabrication.
8 c. Furnish to the Owner's Representative all manufacturer's specifications,
9 literature, shop drawings for the fabrication of the mats, anchor layouts and any
10 recommendations,if applicable,that are specifically related to this project, 14
11 days prior to assembly of the cable mats.
12 d. Submit experience of the installer as described in paragraph 1.9 A.
13 1.7 CLOSEOUT SUBMITTALS [NOT USED]
14 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
15 1.9 QUALITY ASSURANCE
16 A. EXPERIENCE: The contractor shall be able to demonstrate at least three jobs where
17 similar installation has occurred. If experience is not available,the supplier shall have a
18 technician experienced in the installation of the Articulated Concrete Cable Mats
19 available at the start of an installation to assist in any special techniques needed to
20 assure a proper installation.Documentation of this experience shall be provided to the
21 Engineer.
22 B. MANUFACTURER: Approved manufactures for Articulated concrete blocks are:
23 1. ARMORFLEX®as manufactured by ARMORTEC(Contech)
24 2. Erosion Prevention Products
25 3. International Erosion Control Systems,Inc.
26 4. Shoretec
27 C. VISUAL INSPECTION
28 1. All units shall be sound and free of defects that would interfere with the proper
29 placing of the unit or impair the strength or permanence of the construction.
30 Surface cracks incidental to the usual methods of manufacture,or surface chipping
31 resulting from customary methods of handling in shipment and delivery, shall not
32 be deemed grounds for rejection.
33 2. Cracks exceeding 0.25 inches(.635 cm)in width and/or 1.0 inch(2.54 cm)in depth
34 shall be deemed grounds for rejection.
35 3. Chipping resulting in a weight loss exceeding 10%of the average weight of the
36 blocks shall be deemed grounds for rejection.
37 D. SAMPLING AND TESTING
38 1. The purchaser or his authorized representative shall be accorded proper access to
39 facilities to inspect and sample the units at the place of manufacture from lots ready
40 for delivery. Additional testing, other than that provided by the manufacturer, shall
41 be borne by the contractor.
CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 1—Part 1
City Project Number:02304
31 3701 -4
ARTICULATED CONCRETE CABLE MAT
Page 4 of 7
1 1.10 DELIVERY,STORAGE,AND HANDLING
2 A. Delivery, storage, and handling shall be in accordance with manufacture's
3 recommendations.
4 1.11 FIELD [SITE] CONDITIONS
5 A. Existing Conditions
6 1. Any data which has been or may be provided on subsurface conditions is not
7 intended as a representation or warranty of accuracy or continuity between soils. It
8 is expressly understood that neither the City nor the Engineer will be responsible
9 for interpretations or conclusions drawn there from by the Contractor.
10 2. Data is made available for the convenience of the Contractor.
11 1.12 WARRANTY [NOT USED]
12 PART 2- PRODUCTS
13 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED]
14 2.2 MATERIALS
15 A. Materials
16 1. Articulating Concrete Cable Mat
17 a. The mats shall be pre-manufactured as an assembly of concrete blocks,bound
18 into mats by the use of stainless steel cables, or individual interlocking blocks
F 19 placed and then bound together by stainless steel cables.
20 b. All articulated concrete mats shall be open cell design.
21 c. The design velocity shall not be less than 24 feet per second unless otherwise
22 noted.
23 d. Certification(Open-Channel Flow): All articulated concrete mats will only be
24 accepted when accompanied by documented hydraulic performance
25 characteristics, derived from tests under controlled flow conditions. Testing
26 guidelines should conform to U.S. Federal Highway Administration and U.S.
27 Bureau of Reclamation Testing Protocol as documented in ASTM D 7277. If
28 addition, system restraints(such as mechanical anchors) and ancillary
29 components(such as a synthetic drainage medium)were used in the full-scale
30 testing program then they must be incorporated in field installations in an
31 identical manner.
32 e. Performance(Overtopping Flow): The design of the articulated concrete mats
33 shall be in accordance with Design Manual for Articulating Concrete(ACB)
34 Revetment System.
35 f. The articulated concrete mats shall be designed to a minimum safety factor of
36 2.0 for a design shear stress of 2.0 lbs/ft2. The analysis shall be performed
37 based upon the stability of the mat due to gravity forces alone,neglecting forces
38 which may be due to cabling,mechanical anchorage, contact with adjacent
39 blocks, or other restraint not attributable to gravity based forces. The analysis
40 must account for a subgrade variation of up to 0.5 inches. (For a level surfaced
41 block this would result in a 0.5 inch block projection height).
CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2—Part 2
City Project Number:02304
313701-5
ARTICULATED CONCRETE CABLE MAT
Page 5 of 7
1 g. Extrapolation of tested shear stress values to the performance of thicker units
2 may be considered only for units within the same"family"of blocks having the
3 same geometric dimensions(length and width)and interlock of the tested units.
4 2. CONCRETE: Articulating Concrete Blocks may be produced using either wet-cast
5 or dry-cast concrete with a minimum of 4000 PSI(Class A).Wet-cast concrete
6 shall include air entrainment of 4%to 7%.
7 3. CABLES: The cables shall be made of stainless steel aircraft cable of type 304.
8 The cable shall be of type 1 X 19 construction. Size varies with block size.
9 Manufacturer's recommendation for size shall be used.All cables and hardware
10 shall be compatible so that one does not cause the other to corrode.
11 4. GEOTEXTILE: Geotextile material to be used shall be GeotexTM 801,made by
12 Synthetics Industries, and/or 8-oz. equivalent needle punched nonwoven fabric.An
13 overlap of 2 ft to 3 ft shall be incorporated on three sides of the mat. The overlap
14 shall provide an area for the adjoining mats to be placed upon and prevent
15 undermining of the erosion control system.
16 5. CLAMPS: Sufficient stainless steel wire rope clamps shall be used to secure loops
17 of adjoining articulated concrete cable mats. The type of clamp needed shall be
18 determined by the manufacturer.The number of loop connections is based on
19 project specifics,and shall be shown in the shop drawings. Clamping in field must
20 follow project layout details to be acceptable.
21 6. ANCHORING: Articulated concrete cable mats shall be designed to resist the
22 design velocities in certain slope and bedding situations without anchors. However,
23 anchors shall be installed to resist the uplift forces on the blocks within the tributary
24 area of the anchor. The weight of the block shall be neglected for this calculation.
25 a. Anchors shall be Manta Ray anchors by Foresight Products, Commerce City,
26 Colorado or approved equal.
27 b. All anchors shall be stainless steel. The perimeter of the articulated concrete
28 cable mat shall be anchored. The spacing of the perimeter anchors shall be half
29 of the calculated spacing.
30 c. The anchor shall be attached to the loops of the mat after placement.There shall
31 be no slack in the driven anchor cable when it is attached to the loops of the
32 mat.Anchoring must follow project layout details to be acceptable.
33 d. Anchor shall be proof loaded by applying an axial load equal to the design load
34 for the anchor.Test shall be consider successful if anchor resists load with less
35 than 1/2 inch pull out.
36 7. DRAINAGE LAYER: Drainage layer shall consist of on geotextile placed on the
37 subgrade,then 3-inches of crushed stone placed on top,then another geotextile
38 placed on top of the crushed stone.
39 a. Crushed stone shall be:
40 1) Durable crushed rock
41 2) Meets the gradation of ASTM D448 size numbers 8 or 89
42 3) May be unwashed
43 4) Free from significant silt clay or unsuitable materials.
44 5) Have a percentage of wear not more than 40 percent per ASTM C 131 or
45 C535
46 6) Not more than a 12 percent maximum loss when subjective to 5 cycles of
47 sodium sulfate soundness per ASTM C88
CITY OF FORT WORTH Northside H 48-Inch Rater Transmission Main,Phase 2—Part 2
City Project Number:02304
31 37 01-6
ARTICULATED CONCRETE CABLE MAT
Page 6 of 7
1 2.3 ACCESSORIES [NOT USED]
2 2.4 SOURCE QUALITY CONTROL [NOT USED]
3 PART 3 - EXECUTION
4 3.1 INSTALLERS [NOT USED]
5 3.2 EXAMINATION [NOTE USED]
6 3.3 FOUNDATION PREPARATION
7 A. General. Areas on which filter fabric and cellular concrete blocks are to be placed shall
8 be constructed to the lines and grades shown on the Contract Drawings and to the
9 tolerances specified in the Contract Documents, and approved by the Owner's
10 Representative.
11 B. Grading. The slope shall be graded to a smooth plane surface to ensure that intimate
12 contact is achieved between the slope face and the drainage layer.All slope deformities,
13 roots,grade stakes, and stones which project normal to the local slope face must be
14 regraded or removed. No holes, "pockmarks", slope board teeth marks, footprints, or
15 other voids greater than 1.0 inch in depth normal to the local slope face shall be
16 permitted. No grooves or depressions greater than 0.5 inches in depth normal to the
17 local slope face with a dimension exceeding 1.0 foot in any direction shall be permitted.
18 Where such areas are evident,they shall be brought to grade by placing compacted
19 homogeneous material. The slope and slope face shall be uniformly compacted, and the
20 depth of layers,homogeneity of soil, and amount of compaction shall be as required by
21 the Owner's Representative. A 3-inch layer of crushed sone shall be placed on the
22 compacted subgrade prior to placement of the geotextile and cellular concrete mat with
F 23 attached geotextile.
24 C. Excavation and preparation for anchor trenches, side trenches, and toe trenches or
25 aprons shall be done in accordance to the lines, grades and dimensions shown in the
26 Contract Drawings. The anchor trench radius at the top of the slope shall be uniformly
27 graded so that no dips or bumps greater than 0.5 inches over or under the local grade
28 occur. The width of the anchor trench radius shall also be graded uniformly to assure
29 intimate contact between all cellular concrete blocks and the underlying grade at the
30 radius.
31 D. Inspection. Immediately prior to placing the filter fabric and cellular concrete blocks,
32 the prepared area shall be inspected by the owner's representative, and by the
33 manufacturer's representative. No fabric or blocks shall be placed thereon until that
34 area has been approved by each of these parties.
35 3.4 INSTALLATION
36 A. GENERAL: Articulated concrete cable mats, shall be constructed within the specified
37 lines and grades shown on the Contract Drawings.
CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2—Part 2
City Project Number:02304
313701-7
ARTICULATED CONCRETE CABLE MAT
Page 7 of 7
1 B. Placement. The articulated concrete cable mats shall be placed with the filter fabric in
2 such a manner as to produce a smooth plane surface in intimate contact with the filter
3 fabric. No individual block within the plane of placed articulated concrete cable mats
4 shall protrude more than one-half inch or as otherwise specified by the Owner's
5 Representative. To ensure that the articulated concrete cable mats are flush and develop
6 intimate contact with the subgrade,the blocks shall be"seated"with a roller or other
7 means as approved by the Owner's Representative.
8 C. If assembled and placed as large mattresses,the articulated concrete cable mats shall be
9 attached to a spreader bar or other approved device to aid in the lifting and placing of
10 the mats in their proper position by the use of a crane or other approved equipment.
11 The equipment used should have adequate capacity to place the mats without bumping,
12 dragging,tearing or otherwise damaging the underlying fabric. The mats shall be
13 placed side by side and/or end to end, so that the mats abut each other. Mat seams or
14 openings between mats greater than two(2) inches shall be filled with grout or lean
15 concrete. Anchor holes shall be covered with lean concrete or grout. Whether placed
16 by hand or in large mattresses, distinct changes in grade that results in a discontinuous
17 revetment surface in the direction of flow shall require a grout or lean concrete seam at
18 the grade change location so as to produce a continuous surface.
19 D. Anchors shall be placed perpendicular to the mat. One anchor shall be load and
20 displacement tested prior to installing others. Submit testing plan with descriptive
21 figures for applying load and measuring displacement. The Anchor shall be loaded at
22 no fewer than 10 increments up to its design load. One minute shall be recorded at each
23 load increment. All data shall be submitted to the Owner for review along with photos
24 of the testing arrangement. If load displacement test fails,then modify anchor design
25 and installation of anchor to meet design load at no cost to the owner. Other anchoring
26 shall be recommended by the manufacturer.
27 E. Finishing. Crushed stone between all joints in the blocks
28 3.5 REPAIR [NOT USED]
29 3.6 RE-INSTALLATION [NOT USED]
30 3.7 FIELD QUALITY CONTROL [NOT USED]
31 3.8 SYSTEM STARTUP [NOT USED]
32 3.9 ADJUSTING [NOT USED]
33 3.10 CLEANING [NOT USED]
34 3.11 CLOSEOUT ACTIVITIES [NOT USED]
35 3.12 PROTECTION [NOT USED]
36 3.13 MAINTENANCE [NOT USED]
37 3.14 ATTACHMENTS [NOT USED]
38 END OF SECTION
CITY OF FORT WORTH Northside 1148-Inch Rater Transmission Main,Phase 2—Part 2
City Project Number:02304
33 1230-1
COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS
P" Page 1 of S
1 SECTION 33 12 30
2 COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS
3 PART1 - GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. 2-inch through 8-inch Combination Air-Release and Air/Vacuum Valve Assemblies
7 (Combination Air Valves)for potable water systems including:
8 a. Combination air-release and air/vacuum valve
9 b. Tap to water main
10 c. Lead-free Inlet piping and appurtenances
11 d. Vent piping and appurtenances
12 e. Vault enclosure and appurtenances
13 B. Deviations from this City of Fort Worth Standard Specification
14 1. 2.2 C.Lf. Add design flow rate.
15 C. Related Specification Sections include,but are not necessarily limited to:
16 1. Division 0—Bidding Requirements, Contract Forms,and Conditions of the
17 Contract
18 2. Division 1 —General Requirements
19 3. Section 33 05 13—Frame,Cover and Grade Rings
20 4. Section 33 11 10—Ductile Iron Pipe
21 5. Section 33 11 11 —Ductile Iron Fittings
22 6. Section 33 11 14—Buried Steel Pipe and Fittings
23 7. Section 33 12 10—Water Services 1-Inch to 2-Inch
24 8. Section 33 12 20—Resilient Seated(Wedge)Gate Valve
25 9. Section 33 39 20—Precast Concrete Manholes
26 1.2 PRICE AND PAYMENT PROCEDURES
27 A. Measurement and Payment
28 1. Measurement
29 a. Measurement for this Item shall be per each.
30 2. Payment
31 a. The work performed and materials furnished in accordance with this Item and
32 measured as provided under"Measurement"will be paid for at the unit price
33 bid per each"Water Air Release Valve&Vault"installed for:
34 1) Various inlet sizes
35 3. The price bid shall include:
36 a. Furnishing and installing Combination Air Valves with appurtenances as
37 specified in the Drawings
38 b. Air valve vault and appurtenances
39 c. Tapping the main
40 d. Isolation valves
CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2—Part 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304
Revised December 20,2012
331230-2
COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS
Page 2 of 8
1 e. Fittings
2 f. Vent piping
3 g. Vent cover and/or enclosure
4 h. Vent enclosure and/or pipe bollard protection, if required
5 i. Excavation and backfill
6 1.3 REFERENCES
7 A. Definitions
8 1. Combination Air Valve: A device having the features of both an air-release valve
9 and an air/vacuum valve
10 2. Inlet: The opening at the base of the Combination Air Valve mechanism through
I 1 which air and water from the pipeline enters
12 3. Inlet Piping: The piping and appurtenances between the pipeline and the valve inlet
13 4. Lead-free: Lead-free pipes and plumbing fittings and fixtures shall contain less
14 than 0.25 percent lead in accordance with the reduction of Lead in Drinking Water
15 Act(P.L. 111-380).
16 5. Orifice: The opening in the Combination Air Valve mechanism through which air
17 is expelled from or admitted into the pipeline or piping system. Some valves may
18 have multiple orifices.
19 6. Outlet: The opening at the top of Combination Air Valve mechanism, including the
20 orifice,through which air enters or exits the Air Valve
21 7. Vent Piping: The piping and appurtenances from the Combination Air Valve outlet
22 to its termination point outside the vault
23 B. Reference Standards
24 1. Reference standards cited in this Specification refer to the current reference
25 standard published at the time of the latest revision date logged at the end of this
26 Specification, unless a date is specifically cited.
27 2. American Iron and Steel Institute(AISI).
28 3. ASTM International(ASTM):
29 a. A536, Standard Specification for Ductile Iron Castings.
30 4. American Water Works Association(AWWA):
31 a. C512,Air-Release,Air/Vacuum, and Combination Air Valves for Waterworks
32 Service.
33 b. M51,Air-Release,Air/Vacuum,and Combination Air Valves.
34 5. NSF International (NSF):
35 a. 61,Drinking Water System Components-Health Effects.
36 6. Reduction of Lead in Drinking Water Act
37 a. Public Law 111-380(P.L. 111-380)
38 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
39 1.5 SUBMITTALS
40 A. Submittals shall be in accordance with Section 0133 00.
41 B. All submittals shall be approved by the City prior to delivery.
CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2—Part 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304
Revised December 20,2012
33 1230-3
COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS
Page 3 of S
1 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS
2 A. Product Data
3 1. Combination Air Valves
4 a. Application type
5 b. Working pressure rating
6 c. Test pressure rating
7 d. Surge pressure rating
8 e. Inlet size
9 f. Small orifice size
10 g. Large orifice size
11 2. Valve vault and appurtenances
12 3. Tapping appurtenances
13 4. Isolation valves
14 5. Fittings
15 6. Vent piping
16 7. Vent cover and/or enclosure
17 8. Vent enclosure and/or pipe bollard protection
18 1.7 CLOSEOUT SUBMITTALS [NOT USED]
19 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
20 1.9 QUALITY ASSURANCE
21 A. Qualifications
22 1. Manufacturers
23 a. Combination Air Valves of the same size shall be the product of 1
24 manufacturer,unless approved by the City.
25 b. Combination air valves shall be in conformance with AWWA C512.
26 B. Certifications
27 1. Obtain an Affidavit of Compliance from the valve manufacturer in accordance with
28 AWWA C512.
29 1.10 DELIVERY,STORAGE,AND HANDLING
30 A. Storage and Handling Requirements
31 1. Protect all parts such that no damage or deterioration will occur during a prolonged
32 delay from the time of shipment until installation is completed and the units and
33 equipment are ready for operation.
34 2. Protect all equipment and parts against any damage during a prolonged period at the
35 site.
36 3. Protect the finished surfaces of all exposed flanges by wooden blank flanges,
37 strongly built and securely bolted thereto.
38 4. Protect finished iron or steel surfaces not painted to prevent rust and corrosion.
39 5. Prevent plastic and similar brittle items from being directly exposed to sunlight or
40 extremes in temperature.
CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2—Part 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304
Revised December 20,2012
331230-4
COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS
Page 4 of 8
1 6. Secure and maintain a location to store the material in accordance with
2 Section 0166 00.
3 1.11 FIELD CONDITIONS [NOT USED]
4 1.12 WARRANTY
5 A. Manufacturer Warranty
6 1. Manufacturer's Warranty shall be in accordance with Division 1.
7 PART 2- PRODUCTS
8 2.1 OWNER-FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED]
9 2.2 EQUIPMENT,PRODUCT TYPES,AND MATERIALS
10 A. Manufacturers
11 1. Only the manufacturers as listed on the City's Standard Products List will be
12 considered as shown in Section 0160 00.
13 a. The manufacturer must comply with this Specification and related sections.
14 2. Any product that is not listed on the Standard Products List is considered a
15 substitution and shall be submitted in accordance with Section 0125 00.
16 3. The Combination Air Valve shall be new and the product of a manufacturer
17 regularly engaged in the manufacturing of air release/air vacuum valves having
18 similar service and size.
19 B. Description
20 1. Regulatory Requirements
21 a. Combination Air Valves shall meet or exceed the latest revisions of
22 AWWA C512 and shall meet or exceed the requirements of this Specification.
23 b. All Combination Air Valve components in contact with potable water shall
24 conform to the requirements of NSF 61.
25 c. All materials shall conform to the Reduction of Lead in Drinking Water
26 Act(P.L. 111-380). This Act defines"Lead-free"for pipes and other
27 appurtenances to be less than 0.25 percent lead.
28 C. Performance/Design Criteria
29 1. Capacities
30 a. Water Application=Potable Water
31 b. Working Pressure from 10 psi to 150 psi
32 c. Test Pressure=225 psi
33 d. Surge Pressure= 100 psi minimum,unless stated otherwise in the Contract
34 Documents
35 e. Size
36 1) Each orifice size must be sufficient to meet the requirements set forth in
37 AWWA M51 and indicated on the Drawings.
38 f. Design flow rate of pipeline is 40 MGD at 75 psi
39 2. Function
40 a. High volume discharge during pipeline filling
41 b. High volume intake through the large orifice
42 c. Pressurized air discharge
CITY OF FORT WORTH Northside H 48-Inch Water Transmission Main,Phase 2—Part 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304
Revised December 20,2012
33 1230-5
COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS
Page 5 of 8
1 d. Surge Dampening/Controlled discharge rates
2 1) The valve shall have an integral surge alleviation mechanism which shall
3 operate automatically to limit transient pressure rise or shock induced by
4 closure due to high velocity air discharge or the subsequent rejoining of the
5 separated water columns.The limitation of the pressure rise shall be
6 achieved by decelerating the approaching water prior to valve closure.
7 D. Materials
8 1. Combination Air Valve
9 a. Internal parts
10 1) Non-corroding material such as stainless steel or high density polyethylene
11 b. Valve body
12 1) AISI 304 stainless steel or ASTM A536 ductile iron
13 2) Equipped with intake and discharge flanges
14 c. Inlet/Discharge orifice area
15 1) Equal to the nominal size of the valve
16 E. Finishes
17 1. Finish Materials
18 a. Supply all ductile iron Combination Air Valves with a factory applied fusion
19 bonded epoxy coating with a final coating thickness of 16 mils minimum.
20 2.3 ACCESSORIES
21 A. For 2-inch Combination Air Valve Assemblies:
22 1. Tap
23 a. Tapping saddle and 2-inch corporation valve(C.C.thread with flare) in
24 accordance with Section 33 12 10
25 2. Inlet Piping
26 a. 2-inch outlet between the tap and the isolation valve with the following:
27 1) Threaded, lead-free brass piping
28 2) Threaded,lead-free brass tee
29 3) Threaded, lead-free brass hand wheel valves
30 3. Vent Piping
31 a. 4-inch minimum diameter, in accordance with the Drawings
32 4. Vent Screen
33 a. Stainless Steel (AISI 304)
34 5. Dropover Enclosure
35 a. Channell SPH-1420 thermoplastic enclosure, or approved equal
36 6. Vault
37 a. Provide a flat top 4-foot diameter concrete manhole in accordance with Section
38 33 39 20.
39 b. Provide a 32-inch hinged cover with frame and grade ring in accordance with
40 Section 33 05 13.
41 c. Secure Air Valve to vault wall using a galvanized or stainless steel bracket
42 manufactured by Grinell, or equal, in accordance with the Drawings
43 B. For 3-inch to 8-inch Combination Air Valve Assemblies:
44 1. Tap
45 a. For 24-inch diameter mains:
CITY OF FORT WORTH Northside 1148-Inch Water Transmission Main,Phase 2—Part 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304
Revised December 20,2012
33 1230-6
COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS
Page 6 of 8
1 1) Provide 24-inch blind flange outlet
2 b. For mains with 30-inch and greater diameter:
3 1) Provide 30-inch blind flange outlet
4 c. For ductile iron and PVC mains,provide mechanical joint x flange tee with
5 tapped flange.
6 2. Inlet Piping
7 a. Flanged ductile iron or steel, depending on main material, in accordance with
8 Drawings
9 b. Corporation stops shall be in accordance with Section 33 12 10 and with
10 Drawings.
11 3. Isolation Valves
12 a. Gate valve(flanged) in accordance with Section 33 12 20 with:
13 1) 2-inch operating nut,non-rising stem with enclosed miter gearing for 3-
14 inch and larger gate valves
15 4. Vent Piping
16 a. 4-inch minimum,ductile iron pipe, in accordance with Drawings
17 5. Vent Screen
18 a. Stainless Steel (AISI 304)
19 6. Dropover Enclosure
20 a. Channell SPH-1420 thermoplastic enclosure,or approved equal
21 7. Vault
22 a. Provide a flat top,concrete manhole in accordance with Section 33 39 20.
23 b. Manhole dimensions shall be in accordance with Drawings.
24 c. Provide a 32-inch hinged cover with frame and grade ring in accordance with
25 Section 33 05 13.
26 d. Secure Air Valve to vault wall using a galvanized or stainless steel bracket
27 manufactured by Grinell, or equal, in accordance with the Drawings
28 C. Finishes
29 1. Primer Materials
30 a. Prime Vent Piping within vault, as well as above ground,for finish with a
31 product listed in on the City's Standard Products List in Section 0160 00,
32 unless otherwise stated in the Drawings.
33 2. Finish Materials
34 a. Paint Vent Piping within vault,as well as above ground,with a product listed in
35 on the City's Standard Products List in Section 01 60 00,unless otherwise
36 stated in the Drawings.
37 b. Color to be selected by the City.
38 2.4 SOURCE QUALITY CONTROL
39 A. Tests and Inspections
40 1. Testing and inspection of Combination Air Valves shall be in accordance with
41 AWWA C512.
42 B. Markings
43 1. Each Combination Air Valve shall be marked in accordance with AWWA C512.
CITY OF FORT WORTH Northside 1148-Inch Water Transmission Main,Phase 2—Part 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304
Revised December 20,2012
33 1230-7
CgWINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS
Page 7 of 8
1 PART 3 - EXECUTION
2 3.1 INSTALLERS [NOT USED]
3 3.2 EXAMINATION [NOT USED]
4 3.3 PREPARATION [NOT USED]
5 3.4 INSTALLATION
6 A. General
7 1. Install in accordance with manufacturer's recommendations and as shown on the
8 Drawings.
9 2. Above ground and vault interior ductile iron piping and valves shall be painted in
10 accordance with City requirements,unless otherwise stated in the Drawings.
11 3. Wrap all buried ductile iron pipe and fittings with polyethylene encasement in
12 accordance with Section 33 11 10 and Section 33 11 11 respectively.
13 3.5 REPAIR/RESTORATION [NOT USED]
14 3.6 RE-INSTALLATION [NOT USED]
15 3.7 FIELD QUALITY CONTROL
16 A. Field Inspections
17 1. Pipe the large and small orifices directly to the vent piping.There direct discharge
18 of an orifice to an underground vault.
19 2. The valve shall perform as intended with no deformation, leaking or damage of any
20 kind for the pressure ranges indicated.
21 3. Before acceptance of the installed valve,the City Field Operations Staff shall have
22 the opportunity to inspect and operate the valve.
23 4. The City will assess the ease of access to the operating nut and ease of operating the
24 corporation stop.
25 5. If access and operation of the valve and its appurtenances meet the City Standard
26 Detail,then the valve will be accepted as installed.
27 6. The Combination Air Valve assembly shall be free from any leaks.
28 B. Non-Conforming Work
29 1. If access and operation of the valve or its appurtenances does not meet the City's
30 criteria,the Contractor will remedy the situation until it meets the City's criteria, at
31 the Contractor's expense.
32 3.8 SYSTEM STARTUP [NOT USED]
33 3.9 ADJUSTING [NOT USED]
34 3.10 CLEANING [NOT USED]
35 3.11 CLOSEOUT ACTIVITIES [NOT USED]
36 3.12 PROTECTION [NOT USED]
a
37 3.13 MAINTENANCE [NOT USED]
CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2—Part 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304
Revised December 20,2012
33 1230-8
COMBINATION AIR VALVE ASSEMBLIES FOR POTABLE WATER SYSTEMS
Page 8 of 8
1 3.14 ATTACHMENTS [NOT USED]
2 END OF SECTION
3
Revision Log
DATE NAME SUMMARY OF CHANGE
12/20/2012 D.Johnson General:Modified specification to reflect materials and equipment in City Standard
Detail;Removed cast-in-place manhole references
4
CITY OF FORT WORTH Northside 1148-Inch Water Transmission Main,Phase 2—Part 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304
Revised December 20,2012
This Page Intentionally Left Blank
sass a m nrztac s 6b8ZZ-X Z aSVHd`NIVW NOISSIKSNVIU UM VAS HONI-817 II ffQISH LION
a rn
N W
W
N N
W W
X A Q A a X
lk
�iy M
lil r'
M a
p 3
U
° 3 QQ
^ ��WO �6 4z1W WFG
U �z
ccxa Sy Dov
�NZ
F
TTV�1 w
Vl
ILEI' Yee dounh
{L� t� txado.� rrosfHairl( f m
\ V
N c -�
N m �_ 'n O
a W f a WO
a04
HcOI rTl ��.tUR R� Mcri O �aNv
ca uj
j+t N 3 d
L. Q
Ew-+ 00 � Q4
Q
Con� a
o
z
cu
co o
04
iii L�J I!i�;
JJJJJ 1 GIM O O'Qy 3 a P. Qy M N
JJ
k' J P >1 Q Vj�j Gly/F r-- X O
a
rn N O
O W AU �lOv �O Z
v� v U
oda o o o
A q Z Ouj Z n� s
O LU
p ti U
i
00:Rg peno6 Wd Lf:r 9102/t/t:Pano6 KD�
6wD2tl3W�—N'J—l'f0—/a�s6uimS�)Woz :awou Y
L644 LM1i(4Da1 SWl)%0'02:IaM Utl]tl
00 05 15.02-1
ADDENDUM No.2
Page 1 of 1
0 \, 0
Ta
CITY OF FORT WORTH �E•°°° So
® s s
*®® *000
j °°0
�� /DANIEL STOUTENBURG, JR
NORTHSIDE II 48 WATER TRANSMISSION MAIN O 000°°°o°°eoeoo®ase®°®e° ®®
PHASE 2-PART 2 00 X00 992 71
0 �;%
00 °994/ E%seeNS' �
eee
City Project No.02304
DOE No.7345 Mir 10 2016 3:01 PM
FREESE AND NICHOLS, INC.
ADDENDUM NO.2 TEXAS REGISTERED
March 10,2016 ENGINEERING FIRM
F-2144
Important Notice: The date for submission of Bids has been changed to Thursday, March 31, 2016, 1:30
P.M.CST.
00 05 15.01 ADDENDUM NUMBER 1
The following additions,deletions, modifications,or clarifications shall be made to the appropriate
sections of the Contract Documents. Bidders shall acknowledge receipt of this Addendum in the space
provided on the Bid Form.
BIDDING REQUIREMENTS:
Section 00 1113"Invitation to Bidders"
Modification: PREBID CONFERENCE date changed from March 14, 2016 at 9:30 am to March 21,
2016 at 9:30 am.The location will remain the same(311 W. 10th Street).
Section 00 4100"Bid Form"
Refer to Page 2, Paragraph 4.1
Modification: Delete the paragraph in its entirety and replace with the following:
"The Work will be complete for Final Acceptance within 540 days after the date when the
Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions."
END OF ADDENDUM NO. 2
Addenda 00 05 15.02-1
FTW14497-Northside 11 48"Water Transmission Main Phase 2—Part 2
March 10,2016
000515.03-1
ADDENDUM No.3
Page 1 of 3
CITY OF FORT WORTH
NORTHSIDE 1148"WATER TRANSMISSION MAIN OF`� 0
1
PHASE 2-PART 2 ' `p��°®®° eF�ski
. 9
/DANIEL STOUTENBURG, JR/
City Project No.02304 0 ®® 99271
Ir
DOE No.7345 �11�FS�®CENSE�6�:'r
ADDENDUM NO. 3
March 29,2016 �....
Mar 29 2016 8:47 AM
FREESE AND NICHOLS, INC.
TEXAS REGISTERED
Bid Date: Thursday, March 31, 2016, 1:30 P.M. CST. ENGINEERING FIRM
F-2144
00 05 15.03 ADDENDUM NUMBER 3
The following additions,deletions, modifications,or clarifications shall be made to the appropriate
sections of the Contract Documents. Bidders shall acknowledge receipt of this Addendum in the space
provided on the Bid Form.
BIDDING REQUIREMENTS:
Section 00 42 43"Proposal Form Unit Price"
Modification: Delete this section in its entirety and replace with attached.
Section 00 42 43"Proposal Form Unit Price"
Refer to Paving and Drainage Item 17
Clarification: 3212.0203 4"Asphalt Pvmt Type C is for use as temporary asphalt paving required
for traffic detour.
Section 00 73 00"Supplementary Conditions"
Addition:Add the following paragraph:
"SC-11.02,"Allowance"
The Construction Contingency Allowance bid item establishes contract contingency allowances
for unanticipated work determined to be necessary in the field.Arbitrary allowance amounts
have been placed in the Proposal,this item will not be paid to the Contractor unless a written
Addenda 00 05 15.03-1
FTW14497-Northside 1148"Water Transmission Main Phase 2—Part 2
March 29,2016
000515.03-2
ADDENDUM No.3
Page 2 of 3
field order is issued. Contract changes above this amounts described by this allowance may be
processed through a change order."
Section 013513"Special Proiect Procedures"
Modification: Delete this section in its entirety and replace with attached.
DRAWINGS:
Refer to Sheet 1.53 Water Line Plan and Profile Sta 232+00 to Sta 236+00.
Clarification:There is a minimum of 79 LF of welded or restrained 48" pipe.
Refer to Sheet 1.57 Trench and Backfill Details I, Detail Number 4.
Clarification:Trench Water Stops are subsidiary to the pipe.
Refer to Sheet 1.62 Butterfly Valve Vault 11,Structural Details II:
Clarification:The first five feet next to the valve vault along the pipeline shall be backfilled as
shown on sheet 1.62. Beyond first five feet the pipeline shall be backfilled as shown on the plan and
profile sheets. Backfill material shall be subsidiary to the pipe and valve vault.
Refer to Sheet 1.69 Bore and Tunnel Details, Details 1&2:
Clarification:the space between the carrier and casing pipe shall be grouted with cellular grout.
Refer to Paving Plan and Profile sheets(Sheets 4.09 through 4.26),note 4.
Modification: Delete the paragraph in its entirety and replace with the following:
"4.Adjustments of irrigation system in the street median shall be performed by a licensed
irrigator and shall be paid for under Median Block Sod Placement."
Refer to Paving Plan and Profile sheets(Sheets 4.09 through 4.26), Legend.
Modification: Delete the following:
"Stamped and Stained Concrete"
and replace with the following:
"Concrete Pavers"
Addenda 00 05 15.03-2
FTW14497-Northside 1148"Water Transmission Main Phase 2—Part 2
March 29,2016
i
This Page Intentionally Left Blank
00 05 15.03-3
ADDENDUM No.3
Page 3 of 3
REPLACE THE FOLLOWING SHEETS
Replace Sheet With Sheet
4.33 Pavement Details Median Nose Typicals 4.33 Pavement Details Median Nose Typicals
END OF ADDENDUM NO. 3
Addenda 00 05 15.03-3
FTW14497-Northside 1148"Water Transmission Main Phase 2—Part 2
March 29,2016
This Page Intentionally Left Blank
00 42 43
7PROPOSAL FORM
Page 1 of 17
SECTION 00 42 43
PROPOSAL FORM UNIT PRICE
Northside II 48-Inch Water Transmission Main, Phase 2 — Part 2
SECTION A - WATER
Pay Specification Bid Unit of Name of Pay Item with Unit Price in UNIT AMOUNT
Item Section No. Quantity Measure Words PRICE BID
1a. 3311 13 18,700 LF 3311.1074 48" Bar Wrapped
Concrete AWWA C303 Water Pipe
(Pressure Class 150) Installed in
Trench
Dollars and
Cents Per Unit
1 b. 3311 14 18,700 LF 3311.1061 48" Polyurethane Coated
Steel AWWA C200 Water Pipe
(Pressure Class 150) Installed in
Trench
Dollars and
Cents Per Unit
1c. 3311 14 18,700 LF 3311.1061 48" Mortar Coated Steel
AWWA C200 Water Pipe(Pressure
Class 150) Installed in Trench
Dollars and
Cents Per Unit
1 d. 3311 10 18,700 LF 3311.1051 48" Ductile Iron Water
Pipe(Pressure Class 150) Installed in
Trench
Dollars and
Cents Per Unit
2a. 3311 13 230 LF 3311.1077 48" Bar Wrapped
Concrete AWWA C303 Water Pipe,
CLSM Backfill (Pressure Class 150)
Installed in Trench
Dollars and
Cents Per Unit
Note: Bidder shall select only one option for items numbered a, b, c, & d. Material option shall be consistent throughout
the proposal.
CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2—Part 2
City Project Number:02304
00 42 43
PROPOSAL FORM UNIT PRICE
Page 2 of 17
Pay Specification Bid Unit of Name of Pay Item with Unit Price in UNIT AMOUNT
Item Section No. Quantity Measure Words PRICE BID
2b. 3311 14 230 LF 3311.1067 48" Polyurethane Coated
Steel AWWA C200 Water Pipe, CLSM
Backfill (Pressure Class 150) Installed
in Trench
Dollars and
Cents Per Unit
2c. 3311 10 230 LF 3311.1067 48" Mortar Coated Steel
AWWA C200 Water Pipe, CLSM
Backfill (Pressure Class 150) Installed
in Trench
Dollars and
Cents Per Unit
2d. 3311 10 230 LF 3311.1057 48" Ductile Iron Water
Pipe, CLSM Backfill (Pressure Class V
150) Installed in Trench
Dollars and
Cents Per Unit
3a. 3311 13 260 LF 3305.2011 48" Bar Wrapped
Concrete AWWA C303 Water Pipe,
Deep Trench Backfill (Pressure Class
150) Installed in Trench
Dollars and
Cents Per Unit
3b. 3311 14 260 LF 3305.2011 48" Polyurethane Coated
Steel AWWA C200 Water Pipe, Deep
Trench Backfill (Pressure Class 150)
Installed in Trench
Dollars and
Cents Per Unit
3c. 3311 14 260 LF 3305.2011 48" Mortar Coated Steel
AWWA C200 Water Pipe, Deep
Trench Backfill (Pressure Class 150)
Installed in Trench
Dollars and
Cents Per Unit
3d. 3311 10 260 LF 3305.2011 48" Ductile Iron Water
Pipe, Deep Trench Backfill (Pressure
Class 150) Installed in Trench
Dollars and
Cents Per Unit
Note: Bidder shall select only one option for items numbered a, b, c, &d. Material option shall be consistent throughout
the proposal.
CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2—Part 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304
00 42 43
PROPOSAL FORM UNIT PRICE
Page 3 of 17
Pay Specification Bid Unit of Name of Pay Item with Unit Price in UNIT AMOUNT
Item Section No. Quantity Measure Words PRICE BID
4a. 33 05 24 2,480 LF 3305.2011 48" Bar Wrapped
Concrete AWWA C303 Water Carrier
Pipe (Pressure Class 150) Installed in
Tunnel Liner or Casing Pipe
Dollars and
Cents Per Unit
4b. 33 05 24 2,480 LF 3305.2011 48" Polyurethane Coated
Steel with Mortar Overcoat Water
Carrier Pipe(Pressure Class 150)
Installed in Tunnel Liner or Casing
Pipe
Dollars and
Cents Per Unit
4c. 33 05 24 2,480 LF 3305.2011 48" Mortar Coated Steel
with Mortar Overcoat Water Carrier
Pipe(Pressure Class 150) Installed in
Tunnel Liner or Casing Pipe
Dollars and
Cents Per Unit
4d. 33 05 24 2,480 LF 3305.2011 48" Ductile Iron Water
Carrier Pipe (Pressure Class 150)
Installed in Tunnel Liner or Casing
Pipe
Dollars and
Cents Per Unit
5a. 3311 13 1 LS 3311.0021 Bar Wrapped Concrete
Cylinder Pipe AWWA C303 Fittings
Dollars and
Cents Per Unit
5b. 3311 14 1 LS 3311.0011 Polyurethane Coated Steel
Pipe AWWA C200 Fittings
Dollars and
Cents Per Unit
5c. 3311 14 1 LS 3311.0011 Mortar Coated Steel Pipe
AWWA C200 Fittings
Dollars and
Cents Per Unit
Note: Bidder shall select only one option for items numbered a, b, c, &d. Material option shall be consistent throughout
the proposal.
CITY OF FORT WORTH Northside II 48-Inch Rater Transmission Main,Phase 1—Part 1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number. 02304
00 42 43
PROPOSAL FORM UNIT PRICE
Page 4 of 17
Pay Specification Bid Unit of Name of Pay Item with Unit Price in UNIT AMOUNT
Item Section No. Quantity Measure Words PRICE BID
5d. 3311 11 1 LS 3311.0001 Ductile Iron Water Pipe
M Fittings
Dollars and
Cents Per Unit
6a. 33 04 12 1 LS 3304.0002 Cathodic Protection
System for Bar Wrapped Concrete
Cylinder Pipe
Dollars and
Cents Per Unit
6b. 33 04 12 1 LS 3304.0002 Cathodic Protection
System for Polyurethane Coated Steel
Pipe
Dollars and
Cents Per Unit
6c. 33 04 12 1 LS 3304.0002 Cathodic Protection
System for Mortar Coated Steel Pipe
Dollars and
Cents Per Unit
6d. 33 04 12 1 LS 3304.0002 Cathodic Protection
System for Ductile Iron Pipe
Dollars and
Cents Per Unit
Note: Bidder shall select only one option for items numbered a, b, c, &d. Material option shall be consistent throughout
the proposal.
7. 33 05 21, 2,280 LF 3305.1207 72"Casing/Tunnel Liner
33 05 22 Plate By Other Than Open Cut
Dollars and
Cents Per Unit
8. 33 12 30 11 EA 3312.1004 4" Combination Air Valve
Assembly for Water
Dollars and
Cents Per Unit
9. 331260 10 EA 3312.6003 8" Blow Off Valve &Vault
Dollars and
Cents Per Unit
10. 331221 8 EA 3312.5002 48"AWWA Butterfly
Valve, w/vault
Dollars and
Cents Per Unit
CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2—Part 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304
00 42 43
PROPOSAL FORM UNIT PRICE
Page 5 of 17
Pay Specification Bid Unit of Name of Pay Item with Unit Price in UNIT AMOUNT
Item Section No. Quantity Measure Words PRICE BID
11. 33 12 25 3 EA 3312.0112 Connection to Existing 48"
Water Main
Dollars and
Cents Per Unit
12. 33 12 50 5 EA 3339.1101 Access Manhole for Water
Main per Detail D137 (All Depths)
Dollars and
Cents Per Unit
13. 33 05 17 22 EA 3305.0112 Concrete Collar for Water
Vault
Dollars and
Cents Per Unit
14. 33 05 17 5 EA 3305.0112 Concrete Collar for Water
Valve Box
Dollars and
Cents Per Unit
15a. 33 05 30 35 EA 3305.0103 Exploratory Excavation of
Existing Utilities
Dollars and
Cents Per Unit
15b. 33 05 30 35 EA 3305.0115 Vacuum Excavation of
Existing Utilities
Dollars and
Cents Per Unit
16. 0241 14 2 EA 0241.2102 6-Inch Sewer
Abandonment Plug
Dollars and
Cents Per Unit
17. 0241 14 1.0 CY 0241.2001 Sanitary Line Grouting
Dollars and
Cents Per Unit
18. 3341 10 20 LF 3341.0103 18" RCP, Class III
Dollars and
Cents Per Unit
19. 3341 10 40 LF 3341.0201 21" RCP, Class III
Dollars and
Cents Per Unit
CITY OF FORT WORTH Northside 1148-Inch Rater Transmission Main,Phase 2—Part 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304
00 42 43
PROPOSAL FORM UNIT PRICE
Page 6 of 17
Pay Specification Bid Unit of Name of Pay Item with Unit Price in UNIT AMOUNT
Item Section No. Quantity Measure Words PRICE BID
20. 3341 10 100 LF 3341.0205 24" RCP, Class III
Dollars and
Cents Per Unit
21. 3341 10 50 LF 3341.0302 30" RCP, Class III
Dollars and
Cents Per Unit
22. 3201 29 1,500 LF 3201.0400 Temporary Asphalt Paving
Repair including striping
Dollars and
Cents Per Unit
4
23. 3201 17 3,200 LF 3201.0127 10'Wide Asphalt Paving
Repair, Arterial n
Dollars and
Cents Per Unit
u
24. 3201 17 100 SY 3201.0202 Asphalt Paving Repair
Beyond Defined Width, Arterial
Dollars and
Cents Per Unit
25. 3201 29 550 SY 3201.0616 Concrete Paving Repair, I
Arterial/Industrial
Dollars and P
Cents Per Unit
26. 3201 29 500 SY 3211.0315 12" Flexible Base, Type D,
GR-1, Road Repair
Dollars and
Cents Per Unit
27. 33 05 10 20,580 LF 3305.0109 Trench Safety
Dollars and
F Cents Per Unit
28. 33 05 26 1 LS 3305.0110 Utility Markers
F Dollars and
Cents Per Unit C
F 29. 3301 31 21,660 LF 3301.0002 Post CCN Inspection for
Water Main
Dollars and
Cents Per Unit
30. 32 92 13 96,250 SY 3292.0400 Seeding, Hydromulch
Dollars and
Cents Per Unit
CITY OF FORT WORTH Northside H 48-Inch Water Transmission Main,Phase 2—Part
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304
00 42 43
PROPOSAL FORM UNIT PRICE
Page 7 of 17
Pay Specification Bid Unit of Name of Pay Item with Unit Price in UNIT AMOUNT
Item Section No. Quantity Measure Words PRICE BID
31, 31 3701 100 SY 9999.0100 Articulated Concrete Cable
Mat for Open Cut Creek Crossing
Dollars and
Cents Per Unit
32. 31 2500 1 LS 3125.0101 SWPPP> 1 Acre for Entire
Project
Dollars and
Cents Per Unit
33. 33 05 10 100 CY 3305.0202 Imported Backfill, CSS
Dollars and
Cents Per Unit
34. 33 05 10 100 CY 3305.0203 Imported Backfill, CLSM
(Flowable Fill)
Dollars and
Cents Per Unit
35. 33 05 10 60 CY 3305.0204 Imported
Embedment/Backfill, Crushed Rock
Dollars and
Cents Per Unit
36. 33 05 10 60 CY 3305.0206 Imported
Embedment/Backfill, Acceptable
Backfill
Dollars and
Cents Per Unit
37. 33 05 10 60 CY 3305.0207 Imported
Embedment/Backfill, Select Fill
Dollars and
Cents Per Unit
38. 3441 20 1 EA 3441.3502 Relocate Street Light Pole
Dollars and
Cents Per Unit
39. 3231 26 150 LF 3231.0211 Barbed Wire Fence, Metal
Posts
Dollars and
Cents Per Unit
40. 3231 13 9,000 LF 3231.0114 Temporary 6' Chain Link,
Steel Fence
Dollars and
Cents Per Unit
CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2—Part 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304
00 42 43
PROPOSAL FORM UNIT PRICE
Page S of 17
Pay Specification Bid Unit of Name of Pay Item with Unit Price in UNIT AMOUNT
Item Section No. Quantity Measure Words PRICE BID
41. 3231 26 3 EA 3231.0306 16'Gate, Steel
Dollars and
Cents Per Unit
42. 01 71 23 1 I-S 9999.0200 Construction Staking
Dollars and
Cents Per Unit
43. 01 71 23 1 I-S 9999.0201 Construction Survey
Dollars and 6
Cents Per Unit
N
44. 00 73 00 1 I-S 9999.0300 Construction Contingency
Allowance to cover costs of
Improvements not previously itemized.
All work completed under this item $300,000.00 $300,000.00
shall be approved by Owner in writing.
Three Hundred Thousand Dollars and
Zero Cents Per Unit
Northside II 48-Inch Water Transmission Main, Phase 2— Part 2 y
P
SUBTOTAL Section A -Water $
CITY OF FORT WORTH Northside 77 48-Inch Water Transmission Main,Phase 1—Part 1-
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:01304
00 42 43
PROPOSAL FORM UNIT PRICE
Page 9 of 17
Section B — Paving and Drainage
Pay Specification Estimate Unit Name of Pay Item with Unit Price in UNIT AMOUNT
Item Section No. Quantity Words PRICE BID
1 3341 11 660 LF 3341.0103 18" RCP, Class III
Dollars and
Cents Per Unit
2. 33 49 10 2 EA 3349.0001 4'Storm Junction Box
Dollars and
Cents Per Unit
3. 33 49 20 2 EA 3349.6001 10' Recessed Inlet
Dollars and
Cents Per Unit
4. 33 49 20 3 EA 3349.6002 15' Recessed Inlet
Dollars and
Cents Per Unit
5. 33 49 20 1 EA 3349.6003 20' Recessed Inlet
Dollars and
Cents Per Unit
6. 33 49 20 1 EA 3349.5002 15' Curb Inlet
Dollars and
Cents Per Unit
7. 0241 15 1,530 SY 0241.1506 2" Surface Milling
Dollars and
Cents Per Unit
8. 0241 14 1 EA 0241.4001 Remove 10'Curb Inlet
Dollars and
Cents Per Unit
9. 5 EA Existing 12"Water Line Utility
Relocation
Dollars and
Cents Per Unit
10. 0241 13 30 SF 0241.0100 Remove Sidewalk
Dollars and
Cents Per Unit
11. 0241 13 5 EA 0241.0300 Remove ADA Ramp
Dollars and
Cents Per Unit
12. 0241 13 550 SF 0241.0401 Remove Concrete Drive
Dollars and
Cents Per Unit
CITY OF FORT WORTH Northside II 48-Inch Rater Transmission Main,Phase 2—Part 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304
00 42 43
PROPOSAL FORM UNIT PRICE
Page 10 of 17
Pay Specification Estimate Unit Name of Pay Item with Unit Price in UNIT AMOUNT
Item Section No. Quantity Words PRICE BID
13. 0241 15 32,930 SY 0241.1000 Remove Conc Pvmt
Dollars and
Cents Per Unit
14. 31 2316 3,430 CY 3123.0101 Unclassified Excavation
by Plan
Dollars and
Cents Per Unit
15. 32 11 29 765 TN 3211.0400 Hydrated Lime
Dollars and
Cents Per Unit
16. 3211 29 31,800 SY 3211.0502 8" Lime Treatment
Dollars and
Cents Per Unit
17. 32 12 16 600 SY 3212.0203 4"Asphalt Pvmt Type C
Dollars and
Cents Per Unit
18. 32 12 16 1,530 SY 3212.0302 2"Asphalt Pvmt Type D
Dollars and
Cents Per Unit
19. 32 13 13 27,600 SY 3213.0105 10"Conc Pvmt
Dollars and
Cents Per Unit
20. 32 13 13 3,200 SY 3213.0205 10"Conc Pvmt HES
Dollars and
Cents Per Unit
21. 32 13 13 500 SY 3214.0100 Brick Pvmt
Dollars and
Cents Per Unit
22. 32 13 20 30 SF 3213.0301 4" Conc Sidewalk
Dollars and
Cents Per Unit
23. 32 13 20 550 SF 3213.0402 7"Concrete Driveway
Dollars and
Cents Per Unit
24. 32 13 20 1 EA 3213.0506 Barrier Free Ramp, Type
P-1
Dollars and
Cents Per Unit
CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2—Part 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304
00 42 43
PROPOSAL FORM UNIT PRICE
Page 11 of 17
Pay Specification Estimate Unit Name of Pay Item with Unit Price in UNIT AMOUNT
Item Section No. Quantity Words PRICE BID
25. 32 13 20 4 EA 3213.0501 Barrier Free Ramp, Type
R-1
Dollars and
Cents Per Unit
26. 32 17 23 15,640 LF 3217.0001 4"SLD Pvmt Marking
HAS (W)
Dollars and
Cents Per Unit
27. 32 17 23 2,710 LF 3217.0002 4"SLD Pvmt Marking
HAS (Y)
Dollars and
Cents Per Unit
28. 32 17 23 3,870 LF 3217.0003 4" BRK Pvmt Marking
HAS (W)
Dollars and
Cents Per Unit
29. 32 17 23 1,260 LF 3217.0004 4" BRK Pvmt Marking
HAS (Y)
Dollars and
Cents Per Unit
30. 32 17 23 110 LF 3217.0005 4" DOT Pvmt Marking
HAS (W)
Dollars and
Cents Per Unit
31. 32 17 23 1,560 LF 3217.0007 4" SLD Pvmt Marking
Tape(W)
Dollars and
Cents Per Unit
32. 32 17 23 3,880 LF 3217.0008 4"SLD Pvmt Marking
Tape(Y)
Dollars and
Cents Per Unit
33. 32 17 23 5,600 LF 3217.0201 8"SLD Pvmt Marking
HAS (W)
Dollars and
Cents Per Unit
34. 32 17 23 1,350 LF 3217.0301 12" SLD Pvmt Marking
HAE (W)
Dollars and
Cents Per Unit
35. 32 17 23 350 LF 3217.0501 24" SLD Pvmt Marking
HAE (W)
Dollars and
Cents Per Unit
CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2—Part 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304
00 42 43
PROPOSAL FORM UNIT PRICE
Page 12 of 17
Pay Specification Estimate Unit Name of Pay Item with Unit Price in UNIT AMOUNT
Item Section No. Quantity Words PRICE BID
36. 32 17 23 58 EA 3217.1002 Lane Legend Arrow
Dollars and I
Cents Per Unit
37, 32 17 23 22 EA 3217.1004 Lane Legend Only
Dollars and
Cents Per Unit N
38. 32 17 23 51 EA 3217.1006 Lane Legend Bike
Dollars and
Cents Per Unit
39. 32 17 23 180 EA 3217.2102 REFL Raised Marker TY I-
C
Dollars and
Cents Per Unit
40. 30 17 23 1,190 LF 3217.4301 Remove 4" Pvmt Marking
Dollars and
Cents Per Unit
41. 32 17 23 220 LF 3217.4303 Remove 8" Pvmt Marking
Dollars and
Cents Per Unit
42. 3291 19 410 CY 3291.0100 Topsoil for Median
Restoration
Dollars and
Cents Per Unit
43. 32 92 13 2,450 SY 3292.0100 Median Block Sod
Placement and Irrigation Restoration
Dollars and n
Cents Per Unit
44. 3471 13 12 MO 3471.0001 Traffic Control
Dollars and
Cents Per Unit b
45. 3471 13 32 WK 3471.0002 Portable Message Sign
Dollars and
Cents Per Unit
46. 01 71 23 1 LS 9999.0200 Construction Staking b
Dollars and
Cents Per Unit
I
47. 01 71 23 1 LS 9999.0201 Construction Survey p
Dollars and
Cents Per Unit G'
CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2—Part 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number.02304
00 42 43
PROPOSAL FORM
Page 13 of 17
Pay Specification Estimate Unit Name of Pay Item with Unit Price in UNIT AMOUNT
Item Section No. Quantity Words PRICE BID
48. 00 73 00 1 LS 9999.0301 Construction Contingency
Allowance to cover costs of
Improvements not previously itemized.
All work completed under this item $100,000.00 $100,000.00
shall be approved by Owner in writing.
One Hundred Thousand Dollars and
Zero Cents Per Unit
Northside II 48-Inch Water Transmission Main, Phase 2— Part 2
SUBTOTAL Section B - Paving and Drainage $
CITY OF FORT WORTH Northside H 48-Inch Water Transmission Main,Phase 2—Part 2
City Project Number.02304
00 42 43
PROPOSAL FORM UNIT PRICE
Page 14 of 17
BID SUMMARY
Northside II 48-Inch Water Transmission Main, Phase 2 — Part 2
Sub-Total Section A-Water $
Sub-Total Section B— Paving and Drainage $
Total Sections A and B $
CITY OF FORT WORTH EAST SIDE 11 54"WATER MAIN PHASE I&EAST SIDE PUMP
Addendum No.3 STATION DISCHARGE HEADER REPLACEMENT
00369
00 42 43
PROPOSAL FORM UNIT PRICE
Page 15 of 17
PROPOSAL
LIST OF DUCTILE IRON FITTINGS FOR WATER LINES 12" AND SMALLER
No. of Size of Fitting Type of Fitting Weight Per Total Weight
Fittings Fitting (lbs.) (lbs.)
Total weight = 0 lbs. (0 Tons)
CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2—Part 2
City Project Number.02304
00 42 43
PROPOSAL FORM UNIT PRICE
FFP Page 16 of 17
PROPOSAL
LIST OF DUCTILE IRON FITTINGS FOR WATER LINES 16" AND LARGER
No. of Size of Fitting Type of Fitting Weight Per Total Weight
Fittings Fitting (lbs.) (lbs.)
6 48-inch 11.250 Bend 1,475 8,850
4 48-inch 22.50 Bend 1,760 7,040
4 48-inch 450 Bend 2,090 8,360
1 48-inch Plug 1,675 1,657
2 48-inch x 48-inch Tee 6,765 13,530
5 48-inch x 30-inch Tee 4,455 22,275
Total weight = 61,712 lbs. (30.90 Tons)
CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2—Part 2
City Project Number:02304
00 42 43
PROPOSAL FORM UNIT PRICE
Page 17 of 17
PROPOSAL
LIST OF 48-INCH WATER LINE FITTINGS FOR CONCRETE OR STEEL PIPE
In the event that additions to, or deductions from the work shown on the plans or described in the
specifications are made, and that they are covered by the following fittings or special items, the
bidder agrees that the following unit prices shall be used in making additions to, or deductions from
the contract amount.
ADD OR DEDUCT ITEMS:
Size of Fitting Type of Fitting Unit Price
48-inch >45° to 90° Bend
48-inch >22.5° to 45° Bend
48-inch 0°to 22.5°Bend
48-inch Plug
48-inch x 48-inch Flanged Outlet
48-inch x 30-inch Flanged Outlet
48-inch x 6-inch Flanged Outlet
Contractor shall fill in blanks for"Unit Price" as part of his bid.
CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2—Part 2
City Project Number:02304
013513-1
SPECIAL PROJECT PROCEDURES
Page 1 of 8
1 SECTION 0135 13
2 SPECIAL PROJECT PROCEDURES
3
4 PART1 - GENERAL
5 1.1 SUMMARY
6 A. Section Includes:
7 1. The procedures for special project circumstances that includes,but is not limited to:
8 a. Coordination with the Texas Department of Transportation
9 b. Work near High Voltage Lines
10 c. Confined Space Entry Program
11 d. Air Pollution Watch Days
12 .
13 f. Water Department Notification
14 g. Public Notification Prior to Beginning Construction
15
16 i. Coordination within Railroad permits areas
17 j. Dust Control
18 k. Employee Parking
19
20 B. Deviations from this City of Fort Worth Standard Specification
21 1. 1.2 A. 1. Coordination within Railroad permit is subsidiary to the pipeline.
22 2. 1.2 A. 2. Railroad Flagmen subsidiary to the pipeline.
23 C. Related Specification Sections include,but are not necessarily limited to:
24 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract
25 2. Division 1 —General Requirements
26 3. Section 33 12 25—Connection to Existing Water Mains
27 1.2 PRICE AND PAYMENT PROCEDURES
28 A. Measurement and Payment
29 1. Coordination within Railroad permit areas
30 a. Measurement
31 This item is considered
32 subsidiary to the installation of the utility pipeline.
33 b. Payment
34 1) The work performed and materials furnished in accordance with this Item
35 will be .
36 subsidiary to the installation of the utilitypipeline.
37 c. The price bid shall include:
38 1) Mobilization
39 2) Inspection
40 3) Safety training
41 4) Additional Insurance
CITY OF FORT WORTH Northside II 48-Inch Water Transmission Main,Phase 2—Part 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304
Revised December 20,2012
0135 13-2
SPECIAL PROJECT PROCEDURES
Page 2 of 8
1 5) Insurance Certificates
2 6) Other requirements associated with general coordination with Railroad,
3 including additional employees required to protect the right-of-way and
4 property of the Railroad from damage arising out of and/or from the
5 construction of the Project.
6 2. Railroad Flagmen
7 a. Measurement
8 1) Measurement for this Item will be per working day. This item is considered
9 subsidiary to the installation of the utilitypipeline.
10 b. Payment
11 1) The work performed and materials furnished in accordance with this Item
12 will be paid for-ea6h weddag day dmt Raikead Flagmen afe present at the
13 Sit subsidiary to the installation of the utility pipeline.
14 c. The price bid shall include:
15 1) Coordination for scheduling flagmen
16 2) Flagmen
17 3) Other requirements associated with Railroad
18 3. All other items
19 a. Work associated with these Items is considered subsidiary to the various Items
20 bid. No separate payment will be allowed for this Item.
21 1.3 REFERENCES
22 A. Reference Standards
23 1. Reference standards cited in this Specification refer to the current reference
24 standard published at the time of the latest revision date logged at the end of this
25 Specification,unless a date is specifically cited.
26 2. Health and Safety Code,Title 9. Safety, Subtitle A. Public Safety, Chapter 752.
27 High Voltage Overhead Lines.
28 3. North Central Texas Council of Governments(NCTCOG)—Clean Construction
29 Specification
30 1.4 ADMINISTRATIVE REQUIREMENTS
31 A. Coordination with the Texas Department of Transportation
32 1. When work in the right-of-way which is under the jurisdiction of the Texas
33 Department of Transportation(TxDOT):
34 a. Notify the Texas Department of Transportation prior to commencing any work
35 therein in accordance with the provisions of the permit
36 b. All work performed in the TxDOT right-of-way shall be performed in
37 compliance with and subject to approval from the Texas Department of
38 Transportation
39 B. Work near High Voltage Lines
40 1. Regulatory Requirements
41 a. All Work near High Voltage Lines(more than 600 volts measured between
42 conductors or between a conductor and the ground)shall be in accordance with
43 Health and Safety Code,Title 9, Subtitle A,Chapter 752.
44 2. Warning sign
45 a. Provide sign of sufficient size meeting all OSHA requirements.
CITY OF FORT WORTH Northside 1148-Inch Water Transmission Main,Phase 2—Part 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:01304
Revised December 20,2012
013513-3
SPECIAL PROJECT PROCEDURES
Page 3 of 8
1 3. Equipment operating within 10 feet of high voltage lines will require the following
2 safety features
3 a. Insulating cage-type of guard about the boom or arm
4 b. Insulator links on the lift hook connections for back hoes or dippers
5 c. Equipment must meet the safety requirements as set forth by OSHA and the
6 safety requirements of the owner of the high voltage lines
7 4. Work within 6 feet of high voltage electric lines
8 a. Notification shall be given to:
9 1) The power company(example: ONCOR)
10 a) Maintain an accurate log of all such calls to power company and record
11 action taken in each case.
12 b. Coordination with power company
13 1) After notification coordinate with the power company to:
14 a) Erect temporary mechanical barriers,de-energize the lines,or raise or
15 lower the lines
16 c. No personnel may work within 6 feet of a high voltage line before the above
17 requirements have been met.
18 C. Confined Space Entry Program
19 1. Provide and follow approved Confined Space Entry Program in accordance with
20 OSHA requirements.
21 2. Confined Spaces include:
22 a. Manholes
23 b. All other confined spaces in accordance with OSHA's Permit Required for
24 Confined Spaces
25 D. Air Pollution Watch Days
26 1. General
27 a. Observe the following guidelines relating to working on City construction sites
28 on days designated as"AIR POLLUTION WATCH DAYS".
29 b. Typical Ozone Season
30 1) May 1 through October 31.
31 c. Critical Emission Time
32 1) 6:00 a.m.to 10:00 a.m.
33 2. Watch Days
34 a. The Texas Commission on Environmental Quality(TCEQ),in coordination
35 with the National Weather Service,will issue the Air Pollution Watch by 3:00
36 p.m. on the afternoon prior to the WATCH day.
37 b. Requirements
38 1) Begin work after 10:00 a.m. whenever construction phasing requires the
39 use of motorized equipment for periods in excess of 1 hour.
40 2) However,the Contractor may begin work prior to 10:00 a.m. if:
41 a) Use of motorized equipment is less than 1 hour, or
42 b) If equipment is new and certified by EPA as "Low Emitting", or
43 equipment burns Ultra Low Sulfur Diesel(ULSD), diesel emulsions, or
44 alternative fuels such as CNG.
45 E. TCEQ Air Permit
46 1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ.
47 F. Use of E*plesives,Drop Weight,Ete'.
CITY OF FORT WORTH Northside 1148-Inch Water Transmission Main,Phase 2—Part 2
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:02304
Revised December 20,2012